Loading...
HomeMy WebLinkAboutHazard Construction Company; 2021-02-16; PWS21-1272TRANCITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS, AND SUPPLEMENTAL PROVISIONS FOR EL CAMINO REAL BRIDGE IMPROVEMENTS AT CANNON ROAD CONTRACT NO. 6042/6056 BID NO. PWS21-1272TRAN - Bidding 40RevIsed 6/12/18 Contract No. 6042/6056 Page 1 of 193 TABLE OF CONTENTS Item Page Notice Inviting Bids 8 Contractor's Proposal 15 Bid Security Form 24 Bidder's Bond to Accompany Proposal 25 Guide for Completing the "Designation of Subcontractors" Form 26 Designation of Subcontractor and Amount of Subcontractor's Bid Items 28 Bidder's Statement of Technical Ability and Experience 29 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation 30 Bidder's Statement Re Debarment 31 Bidder's Disclosure of Discipline Record 32 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid 34 Contract Public Works 35 Labor and Materials Bond 42 Faithful Performance/Warranty Bond 44 Optional Escrow Agreement for Surety Deposits in Lieu of Retention 46 t er- Revised 6/12/18 Contract No. 6042/6056 Page 2 of 193 GENERAL PROVISIONS (REPLACES PART 1 OF THE 2015 SSPWC) Section 1 Terms, Definitions, Abbreviations, and Symbols 1-1 Terms 49 1-2 Definitions 49 1-3 Abbreviations 53 1-4 Units of Measure 56 1-5 Symbols 57 Section 2 Scope and Control of Work 2-1 Award and Execution of Contract 58 2-2 Assignment 58 2-3 Subcontracts 58 2-4 Contract Bonds 59 2-5 Plans and Specifications 60 2-6 Work to be Done 64 2-7 Subsurface Data 64 2-8 Right-of-Way 64 2-9 Surveying 64 2-10 Authority of Board and Engineer 68 2-11 Inspection 69 Section 3 Changes in Work 3-1 Changes Requested by the Contractor 70 3-2 Changes Initiated by the Agency 70 3-3 Extra Work 71 3-4 Changed Conditions 74 3-5 Disputed Work 75 Section 4 Control of Materials 4-1 Materials and Workmanship 81 4-2 Materials Transportation, Handling and Storage 85 Section 5 Utilities 5-1 Location 86 5-2 Protection 86 5-3 Removal 87 5-4 Relocation 87 5-5 Delays 88 5-6 Cooperation 88 Section 6 Prosecution, Progress, and Acceptance of the Work 6-1 Construction Schedule and Commencement of Work 90 6-2 Prosecution of Work 94 6-3 Suspension of Work 95 6-4 Default by Contractor 95 6-5 Termination of Contract 96 6-6 Delays and Extensions of Time 96 6-7 Time of Completion 97 6-8 Completion, Acceptance, and Warranty 98 6-9 Liquidated Damages 98 Revised 6/12/18 Contract No. 6042/6056 Page 3 of 193 6-10 Use of Improvement During Construction 98 Section 7 Responsibilities of the Contractor 7-1 Contractor's Equipment and Facilities 100 7-2 Labor 100 7-3 Liability Insurance 100 7-4 Workers' Compensation Insurance 100 7-5 Permits 101 7-6 The Contractor's Representative 101 7-7 Cooperation and Collateral Work 102 7-8 Project Site Maintenance 102 7-9 Protection and Restoration of Existing Improvements 104 7-10 Public Convenience and Safety 105 7-11 Patent Fees or Royalties 111 7-12 Advertising 111 7-13 Laws to be Observed 111 7-14 Antitrust Claims 111 Section 8 Environmental Stewardship 8-1 Environmental Requirements 112 8-2 Pre-Construction Surveys 112 8-3 Environmental Monitoring 112 Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work 113 9-2 Lump Sum Work 113 9-3 Payment 113 9-4 Bid Items 117 tali/ —r- Revised 6/12/18 Contract No. 6042/6056 Page 4 of 193 SUPPLEMENTAL PROVISIONS TO PARTS 2 THROUGH 8 OF THE 2015 SSPWC Part 2 Section 200 200-2 Section 201 201-1 201-2 201-3 201-10 Section 203 203-5 203-6 203-11 Section 204 204-1 Section 205 205-2 Section 206 206-1 206-6 206-7 206-8 206-9 206-10 206-11 Section 210 210-1 210-3 210-6 Section 213 213-5 213-6 Section 214 214-4 214-6 Section 215 215-1 Construction Materials Rock Materials Untreated Base Materials 123 Concrete, Mortar and Related Materials Portland Cement Concrete 124 Reinforcement for Concrete 128 Expansion Joint Filler and Joint Sealants 128 Concrete Anchors 129 Bituminous Materials Slurry Seal 130 Asphalt Concrete 130 Asphalt Rubber Hot Mix (ARHM) 131 Lumber and Treatment with Preservatives Lumber and Plywood 131 Piles Steel Piles 131 Miscellaneous Metal Items Structural Steel, Rivets, Bolts, Pins, and Anchor Bolts 131 Chain Link Fence 131 Traffic Signs 131 Light Gage Steel Tubing and Connectors 134 Prefabricated Steel Bridge 135 Steel Gates 135 Tubular Bicycle Railings 136 Paint and Protective Coatings Paint 137 Galvanizing 137 Methacrylate Resin Bridge Deck Treatment 138 Engineering Geosynthetics Geotextiles and Geogrids 138 Erosion Control Specialties 138 Traffic Striping, Curb and Pavement Markings, and Pavement Markers Paint for Striping and Markings 139 Pavement Markers 139 Environmental Fencing Environmental Fencing 140 Int ILA" •Revised 6/12/18 Contract No. 6042/6056 Page 5 of 193 PART 3 Section 300 300-1 300-3 300-5 300-9 300-11 300-12 300-13 Section 301 301-1 Section 302 302-3 302-4 302-5 302-14 Section 303 303-1 303-4 303-5 303-9 303-10 303-11 Section 304 304-2 304-3 304-6 304-7 304-8 Section 305 305-2 Section 306 306-3 306-6 306-13 Section 311 311-2 Section 312 312-1 Construction Methods Earthwork Clearing and Grubbing 141 Structure Excavation and Backfill 141 Borrow Excavation 142 Geotextiles for Erosion Control and Water Pollution Control. 143 Stonework for Erosion Control 143 Rock Slope Protection Fabric 143 Storm Water Pollution Prevention Plan 144 Subgrade Preparation, Treated Materials, and Placement of Base Materials Subgrade Preparation 147 Roadway Surfacing General 147 Slurry Seal Surfacing 148 Asphalt Concrete Pavement 148 Asphalt Pavement Repairs and Remediation 149 Concrete and Masonry Construction. Concrete Structures 150 Masonry Construction 151 Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, and Driveways 151 Concrete Removal 151 Concrete Anchors 152 Refinishing Bridge Decks 153 Metal Fabrication and Construction Metal Hand Railings 154 Chain Link Fence 154 Prefabricated Steel Bridge 154 Steel Gates 156 Tubular Bicycle Railings 156 Pile Driving and Timber Construction Micropiles 157 Open Trench Conduit Construction Trench Excavation 166 Bedding 169 Trench Resurfacing 169 Special Protective Materials Methacrylate Resin Bridge Deck Treatment 170 Permanent Crash Cushions Permanent Crash Cushions 173 401fr Revised 6/12/18 Contract No. 6042/6056 Page 6 of 193 Section 314 314-1 314-2 314-4 314-5 PART 6 Section 600 600-1 600-4 Section 602 602-1 602-2 602-3 Section 603 603-1 603-2 Section 604 604-1 604-2 604-3 604-4 604-5 604-6 PART 7 Section 700 700-5 Section 702 PART 8 Section 800 800-1 Traffic Striping, Curb and Pavement Markings, and Pavement Markers General 173 Removal of Traffic Striping and Curb and Pavement Markings 174 Application of Traffic Striping and Curb and Pavement Markings 174 Pavement Markers 174 Temporary Traffic Control Access General 176 Street Closures, Detours, Barricades 176 Temporary Traffic Pavement Markers General 179 Temporary Pavement Markers 179 Channelizers 179 Temporary Traffic Signing General 180 Maintenance of Temporary Traffic Signs 180 Temporary Railing (Type K) and Crash Cushions Temporary Railing and Crash Cushions 180 Appearance 180 Manufacture of Temporary Railing 180 Installation of Temporary Railing 181 Temporary Sand-Filled Crash Cushions 181 Measurement and Payment 181 Street Lighting and Traffic Signal Systems Materials Traffic Signal Materials 183 Bridge Electrical Requirements General 183 Products 186 Execution 188 Landscape and Irrigation Materials Landscape Materials 191 APPENDIX A SWPPP APPENDIX B REVEGETATION SPECIFICATIONS APPENDIX C SDG&E PLANS 41111' —1- Revised 6/12/18 Contract No. 6042/6056 Page 7 of 193 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 11 a.m. on December 1, 2020, the City shall accept bids via electronic format via the City of Carlsbad Electronic Bidding Site,. PlanetBids, which may be accessed at https://www.carls- badca.00v/services/deots/finance/contractinq/default.asp, for performing the work as follows: The El Camino Real Bridge Improvements project consists, in general, of replacing bridge barriers, widening the sidewalk overhang, constructing a new single-span pedestrian bridge and founda- tions, removing and constructing masonry sound walls, and performing associated sidewalk, curb, and landscape improvements. EL CAMINO REAL BRIDGE IMPROVEMENTS AT CANNON ROAD CONTRACT NO. 6042/6056 BID NO. PWS21-1272TRAN ELECTRONIC FORMAT RECEIPT AND OPENING OF BIDS: Bids will be received in electronic format (eBids) EXCLUSIVELY at the City of Carlsbad's electronic bidding (eBidding) site, at: httos://www.carlsbadca.qov/services/deots/finance/contractino/default.aso and are due by the date and time shown on the cover of this solicitation. BIDDERS MUST BE PRE-REGISTERED with the City's bidding system and possess a system-assigned Digital ID in order to submit an electronic bid. The City's electronic bidding (eBidding) system will automatically track information submitted to the site including IP addresses, browsers being used and the URLs from which information was submitted. In addition, the City's bidding system will keep a history of every login instance including the time of login, and other information about the user's computer configuration such as the operating system, browser type, version, and more. Because of these security features, Bidders who disable their browsers' cookies will not be able to log in and use the City's bidding system. The City's electronic bidding system is responsible for bid tabulations. Upon the bidder's or proposer's entry of their bid, the system will ensure that all required fields are entered. The system will not accept a bid for which any required information is missing. This includes all necessary pricing, subcontractor listing(s) and any other essential documentation and supporting materials and forms requested or contained in these solicitation documents. BIDS REMAIN SEALED UNTIL DUE DATE AND TIME. eBids are transmitted into the City's bidding system via hypertext transfer protocol secure (https) mechanism using SSL 128-256-bit security certificates issued from Verisign/Thawte which encrypts data being transferred from client to server. Bids submitted prior to the Due Date and Time are not available for review by anyone other than the subrnitter, who will have until the Due Date and Time to change, rescind or retrieve its bid should they desire to do so. BIDS MUST BE SUBMITTED BY DUE DATE AND TIME. Once the deadline is reached, no further submissions are accepted into the system. Once the Due Date and Time has passed, bidders, proposers, the general public, and City staff are able to immediately see the results online. City staff may then begin reviewing the submissions for responsiveness, compliance and other issues. Revised 6/12/18 Contract No. 6042/6056 Page 8 of 193 RECAPITULATION OF THE WORK. Bids shall not contain any recapitulation of the Work. Conditional Bids may be rejected as being non-responsive. Alternative proposals will not be considered unless called for. BIDS MAY BE WITHDRAWN by the Bidder prior to, but not after, the time set as Due Date and Time. Important Note: Submission of the electronic bid into the system may not be instantaneous. Due to the speed and capabilities of the user's internet service provider (ISP), bandwidth, computer hardware and other variables, it may take time for the bidder's submission to upload and be received by the City's eBidding system. It is the bidder's sole responsibility to ensure their bids are received on time by the City's eBidding system. The City of Carlsbad is not responsible for bids that do not arrive by the Due Date and Time. ELECTRONIC SUBMISSIONS CARRY FULL FORCE AND EFFECT. The Bidder, by submitting their electronic proposal, agrees to and certifies under penalty of perjury under the laws of the State of California, that the certification, forms and affidavits submitted as part of this proposal are true and correct. The bidder, by submitting its electronic bid, acknowledges that doing so carries the same force and full legal effect as a paper submission with a longhand (wet) signature. By submitting an electronic bid, the bidder certifies that the bidder has thoroughly examined and understands the entire Contract Documents (which consist of the plans and specifications, drawings, forms, affidavits and the solicitation documents), and that by submitting the eBid as its bid proposal, the bidder acknowledges, agrees to and is bound by the entire Contract Documents, including any addenda issued thereto, and incorporated by reference in the Contract Documents. BIDS ARE PUBLIC RECORDS Upon receipt by the City, bids shall become public records subject to public disclosure. It is the responsibility of the Bidder to clearly identify any confidential, proprietary, trade secret or otherwise legally privileged information contained within the proposal's General references to sections of the California Public Records Act (PRA) will not suffice. If the Bidder does not provide applicable case law that clearly establishes that the requested information is exempt from the disclosure requirements of the PRA, the City shall be free to release the information when required in accordance with the PRA, pursuant to any other applicable law, or by order of any court or government agency, and the Bidder agrees to hold the City harmless for any such release of this information. This bid and the terms of the Contract Documents and Supplemental 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. INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevoca- ble offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Depart- ment. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant Ink t U.- Revised 6/12/18 Contract No. 6042/6056 Page 9 of 193 to the provisions of law (Public Contract Code section 10263), appropriate securities may be sub- stituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another juris- diction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans, provisions, and specifications as approved by the City Council of the City of Carlsbad on file with the City Clerk's Office at 1200 Carlsbad Village Drive, Carlsbad, CA 92008-7314. The specifications for the work include the Standard Specifications for Public Works Construction, Parts 2 through 8, 2015 Edition, all here- inafter designated "SSPWC", as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contrac- tors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly executed including notarization, where indicated, 1.Contractor's Proposal 2.Bidder's Bond (At Time of Bid Submit PDF Copy via PlanetBids / All Bidders). Bid Bond (Original) Due By 5 PM Next Business Day After Bid Opening/ 5 Apparent Low Bidders. 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 $1,797,000. Revised 6/12/18 Contract No 6042/6056 Page 10 of 193 TIME OF COMPLETION: The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submit- ted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. A General Engineering Contractor, license classification A, is required for this project. 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 from the City's website http://www.carlsbadca.coviservices/deptsifinance/contractinc/bids.asp. Paper copies will not be sold. INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the draw- ings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore spec- ified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute the Con- tract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. 1% -r" Revised 6/12/18 Contract No. 6042/6056 Page 11 of 193 The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pur- suant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The Prime Contractor and all subcontractors shall comply with Section 1776 of the Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. PRE-BID MEETING A pre-bid meeting and tour of the project site will not 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. BIDDER'S INQUIRIES Questions on the bid documents during the bid period shall be submitted in writing, via email, solely to: Graham Jordan, Contract Administrator graham.jordan@carlsbadca.gov Questions shall be definite and certain and shall reference applicable drawing sheets, notes, de- tails or specification sheets. The cutoff date to submit questions regarding this project is November 16, 2020. No questions will be entertained after that date. The answers to questions submitted during the bidding period will be published in an addendum and made available via the City of Carlsbad PlanetBids portal by November 23, 2020. ADDENDA Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. IPIlk t 101- Revised 6/12/18 Contract No. 6042/6056 Page 12 of 193 BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project and shall extend in full force and effect and be retained by the City until they are released as stated in the General Pro- visions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1)An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2)A certified copy of the certificate of authority of the insurer issued by the insurance commis- sioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commenc- ing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 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 Carlsbad Business License for the duration of the contract. 1% -,- Revised 6/12/18 Contract No. 6042/6056 Page 13 of 193 Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2020-197, adopted on the 6th day of October, 2020. October 7, 2020 Date Graham Jordan, Deputy City Clerk Revised 6/12/18 Contract No. 6042/6056 Page 14 of 193 HAZARD CONsTz COMPANY CITY OF CARLSBAD EL CAMINO REAL BRIDGE IMPROVEMENTS AT CANNON ROAD CONTRACT NO. 6042/6056 CONTRACTOR'S PROPOSAL City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 6042/6059 in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: SCHEDULE "A" BRIDGE IMPROVEMENTS Approx. Item Quantity Unit No. Description and Unit Price Total A-1 Mobilization at Not to $ I SOIDOD '- Exceed $150,000 (Price in Words) A-2 Cold Mill AC Pavement (2- 42 SY $ $ 3(5690 inch) at ete-IpAktil,otSd.v.s (Unit Price in Words) A-3 2-Inch Asphalt Concrete 42 SY $ $O $ Overlay at cK TDO CUP' S (Unit Price in Words) A-4 Concrete Sidewalk at. 24 CY $ (.0'10 $ I toino - *kureliad tiotitair5 (P1nrg*Words) tat —1- Revised 6/12/18 Contract No. 6042/6056 Page 15 of 193 ‘411JACtirt01 OVVAAeL dotr4 , Approx. Quantity and Unit 16 TON Item No. Description A-5 Remove and Replace As- phalt Concrete (Full Depth) at 6eAickt.. ectiwtstit..za v 1.We s Riice in Words) Unit Price Total $ 1.G5O $ 01000 A-6 Remove and Dispose Exist- 52 SY $ $ ;I DO ing Sidewalk at fOv tDOtkA v (Unit Price in Words) A-7 Remove and Dispose Curb 198 LF $ 11% and Gutter cALUeJA • 00 t Vk' (Unit Price in Words) A-8 Remove and Dispose Exist- 135 LF $ '2;2' $ .9-(110 ing Guard Rail (Unit Price in Words) A-9 Curb and Gutter at 200 LF $ C3° $ 101000 --t)0‘04-‘e (Unit Price in Words) A-10 Type A Curb Ramp at 1 EA $ 4(500 $ 4-1 015 — foxy* ilnotA,bayk.01 v 2_ kkvkiv*ol 1-4114-t--5 (Unit Price in words) A-11 Embankment Fill at 200 CV $ (p0 $ ; 000 sL AAA t 101\CA>rS (Unit Price in Words) A-12 Erosion and Sediment Con- LS $_50#12:20 trols at -1\no(A0-\ (Pr ce in Words) tat Revised 6/12/18 Contract No. 6042/6056 Page 16 of 193 Unit Price Approx. Quantity and Unit 65 CY Item No. Description Total $ A-13 Rip-Rap Stone at 11/30 (Unit-Price i Words) A-14 Rock Slope Protection Fabric 100 SY $ $ I r k DO — at etr 'DM Cr (Unit Price in Words) A-15 Clear and Grub, Including LS Trees at CAtti kh•-•.-Q-11,10(4E-NA VNA., k-VAAN&A-ed tvk\tu.-5 (Price in Words) 5 TON $ 1(000 $ c0100/9 A-16 Stabilized DG (Landscaping) at -Tin ou "Do Veor- S (Unit Price in Words) A-17 Cobble (2"-3") at Anck OKit kk-14,K4-1..2ci (Unit Price in Word) A-18 Concrete Mow Curb at "Tto-e_A-dartA took,k4. (Unit Price in Words) A-19 Plant Trees 24" Box) at IliVr-tt :17 vok-v--s (unit rnce in Words) A-20 Furnish Trees (24" Box) at 1 1POUt IDOUgeS (Price inWords) 930 SF $ t ---- $ l L.LPO '- 215 LF $ $ -- 14 EA $'600 $ '412.00 LS 000 ---- —1- Revised 6/12/18 Contract No. 6042/6056 Page 17 of 193 $ /2/10 Item No. Description A-22 Extend Existing Irrigation System at -1 1,0tAb&e‘6 -tt (Price in Words) A-23 Recompact 12" Top Soil (Fine rading) at ‘6k1( TX) (Unit Price Price in Words) A-24 Erosion Control Mulch at k).ti-A-LA to( \av s (Unit Price in Words) A-25 Hydroseeding at • Apolltv-,s g -riutAAAti Get-4-5 (Unit Price hi Words) Approx. Quantity Unit and Unit Price Total LS $ Z oQ LS $ LIMO -- 55 SF $ (90 $ 105 CY $ —"- 4,600 SF $ • 7--0 $ to 12-0 A-21 Cut and Cap Existing Irriga- tion System at 11100-1VIMA SLtA f‘ki t'6,k0orS rice in ords) A-26 Reset Chain Link Fence (in- 26 LF cludes removal) at • 0 N.A. kklA4V10...04 < 4.ket+ti kg_ potteuv-s (Unit Prite in Words) A-27 42-inch Pedestrian Railing at 62 LF Top of Slopes at 1 -UJ 0 tkLA-114-titicl ra!) (Unit Price in Words) A-28 Traffk Control at LS 'tPA .-Ft ae iD,cL-tout--,S (Price in Words) tar. 11Plk Revised 6/12/18 Contract No. 6042/6056 $ 40-90 $ 1'610.2.0 — $ (9b 1'c' — Page 18 of 193 Item No. Description A-29 Reset Pipe Handrailing at 0"•-UkkiAl4"6"-a- n /A (UnipPriceNiWords) Approx. Quantity Unit and Unit Price Total 148 LF $ '2 Eel (.494-0 A-30 Remove Bridge Rail (Type 9- 295 LF $ 2f3 4, 2.c. 01 — II) at V-1/4 kl.e• ?it Price in Words) $ 20tDOD — $ M # $ r5tOOD — $ 10I QV — $ 2-61000 - A-31 Remove Bridge (Portion) at LS 'Vat-4/dgC( iNnoti fi- (Price in Words) A-32 Remove Masonry Sound 1,000 SF Wall at t tr.S (Unit Price in Words) A-33 Remove Concrete Vault (Por-LS 1 7.04/1 -TheM SekvIci tion) at -VD liletVZS (Price in Words) A-34 Structure Excavation (Bridge LS Abutments) at (Price in Words) 8 EA $ '2)1/ $ 7—ALP( 006 A-35 Micippile at (Unit Price in Words A-36 Structural Concrete, Bridge 91 CY $ 2.1.300 — $2_,(42;a9 — at -Thtc.x.e_k•kuAgXcArDotletfr l'o isoThott (Unit Price in Words) 4P-S• t Revised 6/12/18 Contract No. 6042/6056 Page 19 of 193 Item No. Description A-37 Furnish Prefabricated Steel Bridge at tki.v.v4iutck (Unit Price in Words) Unit Price Total $ I SO(Obo- $la tkri Approx. Quantity and Unit 1 EA A-42 Alternative Crash Cushion 2 EA System at Vnifi Price in Words) A-44 Bridge Lighting at LS TAVP, --ctiotkEpAok LS $ IVOt oot, 1,290 SF $ 11:70 $ k.6 =n i 4°42 -- 1 EA $ (ot000 $(oot) -- 147 LF $ 'R,Or) $ 44) /0(2— A-38 Erect Prefabricated Steel Bridge at tku-An.hth_sLe4.- 1 1/V ilk.Sitiv0 (Price in Words) A-39 Sound Wall (Masonry Block) at OWL. kktAA.v:k.A_ssg. 1016 kit4-Ar.. (Unit Price in Words) A-40 tee.1Swing Gate at (Soeld 1 ,61kek-v- S (Unit Price in Words) A-41 Tubular Bicycle Railing at '14=,sk\-Lti,,46‘),--t6 I cilt Price in Words) A-43 Concrete Barrier (Type 80) at. < 71.0.1AA (A Ow. (Unit Prioejn Words) $ $ 101 0 00 4)-0 $ 1 i 900 - $ IS51 coo — 295 LF (Price in Words) Revised 6/12/18 Contract No. 6042/6056 Page 20 of 193 Total amount of bid in words for Schedule "A": 1•1 \.A....t4t..t.."--"c\etntAikAvvzt , k‘itAi eti.)) _eck -‘-‘j Total amount of bid in numbers for Schedule "A": $ I) q,n) 9Is% Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). 1- has/have been received and is/are included in this proposal. The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of Califorcia_, validly licensed under license number 10b 4-1)--, , classification A (.7?) k which expires on to kb() LI 2, , and Department of Industrial Rel tions PWC registration num- ber t 00002. 12-1 which expires on Lo f30 .)--1 , and that this statement is true and correct and has the legal effect of an a idavi . A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1.That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2.That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. mpanying this proposal is .--WACL.. ar1.4.4A (Cash, Certified Check, r Cashier's Check) for ten percent (10%'i of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-in- surance in accordance with the provisions of that code and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. Yelrf Revised 6/12/18 Contract No. 6042/6056 Page 21 of 193 The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1)Name under which business is conducted (2)Signature (given and surname) of proprietor (3)Place of Business and Number) City and State (4)Zip Code Telephone No. (5)E-Mail IF A PARTNERSHIP, SIGN HERE: (1)Name under which business is conducted (2)Signature (given and surname and character of partner) (Note: Signature must be nn a general partner) (3)Place of Business (Street and Number) City and State (4)Zip Code Telephone No. (5)E-Mail TUIVRevised 6/12/18 Contract No. 6042/6056 Page 22 of 193 (1)Name under which busi conducted HAZARD CONSTRUCTION COMPANY (2) (Signature) • PRESIDENT, IF A CORPORATION, SIGN HERE: (Title) Impress Corporate Seal here (3)Incorporated under the laws of the State of C-0-6 -k--1) (4)Place of Business I Cr-D.24 VI (-‘_sz., tre.0 (Stli tan urpber) City and State LIA,V...-e. CID (5)Zip Code q 7-040 Telephone No. (6)E-Mail JVVIOVIaknar iflef2a(//%1/ DA- • (40114.__ NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: 01- Revised 6/12/18 Contract No. 6042/6056 Page 23 of 193 It' 5 (0. 3to00 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. State of California County of San Diego On November 25,2020 before me, Apryle Briede, Notary Public Date NAME, TITLE OF OFFICER - E.O. JUAN. DOE, NOTARY PD131.IC personally appeared Jason A. Mordhorst NAME(S) OF SIGNER(S) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/ar-e subscribed to the within instrument and acknowledged to me that he/she/thcy executed the same in his/her/their authorized capacity(ies) and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under 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. y i rsucsIGNATI C TRE 1AR (SEAL) APRYLE RIEDE Notary Public - California San Diego County Commission # 2246886 My Comm, Expires Jul 17, 2022 Secretary's Certificate Hazard Construction Company The undersigned, Emmanuel C. Gavin°, Secretary of Hazard Construction Company, a California Corporation, (the "Corporation"), does hereby certify that the following are true and complete resolutions which were unanimously adopted at the annual meeting of the Board of Directors of the Corporation on the sixth day of April 2020, and that such resolutions have not been amended or modified and continue to be in full force and effect as of the sixth day of April 2020: RESOLVED, that the Corporation execute and deliver certain contracts in the form required. FURTHER RESOLVED, that the President, or the Executive Vice President, or in their absence, the Vice President, or in their absence, the Secretary/Chief Financial Officer, be and hereby is authorized and empowered in the name and on behalf of this Corporation to execute contracts and to deliver the contracts on behalf of the Corporation and to do and perform all acts and things which he deems to be necessary or appropriate to carry out the terms of the contracts, including, but not limited to executing and delivering all agreements and documents contemplated by the contracts. FURTHER RESOLVED, In the absences of the stated officers of the Corporation, that the Assistant Vice Presidents, be and hereby is authorized and empowered in the name and behalf of this Corporation to perform the same acts stated herein, but not to exceed $1,000,000 in value for their appropriate areas of responsibilities. In witness whereof, I have hereunder set my hand as Secretary of the above Corporation this sixth day of April 2020. at is HAZARD CONSTRUCTION 10529 Vine Street Lakeside, CA 92040 Phone (858) 587-3600 Fax (858) 453-6034 License No. 750542 A/C31 DIR No. 1000022121 hazardconstruction.com Principals Jason A. Mordhorst President W.S. Rogers Exec. V.P. / Asst. Secretary Mark Thunder Vice President of Operations Emmanuel Gavino Treasurer / Secretary this amount being ten percent (10%) of the total amount shall become the property of the City provided this prop action of its legally constituted contracting authoritie contract and furnish the required Performance, W ance coverage within the stipulated time; undersigned. The proceeds of this check sh signed shall withdraw his or her bid within opening thereof, unless çerwise requ. to another bidder. \ dollars ($ ), •the bid. The proceeds of this check al shall be accepted by the City through nd the undersigned shall fail to execute a ranty and Payment Bonds and proof of insur- erwise, the check shall be returned to the also become the property of the City if the under- e period of fifteen (15) days after the date set for the d by law, and notwithstanding the award of the contract BID SECURITY FORM (Check to Accompany Bid) EL CAMINO REAL BRIDGE IMPROVEMENTS AT CANNON ROAD CONTRACT NO. 6042/6056 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to e order of CITY OF CARLSBAD, in the sum of BIDDER *Delete the the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed--the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) •Iv ti —1- Revised 6/12/18 Contract No. 6042/6056 Page 24 of 193 CELIA A.'BREWER City Attorne\ tent City ttorney Cie t,,42 Revised 6/12/18 Contract No. 6042/6056 BIDDER'S BOND TO ACCOMPANY PROPOSAL EL CAMINO REAL BRIDGE IMPROVEMENTS AT CANNON ROAD CONTRACT NO. 6042/6056 KNOW ALL PERSONS BY THESE PRESENTS: That we, HAZARD CONSTRUCTION COMPANY , as Principal, and Nationwide Mutual Insurance Company , as Surety are held and firmly bound unto the City of Carlsbad, California, in ap amount as follows: (must be at least ten percent (10%) of the bid amount) )0% o-f +of al bi behio v t4-1- for which payment, well and truly made, we bind our- selves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-bounden Principal for: EL CAMINO REAL BRIDGE IMPROVEMENTS AT CANNON ROAD CONTRACT NO. 6042/6056 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. U Alt\ SIGNED AND S LED this r), i --' day of Wiltitirw.t.t.,r , 20 10 HAzAR ONST CTION COMPANY, ,., , , Nationwide Mutual k0=1-‘1.) Lnstuancaz ornpany___(SEAL) (Prim (Surety) By: k . • By: ( (Signaturef•- (Signature) Kyle King Attorney-in-fact (Print Name/Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY — ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: JASON A, MOROI-MAST, PRESIDENT (Print Name/Title) Page 25 of 193 0000024377 Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual insurance Company, an Ohio corporation hereinafter referred to severally as the "Company" and collectively as "the Companies does hereby make, constitute and appoint: BILL BODENSTADT; HANNAH MCGARVEY; KIM ACEVEDO; KYLE KING; TRAVIS PEARSON; each in their individual capacity, its true and lawful attorney-in-fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of UNLIMITED and to bind the Company thereby, as fully and to the same extent as if such irstruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: 'RESOLVED, that the president, or any vice president be. and each hereby is, authorized and empowered to appoint attorneys-in-fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or authority; provided, however, that the authority granted hereby shall In no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company.' "RESOLVED FURTHER, that such attorneys-in-fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Inliruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, Instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this Instrument to be sealed and duly attested by the signature of its officer the day of February, 2019. 44-7L. Antonio.C. Albanese, Vice President of Nationwide Mutual Insurance Company 11011/01%, o!fsEAL: Am,* ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF NEW YORK: ss On this 27° day of February, 2019, before me came the above-named officer for the Company aforesaid, to me personally known to be the officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposes and says, that he is the officer of the Company aforesaid, that the seal affixed hereto is the corporate seal of said Company, and the said corporate seal and his signature were duly affixed and subscribed to said instrument by the authority and direction of said Company. Sucenne C. Odle NottifyPublk Stale d New York No. 026E61266E9 Qualified in Westchester taunt,/ Corneufssion Eupirus Saptumbur IS. 2555 .........),1„..,7 9, A_ Nat.11 "" : MyConiecroion Ewes September 1.S. 5021 CERTIFICATE I, Laura B. Guy, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued by the Company; that the resolution included therein is a true arid correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Antonio C. Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company, and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors; and the foregoing power of attorney is still in full force and effect. c.i IN WYESS WtIEREOF, I hue heLeUnto subscribed my name as Assistant Secretary, and affixed the corporate seal of said Company this )t. I °They of NOVC thltrte , 0 Z 0 . Assistant Secretary BDJ 1(02-19)00 This document is void if VOID appears in the BLUE line 071 the right, the Nationwide watermark is missing from the center of the page and/or the red consecutive number is missing from the upper right-hand corner, Contact us at 212-329-6900 if this document is void or d you have any questions CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. State of California County of San Diego On November 24, 2020 before me, Apryle Briede, Notary Public Date NAME, TITLE OF OFFICER - E.G. VANE DOE, NOTARY PUBLIC personally appeared Kyle King NAME(S) OF SIGNER(S) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/ate subscribed to the within instrument and acknowledged to me that he/Ale/they executed the same in his/her/their authorized capacity(ies) and that by his/het/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 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. 0:71.A....1 (SEAL) APRYLE BRIEDE Notary Public - California San Diego County Commission # 2246886 My Comm. Expires Jul 17, 2022 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. State of California County of San Diego On November 25,2020 before me, Apryle Briede, Notary Public Date NAME, TITLE OF OFFICER - E.G. AJANE DOE, NOTARY PUBLIC personally appeared Jason A. Mordhorst NAME(S) OF SIGNER(S) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies) and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and officiql seal. APRYLE BRIEDE Notary Public - California San Diego County Commission # 2246886 My Comm, Expires Jul 17, 2022 (SEAL) OTARY UBLIC SIGNATURE 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 Or- ganization", "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 performance of more than 50 percent of the work by subcontractors or otherwise to be performed by forces other than the Bid- der'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 percent- age 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 California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement 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 Subcontractor-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 ex- planation 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 determined 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. 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. *‘' tad/ --l- Revised 6/12/18 Contract No. 6042/6056 Page 26 of 193 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. IOW t 4w. Revised 6/12/18 Contract No. 6042/6056 Page 27 of 193 HAZARD GONSTRUCTION COMPANY DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) EL CAMINO REAL BRIDGE IMPROVEMENTS AT CANNON ROAD CONTRACT NO. 6042/6056 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Portion of Work Subcontractor Name and Location of Business Phone No. and Email Address DIR Registra- tion No. Subcontractor's License No. and Classification* Amount of Work by Subcontractor in Dollars* e--. lg. Y. 4Nce.-C. eLeCivic 1t,-‘c_ (Pitix-o2A-Glif0 isbotots-71 %...t 09 '1.3i 7-° 0 -- 1Zmasi e VO l'OsiC La bit A i C t C.) Ust4.et.;y Set5., 'tAeeçp 4 2-100 1 ai • 1 '' *i• Auttp.-‘c e COkMA - D.... C /Pelef4t003 dc..9(i5'-k '7 2(0 etikvvr LoS 10444i 0 tto Viv • IV .1%95.42- gLi A k ce0-1 1 2-tleVAL, i A etS-t tpC 2- •MS X Alt.ttiffik,, (4-4841)\.epci tmk•wtis 1§00-6 4) 1111 % IN '611.04 L-14ti 1 -7 • IC. LiteAb<642L 2-gbr°45 DUAT-OLA,kVILS14- . t.) 3i-'2.0 I rc ^1 7efrvtert.40,.q. 1 liF, gn t 2.-1 /CAA , 4. 14c / gov-p. T.,....c. 1 tp0.-1/..i • -2-ND I %%COS- 4H - ci? i t MO — r-Chil c e c' W' s ..T.L.N.L.L,s.i.eti A --• I mbo6 5Srs, FAx 2 CriAnI sririt., e A 4'2/r-zit 6' 11 .7. sScty tAit . 3 4105 i'-i-'31 11 101 oDo — 00,SovtArq 1,4*Lot sLAACttovi v tO rit t.U39 19 r oboe ws.b,..,_ c. 2_ 1 (0 A .tokt, 1 , 6 *-It° • ' 1 Wei Ak t ( A ci i ing.-2 4v1 -01..0 I OD bitibgl 7 tr,2, kr=c4,4 ufs Afoo — r fiAtti t* itv ,Astjem .te .1.14eAszi, cfl S 2) K) JatiAe$1) (1.40. /kW 12(.614, 414A-A' -4k."' Page 1 of 1 pages of this Subcontractor Designation form * Pursuant to section 4104 (a)(3)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids.' ta0Revised 6/12/18 Contract No. 6042/6056 Page 28 of 193 Date Contract Com- pleted Name and Phone No. of Person to Contract Amount of Con- tract Name and Address of the Employer Type of Work A-t-krAa&s._d Co-vv47A Jte-A -AW1 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) EL CAMINO REAL BRIDGE IMPROVEMENTS AT CANNON ROAD CONTRACT NO. 6042/6056 The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. 016" t Revised 6/12/18 Contract No. 6042/6056 Page 29 of 193 HAZARD CONSTRUCTION COMPANY 2019 COMPLETED PROJECTS I I. NI M HAZARD CONSTRUCTION Public HCC #15025 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Carmel Mountain Road Undercrossing Department of Transportation 1727 30th Street, Sacramento, CA 95816 Chuck Deyoe chuck.devoedot.ca.gov 858-467-4089 $813,933.63 06/2019 11-282304 Mass Excavation, Export Trucking, Landscape & Irrigation, Erosion Control, Traffic Control Public HCC #16032 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: 1-8 Fiber Optics Department of Transportation 1727 30th Street, Sacramento, CA 95816 Shrikant Amtey shrikantamtevdot.ca.clov 858-688-1575 $5,499,432.72 01/2019 11-237964 Fiber Optic System, Cold Plane & RHMA Overlay, Irrigation, Sign Structures and Concrete Barrier Public HOC #16039 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Route 67 HFST Department of Transportation 1727 30th Street, Sacramento, CA 95816 Fariborz Rezaeeamiri fariborz.amiridot.ca.qov 858-688-1564 858-720-2130 $4,480,797.99 04/2019 11-403204 Centerline Channelizers, HFST, Dike, Guardrail, Sign Structures, Vegetation Control and Striping Public HCC #17019 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Voltaire Street Bridge City of San Diego 1010 Second Avenue, Suite 1400, San Diego, CA 92101 Steve Guarente, PE squarenteP.sandiew.gov 619-453-2948 858-627-3297 $1,403,348.66 03/2019 K-18-1547-DBB-3 Bridge Rehabilitation and Reconstruction of Intersection HAZARD CONSTRUCTION COMPANY 2019 COMPLETED PROJECTS I II Amk HAZARD CONSIRUCI10. Private Project Name: Imperial Valley Commons Private Road Access HCC #17020 Owner: Imperial Valley Commons, LP Owner Address: 2030 Hamilton Place Blvd., Chattanooga, TN 37421 Owner Rep.: Ken Wittier Email: ken.wittlerRcblproperties.com Phone No.: 423-855-0001 Fax No.: Contract Price: $1,030,646.65 Completed: 01/2019 Contract No. S140-000-07.3 Scope of Work: Street Infrastructure including Landscaping & Irrigation, Sidewalks and Surfacing of Roadway Public Project Name: Borrego Springs Library HCC #17027 Owner: BNBuilders, Inc. Owner Address: 5825 Oberlin Drive, Suite 1, San Diego, CA 92121 Owner Rep.: Jose Garcia Email: jose.garciaabnbuilders.com Phone No.: 760-277-8006 Fax No.: Contract Price: $636,834.00 Completed: 04/2019 Contract No. 717006 Scope of Work: Site Improvements, Earthwork, AC Paving, Site Concrete and Utilities Public Project Name: Borrego Springs Park HCC # 17028 Owner: BNBuilders, Inc. Owner Address: 5825 Oberlin Drive, Suite 1, San Diego, CA 92121 Owner Rep.: Jose Garcia Email: jose.qarciaAbnbuilders.com Phone No.: 760-277-8006 Fax No.: Contract Price: $874,974.00 Completed: 04/2019 Contract No. 717006 Scope of Work: Site Improvements, Earthwork, AC Paving, Site Concrete and Utilities Public Project Name: Borrego Springs Sheriff Office HCC #17029 Owner: BNBuilders, Inc. Owner Address: 5825 Oberlin Drive, Suite 1, San Diego, CA 92121 Owner Rep.: Jose Garcia Email: jose.ciarciaabnbuilders.com Phone No.: 760-277-8006 Fax No.: Contract Price: $274,638.00 Completed: 04/2019 Contract No. 717006 Scope of Work: Site Improvements, Earthwork, AC Paving, Site Concrete and Utilities HAZARD CONSTRUCTION COMPANY 2019 COMPLETED PROJECTS /I HAZARD CON SI N.JC ,I ON Private HCC # 17034 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: El Centro Medical Office Building Pacific Building Group 9752 Aspen Creek Court, Suite 150 Robert Reynolds rreynolds@pacificbuildinggroup.com 858-552-0600 $436,804.00 04/2019 JR0137510 Grading and retaining/anchor wall Public HCC # 18002 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Route 5/805 Pave Gore Department of Transportation 1727 30th Street, Sacramento, CA 95816 Rene Figueroa rene.fiqueroa@dot.ca.gov 858-688-1551 $3,256,290.18 06/2019 11-411204 Gore Paving (Exposed Aggregate), JPCP (RSC), Stamped Concrete, Dike, Guardrail, Irrigation/Landscape, Roadside Signs & Striping Public HCC #18006 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: 2018 Overlay Project City of Calexico 608 Heber Avenue, Calexico, CA 92231 Lilliana Falomir falomirl@calexico.ca.gov 760-768-2160 760-768-0992 $408,028.47 07/2019 2018-100 Street Improvements including Grind & Overlay AC, Remove & Replace Concrete Curb & Gutter, Striping, Loop Detectors, Utility/ Adjust Private HCC # 18007 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: ARE 9635 TCD Repositioning DPR Construction 5010 Shoreham Place, San Diego, CA 92122 Mary Bubacz maryb@dpr.com 858-597-7070 $315,190.00 05/2019 D1-A17013-00 Parking Lot Paving HAZARD CONSTRUCTION COMPANY 2019 COMPLETED PROJECTS a. /111 HAZARD CON i , It. Private HCC # 18008 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Center for Novel Therapeutics McCarthy Building Companies, Inc. 9275 Sky Park Court, Suite 200, San Diego, CA 92123 Patrick Gifft pgiffipmccarthy.com 763-568-0635 $370,982.00 04/2019 5058-102 90,000 SF Asphalt Parking Lot construction Public HCC # 18010 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Route 86 PCC Panel & AC Rehabilitation State of California 1737 30th Street Sacramento, CA 95816 Peter Koury peter.koury@dot.ca.qov 760-324-3496 / 909-844-0619 $12,746,372.69 06/2019 08-1G6204 Cold Plane, RHMA Overlay and IPSR (Individual Precast Slab Replacement) Public HCC # 18011 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Route 86 SAMI-RHMA Overlay State of California 1737 30th Street Sacramento, CA 95816 Daniel Hernandez daniel.hernandez.duartea,dot.ca.00v 760-594-2008 $4,119,523.24 06/2019 11-2N0134 Grind and Overlay RHMA, HMA Digouts, and JPCP Bus Pads Public HCC # 18012 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Rte 52 Erosion Repair State of California 1737 30th Street Sacramento, CA 95816 Ray Arinduque, RE ray.arinduque@dot.ca.gov 858-688-1511 $988,350.25 06/2019 11-292804 Installation of Erosion Control Cellular Confinement System HAZARD CONSTRUCTION COMPANY 2019 COMPLETED PROJECTS I 111 HAZARD CONS,R4CIION Public HCC #18013 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Route 98 - Bridge Deck Repair State of California 1737 30th Street Sacramento, CA 95816 Daniel Hernandez daniel.hernandez.duarte@dot.ca.gov 760-355-8666 $68,378.89 02/2019 11-2M0014 Asphalt Grind & Overlay at Bridge Deck Abutment Public HCC #18017 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Alpine Fire Debris Cleanup County of San Diego 5500 Overland Ave., Suite 310, San Diego, CA 92123 John Volpp john.voloonv5.com 619-805-5141 $476,928.80 06/2019 558736 Provide dumpsters for fire debris cleanup Public HCC #18018 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Route 52 HTCB State of California 1737 30th Street Sacramento, CA 95816 Ray Arinduque ray.arinduquedot.ca.qov 858-688-1511 $1,122,417.49 10/2019 11-421204 Procure and Install High Tension Cable Railing Private HCC #18019 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Watermark Office Building 2 Swinerton Builders 16798 West Bernardo Drive, San Diego, CA 92127 Jason Chappell jchappell@swinerton.com 858-376-2822 $217,748.00 05/2019 17054018 Asphalt Parking Lot construction HAZARD CONSTRUCTION COMPANY 2019 COMPLETED PROJECTS Jams 11 HAZARD CONSTRUCTION Public HCC # 18021 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: 2018 Citywide Resurfacing City of La Mesa 8130 Allison Avenue, La Mesa, CA 91942 Michael Kinnard mkinnard@ci.la-mesa.ca.us 619-667-1155 $2,395,121.57 05/2019 19-05 Citywide Street Reconstruction and Paving, including Cement Treatment of Subgrade Public HCC # 18027 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: New Briar Flume Replacement Phase 1 Imperial Irrigation District P.O. Box 937, Imperial, CA 92251 Carmen McPhetrige ccmcphetribeRiid.com 760-791-2064 $2,469,122.36 07/2019 8100002373 / SRFP309 Furnish and Install Twin Steel Pipe Flumes over the All American Canal, including (2) 160' long Steel Truss Bridges, 58" Diameter Steel Pipes, Pile Supported Concrete Abutments Public HCC # 18030 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Route 94/125 Concrete Barrier State of California 1737 30th Street Sacramento, CA 95816 Daron Meehan daronm@petersonchase.com 949-370-4157 $209,149.10 11/2019 11-418004 Grind and Overlay Asphalt Private HCC # 18032 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Mitchell 1 TFW Construction / Development, Inc. 7460 Mission Valley Road, #200, Sa Diego, CA 92108 Justin McKellar justinmckellar@tfwconstruction.com 619-220-4881 619-220-4885 $356,394.61 12/2019 None Parking Lot Paving HAZARD CONSTRUCTION COMPANY 2019 COMPLETED PROJECTS II HAZARD CONSTRUCTION Private HCC # 18034 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Storm Baseball - Parking Lot C Jacobs Investment Company LLC 13974 Boquita Drive, Del Mar, CA 92014 Steve Harrison steveh@thcdm.com 760-473-4139 $982,365.00 05/2019 None Existing Parking Lot Reconstruction, mill/pulverize existing AC and regrade, followed by asphalt paving Private HCC # 19005 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Horton Park Plaza Horton Plaza LLC do Westfield Development Inc. 2049 Century Park East, 41st Floor, Century City, CA 90067 Brady Cahill bradv.cahillurw.com 858-766-8438 $44,965.98 07/2019 20305300 Offsite Improvements for Horton Plaza Park Public HCC # 19007 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: J18 Southend Facility Concrete Slab Imperial Irrigation District PO Box 937, Imperial, CA 92251 Sam Singh (Samuel) sesinghiid.com 760-427-1767 $70,460.00 04/2019 SA 8100002409 Build a 90'x25'x7" Concrete Slab including Earthwork, Form, Pour, Finish Reinforced Concrete Slab Public HCC # 19012 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Twin Peaks Middle & Highland Ranch Elementary Poway Unified School District 15250 Avenue of Science, San Diego, CA 92128 Mike Hatch mhatch(@.powavusd.com 619-993-2140 $425,289.11 10/2019 2019-24B Addendum No. 1 Grind and Overlay Parking Lots and Play Courts HAZARD CONSTRUCTION COMPANY 2019 COMPLETED PROJECTS II mom iN HAZARD (0 ,S'41,[1 .0r, Public HCC #19011 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: New Briar Flume Replacement Phase 2 Imperial Irrigation District P.O. Box 937, Imperial, CA 92251 Carmen McPhetrige ccmcphetrioeeiid.com 760-791-2064 11/2019 81 00002438 Furnish and Install Twin Steel Pipe Flumes over the All American Canal, including (2) 160' long Steel Truss Bridges, 58" Diameter Steel Pipes, Pile Supported Concrete Abutments 2018 COMPLETED PROJECTS MEM / HAZARD CONSTRUCTION Public HCC 412032 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: On Call Airport Pavement Repair San Diego Regional Airport Authority 3225 N Harbor Dr, San Diego, CA 92101 Joseph Fejeran jfejeran@san.org 619-400-2730 or 619-400-2733 619-400-2726 $7,880,725.16 5/31/2018 800313-0B Pavement repair: removal of old pavement and replacing with AC runway pavement surfaces with saw cut grooves Public IICC 412032-500 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: On Call Airport Pavement Repair- VSR West Relocation San Diego Regional Airport Authority 3225 N Harbor Dr, San Diego, CA 92101 Joseph Fejeran jfeieransan.orq 619-400-2730 or 619-400-2733 619-400-2726 $320,216.16 5/31/2018 800313-0B Demolition, excavation, contruct catch basin and storm drain and fog seal over markings if necessary Public HCC #12032-501 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: On Call Airport Pavement Repair- FBO Demolition San Diego Regional Airport Authority 3225 N Harbor Dr, San Diego, CA 92101 Joseph Fejeran jfeieransan.orq 619-400-2730 or 619-400-2733 619-400-2726 $333,723.44 5/31/2018 800313-0B Demolition and remediati on Public HCC # 12032-503 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: On-Call Airport Repair- USO Building Improvements San Diego Regional Airport Authority 3225 N Harbor Dr, San Diego, CA 92101 Joseph Fejeran jfejeran@san.org 619-400-2730 or 619-400-2733 619-400-2726 $255,231.64 9/30/2018 800313 OB Traffic control, electrical demolition, PVC and landscape 201 8 COMPLETED PROJECTS Public FICC t114018 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Dogwood and 1-8 •State of California 1737 30th Street Sacramento, CA 95816 Daniel Hernandez daniel.hernandez.duarteedot.ca.gov. 760-355-8666 619-688-2508 $13,429,659.60 5/31/2018 11-263304 Bridge replacement and modification of intrechange, storm drainage, AC paving, and traffic control Public HCC 415001 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Rte 67 Overlay State of California 1737 30th Street Sacramento, CA 95816 Jason Alsheikh jason.alsheikhadot.ca.uov 858-688-1473 619-688-2508 $11,337,246.12 5/31/2018 11-275504 Cold plane, place RHMA-G, concrete barrier and guardrail Public HCC 4 15013 Project Name: 1-8 at Waring Road Owner: State of California Owner Address: 1737 30th Street Sacramento, CA 95816 Owner Rep.: Dung Q. Tran Email: durna.tran4dot.ca.ciov Phone No.: 858-688-1549 Fax No.: 858-720-2130 Contract Price: $5,436,238.81 Completed: 1/2/2018 Contract No. 11-405504 Scope of Work: Construct cone, shoulders and median barrier and upgrade guardrail Private 1-ICC 415015 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Rolling Hills Country Club Chadmar RSM Partners LP 2716 Ocean Park Blvd. Ste. 1064 Santa Monica CA 90405 Chad Lande chadlandeachadmar.com 310-314-2590 310-314-2592 $46,559,621.88 5/31/2018 N/A Drainage and related water systems, mass excavation, rough grading, erosion control, demolition, backfill, shoring, bracing, soil compaction and dust control, AC paving, PCC and earthwork. 2018 COMPLETED PROJECTS Public 1-ICC # 15019 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Northwest Village Creek Phase 2 Jacobs Center for Neighborhood Innovation 404 Euclid Avenue Mitch Whitson mitch(awhitsoncm.com 858-583-2544 858-487-8355 $4,379,978.33 1/3/2018 N/A Grading and retaining/anchor wall Private 'UGC # 15024 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Civita Park Phases 1 & 4 Quarry Falls LLC 5465 Morehouse Dr., Ste 260 San Diego CA 92121 Matt Adams matt adamsdevcon-cpm com 858-546-3000 / 619-997-9576 (Cell) N/A $1,399,735.30 3-30-2018 AIA Grading, storm drain, PCC curb gutter and sidewalk. Asphalt paving, landscape and irrigation Public HCC #15028 Project Name: UCSD- East Campus Owner: Hensel Phelps Construction Co. Owner Address: 9404 Genesee Ave, Suite 140 La Jolla, CA 92037 Owner Rep.: Bill Welch Email: bwelchehenselphelos.com Phone No.: (619) 717-8650 Fax No.: (858) 450-0285 Contract Price: $1,110,164.00 Completed: 3/30/2018 Contract No. A4L-384 Scope of Work: Hot mix asphalt paving, pavement markings, site clearing, earthwork, grading. Public HCC It 15033 Project Name: I-8 End Treatments Owner: State of California Owner Address: 1737 30th Street Sacramento, CA 95816 Owner Rep.: Rene Figueroa Email: rene figueroa@dotca.gov Phone No.: 858-688-1551 Fax No.: 858-720-2130 Contract Price: 51,511,134.24 Completed: 1/6/2108 Contract No. 11-415404 Scope of Work: Replace bridge end treatments, signs and striping, lighting and loops 2018 COMPLETED PROJECTS Public Project Name: Forrester Road Bridge HCC # 16001 Owner: County of Imperial Owner Address: 155 S. 11th Street El Centro, CA 92243 Owner Rep.: Manuel Ortiz Email: manuelortiz@co.imperial.ca.us Phone No.: 442-265-1818 Fax No.: 442-265-1858 Contract Price: $137,578.74 Completed: 1/7/2018 Contract No. 5959M Scope of Work: Traffic control, partial bridge removal, bar reinforcing, concrete patching and reconstruct metal bridge railing. Public I-ICC 14 16007 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Rte 67 Intersection at Highland Dye State of California 1737 30th Street Sacramento, CA 95816 Rene Figueroa rene.figueroa@dot.ca.gov 858-688-1551 858-720-2130 $4,283,574.62 9/30/2018 11-414904 Widen intersection and cold plane and overly with HMA Public HCC # 16011 Project Name: Owner: Owner Address: Owner Rep.: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Breakwater Offsite Sudberry-Palm Avenue, LLC 5465 Morehouse Drive, Ste 260, San Diego CA 92121 Charles Todd (C00) 858-546-3000 858-546-3009 $3,794,777.97 5/31/2018 N/A Demo, erosion control, grading, sewer, storm drain, dry utility, signal modification, concrete, retaining walls, fencing, asphalt paving, striping, landscape, overlay and misc work. Public HCC # 16018 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Rte 52 Ramps at 1-5 State of California 1737 30th Street Sacramento, CA 95816 Patrick Jenkins patrick.jenkins@dot.ca.gov 619--894-1050 858-720-2130 $728,275.82 1/9/2018 11-419704 Freeway work 2018 COMPLE -ED PROJECTS Public HCC #16023 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: LJTC Westfield IJTC Venture LLC 4545 La Jolla Village Dr, Suite 43 San Diego, CA 92122 Alexander Ardwin alexander.ardwineurw.com 858-775-3817 N/A $1,477,475.00 3/30/2018 CON_0150 Clearing & demo, construction surveying, mass excavation, site utilities, curb & gutter, asphalt concrete, striping & signs, traffic signal modification, erosion control and other misc. work. Public HCC # 16026 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Pave Gore Areas State of California 1737 30th Street, Sacromento CA 95816 Mehrdad Nabizadeh mehrdad.nabizadeh@dot.ca.gov (858) 688-1518 619-688-2508 $1,655,324.64 5/31/2018 11-409704 Excavation, striping, guard rail, erosion control, signs, irrigation, asphalt, lighting, traffic control and misc work Public HCC #17009 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Countywide Sluny County of San Diego 5500 Overland Ave, Suite 320 San Diego, CA 92123 Tod Thomas tod thomassdcounty ca ciov (858)694-3161 (858) 694-3597 $4,574,785.10 3/30/2018 5561000 Removing existing asphalt concrete and replacing it, slurry sean and traffic control. Public HCC #17011 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Scripps Mercy Scripps Health 10140 Campus Point Drive, Ste 210, San Diego, CA 92121 Ted Sheppard (Jacobs) shermard.ted@scriooshealth.orq (858) 678-7080 N/A $330,480.08 3/30/2018 35-17286 Erosion repair, curb & gutter, gravity wall, patch pave and other work 2018 COMPLETED PROJECTS Private HCC # 17013 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Millenia Phase 1 - Street Striping Meridian Building Services 9988 Hibert Street #210, San Diego, CA 92131 Robert Olimon rolimonameridiandevelopment.com 619-520-9560 N/A $53,723.31 9/30/20118 N/A Pavement striping Private FICC # 17017 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Otay Crossings Fencing Kearny PCCP Otay 311 LLC 402 West Broadway, Ste 180 John Bragg jbragg@kearny.com 619-702-8130 N/A $170,834.39 1/10/2018 N/A Fencing, barrier rail and signage Public HCC it 17021 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Brown Field Runway Rehab Phase III City of San Diego 1010 Second Ave., Ste 1400, San Diego, CA 92101 James Botica jboticaasandiecio.gov 619-533-5109 619-453-6034 $5,869,557.20 6/30/2018 K-17-15575-DBB-3 Paving, electrical, erosion control, striping, crack sealing, concrete and other work complete Private HCC # 17030 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: CBX Parking Lots 1 & 2 Otay Tijuana Venture LLC Two North Riverside #600 Chicago, 1L 60606 Steve Harrison stevehOthcdm.com 760-473-4139 N/A $3,800,734.00 6/30/2018 N/A Traffic Control, Surveying, Clearing and Demo, Mass Excavation, Asphalt Concrete, Lighting, Striping, Signage, Landscape, "Irrigation, Erosion Control, Fencing, and other misc. work. 2018 COMPLETED PROJECTS Private HCC 4 17031 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Otay Mesa Marshall Yard Commerce Construction Co. LP 13191 Crossroads Prkwy, 6 Fir, City of Industry, CA 91746 Ali Zare azarecommercelp com 562-699-0453 562-699-4796 $51,365.25 6/30/2018 12946 Asphalt Paving Private Project Name: Senator Wash Rd Repaving HCC # 17035 Owner: Imperial Irrigation District Owner Address: 235 E Barrioni Blvd, Imperial CA 92251-0937 Owner Rep.: David Escobar Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: descobaraiid.com 760-335-3640 760-339-9471 $230,201.20 9/30/2018 8100002278 Pulverize Grade Compact Pave Lay Asphalt, Install 6" PCC Collar Demo and Mobilization Private I ICC 4 17039 Project Name: One Del Mar Owner: C2 Building Group Owner Address: 505 Lomas Santa Fe Drive #200, Solana Beach, CA 92075 Owner Rep.: Jeff Cole Email: jeffec2sd.com Phone No.: 858-967-2387 Fax No.: N/A Contract Price: $54,403.00 Completed: 6/30/2018 Contract No. 17-015 Scope of Work: Asphalt work Public l-1CCfl 18003 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: 3548 Buena Vista Street Emergency City of San Diego 9573 Chesapeake Drive, San Diego, CA 92123 Jeff Cramoline jcramoline@sandiego.gov 619-533-3156 N/A $51,763.80 6/30/2018 K-18-1742-EMR-2 Emergency Project 2017 COMPLETED PROJECTS Public 11CC #17012 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Emergency Culvert Repair Ramona County of San Diego 5560 Overland Avenue, Suite 270 San Diego, CA 92123 Sam Tadros sam.tadrosasdcountv.ca.gov 858-694-3169 858-694-3597 $50,086.64 8/31/17 556707 Emergency Culvert Repair MI HAZARD CONSTRUCT'ON Public HCC #17007 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Emergency Culvert Repair at Vista Vicente Court County of San Diego 5500 Overland Avenue, Suite 320 San Diego, CA 92123 Ian Nguyen Ian Nguyen@sdcounty.ca.CIOV 858-232-1068 Cell N/A $47,284.96 4/30/2017 55617 Emergency Culvert Repair Public HCC 4 17003 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. South Palm Asphalt Rehabilitation City Of BrawIcy 400 Main Street, Brawley, CA 92227 Andy Miramontez amiramontezAbrawley-ca.gov 760-344-5800 760-344-5612 $562,898.85 6/30/17 2016-04 Remove and Replace Concrete Asphalt, Stripes and Signagc, Traffic Scope of Work: Control, Tree Trimming, Water Pollution Control, Ect. Public HCC 4 16030 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: 69th Street Widening New Pointe Communities, Inc. 16880 West Bernardo Drive, Ste 230 San Diego, CA 92127 KCM Group bblackakcmgroup net 858-273-5400 858-273-5455 $393,067.19 07/31/17 N/A Demolition, site preparation, grading, erosion control, storm drain, street subgrading, concrete, AC paving, striping & signage, fencing, landscape, irrigation and other work Page 1 of 6 2017 COMPLETED PROJECTS Saturn Blvd. Improvements Shea Homes 9990 Mesa Rim Rd. #200 San Diego, CA 92121 Greg Ponce greg.ponce@sheahomes.com 858-526-6540 858-320-0438 $317,874.00 09/30/17 28158 HL Traffic control, remove existing signal & electrical box, concrete, Public HCC # 16029 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: paving, traffic signal modification, signage & striping and misc work Public HCC # 16028 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work AREE 10151 Barnes Canyon ARE-SD Region No. 36, LLC do Alexandria Real Estate Equities, Inc. San Diego, CA 9211 DPR Construction/ Zach Tannier zachtdpr corn 858-597-7070 858-597-7001 $91,759.00 09/30/17 D1-A16039-00 Asphalt paving, slurry, re-seal and misc work Public HCC # 16027 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work Aten Road Improvements County of Imperial 155 S. 1 1 th Street El Centro, CA 92243 Martin Phillips/ Cesia Bautista cesiabautista4coco.inveriatca.us 442-265-1818 442-265-1858 $1,234,255.48 01/31/17 5483 AC Overlay Public HCC# 16020 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Breakwater Onsite Improvements Good & Roberts, LLC 2455 Impala Drive Carlsbad, CA 92010 Tina Teppo tteppo@gnrgc.com 760-598-7614 760-893-8811 $306,620.59 09/30/17 1606001 Rough grading, asphalt paving, striping, signs, wheel stops, erosion control and other work Page 2 of 6 2017 COMPLE ED PROJECTS Public HCC # 16014 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: RTE 86 Imperial Caltrans 1727 30th Street, Sacramento, CA 95816 Daniel Hernandez daniel.hernandez.durate@dot.ca.gov 760-355-8666 760-355-0987 $1,727,145.67 04/30/17 1 l-2M9204 Apply asphalt rubber binder seal coat, cold plane and pave with RHMA Public HCC # 16010 Project Name: RTE 111 Rubber Overlay Owner: Caltrans Owner Address: 1727 30th Street, Sacramento, CA 95816 Owner Rep.: Daniel Hernandez Email: danielhernandez.durateedot.ca.gov Phone No.: 760-355-8666 Fax No.: 760-355-0987 Contract Price: $3,021,020.39 Completed: 04/30/17 Contract No. 11-2M8404 Scope of Work: Place RHMA Overlay and Asphalt-Rubber Binder Seal Coat Public HCC # 16009 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work RTE 67 Slaughterhouse State of California 1727 30th Street Sacramento, CA 95816 Gary Levine ciarvievineOdot camov 858-688-1424 760-639-4446 $2,705,970.80 04/30/17 11-414704 High Friction Surface Treatment, Rumble Strips, MGS, Drainage Public HCC # 16008 Project Name: 1-8 at Tavern Owner: State of California Owner Address: 1727 30th Street, Sacramento, CA 95816 Owner Rep.: John Williamson Email: john.w.williamson@dot.ca.gov Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: 858-688-1580 760-639-4446 $4,799,880.31 7/31/17 11A2476 Emergency Replace Drainage System Page 3 of 6 2017 COMPLETED PROJEC S Private HCC # 16006 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: 3010 Briand Ave. Emergency Repair City of San Diego 525 B. Street, MS 908A San Diego, CA 92101 Daniel Lotterrnoser dalottermoserAsandiego.qov 858-573-5011 619-453-6034 $110,134.99 04/30/17 K-16-6695-EMR-2 Fencing, repacement of CMP storm drain, slope restoration Private HCC # 15031 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Central Avenue Mini Park Phase 2 Indemnity Co. of CA c/o RJT Construction, Inc. 1 Park Plaza, Suite 600, Irvine, CA 92614 Rodney Tompins, Jr. or Ashley rodneviraritconstruction.com / ashlevritconstruction.com 949-419-3840 949-419-3839 $583,284.06 06/30/17 N/A Demolition, erosion and sediment control Private HCC # 15030 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Central Avenue Mini Park Phase 1 Indemnity Co. of CA c/o RJT Construction, Inc. 1 Park Plaza, Suite 600, Irvine, CA 92614 Rodney Tompins, Jr. or Ashley rodneyjr@rjtconstruction.com / ashiey@rjtconstruction.com 949-419-3840 949-419-3840 $1,145,758.64 06/30/17 N/A Adjusting Manholes to grade and demolition of PVC storm drain. Public HCC # 15023 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Civita Park Phases 1 & 4 - Public Work Quarry Falls, LLC 5465 Morehouse Dr., Suite 260, San Diego, CA 92121 Matt Adams mattadamsadevcon-cpm.com 619-997-9576 N/A S14,121,631.81 4/29/18 N/A PCC curb, gutter, sidewalk, asphalt paving, landscape and irrigation. Page 4 of 6 2017 COMPLET D PROJECTS Public HCC # 15016 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: AREE - Illumina ReAgent Maunfacturing Shell DPR Construction 5010 Shoreham Place San Diego, CA 92122 Kelly Rocha kellysocha@bnbuilders.com 858-518-4658 / 858-597-7070 858-430-5807 $375,251.00 05/31/17 Dl-A14015-00 AC Paving. Public HCC# 15006 Project Name: Owner: Owner Address: Owner Rep.: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Paseo Del Sur Phase 5 Black Mountain Ranch LLC 16010 Camino Del Sur San Diego, CA 92127 Kurt Bruskotter 858-334-8322 858-618-4911 $1,554,058.54 09/30/17 BMR100-A Traffic Control, Surface Runoff, Storm Water Management, Advanced Vehicular Paving, Asphalt Concrete Grind and 5 inch Overlay, Landscaping, other misc activities. Public HCC # 15003 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Lack Road & Van Der Poel Bridges Rehab County of Imperial 155 South 1 lth Street El Centro, CA 92243 Veronica Atondo veronicaatondoco.imperial.ca.us 760-482-4462 760-352-1272 $331,262.48 03/31/17 5934/5935 Bridge removal, earthwork, and other misc tasks. Public HC # 14022 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: RTE 76 Median Barrier Caltrans 1727 30th Street Sacramento, CA 95816 Gary LeVine aarv.levine@dot.ca.gov 760-639-4430 760-639-4446 S7,655,583.02 05/31/17 11-406604 Install barrier, turn pockets, guardrail and end treatments. Page 5 of 6 2017 COMPLETED PROJECTS Private HCC # 14005 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Carmel Valley Road East Phase 2 Pardee Homes 6025 Edgewood Bend San Diego, CA 92130 Jim Forge jim.torge@pardeehomes.com 858-794-2540 858-794-2548 S4,490,364.35 04/30/17 70771-0L Traffic control, grading and erosion control, retaining wall, storm drain, street improvements, and striping. Public 12032-503 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: T2W USO BBQ Canopy SDCRAA PO BOX 82776 San Diego, CA 92138 Jeronimo Chavez jchaversan orq 619-400-2733 619-400-2726 S255,231.64 04/30/17 800313 1B Traffic control, restore landscape, repair irrigation, construct new enclosure, electrical work and other misc tasks. Public I IC # 15023 Project Name: Owner: Owner Address: Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Civita Park 1 & 4 Public Quarry Falls, LLC 5465 Morehouse Drive, Ste 260 San Diego, CA 92121 Matt Adams matt adams@devcon-cpm com 619-997-9576 858-220-7244 S14,121,631.81 2017 AIA PCC curb, gutter, sidewalk, asphalt paving, landscape and irrigation. Private Project Name: On-Call Airport HC #12032 Owner: SDCRAA Owner Address: PO Box 82776 San Diego, CA 92138 Owner Rep.: Email: Phone No.: Fax No.: Contract Price: Completed: Contract No. Scope of Work: Jeronimo Chavez jchaversan orq 619-980-9864 619-400-2726 S8,870,619.64 2017 800313 OB AC Pavement, Slurry Seal, PCC Pavement Installation, Striping, Traffic Control, and other misc tasks. Page 6 of 6 BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) EL CAMINO REAL BRIDGE IMPROVEMENTS AT CANNON ROAD CONTRACT NO. 6042/6056 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: 2 /- Comprehensive General Liability 13.-- Automobile Liability 65--- Workers Compensation &L-54-A•- 1 Employer's Liability 2)Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of in- surance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1)Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2)Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. ips, tu4Revised 6/12/18 Contract No. 6042/6056 Page 30 of 193 PRODUCER Marsh & McLennan Agency LLC Marsh & McLennan Ins. Agency LLC PO Box 85638 San Diego, CA 92186 INSURED Hazard Construction Company 10529 Vine Street Lakeside, CA 92040 Client#: 431224 HAZARCONST CERTIFICATE OF LIABILITY INSURANCE ACORard DATE (MNVDEVYYYY) 1/20/2021 I THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). CONTACT NAME: PHONE FAX (AM, No, Ext): (A/C, No): E-MAIL ADDRESS: constructioncerts@marshmma.com INSURER(S) AFFORDING COVERAGE INSURER A: Zurich American Insurance Company INSURER B : American Guarantee and Liability Ins Co INSURER C: INSURER D: INSURER E: INSURER F: NAIC # 16535 26247 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR ADDL SUBR TYPE OF INSURANCE INSR WVD POLICY NUMBER POLICY EFF (MM/DDNYYY) POLICY EXP (MMIDDIYYYY) LIMITS A x COMMERCIAL GENERAL LIABILJTY X X GLO1 10081003 03/01/2020 03/01/2021 EACH OCCURRENCE $1,000,000 CLAIMS-MADE I'. OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $100,000 MED EXP (Any one person) $10,000 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY ,, -4 PRO-JECT i LOC PRODUCTS - COMP/OP AGG S2,000,000 OTHER: $ A AUTOMOBILE LIABILITY X X BAP110081103 03/01/2020 03/01/2021 p atta.113calNdEenDtISINGLE LIMIT s1,000,000 X _ ANY AUTO BODILY INJURY (Per person) S OWNED AUTOS ONLY , SCHEDULED AUTOS BODILY INJURY (Per accident) S _ HIRED AUTOS ONLY NON-OWNED AUTOS ONLY PROPERTY DAMAGE (Per accident) S S _ UMBRELLA LIAB X OCCUR SXS011135805 03/01/2020 03/01/2021 EACH OCCURRENCE $2,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $2,000,000 DED I RETENTION $ $ A WORKERS COMPENSATION X AND EMPLOYERS' LABILITY WC824841321 03/01/2020 03/01/2021 X :MUTE OTH. ER ANY PROPRIETORPARTNEFUEXECUTIVE OFFICER/MEMBER EXCLUDED? YIN N /A E.L. EACH ACCIDENT $1,000,000 • (Mandatory In NH) EL. DISEASE - EA EMPLOYEE $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below EL. DISEASE - POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) RE HCC Job #21002 - El Camino Real Bridge Improvements at Cannon Road; CONTRACT NO. 6042/6056. Additional Insured coverage applies to General and Auto Liability for the City of Carlsbad, its officials, employees and volunteers per attached endorsements. Waiver of Subrogation applies per attached endorsements. Coverage is Primary/Non-Contributory per attached endorsements. CERTIFICATE HOLDER CANCELLATION City of Carlsbad/CMWD do EXIGIS Insurance Compliance Services P.O. Box 4668 - ECM #35050 New York, NY 10163-4668 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE CUitzgaiw) ACORD 25 (2016/03) 1 of 1 #S6957207/M4700935 @ 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD WSCMO INSURED: Hazard Construction Company POLICY #: GL0110081003 POLICY PERIOD: 03/01/2020 TO: 03/01/2021 CG 24 04 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part SCHEDULE Name Of Person Or Organization:Any person or organization when you and such person or organization have agreed in writing in a contract, prior to an occurrence that causes "bodily injury", "property damage" or "personal and advertising injury", Information 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 24 04 OS OS Page 1 of 1 INSURED: Hazard Construction Company POLICY 4: GL0110081003 POLICY PERIOD: 03/01/2020 TO: 03/01/2021 COMMERCIAL GENERAL UABILITY CO 26 03 06 09 MS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE umrr The endorsement mode s trowarance pnwhied under the Orstowing. COMMERCIAL GENERAL utAstury COVERAGE PART stntrate Desigriabod Construction Prefeeta): WHERE RECORED BY WRITTEN CONTRACT. ALL LCCAT1ONS Informatics! rentAredto comae* the Sensate, it not awl, ebOlte, witi be shownn the Ceeteretiem A. ter ell ewe which the kneed bedtimes bole otifiestad to dansages ceased by leccts- rertear` under Section — Cameo As end for at isterleal expenses caused by ass:dente under Section! — Coverage C, which can be atbileded only to ongoing operations at a single designated construction project shown in the Schedule denim • 1. A separate Designated Coosbuction Ptoject Genera Aggregate Limit applies to each des- ignated eontillnicbon pealed, eind that emit to equal to the asneuntot the Genera Aggregate Limit Mean in the Dociarattistra, The Designated Comanictien Paled Gene* Aggregate time Is the modes will pay forte sum of ad damages under Coverage A, w- ooer damages because of "badly irtjuni or 'property deluge* Included in the Induce- competed Opetations home, end for filed. expenses under Coverage C regardtess of la number Ot a, Insure* b. Caine made alone broWit or .Persorte or agenizabone =Meg clans or bdosin9 3.Any payments made under Comma domes or under Carmine C for masa emerisee at reduce the °migrated Oen. etzttelkati Project General Aggnegate Limit for that designated construction pealed. Such payments shag not reduce the Genera Ag- gregate Limit Mimi in the. Dederations nor shen they seduce toy other DetAgested Con- *Arecibo Project General Aogregate Lientt for any other designated coratuction project shown in the Saadi* above 4.The Witt shown in the Ded-aratione for Emit OcousTmee, Damage To Poerrities Rented To You and Medical PAPE*. hohlitide to nlYPEY. However, Wand of be ZUVOCA to Vie General Aggregate Unit shown in the Dods, raVorie, each tints wit he su'boot to the ova- cable Designated Constrection Preset Gen- eral Aggregate Limit_ 03 at 01MM:eat:Ca Oft%na 2068 Page 1 of 2 0 13, For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section 1— Coverage A, and for all medical expenses caused by accidents under Section I — Coverage C, which cannot be attrib- uted only to ongoing operations at a single des- ignated construction project shown in the Sched- ule above: 1.Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-completed Operations Aggregate Limit, whichever is applicable; and 2.Such payments shall not reduce any Desig- nated Construction Project General Aggre- gate Limit. C.When coverage for liability arising out of the "products-completed operations hazard" is pro- vided, any payments for damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard" will reduce the Products-completed Operations Ag- gregate Limit, and not reduce the General Ag- gregate Limit nor the Designated Construction Project General Aggregate Limit D.If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contract- ing parties deviate from plans, blueprints, de- signs, specifications or timetables, the project will still be deemed to be the same construction pro- ject. E.The provisions of Section III — Limits Of Insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 @ Insurance Services Office, Inc., 2008 CG 25 03 05 09 1:1 INSURED: Hazard Construction Company POLICY#: BAP110081103 POLICY PERIOD: 03/01/2020 TO: 03/01/2021 Coverage Extension Endorsement ZURICH THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who Is An Insured 1. The following is added to the Who Is An Insured Provision in Section II — Covered Autos Liability Coverage: The following are also "insureds": a.Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. Any "employee" of yours is also an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. b.Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. c.Anyone else who furnishes an "auto" referenced in Paragraphs A.1.a. and A.1.b. in this endorsement. d.Where and to the extent permitted by law, any person(s) or organization(s) where required by written contract or written agreement with you executed prior to any "accident", including those person(s) or organization(s) directing your work pursuant to such written contract or written agreement with you, provided the "accident" arises out of operations governed by such contract or agreement and only up to the limits required in the written contract or written agreement, or the Limits of Insurance shown in the Declarations, whichever is less. 2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance — Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form: Coverage for any person(s) or organization(s), where required by written contract or written agreement with you executed prior to any "accident", will apply on a primary and non-contributory basis and any insurance maintained by the additional "insured" will apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form. B. Amendment — Supplementary Payments Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section II — Covered Autos Liability Coverage are replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. U-CA-424-F CW (04-14) Page 1 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section II — Covered Autos Liability Coverage does not apply. D. Driver Safety Program Liability and Physical Damage Coverage 1.The following is added to the Racing Exclusion in Section II — Covered Autos Liability Coverage: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. 2.The following is added to Paragraph 2. in the Exclusions of Section III — Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b. in the Exclusions of Section IV — Physical Damage Coverage of the Motor Carrier Coverage Form: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease Or Loan Gap Coverage In the event of a total "loss" to a covered "auto", we will pay any unpaid amount due on the lease or loan for a covered "auto", less: a.Any amount paid under the Physical Damage Coverage Section of the Coverage Form; and b.Any: (1)Overdue lease or loan payments at the time of the "loss"; (2)Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3)Security deposits not returned by the lessor; (4)Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease; and (5)Carry-over balances from previous leases or loans. F. Towing and Labor Paragraph A.2. of the Physical Damage Coverage Section is replaced by the following: We will pay up to $75 for towing and labor costs incurred each time a covered "auto" of the private passenger type is disabled. However, the labor must be performed at the place of disablement. G. Extended Glass Coverage The following is added to Paragraph A.3.a. of the Physical Damage Coverage Section: If glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass repaired rather than replaced. H. Hired Auto Physical Damage — Increased Loss of Use Expenses The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage Section is replaced by the following: Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expenses if caused by: U-CA-424-F CW (04-14) Page 2 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (1)Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; (2)Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (3)Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is $100 per day, to a maximum of $3000. I. Personal Effects Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Personal Effects Coverage a. We will pay up to $750 for "loss" to personal effects which are: (1)Personal property owned by an "insured"; and (2)In or on a covered "auto". b. Subject to Paragraph a. above, the amount to be paid for "loss" to personal effects will be based on the lesser of: (1)The reasonable cost to replace; or (2)The actual cash value. c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto". No deductible applies to this coverage. However, we will not pay for "loss" to personal effects of any of the following: (1)Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2)Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches, precious or semi-precious stones. (3)Paintings, statuary and other works of art. (4)Contraband or property in the course of illegal transportation or trade. (5)Tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same "loss". J. Tapes, Records and Discs Coverage 1.The Exclusion in Paragraph 6.4.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.2.c. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply. 2.The following is added to Paragraph 1.a. Comprehensive Coverage under the Coverage Provision of the Physical Damage Coverage Section: We will pay for "loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (a)Are the property of an "insured"; and (b)Are in a covered "auto" at the time of "loss". The most we will pay for such "loss" to tapes, records, discs or other similar devices is $500. The Physical Damage Coverage Deductible Provision does not apply to such "loss". U-CA-424-F CW (04-14) Page 3 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. K. Airbag Coverage The Exclusion in Paragraph B.3.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.4.a. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles The following is added to the Deductible Provision of the Physical Damage Coverage Section: If an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you by us, the following applies for each covered "auto" on a per vehicle basis: 1.If the deductible on this policy or Coverage Form is the smaller (or smallest) deductible, it will be waived; or 2.If the deductible on this policy or Coverage Form is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller (or smallest) deductible. M. Physical Damage — Comprehensive Coverage — Deductible The following is added to the Deductible Provision of the Physical Damage Coverage Section: Regardless of the number of covered "autos" damaged or stolen, the maximum deductible that will be applied to Comprehensive Coverage for all "loss" from any one cause is $5,000 or the deductible shown in the Declarations, whichever is greater. N. Temporary Substitute Autos — Physical Damage 1. The following is added to Section I — Covered Autos: Temporary Substitute Autos — Physical Damage If Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos", the following types of vehicles are also covered "autos" for Physical Damage Coverage: Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered "auto" you do own but is out of service because of its: 1.Breakdown; 2.Repair; 3.Servicing; 4."Loss"; or 5.Destruction. 2. The following is added to the Paragraph A. Coverage Provision of the Physical Damage Coverage Section: Temporary Substitute Autos — Physical Damage We will pay the owner for "loss" to the temporary substitute "auto" unless the "loss" results from fraudulent acts or omissions on your part. If we make any payment to the owner, we will obtain the owner's rights against any other •party. The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it replaces. 0. Amended Duties In The Event Of Accident, Claim, Suit Or Loss Paragraph a. of the Duties In The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following: a. In the event of "accident", claim, "suit" or "loss", you must give us or our authorized representative prompt notice of the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or "loss" is known to you (if you are an individual), a partner (if you are a partnership), a member (if you are a limited liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any U-CA-424-F CW (04-14) Page 4 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. agent, servant or employee of the "insured" to notify us of any "accident", claim, "suit" or "loss" shall not invalidate the insurance afforded by this policy. Include, as soon as practicable: (1)How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or "suit" including, but not limited to, the date and details of such claim or "suit"; (2)The "insured's" name and address; and (3)To the extent possible, the names and addresses of any injured persons and witnesses. If you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. P. Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by such contract. This waiver only applies to the person or organization designated in the contract. Q. Employee Hired Autos — Physical Damage Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance — Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: (1)Any covered "auto" you lease, hire, rent or borrow; and (2)Any covered "auto" hired or rented under a written contract or written agreement entered into by an "employee" or elected or appointed official with your permission while being operated within the course and scope of that "employee's" employment by you or that elected or appointed official's duties as respect their obligations to you. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". R. Unintentional Failure to Disclose Hazards The following is added to the Concealment, Misrepresentation Or Fraud Condition: However, we will not deny coverage under this Coverage Form if you unintentionally: (1)Fail to disclose any hazards existing at the inception date of this Coverage Form; or (2)Make an error, omission, improper description of "autos" or other misstatement of information. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. S. Hired Auto — World Wide Coverage Paragraph 7a.(5) of the Policy Period, Coverage Territory Condition is replaced by the following: (5) Anywhere in the world if a covered "auto" is leased, hired, rented or borrowed for a period of 60 days or less, T. Bodily Injury Redefined The definition of "bodily injury" in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. U-CA-424-F CW (04-14) Page 5 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. U.Expected Or Intended Injury The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section II — Covered Auto Liability Coverage is replaced by the following: Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the "insured". This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. V.Physical Damage — Additional Temporary Transportation Expense Coverage Paragraph A.4.a. of Section III — Physical Damage Coverage is replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to $50 per day to a maximum of $1,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". W.Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The following is added to Paragraph A. Coverage of the Physical Damage Coverage Section: In the event of a total "loss" to a covered "auto" of the private passenger type that is replaced with a hybrid "auto" or "auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10% of the cost of the replacement "auto", excluding tax, title, license, other fees and any aftermarket vehicle upgrades, up to a maximum of $2500. The covered "auto" must be replaced by a hybrid "auto" or an "auto" powered by an alternative fuel source within 60 calendar days of the payment of the "loss" and evidenced by a bill of sale or new vehicle lease agreement. To qualify as a hybrid "auto", the "auto" must be powered by a conventional gasoline engine and another source of propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by biofuel, gasoline or diesel fuel or any blend thereof is not an "auto" powered by an alternative fuel source. X.Return of Stolen Automobile The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section: If a covered "auto" is stolen and recovered, we will pay the cost of transport to return the "auto" to you. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. All other terms, conditions, provisions and exclusions of this policy remain the same. U-CA-424-F CW (04-14) Page 6 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. INSURED: Hazard Construction Company POLICY #: GL0110081003 POLICY PERIOD: 03/01/2020 TO: 03/01/2021 Other Insurance Amendment - Primary And Non-Contributory ZURICH THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Address (including ZIP Code): Hazard Construction Company 10529 Vine Street Lakeside, CA 92040 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part 1. The following paragraph is added to the Other Insurance Condition of Section IV - Commercial General Liability Conditions: This insurance is primary insurance to and will not seek contribution from any other insurance available to an additional insured under this policy provided that: a.The additional insured is a Named Insured under such other insurance; and b.You are required by a written contract or written agreement that this insurance would be primary and would not seek contribution from any any other insuranceavailable to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV - Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. All other terms and conditions of this policy remain unchanged. Includes copyrighted material of Insurance Services Office, Inc. with its permission. U-01,1327-8 CW (04/13) Page 1 of 1 INSURED: Hazard Construction Company POLICY#: GL0110081003 POLICY PERIOD: 03/01/2020 TO: 03/01/2021 Additional Insured — Owners, Lessees Or Contractors — ZURICH Ongoing Operations — Scheduled THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part SCHEDULE Name of Person or Organization: Location and Description of Ongoing Operations: Additional Premium: Any person or organization, other than an architect, engineer or surveyor, whom you Any Location or project, other than a wrap-up or other consolidated insurance INCLUDED are required to add as an additional program location or project for which insured under this policy under a written insurance is otherwise separately provided contract or written agreement executed to you by a wrap-up or other consolidated prior to loss, except where such requirement is prohibited by law and where that contract specifically requires the ISO CG2010 10/2001 edition form or the equivalent of same. insurance program. A.Section ll — Who Is An Insured is amended to include as an insured any person or organization shown in the Schedule of this endorsement, but only with respect to liability arising out of your ongoing operations performed for that insured at or from the corresponding location designated and described in the Schedule. However, if you have entered into a construction contract with an additional insured person or organization shown in the Schedule of this endorsement, the insurance afforded to such additional insured only applies to the extent permitted by law. B.With respect to the insurance afforded to any additional insured shown in the Schedule of this endorsement, the following additional exclusion applies: 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 site 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. All other terms and conditions of this policy remain unchanged. Ll-GL-1465-0 CW (12-13) Page 1 of 1 Includes copyrighted material of Insurance Services Office. Inc., with its permission. INSURED: Hazard Construction Company POLICY#: GL0110081003 POLICY PERIOD: 03/01/2020 TO: 03/01/2021 Additional Insured — Owners, Lessees Or Contractors — ZURICH Completed Operations — Scheduled THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part SCHEDULE Name of Person or Organization: Location and Description of Completed Operations: Additional Premium: Any person or organization, other than an architect, engineer or surveyor, whom you Any Location or project, other than a wrap-up or other consolidated Insurance INCLUDED are required to add as an additional program location or project for which insured under this policy under a written insurance Is otherwise separately provided contract or written agreement executed to you by a wrap-up or other consolidated prior to loss, except where such requirement is prohibited by law and where that contract specifically requires the ISO CG2037 10/2001 edition form or the equivalent of same. insurance program. Section II — Who Is An Insured is amended to include as an insured any person or organization shown in the Schedule of this endorsement, but only with respect to liability arising out of "your work" at or from the corresponding location designated and described in the Schedule performed for that insured and included in the "products-completed operations hazard". However, if you have entered into a construction contract with an additional insured person or organization shown in the Schedule of this endorsement, the insurance afforded to such additional insured only applies to the extent permitted by law. All other terms and conditions of this policy remain unchanged. U-GL-1466-D CW (12-13) Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. INSURED: Hazard Construction Company POLICY #: WC824841321 POLICY PERIOD: 03/01/2020 TO 03/01/2021 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT 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 ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. Endorsement No. Insured Insurance Company WC 00 03 13 (Ed. 4-84) Countersigned By Premium $ Copyright 1983 National Council on Compensation Insurance BY CONTRACT frIAZAR RUCTION COMPANY ame off ontractor) By: (sign here JAS MORDHORST, PRESIDENT BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) EL CAMINO REAL BRIDGE IMPROVEMENTS AT CANNON ROAD CONTRACT NO. 6042/6056 1)Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? yes no 2)If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debar- ments. 1.1 party de arred agency period of debarment period of debarment (print name/title) Page 1 of 1 pages of this Re Debarment form TIM* Revised 6/12/18 Contract No. 6042/6056 Page 31 of 193 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) EL CAMINO REAL BRIDGE IMPROVEMENTS AT CANNON ROAD CONTRACT NO. 6042/6056 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1)Have you ever had your contractor's license suspended or revoked by the California Contrac- tors' State license Board two or more times within an eight year period? t . no 2)Has the suspension or revocation of your contractor's license ever been stayed? NIA 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? tr . yes no 4)Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? yes 5)If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. yes yes no (Ifneeded attach additional sheets to provide full disclosure.) Page 1 of 2—' pages of this Disclosure of Discipline form iv t 1 Ow Revised 6/12/18 Contract No. 6042/6056 Page 32 of 193 (If needed attach additional sheets to provide full disclosure.) BY CONTRACTO NAZAR UCT1ON COMPANY e of Co ractor) By: (sign here) JASON IVIORDHORST, PRESIDENT (print na e/title) BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) EL CAMINO REAL BRIDGE IMPROVEMENTS AT CANNON ROAD CONTRACT NO. 6042/6056 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. Page 2—, of 2-- pages of this Disclosure of Discipline form t Revised 6/12/18 Contract No. 6042/6056 Page 33 of 193 I declare under pe true and corre 202.0 at rjury under the laws of the State of California that the foregoing is is declaratio.n is executed on Nib • 75 Signature of Bidder AASONk MOT ASTI, PRESIDENT NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 EL CAMINO REAL BRIDGE IMPROVEMENTS AT CANNON ROAD CONTRACT NO. 6042/6056 The undersigned declares: I am the 26,4 , the party making the foregoing bid. e...6tA c-tiert, The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, com- pany, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partner- ship, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby repre- sents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. os, *"Revised 6/12/18 Contract No. 6042/6056 Page 34 of 193 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego Subscribed and sworn to (or affirmed) before me on this 25 day of November , 20 20 , by _Jason A. Mordhorst proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. APRYLE BRIEDE Notary Public - California z =vs San Diego County Commission 0 2246886 My Comm, Expires Jul 17, 2022 (Seal) CONTRACT PUBLIC WORKS This agreement is made this __16th_ day of _____February_____ , 2021, by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Hazard Construction Company whose principal place of business is 10529 Vine Street, Lakeside, CA 92040 (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 BRIDGE IMPROVEMENTS AT CANNON ROAD CONTRACT NO. 6042/6056 (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 InvitingBids, Contractor's Proposal, Bidder's Bond, Noncollusion Declaration, Designation of Subcontrac­tors, Technical Ability and Experience, Bidder's Statement Re Debarment, Escrow Agreement,Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plansand 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 theproject; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contrac­tor's expense to 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 compli­ance. 4.Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisionssection of this contract. The Engineer will close the estimate of work completed for progress pay­ments on the last working day of each month. The City shall withhold retention as required byPublic Contract Code Section 9203. 5.Independent Investigation. Contractor has made an independent investigation of thejobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress ofthe work and is aware of those conditions. The Contract price includes payment for all work that l' • .,, Revised 6/12/18 Contract No. 6042/6056 Page 35 of 193 may be done by Contractor, whether anticipated or not, in order to overcome underground condi- tions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A.Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. B.Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C.Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inher- ent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the require- ments of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligi- bility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. Contractor shall comply with Cali- fornia Labor Code, section 1776, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. t at Revised 6/12/18 Contract No. 6042/6056 Page 36 of 193 9.Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. De- fense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10.Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in City Council Policy # 70. (A) Coverages and Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a.Commercial General Liability (CGL) Insurance: Insurance written on an "occurrence" ba- sis, including products-completed operations, personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b.Business Automobile Liability Insurance: $2,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. c.Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. ift, t j MI- Revised 6/12/18 Contract No. 6042/6056 Page 37 of 193 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. b.The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c.Any failure to comply with reporting provisions of the policies shall not affect coverage pro- vided to the City, its officials, employees or volunteers. d.Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C)Notice of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in cov- erage or limits except after ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D)Deductibles and Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E)Waiver of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F)Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for sub- contractors shall be subject to all of the requirements stated herein. (G)Acceptability of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy # 70. (H)Verification of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorse- ments for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. •Me tarS —r- Revised 6/12/18 Contract No. 6042/6056 Page 38 of 193 (I) Cost of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractors bid. 11. Claims and Lawsuits. All claims by Contractor shall be resolved in accordance with Public Contract Code section 9204, which is incorporated by reference. A copy of Section 9204 is in- cluded in Section 3 of the General Provisions. In addition, all claims by Contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by ref- erence. A copy of Article 1.5 is included in Section 3 of the General Provisions. In the event of a conflict between Section 9204 and Article 1.5, Section 9204 shall apply. Notwithstanding the pro- visions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A)Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in antici- pation of litigation or in conjunction with litigation. (B)False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C)Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate igno- rance of the false information or in reckless disregard of the truth or falsity of the information. (D)Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E)Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F)Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G)Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H)Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 11 abov i n it 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's prin- cipal place of business as specified above, Contractor shall so inform the City by certified letter 40S" Revised 6/12/18 Contract No. 6042/6056 Page 39 of 193 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. 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. /// /// /// /// /// /// /// III Revised 6/12/18 Contract No. 6042/6056 Page 40 of 193 By: Matt Hall, Mayor By: (sign he CELIA BREWER City Attorn CY' By: A sistant City Attorney 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 Lb-cg.... A-tke„ ()Ls...A (CORPORATE SEAL) CONTRACTO HAZA TRUCTION COMPANY ( By: (sign here) osn A. mnpnwrsT. PRESIDEN1 (print name and title) CITY OF CARLSBAD a municipal corporation of the State of California ATTEST: cOmcDompuf Barbara Engleson, City P fleir:( (na _of Contractor) W.S. ROGERS, EXEC. VP / ASST. SW. (print name and title) President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: ta r. -r" Revised 6/12/18 Contract No. 6042/6056 Page 41 of 193 Secretary's Certificate Hazard Construction Company The undersigned, Emmanuel C. Gavino, Secretary of Hazard Construction Company, a California Corporation, (the "Corporation"), does hereby certify that the following are true and complete resolutions which were unanimously adopted at the annual meeting of the Board of Directors of the Corporation on the sixth day of April 2020, and that such resolutions have not been amended or modified and continue to be in full force and effect as of the sixth day of April 2020: RESOLVED, that the Corporation execute and deliver certain contracts in the form required. FURTHER RESOLVED, that the President, or the Executive Vice President, or in their absence, the Vice President, or in their absence, the Secretary/Chief Financial Officer, be and hereby is authorized and empowered in the name and on behalf of this Corporation to execute contracts and to deliver the contracts on behalf of the Corporation and to do and perform all acts and things which he deems to be necessary or appropriate to carry out the terms of the contracts, including, but not limited to executing and delivering all agreements and documents contemplated by the contracts. FURTHER RESOLVED, In the absences of the stated officers of the Corporation, that the Assistant Vice Presidents, be and hereby is authorized and empowered in the name and behalf of this Corporation to perform the same acts stated herein, but not to exceed $1,000,000 in value for their appropriate areas of responsibilities. In witness whereof, I have hereunder set my hand as Secretary of the above Corporation this sixth day of April 2020. i - -- Secretaiy CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. State of California County of San Diego On January 26, 2021 before me, Apryle Briede, Notary Public Date NAME, iTri,E OF OFFICFR E.O. AJANE DO?., NOTARY PUBLIC personally appeared Jason A. Mordhorst NAME(S) OF SIGN ER(S) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies) and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under 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. (4gTAR BLICI5A—.414. 44111 ATURE (SEAL) Of APRYLE BRIEDE Notary Public - California San Diego County _ Commission # 22468E6 My Comm. Expires Jul 17, 2022 APRYLE BRIEDE Notary Public - California San Diego County Commission it 2246886 My Comm. Expires Jul 17, 2022 (SEAL) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. State of California County of San Diego On January 26, 2021 before me, Apryle M. Briede, Notary Public Date NAME, TITLE OF OFFICER - E.G. ATANE DOE, NOTARY PUBLIC personally appeared W. S. Rogers NAME(S) OF SIGNER(S) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ie-s) and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under 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. '.4 .4( ..(e A 0 ' A Pt SIGNATURE Bond Number: 7901040778 Premium Included LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to Hazrad Construction Company (hereinafter designated as the "Principal"), a Contract for: EL CAMINO REAL BRIDGE IMPROVEMENTS AT CANNON ROAD CONTRACT NO. 6042/6056 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, Hazard Construction Company, as Principal, (hereinafter designated as the "Contractor"), and Nationwide Mutual Insurance Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of one million eight hundred nineteen thousand nine hundred eighty-eight Dollars ($1,819,988), 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 Carls- bad, 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. Revised 6/12/18 Contract No. 6042/6056 Page 42 of 193 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. SIGNED AND SEALED, this 13th day of January , 20 21 Hazard ConStruction Company (SEAL) Nationwide Mutual Insurance Company (SEAL) (Surety) (Princ.iPal) -- / By: By: :(Signature) (-(Signature) Jaso,c, A. Mordhorst, President Kyle King, Attorney-in-fact (Print Name & Title) (Print Name & Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY - ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CELIA A. BREWER City AttO ey By: / Assistant 0y Attorney Revised 6/12/18 Contract No. 6042/6056 Page 43 of 193 Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation hereinafter referred to severally as the "Company" and collectively as "the Companies" does hereby make, constitute and appoint: BILL BODENSTADT, HANNAH MCGARVEY, KIM ACEVEDO, KYLE KING, TRAVIS PEARSON each in their individual capacity, its true and lawful attorney-in-fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of UNLIMITED and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attorneys-in-fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or authority; provided, however, that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company." "RESOLVED FURTHER, that such attorneys-in-fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of its officer the 2ri day of February, 2019. Antonio C. Albanese, Vice President of Nationwide Mutual Insurance Company wait 14 ArTek" Iry AS, ef SEAL .1 ..... ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF NEW YORK: ss On this 27th day of February, 2019, before me came the above-named officer for the Company aforesaid, to me personally known to be the officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposes and says, that he is the officer of the Company aforesaid, that the seal affixed hereto is the corporate seal of said Company, and the said corporate seal and his signature were duly affixed and subscribed to said instrument by the authority and direction of said Company. Suzanne C. Oello Notary Public, State of New York No. 020E6126649 Qualified in Westchester County Cornrrosslon Expires September 16. 2021 NOlary Msbk My Comrninittn MOM% September 16. 2021 CERTIFICATE I, Laura B. Guy. Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Antonio C. Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company, and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors; and the foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of Said Company this _ 13th day of January , 2021 eu44.6t. G-ti* Assistant Secretary BDJ 1(02-19)00 (Seal) WITNESS my hand and official seal. Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California San Diego County of .),L\ '2o 2'l On Roslynn Flores, Notary Public 3 ckv\ s before me, (insert name and title of the officer) personally appeared Kyle King who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ROSIYNN FLORES Notary Public - California San Diego County Commission 2284397 My Comm. Expires Apr 5, 2023 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. State of California County of San Diego On January 26, 2021 before me, Apryle Briede, Notary Public Date NAME, TITLE OF OFFICER - E.O. AJANE DOE, NOTARY PUBLIC personally appeared Jason A. Mordhorst NAME(S) OF SIGNER(S) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/arc subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies) and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under 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. 4N ,..,...d.„.., (SEAL) a Y PUB C SIGNATURE APRYLE BRIEDE Notary Pubiic California San Diego County Commission ft 2246886 My Comm. Expires Jul 17, 2022 Bond Number: 7901040778 Premium: $14,560.00 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to Hazard Construction Company, (hereinafter designated as the "Principal"), a Contract for: EL CAMINO REAL BRIDGE IMPROVEMENTS AT CANNON ROAD CONTRACT NO. 6042/6056 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, Hazard Construction Company, as Principal, (hereinafter designated as the "Contractor"), and Nationwide Mutual Insurance Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of one million eight hundred nineteen thousand nine hundred eighty-eight Dollars ($1,819,988), 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 Carls- bad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. AIM t Ur- Revised 6/12/18 Contract No. 6042/6056 Page 44 of 193 Hazard CiTt Corn (SEAL) Nationwide Mutual Insurance Company (SEAL) (Surety) By: (Signature) Jason A. Mordhorst, President Kyle King, Attorney-in-fact CELIA A. BREWER City Attorn By: 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. SIGNED AND SEALED, this 13th day of January , 20 21 (Print Name & Title) (Print Name & Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY — ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: Assistant City Attorney tat. Revised 6/12/18 Contract No. 6042/6056 Page 45 of 193 Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation hereinafter referred to severally as the "Company" and collectively as "the Companies" does hereby make, constitute and appoint: BILL BODENSTADT, HANNAH MCGARVEY, KIM ACEVEDO, KYLE KING, TRAVIS PEARSON each in their individual capacity, its true and lawful attorney-in-fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of UNLIMITED and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attorneys-in-fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or authority; provided, however, that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company." "RESOLVED FURTHER, that such attorneys-in-fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of its officer the 270 day of February. 2019. Antonio C. Albanese, Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF NEW YORK: ss On this 27th day of February, 2019 before me came the above-named officer for the Company aforesaid, to me personally known to be the officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposes and says, that he is the officer of the Company aforesaid, that the seal affixed hereto is the corporate seal of said Company, and the said corporate seal and his signature were duly affixed and subscribed to said instrument by the authority and direction of said Company. Suzanne C. Del* Notary Public, State of New York No. 020E6126649 Qualified in Westchester County Commission Expires September 16,2021 Notary Pubtic my Commission Expires September 16, 7021 CERTIFICATE I. Laura B. Guy, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Antonio C. Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company, and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors; and the foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF, I hav,e hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of said Company this _ 13th day of January , 2021 etu4.6Le Assistant Secretary BDJ 1(02-19)00 WITNESS my hand and official seal. Signature (Seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California S County of an Diego 2 02 t On )o.vxvo.,--,..\ 1 3 before me, Roslynn Flores, Notary Public (insert name and title of the officer) personally appeared Kyle King who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ROSLYNN FLORES Notary Public - California z San Diego CoLnty Commission # 2284397 My Comm. Expires Apr 5, 2023 APRYLE BRIEDE Notary Public - California San Diego County Commission # 2246886 My Comm. Expires Jut 17, 2022 (SEAL) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. State of California County of San Diego On January 26, 2021 before me, Apryle Briede, Notary Public Datc NAME, TITLE OF OFFICER - E.G. AJANE DOE, NOTARY PUBLIC personally appeared Jason A. Mordhorst NAME(S) OF SIGNER(S) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/afe subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies) and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under 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. 4 ° NOThPIffiLC IGNATURF. OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the CiW of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, heiyi after called "City" and whose address is hereinafter called "Contractor" and whose hereinafter called "Escrow Agent." For the consideration hereinafter set forth, theçify nlctor and Escrow Agent agree as fol- lows: 1.Pursuant to section 22300 of the Public COntract code of the State of California, the Contrac- tor has the option to deposit securities with the Escr w Agent as a substitute for retention earnings required to be withheld by the City pursuant to tIxe Construction Contract entered into between the City and Contractor for EL CAMINO REAL BRIDGE IMPROVEMENTS AT CANNON ROAD CONTRACT NO. 6042/6056 in the amount of dated (hereinafter referred to as the "Contract"). Alternatively, ofi written request of the Contractor, the City shall make pay- ments of the retention earnings di ctly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Co ract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The mark value of the securities at the time of the substitution shall be a least equal to the cash amou t then required to be withheld as retention under the terms of the contract between the City d Contractor. Securities shall be held in the name of the City and shall designate the Contr tor as the beneficial owner. 2.The City shall ma progress payments to the Contractor for such funds which otherwise would be withheld fr progress payments pursuant to the Contract provisions, provided that the Escrow Agent hold securities in the form and amount specified above. 3.When the C. y makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall ho)ô them for the benefit of the Contractor until such time as the escrow created under this contrac s terminated. The Contractor may direct the investment of the payments into secu- rities. All t9tms and conditions of this agreement and the rights and responsibilities of the parties shall be/qually applicable and binding when the City pays the Escrow Agent directly. 4.The Contractor shall be responsible for paying all fees for the expenses incurred by the Es- crow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5.The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. 417, toORevised 6/12/18 Contract No. 6042/6056 Page 46 of 193 address is 6.Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Con- tractor. 7.The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the d ult, the Escrow Agent shall immediately convert the securities to cash and shall distribute th cash as instructed by the City. 8.Upon receipt of written notification from the City certifying that the ontract is final and com- plete and that the Contractor has complied with all requirements and rocedures applicable to the Contract, the Escrow Agent shall release to Contractor all securit s and interest on deposit less escrow fees and charges of the Escrow Account. The escrow all be closed immediately upon disbursement of all moneys and securities on deposit and pa ents of fees and charges. 9.The Escrow Agent shall rely on the written notification from the City and the Contractor pur- suant to sections (1) to (8), inclusive, of this agreemen and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, onversion and disbursement of the secu- rities and interest as set forth above. 10.The names of the persons who are authori d to give written notices or to receive written notice on behalf of the City and on behalf of ontractor in connection with the foregoing, and exemplars of their respective signature ar follows: Title FINANCE DIRECTOR Name Signature Address 1635 Faraday Avenue, Carlsbad, CA 92008 Title Name For Escrow Age Signature Address Title Name Signature Address At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. tjw4 —r- Revised 6/12/18 Contract No. 6042/6056 Page 47 of 193 For City: For Contractor: Title Name Signature Addres \k'S Tie Name For Contractor: For Escrow Agent: IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. / For City: Title MAYOR Name Signature Address 1200 Carlsbad Vill àe Drive Carlsbad CA 92008 Signature Address f jw. Urr Revised 6/12/18 Contract No. 6042/6056 Page 48 of 193 City of Carlsbad Addenda Acknowledgements for Project El Camino Real Bridge Improvements at Cannon Road (PWS21-1272TRAN) Issued on 10/08/2020 Bid Due on December 08, 2020 11:00 AM (PST) Exported on 02/09/2021 Vendor Name 1 2 3 AB FENCE COMPANY, INC. no no no Ace Electric Inc yes no no ACLCONSTRUCTION CO., INC. no no no Advanced Drainage Systems no no no AGC OF SAN DIEGO yes yes yes AirX Utility Surveyors, Inc. no no no Alfaro Communications Construction,Inc yes no no All American Asphalt no no no Alvarez And Shaw, Inc. yes yes yes American Hydroseed no no no ARC Engineers Inc. no no no AToM Engineering Construction Inc. yes yes yes Austin Enterprise no no no AZ Construction Inc DBA Ace Fence Company no no no Baker Electric no no no Beador Construction Company, Inc. yes yes yes BidAmerica yes no no Blue Pacific Engineering & Construction yes yes yes Bravo Sign & Design, Inc. no no no C.S. Legacy Construction, Inc no no no California Professional Engineering, Inc. no no no Calmex Engineering Inc no no no CCC no no no Certified Coatings Company no no no Contech Engineered Solutions no no no Contera Construction Corporation no no no Crest Equipment Inc no no no •i4C4.44•44•4.4,4,11,,S4. 4.4.441.4.4gorgeg,.. • • vfpgg agt. St. .g' 4,4g • `1.11,-", CTE inc. no no no Dick Miller Inc. no no no Diverscape, Inc. no no no DMC Enterprises no no no Doty Bros Equipment company no no no Elecnor BeIco Electric, Inc. no no no Environmental Science Asssociates no no no FEC Future Contractors and Engineers Inc yes yes yes Fencecorp, inc. no no no Fordyce Construction, Inc. no no no Fortte Construction, Inc. no no no Foundation Pile no no no frank and son paving inc. no no no Granite Construction Company yes yes yes Greenfield Fence, Inc. no no no Hanson Aggregates Pacific Southwest LLC.DBA ATP General Engineering Contractors no no no Hardy & Harper, Inc no no no Hazard Construction Company yes yes yes HYM Engineering, Inc yes yes yes Integrity Rebar Placers yes no no Kie-Con no no no L C Paving & Sealing, Inc. no no no L. Johnson Construction, Inc. no no no LANDMARK CONSULTING no no no LB Civil Construction yes yes no Legacy Reinforcing Steel LLC no no no Lekos Electric, Inc. yes yes yes LNR Engineering & Construction, Inc. no no no logans no no no Lopez Construction no no no Los Angeles Engineering Inc. no no no Malcolm Drilling Co., Inc. no no no Marina Landscape Inc. no no no McGrath Consulting no no no - . - ,X.'•,•• • • aele.I.,V,Plit, • • r Mr ' ' • ,...>••• • •,".• an,01 Myers & Sons Construction, LLC no no no Myers & Sons, Hi-Way Safety no no no obrero corporation no no no ONYX PAVING COMPANY INC. no no no Pacific Consulting no no no Pacific Steel Group no no no PAL GENERAL ENGINEERING yes no no Pavement Recycling no no no Payco Specialties Inc no no no PCI no no no Peterson-Chase General Engineering Construction, Inc. no no no Powell Constructors Inc no no no PRAVA Construction Services, Inc. no no no Precision Striping, Inc. no no no RMA COMPANIES no no no SB&O, Inc. no no no SEALRIGHT PAVING, INC. no no no Select Electric, Inc. no no no SEMA Construction, Inc. yes yes yes Southland Paving, Inc. yes no no Southwest Traffic Signal Service no no no Statewide Traffic Safety & Signs Inc yes yes yes Stinger Bridge and Iron no no yes Superior Pavement Markings no no no Sutherlin Contracting, Inc. no no no T&D Services, Inc. no no no Terra Group Landscape no no no Terra West, Inc no no no Traffic and Parking Control no no no Traffic Loops Crackfilling, Inc. no no no TRI GROUP CONSTRUCTION yes no no Tyler Reinforcing Steel, Inc/ no no no URBANA Landscape Architecture no no no V&E Tree Service no no no 'Mt,*"K. 41,..y.W • V TM • Western Emulsions, Inc Western Gardens Landscaping, Inc. Western Oilfields Supply Company Western Rim Constructors, Inc. Wheeler Wier Construction Corporation Wright Construction Engineering Corp no no no no no no no no no no no no no no no yes yes yes yes yes yes (Cityof Carlsbad November 19, 2020 ADDENDUM NO.1 RE: PWS21-1272TRAN: El Camino Real Bridge Improvements at Cannon Road Please include the attached addendum in the submittal you have for the above project. This addendum--receipt acknowledged--must be included to your proposal when your proposal is submitted. Graham Jorgm GRAHAM JORDAN Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Bidder's Signature Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t CITY OF CARLSBAD El Camino Real Bridge Improvements at Cannon Road Contract No. 6042/6056 Bid No. PWS21-1272TRAN Addendum No. 1 From: Graham Jordan, Contract Administrator Phone: 760-602-2462 graham.jordan@carlsbadca.gov No. of Pages: 111 pages (including this page) Date: November 19, 2020 Bid Opening Date: December 1, 2020 - 11:00 a.m. (unchanged) NOTICE: This Addendum forms a part of the Contract Documents for the above identified project and modifies portions of the original Contract Specifications. Documents not specifically mentioned in this Addendum remain in full force. Acknowledge receipt of this Addendum on the Bid Form. Failure to do so may subject bidder to disqualification. MODIFICATIONS, DELETIONS, AND ADDITIONS TO GENERAL PROVISIONS 1) Modify the second paragraph of Section 6-7.2 Working Day on page 97 to read as follows: Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:30 a.m. 8:30 a.m. and 3:30 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work. The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. Contract No. 6042/6056 — El Camino Real Bridge Improvements at Cannon Road 1 Addendum No. 1 QUESTIONS AND ANSWERS Questions relating to the project must go directly to the City's Public Works Contract Administration Division. The City is not responsible for any information obtained through other means. 1.Do you anticipate extending the bid due date? We do not anticipate extending the due date at this point in time. 2.What additional details are you willing to provide, if any, beyond what is stated in bid documents concerning how you will identify the winning bid? Per California Public Contract Code Section 22038, the contract shall be awarded to the lowest responsible bidder. 3.Was this bid posted to the nationwide free bid notification website at www.mygovwatch.com? No, it was not. 4.Other than your own website, where was this bid posted? The City of Carlsbad posts all bids to its Planet Bids portal only. Per the California Uniform Construction Cost Accounting Act — in which the City of Carlsbad is a participating agency — local construction trade journals are required to be and are notified. However, it is important to note that the City of Carlsbad Planet Bids portal is the only official site for all bid related postings. 5.Does this project have a DBE/SBE/DVBE goal? No, it does not. 6.Is there a Geotech report available for ECR Bridge? Yes. See Structure Foundation Report dated 11-15-16 (Attachment A). 7.Do [we] need to become a pre-approved supplier for the pedestrian bridge portion of the project? There is no pre-approval, but the product needs to meet specifications with a project submittal after award. 8.Is the project funded or administered by Caltrani? Does Caltrans have any involvement with the pedestrian bridge portion of the project? No, there are no federal funds or CalTrans involvement. 9.Will the duct bank be supplied and installed by the Utility companies at their respective conduit locations? Or is it the City's intent that the bridge manufacturer supply the conduit bank attached to the bridge, but the conduits and utilities are installed by the Utility companies? If the latter, can you please provide further details on what the conduit bank will look like? The bridge manufacturer will supply the utility support hangers attached to the bridge. SDG&E will furnish their own conduits and utilities. The contractor is expected to furnish the conduits for Charter-Spectrum and AT&T, which will supply their own utilities. Contract No. 6042/6056 — El Camino Real Bridge Improvements at Cannon Road 2 Addendum No. 1 Contractor shall coordinate the utility owners and the bridge manufacturer such that the necessary support hangers are provided with, and attached to, the bridge. For bidding purposes, the approximate location of duct hangers is shown on the Bridge General Plan, and the Utility Dead Load is shown on the Bridge Foundation Plan. 10.Please provide specifications for Erosion Control Mulch or bid item #24. Is this landscape mulch 3" depth as shown on sheet 38 of 39? Is there any erosion control fabric under this mulch? As shown on sheet 38, landscape mulch is 3-inches deep with "forest mulch" type and no erosion control fabric is needed. Fabric is needed under cobble mulch per detail C, sheet 39. 11.There are 2 seed mix tables on sheet Erosion and Sediment Control Plan or sheet 7 of 39. Please confirm which table shall be used for bid item #25 - Hydroseeding. As shown on Sheet 7, all hydroseed mix types shall be used. Coordination and direction for application shall be with biologist and city as outlined on the plans and specifications. 12.There is no irrigation for Platanus Racemosa & Quercus Agrifolia trees. Please confirm that there is no need watering for these trees. The California Sycamore and Coast Live Oak Multi-Trunk, respectively, will not need watering after established. However, temporary irrigation is required after installation and coordinated with Rancho Carlsbad HOA. 13.Please provide info how to bid root barrier for new trees. Provide root barrier where a tree trunk is located within 5 feet of hardscape unless otherwise directed by the City and included in bid item #19. 14.Please provide the milestone to install the hydroseed on this job. Hydroseeding application is dependent on contractor construction phasing and will be coordinated by the biologist and city. Installation can be weather and job phase depended, however no later than 90-days of completion in that respective area of work. 15.Is there any as-built irrigation plan at this project? Unfortunately, we do not have any as-built irrigation plans for this area. However, Rancho Carlsbad HOA is very knowledgeable of their services and contract shall coordinate tie in and extensions with them. Additionally, our Park and Recreations department can assist in locating existing irrigation lines within the public right-of-way. 16.Please provide copies of these permits for the contractors reference Section 7-5.1. Resource Agency Permits on page 101 of 193 List 4 permits. •California Department of Fish and Wildlife Streambed Alteration - Agreement No. 1600-2020-0158-R5 •United States Army Corps of Engineers Clean Water Act Section 404 Nationwide Permit 33 - SPL-2019-00282 •Regional Water Quality Control Board Clean Water Act Section 401 Water Quality Certification Application Place ID No. 868175 •California Coastal Commission Coastal Development Permit - CDP 2018-0031 Contract No. 6042/6056 — El Camino Real Bridge Improvements at Cannon Road 3 Addendum No. 1 Not all permits have been obtained, however the project will not proceed until they are received. However, CDFW is provided in Attachment B. 17.1s this bid/project subject to any "Buy America" requirements? For example, the steel casing for the micropiles or the steel bar for the micropiles? I did not see anything in the specs. But wasn't sure of the City of Carlsbad had a requirement elsewhere? Buy America requirements are typically associated with Federally Funded projects. This project is not federally funded and does not have that requirement. 18.Section 311- Special Protective Materials of the Supplemental Provisions to the SSPWC starting on page 170 of 193 of the bid documents references various pay items related to a methacrylate treatment of the existing bridge deck. The bid schedule does not appear to include any pay items for this scope. Can the City clarify if the deck treatment is required, and if so, provide the limits of treatment and confirm how it will be paid? Methacrylate treatment is not part of this project. 19.Please confirm the Utility duct banks attached to the sides of the new pedestrian bridge will be furnished and attached by others. Section 9 of the General Provisions indicates the Contractor is only to coordinate with the utility companies. Please see answer to Question No. 9 above. 20.Per Section 2-11 and Section 4 of the General Provisions, all QC/QA testing and inspection is provided by the City at no cost to the contractor. Please confirm. QC/QA testing and inspection is provided by the city at no cost to the contractor. 21.Plan sheet 5 of 39 indicates several utilities, including existing powerlines that are to be relocated by SDG&E. Is it possible to get the powerlines and other utilities relocated or removed before the start of the project to allow a crane to pick and set the ped the new pedestrian bridge from El Camino Real? If not, can the City clarify the how the Contractor can access Temporary Construction Easement #2 shown on plan sheet 2 of 39? It appears the maintenance road into the area would be accessed just east of the intersection of Cannon Road and Wind Trail Way? SDG&E is responsible to relocate their facilities after the bridge is installed. Access is provided off Cannon road at Wind Trail Way and partially on the Rancho Carlsbad area once the wall is removed. 22.For work along the south edge of the existing bridge deck, is the Contractor permitted to place falsework/temp shoring in the channel below the bridge within the work limits per plan sheet 2 of 39? In the permit application to the U.S. Army Corps of Engineers, the project was designed to avoid permanent impacts to aquatic resources. The mudsill boards will be temporarily placed on top of cattails and there will be no ground disturbance. 23.Per Appendix A the Contractor is responsible for developing and implementing the SWPPP after it is approved by the City. Will the City be submitting the SWPPP developed by the Contractor to the Water Board via SMARTS? This project does not need to be entered into SMARTS. Contract No. 6042/6056 — El Camino Real Bridge Improvements at Cannon Road 4 Addendum No. 1 24.Sheet 22 of 39 contain a note which indicates, "Depth to Santiago Formation Shall Be Determined by the Contractor". However, Boring B-2 on Sheet 30 of 39 was not drilled to a depth in which the Santiago formation was even encountered. How can the "depth to the Santiago formation be determined by the contractor" for the micropiles on Abutment 2 when sufficient geotechnical information to make that determination has not been supplied? Please refer to the project Structure Foundation Report dated November 15, 2016 by Kleinfelder (Attachment A). 25.Sheet 19 of 39 "Micropile Data Table" indicates elevations "for bidding purposes" of the micropiles. In particular, the table indicates a "design tip elevation" of -136 feet for the Abutment 1 and 2 micropiles. However, Boring B-1 on Sheet 29 of 39 indicates the Santiago Formation was encountered at elevation approximately -71'. Is it the Cities intent for the bidder to drill minimum to this depth elevation - 136 feet (65 feet into the Santiago Formation) at this location? Or can the bidder make their own determination of embedment to achieve the desired loads? Please refer to Pile Note 3 on Sheet 19 and details on Sheet 22. Drilling 65 feet into Santiago is not required if compression resistance is achieved sooner. 26.Per Sheet 19 of 39. Micropiles notes for "casing". Can the N-80 pipe used for this project be "mill secondary"? Which is very common, standard of industry practice for micropiles, and allowed per FHWA micropile design manual. This saves significant cost and still comes with mill certs that certify the pipe as 80 ksi. N80 mill secondary casing is acceptable. Prime casing is not a requirement. Contract No. 6042/6056 — El Camino Real Bridge Improvements at Cannon Road 5 Addendum No. 1 ATTACHMENT A STRUCTURE FOUNDATION REPORT Engineering Geologist Respectfully submitted, KLEINFELDER Senior Geotechnical Engineer Reviewed By: James Gingery, PhD, PE, GE 2638 Senior Principal Engineer KLEINFELDER Bright People. Right Solutions. November 15, 2016 Kleinfelder Project No. 20161803.001A Mr. Brandon Miles Associate Engineer City of Carlsbad Public Works — Transportation 1635 Faraday Avenue Carlsbad, California 92008 SUBJECT: Structure Foundation Report Agua Hedionda Creek Pedestrian Bridge El Camino Real at Cannon Road Carlsbad, California Dear Mr. Miles Kleinfelder is pleased to present this Structure Foundation Report for the proposed Agua Hedionda Creek Pedestrian Bridge located along El Camino Real at Cannon Road in Carlsbad, California. This report is to be used for approach embankment and foundation design for the proposed bridge. We appreciate the opportunity to be of service on this project. Please do not hesitate to contact the undersigned if you have any questions, comments, or require additional information. 20161803.001ASDI16R50052 Page 1 of 1 November 15, 2016 Copyright 2016 Kleinfelder www.kleinfelder.com 550 West C Street, Suite 1200, San Diego, CA 92101 p I 619.831.4600 f I 619.232.1039 KLE'INFELDER Bright People. Right Solutions. STRUCTURE FOUNDATION REPORT AGUA HEDIONDA CREEK PEDESTRIAN BRIDGE EL CAMINO REAL AT CANNON ROAD CARLSBAD, CALIFORNIA KLEINFELDER PROJECT NO. 20161803.001A NOVEMBER 15, 2016 Copyright 2016 Kleinfelder All Rights Reserved ONLY THE CLIENT OR ITS DESIGNATED REPRESENTATIVES MAY USE THIS DOCUMENT AND ONLY FOR THE SPECIFIC PROJECT FOR WHICH THIS REPORT WAS PREPARED. 20161803 001ASD116R50052 Page i of iv November 15, 2016 Copyright 2016 Kleinfelder www.kleinfelder.com Prepared by: Moises Arzamendi, PE, GE 2275 Senior Geotechnical Engineer Scott Rugg, PG, CEG 1651 Senior Engineering Geologist Reviewed by: Jarfes Gingery, PhD, PE, GE 2638 Principle Engineer KLEINFELDER 550 West C Street, Suite 1200 San Diego, California 92101 Phone: 619.831.4600 Fax: 619.232.1039 KLEINPELDER People. Right Sohrtiont. A Report Prepared for: Mr. Brandon Miles Associate Engineer City of Carlsbad Public Works — Transportation 1635 Faraday Avenue Carlsbad, California 92008 STRUCTURE FOUNDATION REPORT AGUA HEDIONDA CREEK PEDESTRIAN BRIDGE EL CAMINO REAL AT CANNON ROAD CARLSBAD, CALIFORNIA November 15, 2016 Kleinfelder Project No. 20161803.001A 20161803.001ASD116R50052 Page ii of iv November 15, 2016 Copyright 2016 Kleinfelder www.kleinfelder.corn KLEINFELDER Bright People. Right Solutions. TABLE OF CONTENTS Section ‘Paqe 1 2 3 INTRODUCTION 1 1.1 GENERAL 1 1.2 PROPOSED PEDESTRIAN BRIDGE 1 1.3 EXISTING EL CAMINO REAL BRIDGE 1 1.4 EXISTING CANNON ROAD BRIDGE 2 INVESTIGATIVE METHODS 3 2.1 GEOLOGIC EVALUATION 3 2.1.1 Subsurface Explorations 3 2.1.2 Geologic Mapping 4 2.2 LABORATORY TESTING 4 SITE CONDITIONS 5 3.1 REGIONAL GEOLOGIC AND GEOTECTONIC SETTING 5 3.2 REGIONAL FAULTING AND SEISMICITY 6 3.3 SITE GEOLOGY AND SUBSURFACE CONDITIONS 7 3.3.1 Artificial Fill (af) 7 3.3.2 Recent Alluvial Deposits (Qa) 7 3.3.3 Colluvial Deposits (Qc) 7 3.3.4 Estuarine Deposits (Qes) 8 3.3.5 Santiago Formation (Tsa) 8 3.3.6 Groundwater 8 4 DISCUSSIONS, CONCLUSIONS AND RECOMMENDATIONS 10 4.1 GEOLOGIC AND SEISMIC HAZARDS 10 4.1.1 Fault Surface Rupture 10 4.1.2 Tsunami, Seiche and Flooding 11 4.1.3 Strong Ground Motion 11 4.1.4 Liquefaction 12 4.1.5 Lateral Spreading 13 4.1.6 Seismic Compaction 14 4.1.7 Compressible Soils 14 4.1.8 Slope Stability 14 4.2 EARTHWORK DESIGN RECOMMENDATIONS 16 4.2.1 General 16 4.2.2 Excavations and Shoring 16 4.2.3 Fills and Backfills 17 4.2.4 Erosion Prevention and Sedimentation Control 17 4.3 FOUNDATION DESIGN RECOMMENDATIONS 19 4.3.1 Micropiles 19 4.3.2 Vertical Load Resistance 20 4.3.3 Lateral Load Resistance 21 4.4 ABUTMENT AND RETAINING WALLS 22 4.5 SOIL CORROSION POTENTIAL 23 5 LIMITATIONS 25 6 REFERENCES 26 20161803.001ASD116R50052 Page iii of iv November 15, 2016 Copyright 2016 Kleinfelder www.kleinfelder.com KLE/NFELDER Bright People. MghtSdutrons. TABLE OF CONTENTS (continued) TABLES 1 Site Characteristics and Governing Fault Parameters 2 Geotechnical Strength Parameters for Slope Stability Analyses 3 Slope Stability Analyses Results 4 Geotechnical Parameters Lateral Load Analyses 5 Corrosion Test Results FIGURES 1 Vicinity Map 2 Site Investigation Geology Map 3 Bridge General Plan 4 Regional Geologic Map 5 Regional Faults and Earthquake Epicenters (1800 — September 2016) 6 Geologic Cross-Section A-A' 7 Design Caltrans ARS Curves 8 Design Caltrans ARS Table APPENDICES A Site Photographs B Existing Bridge Information C Boring Logs D Laboratory Test Results E Slope Stability Analyses Results 20161803.001ASDI16R50052 Page iv of iv November 15, 2016 Copyright 2016 Kleinfelder www.kleinfelder.com t KLEINFELDER Bright Peopk. IlIghtSOution 1 INTRODUCTION 1.1 GENERAL This Structure Foundation Report provides geotechnical data and recommendations for design and construction for the proposed Agua Hedionda Creek Pedestrian Bridge project. The project site is located along El Camino Real at Cannon Road in the Carlsbad, California. The site is approximately 2.5 miles east of the Pacific Ocean. Its approximate location is presented in Figure 1, Vicinity Map. The proposed bridge will have an approximate length of 115 feet that will span Agua Hedionda Creek, as shown in Figure 2, Site Investigation and Geology Map and Figure 3, Bridge General Plan. Additional ground level photographs of the project site and surrounding area are presented in Appendix A, Site Photographs. The design recommendations presented in this report were developed based on existing available information, our field explorations, laboratory testing, geotechnical analyses, engineering experience and professional judgement. This design level structure foundation report is based on the proposed alignment and configuration as discussed herein. 1.2 PROPOSED PEDESTRIAN BRIDGE The proposed bridge will be a single-span simply-supported prefabricated steel truss bridge approximately 115 feet in length over Agua Hedionda Creek (Figures 2 and 3). It will have a cast- in-place concrete deck approximately 8 feet wide. It will have a parallel offset of approximately 2 feet away from the existing El Camino Real Bridge. The bridge abutments will consist of micro- pile supported low seat abutments (less than 10 feet high). 1.3 EXISTING EL CAMINO REAL BRIDGE The existing El Camino Real Bridge (Br. No. Al 3B-B5 / F 1411.10001 / S.P.126) was originally designed in 1969, approved in 1970 and built in 1971. As-built drawings are last dated March 29, 1972. Relevant selected as-built structure and foundation plans (including Log of Test Borings sheet) are presented as Figures B-1 through B-7 in Appendix B, Existing Bridge I nformation. The bridge is approximately 113 feet long (from abutment to abutment) and 108 feet wide. The bridge has a continuous three-span superstructure consisting of composite precast and cast-in- 20161803.001ASD116R50052 Page 1 of 29 November 15, 2016 Copyright 2016 Kleinfelder www.kleinfelder.com KLEINFELDER Bright People. RIghtSolutro,s. place reinforced concrete slabs. It is supported at the piers on driven concrete pile extensions and is supported at the ends by semi-integral diaphragm abutments. The latitude and longitude coordinates for the existing bridge are approximately 33.1493°N and 117.2970°W, respectively. The existing surface of the bridge has an approximately elevation of +46 feet above Mean Sea Level (MSL). As-built drawings indicate that pile tip elevations range from -30 to -40 feet MSL. Other existing site features within the immediate vicinity of the project area that may be affected by the construction of the new bridge include buried and overhead utilities such as electric, fiber optic, gas, telephone, sewer and water lines. 1.4 EXISTING CANNON ROAD BRIDGE The existing Cannon Road Bridge is located approximately 200 feet west of the subject El Camino Real Bridge discussed in Section 1.3. It was originally designed by McDaniel Engineering in 1998 and as-built drawings are last dated March 22, 2002. Geotechnical borings for the bridge performed by Owen Geotechnical Consultants, Inc. are presented in Figures B-8 through B-19 in Appendix B, Existing Bridge Information. 20161803.001ASD116R50052 Page 2 of 29 November 15, 2016 Copyright 2016 Kleinfelder www.kleinfelder.com KLE/NFELDER Bright Peopk, Right Sokrtions. 2 INVESTIGATIVE METHODS 2.1 GEOLOGIC EVALUATION Our geologic evaluation consisted of reviewing available aerial photographs, geotechnical reports and geologic maps along with direct observations of existing site conditions. Surface site geology is presented in Figure 2. Regional surface geology is presented in Figure 4. Regional faults and earthquake epicenters (1800-September 2016) are presented in Figure 5. 2.1.1 Subsurface Explorations Two borings were drilled by Cascade Drilling, L.P. of Santee, California using a CME-85 drill rig and a combination of hollow stem auger and rotary wash techniques. The borings were advanced to depths up to approximately 121.5 feet below ground surface. The drilling operations were performed between February 2 and 3, 2016. The approximate boring locations are presented in Figure 2. Prior to the subsurface exploration, Underground Service Alert (USA) was notified to locate underground utilities in the vicinity of the proposed exploration sites. In addition, boring permits were obtained from the County of San Diego Department of Environmental Health. A Right-of- Way Encroachment Permit was obtained from the City of Carlsbad Development Services. In addition, a Traffic Control Plan was prepared by Co's Traffic Control, Inc. and approved by the City of Carlsbad Development Services. Soil samples were typically collected at nominal 5-foot intervals up to a depth of approximately 60 feet, after which the interval was increased to 10-foot intervals to the bottom of the boring. The samplers consisted of a 3-inch outside diameter California split barrel sampler lined with 6-inch long brass sleeves with thin-wall tubes and a 2-inch outside diameter Standard Penetration Test (SPT) sampler. The samplers were driven into the soil approximately 18 inches or until effective refusal with a hydraulically controlled 140-pound auto-hammer free-falling approximately 30 inches in general conformance with ASTM D 6066 and ASTM D 1586. Blow counts were recorded at the end of three, consecutive 6-inch intervals for each sample attempted. The total number of hammer blows required to drive the sampler the final 12 inches is termed the N-value and is reported on the boring logs. Samples were capped, sealed, labeled, and transported to our laboratory for testing. Kleinfelder staff coordinated the field exploration activities, logged the soil conditions exposed in the borings and collected soil samples for laboratory testing. Soil was classified in the field 20161803.001ASDI16R50052 Page 3 of 29 November 15, 2016 Copyright 2016 Kleinfelder www.kleinfelder.com KLEINFELDER Mght Pcopfc. RophtSolutroos. according to the Unified Soil Classification System (USCS) using the visual-manual procedure in accordance with ASTM D 2488. Field descriptions and classifications were reviewed against the laboratory descriptions (ASTM D 2487) and adjusted where laboratory data was available. Boring logs and a description of the USCS are presented in Appendix C. 2.1.2 Geologic Mapping Geologic field mapping of the project area was also performed by our certified engineering geologist. This work involved a reconnaissance of the project area to observe surface exposures of geologic units. Contacts between geologic units exposed at the surface were mapped approximately by referencing and scaling from landmarks present in the field. Where obscuring surface features such as vegetation or pavement were present, the location of geologic contacts was inferred through interpolation, and referencing to regional geologic maps and pre- construction topographic maps. The site surficial geology is presented in Figure 2. 2.2 LABORATORY TESTING A laboratory testing program was conducted to substantiate field classifications and evaluate selected physical characteristics and engineering properties of the soils encountered. Moisture content, unit weight, Atterberg Limits (plasticity), sieve analyses, direct shear strength, one- dimensional consolidation, and corrosion tests were performed in general accordance with the applicable ASTM or Caltrans test methods. Results of the laboratory testing program are presented in Appendix D, Laboratory Test Results (Figures D-1 through D-17). 20161803.001ASDI16R50052 Page 4 of 29 November 15, 2016 Copyright 2016 Kleinfelder wwW.kleinfelder.com KLEINFELDER Bright Peopk, Right Sokrtlons 3 SITE CONDITIONS 3.1 REGIONAL GEOLOGIC AND GEOTECTONIC SETTING San Diego County resides within the southern portion of California's Peninsular Ranges Geomorphic Province. This province is characterized as an assemblage of north to northwest trending, high-relief ranges stretching south from the Santa Monica Mountains in Los Ange.les, through San Diego County and south into Baja, California. Some of the notable ranges of Southern California include the Santa Ana Mountains, the Laguna Mountains and the Cuyamaca Mountains. The development of this mountain system is closely tied to the transform tectonism of the San Andreas Fault System. The County encompasses three geomorphic sub-zones set in a series of north-to-northwest trending belts, roughly parallel to the coastline. From west to east, these zones are comprised of a relatively narrow, low-relief coastal plain; a central high-relief mountainous zone; and a low- lying desert zone. The coastal plain and mountainous zones are part of a more extensive geomorphic province of the Peninsular Ranges. The desert zone is part of a larger geomorphic province known as the Colorado Desert. Most of the western portion of San Diego County, including the project site is situated within the eastern side coastal subzone near the transition boundary with the central mountainous zone. The coastal subzone is underlain by Quaternary to Mesozoic age sedimentary rock material. The sedimentary deposits are configured in a wedge shape mass which thickens to the west across the coastal plain from the edge of the mountainous terrain toward the coastline. The sediments are comprised of a variety of claystones, siltstones, sandstones and conglomerates. The landscape was eroded during Pleistocene time by a system of generally west flowing large scale drainage systems and associated tributary drainages which resulted in the formation of the canyons/valleys that dominate the regional terrain of San Diego County. Near the end of the Pleistocene epoch, there was a worldwide drop in sea level of several hundreds of feet due to accumulation of continental glacial ice. This event resulted in down-cutting of the coastal drainages by a similar depth of several hundreds of feet. These drainages backfilled with alluvial and estuarine type deposits in response to rising sea-level throughout the Holocene as the glaciers melted and retreated. The regional geology of the project site and surrounding area is shown on Figure 4. 20161803.001ASD116R50052 Page 5 of 29 November 15, 2016 Copyright 2016 Kleinfelder www.kleinfelder.com KLEINFELDER Beghe People. Roght Sektions. 3.2 REGIONAL FAULTING AND SEISMICITY Southern California straddles the boundary between two global tectonic plates known as the North American Plate (on the east) and the Pacific Plate (on the west). The main plate boundary is represented by the San Andreas fault which stretches northwest from the Gulf of California in Mexico, through the desert region of the Imperial Valley, through the San Bernardino region, and into Northern California where it eventually trends offshore north of San Francisco (Jennings and Bryant, 2010). Within Southern California, the San Andreas fault is a complex system of numerous faults known as the San Andreas Fault System (SAFS) that span a 150-mile-wide zone from the main San Andreas fault in the Imperial Valley westward to offshore of San Diego (Powell et. al., 1993; Wallace, 1990). The major faults east of the San Diego region (from east to west) include the San Andreas Fault, the San Jacinto fault, and the Elsinore fault. Major faults west of San Diego include the Palos Verdes-Coronado Bank fault, the San Diego Trough fault, and the San Clemente fault. The most dominant zone of faulting within the San Diego region are several faults associated with the Rose Canyon Fault Zone (RCFZ), as presented in Figure 5. The site is located between the RCFZ approximately 5.6 miles to the southwest and the Elsinore Fault Zone (EFZ) located approximately 22 miles to the northeast. Both of these are considered active which means that they have undergone displacement sometime within the last 11,000 years. Although activity on any of the known and unknown faults within the SAFS affect the seismicity of the San Diego region, activity within both the RCFZ and the EFZ dominates most aspects of the seismic hazard at the project site. Most of the seismic energy and associated fault displacement within the SAFS occurs along the fault structures closest to the plate boundary (i.e., on the Elsinore, San Jacinto, and San Andreas faults) (Powell, et. al. 1993). Approximately 49 millimeters per year (mm/yr) (1.9 inches/year) of overall lateral displacement have been measured geodetically and as fault slip across the plate boundary. Combined, the Elsinore, San Jacinto, and San Andreas faults account for up to 41 mm/yr (1.6 inches/year) of the total plate displacement (84 percent), meaning that the remaining 8 mm/yr (0.3 inch) (16 percent) is accommodated across the faults to the west (Bennett et al., 1996). At the latitude of San Diego County, most of this, about 5-8 mm/yr, is accommodated by the coastal and offshore system of faults, including the Rose Canyon fault. Farther north, a similar amount (6-8 mm/yr) is accommodated east of the San Andreas Fault in the eastern California Shear Zone (Rockwell, 2010). 20161803.001ASDI16R50052 Page 6 of 29 November 15, 2016 Copyright 2016 Kleinfelder www.kleinfelder.com KLEINFELDER Bright Peopk. MghtSolutlons 3.3 SITE GEOLOGY AND SUBSURFACE CONDITIONS The project site occurs within a low-lying, relatively flat drainage area of Agua Hedionda Creek which flows westward into Agua Hedionda Lagoon. The regional geologic map by Kennedy and Tan (2005) shows the site to be underlain by alluvial deposits. The results of our subsurface borings indicate that this alluvium is late Pleistocene to Holocene age estuarine deposits related to deposition within an ancestral eastern extent of Agua Hedionda Lagoon. Approximately 4 feet of colluvial deposits were encountered overlying the estuarine deposits. The ground around the bridge and adjacent developments has been elevated above the drainage floodplain by placement of up to 8 feet of fill soils which were encountered in both our borings. Eocene age Santiago Formation was encountered below the estuarine deposits in Boring B-1 at a depth of approximately 116 feet. Descriptions of the materials encountered during our field study are provided in Appendix B on the boring logs, and generalized descriptions are provided in the subsequent sections. The geometry of the subsurface units are depicted on the geologic cross- section A-A' on Figure 6. 3.3.1 Artificial Fill (af) Artificial soils of approximately 8 feet in depth were encountered in both borings B-1 and B-2. These soils were placed during construction of the roadway and bridge for El Camino Real through the Agua Hedionda floodplain. These soils consist of lean clay with sand and clayey sand and are in a very stiff (medium dense) condition. 3.3.2 Recent Alluvial Deposits (Qa) Recent alluvial deposits related to modern stream deposition within Aqua Hedionda Creek are present below the existing bridge. This unit was observed at the ground surface, but was not encountered in either of our borings — it is probably isolated to the existing creek bed. We anticipate this unit is less than 10 feet thick and our observation of surface exposure within the creek indicate that they are comprised primarily of sands and gravel. 3.3.3 Colluvial Deposits (Qc) Colluvial deposits were encountered below the fill at both boring locations B-1 and B-2 and were observed along the banks of Agua Hedionda Creek below the bridge. This unit consists of very dark grayish brown to dark olive gray sandy lean clay and clayey sand. This unit overlies the estuarine deposits across the bridge site and is derived from sheet erosion from adjacent 20161803.001ASD116R50052 Page 7 of 29 November 15, 2016 Copyright 2016 Kleinfelder www.kleinfelder.com t . KLEINEELDER Bright Peopk. R,ght Solutions. highlands and in-place pedogenic soil formation processes. It ranges from approximately 4 feet to 4.5 feet in thickness. 3.3.4 Estuarine Deposits (Qes) Estuarine deposits were encountered below the colluvial deposits at both boring locations B-1 and B-2. The bottom of this unit was penetrated at depth of 116 feet in Boring B-1. Boring B-2 was drilled to depth of 121.5 feet without encountering the bottom of the estuarine deposits layer. This unit consists of a variety of interlayered soil types which include fat and lean clays, elastic and non-elastic silts, silty sands and clayey sands. Some shell fragments were also encountered at depth in Boring B-2. The clays and silts range in consistency from very soft to stiff with a few layers of very stiff. The sands range mostly from very loose to medium dense. The soil colors are typically dark to very dark grayish brown to greenish gray with some black. The soil types, colors and low relative consistency (density) are characteristic of late Pleistocene to Holocene age estuarine deposits. 3.3.5 Santiago Formation (Tsa) Eocene-age Santiago Formation is mapped on the surrounding hillsides of the subject site (Kennedy and Tan, 2005), and was encountered at an approximate depth of 116 feet in Boring B-1 (elevation -71 feet MSL). It consisted of a light olive gray clayey sandstone and is in a very dense condition. Recorded standard penetration test sampler blow counts for the Santiago Formation were 50 blows for 5 inches of sampler drive. The Santiago Formation was not encountered in Boring B-2 which was drilled to a maximum depth of 121.5 feet which is equivalent to an elevation of approximately -77.5 feet MSL. Borings B-1 and B-5 for the adjacent Cannon Road Bridge (see Figure B-8 in Appendix B) encountered the Santiago Formation at approximate depths of 104 and 116 feet, respectively. The estimated contact elevations are -73 and -87 feet MSL, respectively. Applying the deeper elevation of -87 feet MSL for the top of the Santiago Formation from B-5 at the Cannon Road Bridge to Boring B-2 for the pedestrian bridge, this would equate of depth of 131 feet below ground surface. It is possible however that the depth to the top of the Santiago Formation could be still be deeper than this value. 3.3.6 Groundwater Groundwater was encountered in both of our borings. At Boring B-1 the groundwater was encountered at a depth of approximately 12.5 feet which is equivalent to an elevation of approximately +31 feet MSL. At Boring B-2, groundwater was encountered at a depth of approximately 19 feet which is equivalent to an elevation of approximately +25 feet MSL. One of 20161803.001ASD116R50052 Page 8 of 29 November 15, 2016 Copyright 2016 Kleinfelder www.kleinfelder.com KLEINFELADER &Igen Pcopk. RfghtSdubon,. the previous borings drilled for the existing bridge indicated groundwater at an approximate elevation of +32 feet MSL. It should be noted that groundwater levels can fluctuate due to several factors which include seasonal variations in rainfall, flow within Agua Hedionda Creek, leaking pipes, irrigation and subsurface water extraction. 20161803.001ASD116R50052 Page 9 of 29 November 15, 2016 Copyright 2016 Kleinfelder www.kleinfelder.com KLEINFELDER Bright People. Rfght Sof uGons. 4 DISCUSSIONS, CONCLUSIONS AND RECOMMENDATIONS The discussions, conclusions and recommendations presented in this report are based on information provided to us, a review of available information, results of field explorations, laboratory test results, engineering evaluations, and professional judgment. Based on our understanding of the proposed improvements, the following recommendations may be used in the design. These recommendations should be reviewed and either verified or updated when project details are further developed. It is our opinion that the project is feasible from a geotechnical standpoint. 4.1 GEOLOGIC AND SEISMIC HAZARDS An assessment of the potential geologic and seismic hazards has been made for the project area. These potential hazards consist of seismic shaking, ground surface fault rupture, liquefaction and lateral spreading, seismic compaction, compressible soils, tsunami, seiche and flooding, and slope stability. The primary geologic hazard at the site is strong ground motion from a seismic event occurring on one of the several nearby active faults. Strong ground motions could cause liquefaction of the saturated sandy soils which underlie the site. These hazards are discussed in more detail in the following sections. 4.1.1 Fault Surface Rupture Review of readily available geologic and fault maps does not show any active or potentially active fault features passing through or in close proximity to the site. An active fault is one which has shown evidence of displacement within the last approximate 11,000 years. A potentially active fault (Pre-Holocene fault) is one which shows evidence of movement within the past 1.6 million years, but where evidence of displacement within the past 11,000 years is has not been observed. The closest active fault to the site is the Rose Canyon Fault, which is located approximately 6.6 miles offshore to the southwest. The closest potentially active fault is located approximately 0.7 mile to the southeast (Kennedy and Tan 2005). This is a small discontinuous geologic structure and does not trend toward the site. Based on these relationships, the hazard with respect to surface fault rupture is considered low. 20161803.001ASD116R50052 Page 10 of 29 November 15, 2016 Copyright 2016 Kleinfelder www.kleinfelder.com KL.EINFELDER edght People. Right Soluteons, 4.1.2 Tsunami, Seiche and Flooding Tsunamis are large sea waves that are most often generated by displacement of the ocean floor along submarine faults. They can also develop in response to other events, such as submarine landslides. The State of California through the California Emergency Management Agency, (2009), publishes a set of tsunami inundation maps for the California coastline. Review of the San Luis Rey quadrangle shows the maximum tsunami inundation line closest to the site is approximately 1.3 miles to the southwest at the eastern end of Agua Hedionda Lagoon. Therefore, the tsunami hazard at the site is considered low. A seiche is an oscillatory wave that develops in an enclosed or partially enclosed body of water, such as a bay or lake, in response to seismic shaking from an earthquake. The nearest body of water to the site is the eastern end of Agua Hedionda Lagoon which is 1.3 miles away. Based in this distance, the hazard with respect to seiche inundation is low. The flood hazard potential at the site was evaluated based on flood hazard maps available through the FEMA Map Service Center Web site. Based on FEMA Map Number, 06073C0768G, the bridge site is within a Zone AE Floodway which corresponds to an area with a 1% annual chance of flooding. 4.1.3 Strong Ground Motion The bridge structure will be designed in accordance with Caltrans Seismic Design Criteria (Version 1.7, April 2013a). Based on mapping by the California Geologic Survey and on the Caltrans ARS Online website (http://dap3.dot.ca.gov/ARS_Online), the Rose Canyon Fault (Oceanside Section - Fault ID No. 396) is mapped approximately 4.3 miles southwest of the project site and is the governing fault for deterministic seismic hazard analysis. For development of design ground motion parameters, Caftans has assigned this fault as strike slip dipping 90 degrees with a Maximum Moment Magnitude (Mmax) of 6.8. Based on the borehole blow count and soil classifications, the estimated shear wave velocity in the upper 100 feet (30 m) of the site (V 30) is on the order of 702 ft/sec (214 m/sec). Additional site characteristics and governing fault parameters are presented in Table 1. The upper envelope of the deterministic and probabilistic spectral values determines the design response spectrum. The probabilistic spectral values were found to control the design response spectrum for the project site. The recommended acceleration and displacement design response spectra are presented graphically and numerically on Figures 7 and 8, Caltrans ARS Curves and Table, respectively. 20161803.001ASDI16R50052 Page 11 of 29 November 15, 2016 Copyright 2016 Kleinfelder www.kleinfelder.com KLE/NFELDER Bright People. Wit Soluttons. TABLE 1 Site Characteristics and Governing Fault Parameters Site Coordinates Latitude = 33.149 degrees Longitude = -117.297 degrees Shear Wave Velocity, Vs30 702 ft/s (214 m/s) Depth to V=1.0 km/s, Z1.0 Not Applicable (Not located in a basin) Depth to Vs=2.5 km/s, Z2.5 Not Applicable (Not located in a basin) Fault Name and Identification Number Rose Canyon Fault Zone — Oceanside Section (ID No. 396) Maximum Magnitude (Mma.) 6.8 Fault Type Strike Slip Fault Dip 90 degrees Dip Direction Vertical Bottom of Rupture Plane 6.8 miles (11 km) Top of Rupture Plane (Zor) 0 mile (0 km) RRUP1 6.6 miles (10.57km) R J/32 6.6 miles (10.57 km) Rx3 6.6 miles (10.57 km) Fncm,4 (1 for normal, 0 for others) 0 Frev5 (1 for reverse, 0 for others) 0 Design Peak Ground Acceleration (PGA) 0.385 g Notes: Vs30 = shear wave velocity in the upper 100 feet (30 meters). 1RRup = Closest distance from the site to the fault rupture plane. 213..s = Joyner-Boore distance; the shortest horizontal distance to the surface projection of the rupture area. 3Rx = Horizontal distance from the site to the fault trace or surface projection of the top of the rupture plane. 4Fnorm = Faults identified as a Normal Fault in the Caltrans Fault Database. 5Frev = Faults identified as a Reverse Fault in the Caltrans Fault Database. 4.1.4 Liquefaction Soil liquefaction is a phenomenon in which saturated, non-plastic to low-plasticity soils lose stiffness and strength due to the build-up of excess pore water pressure during cyclic loading such as that induced by earthquakes. The primary factors affecting the liquefaction potential of a soil deposit are: 1) intensity and duration of earthquake shaking, 2) soil type and relative density, 3) overburden pressures, and 4) depth to groundwater. Soils most susceptible to liquefaction are saturated, loose sands, and low to non-plastic silts. The potential consequences of liquefaction to engineered structures include loss of bearing capacity, buoyancy forces on underground structures and utilities, ground oscillations or "cyclic mobility," modification of ground motion characteristics, increased lateral earth pressures on 20161803.001ASD116R50052 Page 12 of 29 November 15, 2016 Copyright 2016 Kleinfelder www.kleinfelder.com (K—LE/NFELOEF? Bright People. fhght Solubons. - retaining walls, post liquefaction settlement, lateral spreading/slope instability, and "flow failures" or lateral spreading in slopes. For bridges, the most important potential consequences are bearing capacity loss and lateral loading on foundations resulting from lateral spreading/slope instability. Liquefaction susceptibility at the site was evaluated by using the methodologies proposed by Youd et al. (2001), Cetin et al. (2004), and Idriss and Boulanger (2006 and 2008). Liquefaction triggering was evaluated using a design earthquake magnitude of Mw = 6.9 and peak ground acceleration (PGA) of 0.385g. Liquefaction analyses are based on borehole sampler blow count data for the project. The results of our analyses show that the soils within the profile are generally too plastic to liquefy. However, isolated liquefiable layers of silty sand were observed in Boring B-1 at depths of approximately 17.5 to 22.5 feet and 63 feet to 65 feet, and in Boring B-2 from approximately 47.5 to 51 feet. Some isolated zones of liquefiable silty sand may exist below a depth of 65 feet - however, we consider liquefaction at such depths to be deep and limited enough that is would not be of engineering significance to the project. Based on our calculations, the anticipated liquefaction-induced settlements will likely be on the order of 2 to 4 inches. The liquefaction described above would result in a reduction in the axial and lateral capacity of a pile foundation. Downdrag would occur as a result of the post-liquefaction reconsolidation settlements. These hazards can be mitigated by designing the piles to be adequately embedded into the underlying non-liquefiable soils. The potential for liquefaction lateral spreading was assessed as part of our slope stability analyses in Section 4.2. 4.1.5 Lateral Spreading Lateral spreading can occur where liquefiable soils combine with either sloping ground or a "free face" (such as a river or stream bank). Lateral spreading involves the accumulation of shear strain and displacements in softened liquefied layer(s) during seismic shaking in the direction downslope or toward a free face. According to Youd (2005), lateral spreading is unlikely if the liquefiable layers are laterally discontinuous or if they occur at a depth below the slope crest of greater than twice the slope height. The slope height at the site is about 10 feet. One liquefiable layer was observed in Boring B-1 within the upper 20 feet, but it was not observed in Boring B-2, indicating 20161803.001ASD116R50052 Page 13 of 29 November 15, 2016 Copyright 2016 Kleinfelder www.kleinfelder.com KLEINFELDER Bright Rapt.. Rtght SolutIo,,s. it is laterally discontinuous. Since no laterally continuous liquefiable layers were observed within the upper 20 feet, the likelihood of lateral spreading to occur at the site is considered low. 4.1.6 Seismic Compaction Seismic compaction is a phenomenon in which loose, unsaturated granular soils tend to densify and settle during strong earthquake shaking. The existing embankments were likely constructed with a reasonable attempt to achieve properly compacted soils. However, some embankment materials may not be uniformly compacted and may be susceptible to minor seismic compaction on the order of 0 to 1/2 inch. In our opinion, this seismic settlement compaction represents a low risk to the project. 4.1.7 Compressible Soils Compressible soils are materials that are prone to a reduction in volume when subjected to loading or significant changes to moisture content. Soils prone to compression in the project area include both natural alluvial/estuarine soils and poorly compacted fill. The overall compressibility characteristics of the site have been estimated based on the results of field explorations, laboratory, published empirical relationships and professional judgment. The alluvial/estuarine soils may be considered lightly to moderately over-consolidated. Based on a review of limited subsurface information, the project area may be considered moderately compressible. Based on preliminary plans, site grades for the project may be raised 5 to 10 feet forming a narrow wedge of fill the construction of approaches behind bridge abutments. Estimated settlement analyses behind the bridge abutments are estimated to be on the order of 1 inch. This settlement may take several months to occur. Notwithstanding, it is anticipated that the bridge structure and foundation system may be able to tolerate this level of settlement without significant consequence. 4.1.8 Slope Stability We performed analyses to evaluate the proposed abutments with respect to their static and seismic slope stability. The analyses were performed using the limit equilibrium method using the computer program Slope/W by Geo-Slope International. The results of slope stability analyses are presented in terms of Safety Factors. Spencer's method of slices was used which satisfies both moment and force equilibrium. Shallow groundwater conditions in the analyses were based on assumed piezometric levels associated with normal low flow conditions of Agua Hedionda Creek. 20161803.001ASDI16R50052 Page 14 of 29 November 15, 2016 Copyright 2016 Kleinfelder www.kleinfelder.com KLEINFELDER Bright Peopre. Mght SohoOon Slope stability analyses require assumptions, including development of soil strength parameters and geometry of surface and subsurface conditions. Geotechnical strength parameters were developed based on results of field explorations, laboratory test results, review of existing published information, empirical correlations and previous experience in the project area and sites with similar subsurface conditions. For static cases, soil strength in granular material (sand) was modeled using Mohr Coulomb failure criteria; cohesive material (clay) was modeled using the undrained shear strength material model. Estimated equivalent residual undrained shear strength (Sr) of potentially liquefied silty sand sub layers was estimated based on equivalent clean sand blow counts [(1\11)60-cs] values and effective overburden stress per Caltrans (2013b). Assumed geotechnical strength parameters for slope stability analyses are presented in Table 2. TABLE 2 Geotechnical Strength Parameters for Slope Stability Analyses Geologic Unit USCS (majority) Saturation 7t (pcf) q). (deg) c (pcf) Su (psf) Liquefied Sr(psf) New Fill SM Unsat. 120 34 0 - - Existing Fill SC/CL Unsat. 118 32 300 - - Alluvium SC/CL Sat. 118 28 100 - - Colluvium SC/CL Sat. 120 30 400 - - Estuarine Deposits (1) CL/CH/SC Sat. 120 - - 600 - Estuarine Deposits (2) CL/CH/ML Sat. 125 - - 1000 - Estuarine Deposits (3) SM/SC/CL Sat. 120 28 300 - 200 Estuarine Deposits (4) SC/MH/ML Sat. 125 - - 500 - Santiago Formation Sandstone Sat. 130 35 2000 - - Note: Refer to Figure E-1 through E-3 in Appendix E for the spatial distribution of these materials within the slope stability model Caltrans (2014a) recommended that slopes should have a calculated static safety factor for static long-term conditions in excess of 1.5 and a minimum pseudo-static safety factor of 1.1 for seismic earthquake conditions (kh = 0.2g without triggered liquefaction). The results of the slope stability analysis for static and pseudo-static (seismic) conditions indicate that the calculated safety factors 20161803.001ASDI16R50052 Copyright 2016 Kleinfelder Page 15 of 29 November 15, 2016 www.kleinfelder.com KLEINFELDER Bright People. Right SOW.. are in excess of these Caltrans recommended minimum values. The results of all slope stability analyses is presented in Table 3 and in Appendix E, Slope Stability Analyses Results. TABLE 3 Slope Stability Analyses Results Case Location Safety Factor Figure Static (Circular Slip Surface) Abutment 1 3.77 El Abutment 2 2.95 Pseudo-Static 0.2g (Circular Slip Surface) Abutment 1 1.22 E-2 Abutment 2 1.20 Pseudo-Static 0.2g (Block Slip Surface) Abutment 1 1.18 E-3 Abutment 2 1.18 Slope stability analyses require using geotechnical parameters selected form a wide range of possible values. There is a finite possibility that slopes having calculated Safety Factors as indicated above could become unstable. However, in our opinion, the probability of slopes becoming unstable is low. 4.2 EARTHWORK DESIGN RECOMMENDATIONS 4.2.1 General We recommended that all site preparation and earthwork should be performed in accordance with Sections 17 and 19 of the Caltrans Standard Specifications (2015). Anticipated excavation depths within the project alignment associated with site clearing and preparation for planned earthworks are not expected to be significant. The excavation of these existing near surface soils should be possible using moderate to strong effort with conventional heavy-duty grading and excavating equipment. 4.2.2 Excavations and Shoring Temporary trench excavations should be laid back or shored in accordance with the California Occupational Safety and Health Administration (Cal-OSHA), Caltrans, and other applicable regulations. For planning purposes, all soils can be considered OSHA Type C material. The actual OSHA soil type should be determined by the contractor's responsible person in the field at the 20161803.001ASD116R50052 Page 16 of 29 November 15, 2016 Copyright 2016 Kleinfelder www.kleinfelder.com KLE/NFELDER Onght People. light Solutions time of construction. Type C soils should have 1%H:1V temporary construction excavation slopes up to 10 feet in height. If stability of an excavation becomes questionable during construction, the excavation should be evaluated promptly by a representative from Kleinfelder. Construction personnel should be aware that soil conditions may change rapidly if soil moisture conditions change or if soils that have been disturbed by previous excavations are encountered. Measures should be taken to protect construction personnel from raveling of trench sidewalls. If sloughing or free water is encountered, it may be necessary to reduce trench slopes beyond OSHA requirements or provide shoring. 4.2.3 Fills and Backfills All site preparation and earthwork should be performed in accordance with Sections 17 and 19 of the 2015 Caltrans Standard Specifications. Any areas of loose or yielding soils should be over- excavated and replaced with compacted Structural Backfill in accordance with Caltrans Standard Specifications. Any soils that cannot be compacted, or are otherwise unsuitable for the planned use, should be excavated and disposed of from the project site. The exposed surface should be scarified and compacted to the specified density before placement of new fill. All encountered existing fill soils within the footprint of approach embankments should be removed and replace with properly compacted fill soils. All materials to be placed as fill should be free of vegetation, organics, debris, and other deleterious materials. All fill placed around foundations and behind walls should be placed in thin loose lifts, moisture-conditioned, and compacted to Caltrans Standard Specifications. Materials with a dimension greater than 3 inches should not be used in structure approach fills. Abutment backfill shall be structural backfill according to Caltrans Standard Specifications. Expansive soils, defined as soils with an Expansion Index greater than 50 and/or soils with a Sand Equivalent less than 20, should be excluded from the bridge abutments. 4.2.4 Erosion Prevention and Sedimentation Control The potential for soil erosion is largely impacted by local soil characteristics, vegetative cover, topographic relief, and the frequency and intensity of rainfall and wind. Removal of vegetation and disturbance to surficial soils by construction activities may result in local increases of erosion rates in unprotected areas. As a result, sedimentation may increase in local drainages at site perimeters and slope intersections. Uncontrolled diversion of storm water runoff from the site to unlined 20161803.001ASDI16R50052 Page 17 of 29 November 15, 2016 Copyright 2016 Kleinfelder www.kleinfelder.com KLEINFELDER 80ht People. RV& Sea.n drainage channels could result in erosion of the drainage channels due to concentrated flow. This is particularly true during and immediately following site grading. Site development normally increases the amount of impervious area, thus increasing the volume of storm water runoff. Concentration of flow in drainage structures can result in increased flow velocities and erosion potential. Soils on slopes exposed by site development will be subject to erosion by wind and water. This can result in increased turbidity of runoff to the downstream area. Erosion prevention and sedimentation control is a complex issue and is usually best addressed by sound planning and the use of Best Management Practices (BMPs). Erosion control BMPs are the "best" available technologies that are consistent with conventional local control practices. Implementation is dependent on site conditions and applicability of proven cost-effective methods. The selection and implementation of construction BMPs is dependent on what existing features need to be protected or mitigated. BMPs for erosion and sediment control are selected to meet the specific objectives based on site conditions, serviceability, and cost. Various BMPs in combination or succession may be needed for a given area. Selection of erosion control BMPs should be based on minimizing disturbed areas, stabilizing disturbed areas, and protecting slopes and channels. It also should be based on retaining sediment on-site and controlling the site perimeter. All implemented BMPs should be regularly monitored and controlled after initial installation, as well as during and after any storm generating runoff, to determine maintenance requirements and the general condition of the installed system. To reduce soil erosion and sediment transport, protective material such as gravel, crushed stone, pavement, and other effective erosion control materials should be used to stabilize exposed soils. Slopes should be provided with temporary drainage and erosion control measures during construction until permanent measures can be installed. Storm water runoff from construction areas should be conveyed to temporary diked detention areas for sediment deposition, then discharged to the existing natural drainage courses with velocities slow enough to prevent further erosion in the drainage courses. Control of erosion and sedimentation on recently graded construction sites require both vegetative and structural measures. Vegetative species used to control erosion should be selected to accommodate the soil characteristics and climate at the site. Storm runoff control should be provided during and after completion of site grading by using diversion dikes and permanent drainage facilities. Sediment retention structures such as sediment basins, sediment traps or silt 20161803.001ASDI16R50052 Page 18 of 29 November 15, 2016 Copyright 2016 Kleinfelder • www.kleinfelder.com KLEINFELDER lavht People. If mht Sotabans. fences should be used to keep eroded material on the site. Straw bales used alone, or in combination with geotextiles, can be effective sediment retention structures when properly installed and maintained. We recommend the following practices be part of the project: •Use temporary plant cover, mulching, and/or structures to control runoff and protect areas subject to erosion during construction. •Minimize soil exposure during the rainy season by proper timing of grading and construction and be prepared to shut down all earthwork if heavy precipitation occurs. •Have erosion control equipment and materials onsite if needed in an emergency to quickly construct temporary collectors, diversion channels, intercept drains, berm, dikes, or filters. •Accommodate the surface runoff from all disturbed areas. Prepare drainage-ways that handle concentrated or increased runoff from disturbed areas by using riprap or other lining materials to control erosion. •Trap sediment-laden runoff in basins to allow soil particles to settle out before flows are released to receiving waters. •Reduce erosion by limiting the area and time of exposure, and by the provision of diversion channels. 4.3 FOUNDATION DESIGN RECOMMENDATIONS This section presents our preliminary foundation recommendations for the proposed bridge structure. Based on the results of available information and our understanding of the subsurface conditions, the principal material underlying at the site consists of deep estuarine deposits to depths greater than 115 feet thick near the location of Boring B-1. In the area near Boring B-2 these deposits may extend to depths of 130 feet (or more). The majority of this material may be considered fine-grain that is lightly to moderately over-consolidated. A shallow groundwater condition exists in the project area. The foundation recommendations provided below were developed in order to provide adequate bearing capacity, and to mitigate static and seismic settlement potential of the bridge. 4.3.1 Micropiles Based on technical discussions with the bridge designer, it has been determined that the foundations should consist of deep drilled cased micropiles deriving their load bearing and uplift capacity from side friction along their embedded length in the Santiago Formation. Other types of 20161803.001ASDI16R50052 Page 19 of 29 November 15, 2016 Copyright 2016 Kleinfelder www.kleinfelder.com KLEINFELDER Bright Pm*. Fhght5a0,.n. deep pile systems such as driven displacement piles or cast-in-drilled-hole (CIDH) piles were evaluated but determined to not be optimal for various technical and economic factors. Foundation design recommendations provided herein are based on the American Association of State Highway and Transportation Officials (AASHTO) LRFD Bridge Design Specifications, 6th Edition (2012) with amendments by Caltrans (2014b) and the U.S. Department of Transportation, Federal Highway Administration Reference Manual for Micropile Design and Construction (2005). A micropile is a small-diameter (typically less than 12 inches), drilled and grouted non- displacement pile that is typically reinforced. A micropile is constructed by drilling a borehole, advancing spliced segments of steel casing, placing steel reinforcement, and grouting the hole. Micropiles can support significant axial loads and moderate lateral loads, and may be considered a substitute for conventional driven piles or drilled shafts or as one component in a composite soil/pile mass, depending upon the design concept employed. Micropiles are installed by methods that cause minimal disturbance to adjacent structures, soil, and the environment. They can be installed where access is restrictive and in all soil types and ground conditions. Micropiles can be installed at any angle below the horizontal using the same type of equipment used for the installation of ground anchors and for grouting projects. Micropiles should be designed for the possibility of corrosion during their lifetime. Corrosion rates may be assumed as an annual loss of 0.05 to 0.10 mm/year of the steel casing. Alternatively, the micropiles can be provided with a highly resistant coal-tar epoxy coating along the outside full length of the steel casing. Soil corrosion potential is discussed in Section 4.5 of this report. Corrosion potential and mitigation should be evaluated in accordance with Caltrans requirements. 4.3.2 Vertical Load Resistance We recommended that the micropiles include a continuous steel casing from the bridge abutment seat to the top of the Santiago Formation. The load bearing and uplift capacity should be derived from uncased fully grouted embedment in the Santiago Formation. The uncased section should have an appropriately sized single centralized reinforcing bar. The reinforcing bar should extend into the micropile casing a sufficient length to develop its load capacity. A minimum casing plunge depth of at least 3 feet into the Santiago Formation is recommended. The method of grouting is typically the most sensitive construction process influencing grout/ground bond capacity. Grout/ground bond capacity varies directly with the grouting method. For FHWA Type A micropiles, grout is placed under gravity head only. Sand-cement mortars or neat cement grouts can be used. For FHWA Types B, C and D, grout is placed under pressure 20161803.001ASDI16R50052 Page 20 of 29 November 15, 2016 Copyright 2016 Kleinfelder www.kleinfelder.conn KLE/NFELADER Bright People. ffight sautionc using single-stage or multi-stage injections. Based on its simplicity and ease of construction, we recommend Type A micropiles be used. The unfactored static ultimate downward grout/ground bond capacity in the Santiago Formation may be taken as 2,000 psf. This value may be taken as 1,400 psf in the upward direction (70 percent of downward). No downward axial load capacity should be assumed in the fill, colluvium and estuarine soils above the Santiago Formation. An unfactored seismically induced ultimate downdrag shear stress of 400 psf may be exerted along the micropile casing from the bottom of the supported abutment to an elevation of about -10 feet MSL. The strength and service limit design analyses should be evaluated per the AASHTO LRFD method. Resistance factors should be per the California Amendments or as described in the FHWA micropile reference manual. Estimated total settlements of the micropiles due to dead and live loads are estimated to be less than 1 inch. Micropiles should be designed for buckling. 4.3.3 Lateral Load Resistance Lateral load analysis and design of the piles will be performed by the structural designer using the geotechnical parameters presented in this report. Table 4 present recommended geotechnical parameters for use within the LPILE soil-pile interaction computer program developed by Ensoft. Note that a soil resistance factor of 1.0 should be used in accordance with the Caltrans Amendments. For closely spaced foundations, the P-Y curves developed using the recommended geotechnical parameters should be adjusted using a P-multiplier, Pm, with the values determined per Section 10.7.2.4 of AASHTO (2012) and Caltrans Amendments (2014b). The built-in default values for the soil horizontal reaction modulus "k" and strain factor "650" may be used. TABLE 4 Estimated Geotechnical Parameters Lateral Load Analyses Geologic Unit Elevation (feet, MSL) LPILE Model Effective Unit Weight (pcf) Friction Angle (deg) Cohesion (psf) Liquefied Shear Strength (psf) Colluvium +30 to +35 Sand (Reese) 58 30 - - Estuarine Deposits (1) +15 to +30 Soft Clay (Matlock) 58 - 600 - Estuarine Deposits (2) +0 to +15 Soft Clay (Matlock) 63 - 1000 - Estuarine Deposits (3)(a) -20 to +0 Sand (Reese) / Soft Clay (Matlock) 58 28 - 200 Estuarine Deposits (4) -70 to -20 Soft Clay (Matlock) 63 - 500 - Santiago Formation -100 to -70 Silt (cemented c-phi) 68 35 2000 - Note (a): For the Extreme Event seismic loading, a sublayer within Estuarine Deposit (3) from elevation -5 to -15 feet should be used to represent a potentially liquefiable layer. The liquefiable layer p-y curve should use the parameters noted in the table, but with a p-multiplier of 0.1. 20161803.001ASD116R50052 Page 21 of 29 November 15, 2016 Copyright 2016 Kleinfelder www.kleinfelder.com KLEINFELDER fldsoln Petra e. ROT Sottrbons. 4.4 ABUTMENT AND RETAINING WALLS This section presents design recommendations for reinforced concrete abutment and retaining walls. Abutment walls are anticipated to be pile supported with foundation load bearing and lateral resistance derived from micropiles. Walls should be designed with the following parameters: •Total unit soil backfill weight: 120 pcf •Internal friction angle: 34° •Cohesion: 0 psf •Horizontal seismic coefficient: 1/2 PGA = 0.5 x 0.382 g = 0.191 g (rounded to 0.2 g) •Live load surcharge (horizontal component): 240 psf Lateral earth pressures for retaining walls provided below are appropriate when new Caltrans Structure Backfill is present in the active zone. Retaining walls backfilled with Caltrans Structure Backfill should be designed to resist an active equivalent fluid earth pressure of 35 pcf for level backfill conditions. The active equivalent earth pressure assumes the wall is free to rotate at least 0.002 times the height of the wall to mobilize the active condition. Walls restrained against movement at the top should be designed for an at-rest equivalent fluid earth pressure of 55 pcf for level backfill conditions. For passive resistance of the structure, a nominal equivalent fluid weight of 300 pcf can be used 2 feet below ground surface at wall line. Soil-to-concrete interface friction coefficients can be calculated using AASHTO methods based on a soil internal friction angle of 34 degrees. Surcharge pressures (dead or live) should be added to the lateral pressures where such loads (e.g., traffic) may occur adjacent to the wall and should be estimated by multiplying the surcharge load by a coefficient of 0.25 for active or 0.45 for at-rest conditions. As a minimum, we recommend that a traffic surcharge equivalent to 2 feet of soil backfill be assumed as a surcharge for the at- rest condition. For this condition a pressure of 120 psf may be assumed to act as a uniform horizontal pressure over the entire height of the retaining walls behind the abutments. Seismic wall pressures are estimated using the Mononobe-Okabe method (AASHTO, 2012). Based on the design peak horizontal ground acceleration of 0.2g, the resultant seismic force (in pounds) for each linear foot of wall can be estimated as 9H2 within fill soils, where H is the height of the wall (in feet) above its base. The resultant seismic force acts at H/3 above the wall base. The seismic earth pressure has an upright triangular distribution. This dynamic incremental earth pressure should be added to the static earth pressure. 20161803.001ASD116R50052 Page 22 of 29 November 15, 2016 Copyright 2016 Kleinfelder www.kleinfelder.com KLEINFELDER Bright People. Night Solutions. Recommendations for the lateral earth pressures assume that walls have adequate drainage provisions to prevent the buildup of hydrostatic pressures in the soil backfill. The drainage system may be designed in accordance with Caltrans Standard Plan B0-3, Detail 3-1. Pervious backfill material shall consist of gravel, crushed gravel, crushed rock, natural sands, manufactured sand, or combinations thereof. Pervious backfill (other than sacked material at wall drain outlets) shall conform to the grading requirements in Section 19 of the Caltrans Standard Specifications. Sacked pervious backfill at wall drain outlets shall conform to the grading for 11/2" X %" primary aggregate size specified in Section 90 of Caltrans Standard Specifications. As an alternate, a geocomposite drain, as shown in Caltrans Bridge Standard Details No. xs3-110, may be used in lieu of the pervious backfill. 4.5 SOIL CORROSION POTENTIAL A preliminary corrosive soil screening for on-site soil materials was completed to evaluate their potential effect on concrete and ferrous metals. Laboratory test results for pH, minimum electrical resistivity, and soluble chloride and sulfate content are presented in Table 5. TABLE 5 Corrosion Test Results Boring Sample No. Depth (ft) pH Sulfate (PP111) Chloride (Wm) Minimum Electrical Resistivity (ohm-cm) B-1 S-4 16 8.6 110 21 1800 B-2 S-5 21 8.4 110 85 870 In general, Caltrans considers a site to be corrosive if one or more of the following conditions exist for the representative soil samples taken at the site: chloride concentration is 500 parts per million (ppm) or greater, sulfate concentration is 2,000 ppm or greater, or the pH is 5.5 or less. The test results do not meet the Caltrans criteria for corrosive soil. 20161803.001ASDI16R50052 Page 23 of 29 November 15, 2016 Copyright 2016 Kleinfelder www.kleinfelder.com KL.E/NFELDER en'ght People. Right Solutions. Preliminary corrosion tests are only an indicator of potential soil aggressivity for the sample tested. We recommend that the corrosion test results be reviewed and evaluated by the project designers considering the proposed improvements and project lifespan requirements. The purpose of our tests is only to provide a preliminary corrosivity screening. Additional sampling and testing may be performed after completion of grading for the proposed site improvements. A qualified corrosion engineer can be contacted to for detailed evaluation of corrosion potential with respect to construction materials at this site and review the proposed design. 20161803.001ASD116R50052 Page 24 of 29 November 15, 2016 Copyright 2016 Kleinfelder www.kleinfelder.com KLEINFELDER 8fight People. Right So!otionc 6 LIMITATIONS This report has been prepared for the exclusive use of the project design team for specific application to the proposed Agua Hedionda Creek Pedestrian Bridge project. It is intended solely for their use in preliminary design of the project as described herein. It may not contain sufficient information for other uses or purposes of other parties. It is not considered sufficient for final design or construction of the project. This report is presented with the understanding that a design- level geotechnical investigation will be performed. The findings, conclusions, and recommendations presented in this report were prepared in a manner consistent with the standards of care and skill ordinarily exercised by members of the geotechnical profession practicing under similar conditions in the same geographic vicinity and at the time the services were performed. No warranty or guarantee, express or implied, is made. If any change (i.e., structure type, location, etc.) is implemented which materially alters the project, additional geotechnical services may • be required, which could include revisions to the geotechnical recommendations presented herein. Hazardous materials and solid waste evaluations performed by Kleinfelder for this project are to be summarized in separate reports. Kleinfelder will assume no responsibility or liability whatsoever for any claim, damage, or injury which results from pre-existing hazardous materials being encountered or present on the project site, or from the discovery of such hazardous materials. This report may be used only by project design team, and only for the purposes stated within a reasonable time from its issuance, but in no event later than two years from the date of the report. Land or facility use, on and off-site conditions, regulations, design criteria, procedures, or other factors may change over time, which may require additional work. Any party other than the client who wishes to use this report shall notify Kleinfelder of such intended use. Based on the intended use of the report, Kleinfelder may require that additional work be performed and that an updated report be issued. Non-compliance with any of these requirements by the client or anyone else will release Kleinfelder from any liability resulting from the use of this report by any unauthorized party and client agrees to defend, indemnify, and hold Kleinfelder harmless from any claim or liability associated with such unauthorized use or non-compliance. 20161803.001ASD116R50052 Page 25 of 29 November 15, 2016 Copyright 2016 Kleinfelder www.ideinfelder.com KLEINFELDER Bright People. FlkihtSclutoros, 6 REFERENCES American Association of State Highway and Transportation Officials (AASHTO), 2012, Load and Resistance Factor Design (LRFD) Bridge Design Specifications, January 2012, 6th edition. Bennett, R, A. and Others, 1996, Global positioning system constraints on fault slip rate in Southern California and Northern Baja, Mexico," Journal of Geophysical Research, vol. 101, no. B10, pp. 21,943-21,960. Boulanger, R. W., and Idriss, I. M., 2006, (1606). "Liquefaction susceptibility criteria for silts and clays." J. Geotechnical and Geoenvironmental Eng., ASCE 132(11), 1413-1426. Bray, J.D. and Travasarou, T., 2007, Simplified Seismic Slope Displacement Procedures, pp. 340- 349. Bryant, W.A. and Hart, E.W., 2007, Fault-Rupture Hazard Zones in California, Alquist-Priolo Earthquake Fault Zoning Act with Index to Earthquake Fault Zones Maps: California Geological Survey, Special Publication 42, 42p. Caltrans ARS Online, 2016, Version 2.3.07. http://dap3.dot.ca.gov/ARS_Online/index.php. California Department of Transportation (Caltrans), 2015, Standard Specifications. California Department of Transportation (Caltrans), 2014a, Geotechnical Design Manual — Embankments, December 2014. California Department of Transportation (Caltrans), 2014b, California Amendments to AASHTO LRFD Bridge Design Specifications — Sixth Edition). California Department of Transportation (Caltrans), 2013a, Seismic Design Criteria, Version 1.7, April 2013. California Department of Transportation Caltrans 2013b, Guidelines on Foundation Loading and Deformation due to Liquefaction due to Liquefaction Induced Lateral Spreading. California Department of Transportation (Caltrans), 2013c, Caltrans Probabilistic Spreadsheet, January 6, 2013, http://dap3.dot.ca.gov/ARS_Online/technical.php. California Department of Transportation (Caltrans), 2012a, Caltrans Deterministic Spreadsheet, February 21, 2012, http://dap3.dot.ca.qov/ARS Online/technical.php. 20161803.001ASDI16R50052 Page 26 of 29 November 15, 2016 Copyright 2016 Kleinfelder www.kleinfelder.com KLEINFELDER Bright People. Right Saluda's. California Department of Transportation (Caltrans), 2012b, Methodology for Developing Design Response Spectrum for Use in Seismic Design Recommendations, November 2012. California Department of Transportation (Caltrans), 2012c, Fault Database Spreadsheet, Version 2b, dated December 13, 2012, http://dap3.dot.ca.00v/ARS Online/technical.php. California Department of Transportation (Caltrans), 2012d, Corrosion Guidelines, Version 2.0, www.dot.ca. gov/hq/eschtsb/corrosion/pdf/2012-11-19-Corrosion-Guidelines. California Department of Transportation (Caltrans), 2010b, Soil and Rock, Logging, Classification, and Presentation Manual. California Emergency Management Agency, 2009, Tsunami Inundation Map for Emergency Planning, Oceanside Quadrangle/San Luis Rey Quadrangle, Scale 1:24,000. Caltrans, 2009, Foundation Report Preparation for Bridge Foundations. California Geological Survey (CGS), 2002, California Geomorphic Provinces, Note 36, Revised December 2002. Cetin. K.O., Bilge, H.T., Wu, J., Kammerer, A.M. and Seed, R.B., 2009a, (Cetin09a). "Probabilistic model for cyclic straining of saturated clean sands," J. of Geotechnical and Geoenvironmental Eng., ASCE 135(3), pp 387-398. Cetin. K.O., Bilge, H.T., Wu, J., Kammerer, A.M. and Seed, R.B., 2009b, (Cetin09b). "Probabilistic model for assessment of cyclically induced reconsolidation (volumetric) settlements," J. of Geotechnical and Geoenvironmental Eng., ASCE 135(3), pp 387-398. Cetin, K.O., Seed, R.B., Der Kiureghian, A., Tokimatsu, K., Harder, L.F., Kayen, R.E., Moss, R.E., 2004, "Standard Penetration Testing-Based Probabilistic and Deterministic Assessment of Seismic Soil Liquefaction Potential," Journal of Geotechnical and Geoenvironmental Engineering, Vol. 130, No. 12, December 2004, pp. 1314-1340. Federal Emergency Management Agency (FEMA), 2008, Flood Map No. 06025C2100C, dated September 26, 2008. Idriss, I. M., and Boulanger, R. W., 2008, (IBO8). Soil Liquefaction During Earthquakes. Monograph MNO-12, Earthquake Engineering Research Institute, Oakland, CA, 261 pp. Idriss, I.M. and Boulanger, R.W., 2006, "Semi-empirical procedures for evaluating liquefaction 20161803.001ASDI16R50052 Page 27 of 29 November 15, 2016 Copyright 2016 Kleinfelder www.kleinfelder.com KLEINFELADER Bright People. Right Wuhan,. potential during earthquakes," Journal of Soil Dynamics and Earthquake Engineering, Volume 26, No 2-4, pp. 115-130. ldriss and Boulanger, 2004, "Semi-Empirical Procedures For Evaluating Liquefaction Potential During Earthquakes", Proceedings of the lithe SDEE and 3rd ICEGE, University of California, Berkeley, January 2004, Plenary Session, p. 32 - 56. Ishihara, K., and Yoshimine, M., 1992, "Evaluation of settlements in sand deposits following liquefaction during earthquakes", Soils and Foundations, pp. 173-188. Jennings and Bryant, W.A. 2010, Fault Activity Map of California, California Geological Survey, Scale 1:750,000. Kennedy, M.P. and Tan, S. S., 2005 Geologic Map of the Oceanside 30' x 60' Quadrangle, California, California Geological Survey, Scale 1:100,000. McDaniel Engineering, 1998, "Improvement Plans and Grading Plans for: Cannon Road Bridge Over Agua Hedionda Channel, Lot of Test Borings", Sheet 67 of 131, As-Built dated March 22, 2002. Owen Geotechnical Consultants, Inc. 1985, "Supplement5a1 Geotechnical Investigation and Grading Plan Review, Phase 1, Kelly Ranch, Carlsbad, California, dated July 19, 1985. Portland Cement Association, 1988, Design and Control of Concrete Mixtures. Powell, R.E., Weldon, II, R.J and Matti, J.C. (editors), 1993, "The San Andreas Fault System: displacement, palinspastic reconstruction, and geologic evolution," Geological Society of America Memoir 178, 332p. Rockwell, T.K., 2010, The Rose Canyon Fault in San Diego, Proceedings of the Fifth International Conference on Recent Advances in Geotechnical Earthquake Engineering and Soil Dynamics, May 24-29, 2010, San Diego, California, Paper No. 7.06C. Tokimatsu, K., and Seed, H. B., 1987, (TS87), "Evaluation of settlements in sands due to earthquake shaking," J. Geotechnical Eng., ASCE 113(GT8), 861-78. U.S. Department of Transportation, Federal Highway Administration, "Reference Manual: Micropile Design and Construction", Publication No. FHWA NHI-05-039, December 2005. Wallace, R.E., 1990, "The San Andreas Fault System", California, U.S. Geological Survey Professional Paper 1515, 283p. 20161803.001ASDI16R50052 Page 28 of 29 November 15, 2016 Copyright 2016 Kleinfelder www.kleinfelder.com KL.E7NFELOEFT Bright Peopte. ILO! Solvflora Waters, Michael R., 1981, Late Holocene Lacustrine Chronology and Archaeology of Ancient Lake Cahuilla, California, University of Washington. Youd, T. L., et.al., 2001, "Liquefaction resistance of soils: Summary report from the 1996 NCEER and 1998 NCEER/NSF workshops on evaluation of liquefaction resistance of soils," Journal Geotechnical and Geoenvironmental Engineering, Volume 127 No. 10 pp. 817-833. Youd, T.L., 2005, "Liquefaction-induced flow, lateral spread and ground oscillation," Geological Society of America Abstracts with Programs, Vol. 37, No. 7, p. 252. 20161803.001ASDI16R50052 Page 29 of 29 November 15, 2016 Copyright 2016 Kleinfelder www.kleinfeldercom KLEINFELDER Bright People. Ibght Salutlom 600 1,200 2,400 Feet 'Ms 44w:ration included cn this ',belle towesonblion has boon conviled from a raf.ety of pnrces and is subjed to shone,: w)toLA nada. VJenfolder makes no tepresertat'ons mtrrartlies. exams:. or intelied, as to accuw/. cerretelanos, Inera. or rtaht to Ina use ot :Loch ',formation. Thc dovrnen: Is rat 'Manion Or hse as land survey product not is II deeigned al intended as a co-nttudion design document. The use Of misuse ▪,nfonrrst,c n contained on this graphic tearceonhs6on is at the role risk of tn: party a.,in or 171.9.15;r1O the info/mato, Service Layer Credits: Copyright:0 2013 National Geographic Soc ety, i-cubed CALIFORNIA SITE LOCATION (SEE ABOVE) KL EINFELDEF? Bright People. Right Solutions. www.kIeinfelder.com PROJECT NO 20161803 DRAWN: 11/2/2016 DRAWN BY: JP CHECKED BY: TG FILE NAME: 20161803.yienxd AGUA HEDIONDA CREEK PEDESTRIAN BRIDGE CARLSBAD, CALIFORNIA SITE LOCATION MAP •4 LEGEND af/Qc Qa ARTIFICIAL FILL OVER COLLUVIAL DEPOSITS RECENTALLUVIAL DEPOSITS COLLUVIAL DEPOSITS APPROXIMATE LOCATION OF GEOLOGIC CONTACT, QUERIED WHERE UNCERTAIN APPROXIMATE LOCATION OF BORING (KLEINFELDER, 2016) APPROXIMATE LOCATION OF BORING (CALTRANS, 1989) APPROXIMATE LOCATION OF BORING (GEOTECHNICAL CONSULTANTS, INC.. 1998) A /A APPROXIMATE LOCATION OF GEOLOGIC CROSS SECTION 18C34m620161E03 ExotesrxC 0 20 40 80 IniniZI 1 Feet PROJECT NO, 20161803 FIGURE DRAWN 1112/2016 SITE INVESTIGATION GEOLOGY MAP KLEINFELDER Bright People. Right Solutions. vnvorKleintelder.com DRAWN BY: JP 2 CHECKED BY: MA AGUA HEDIONUA CREE4 PEDESTRIAN BRIDGE CARLSBAD. CALIFORNIA Service Layer Credile B 2016 Microsoft Corporation FILE NAME: 20161803_Explor.ffere NEW LEFT EDGE OF DECK COSTING LEFT EDGE OF DECK tow PATE OhlE 0.41E 11111M. REVISION DESCRIPTION MM. or mai On, AfIllovAL OMER 1.10.1. HISPECTai DATE CITY OF CARLSBAD ISMSOORTATION MAMMON NOAWNIM(FIAKWIt El COMO &VAL ROSE AFROVENEKIS 81i6VEOBB61,1KA8 SHEET gra Figure 3 EXISTING RIGHT EDGE OF DECK 1 BICYCLE RAIUNG 11• 1'-r* CLR 4.-0" TYP BRIDGE 5/8" - CONCRETE BARRIER TYPE BO CAST-IN-PLACE CONCRETE DECK TI 2'-B METHACRYLATE DECK SEAL COSTING SUPERSTRUCTURE PREFABRICATED STEEL TRUSS BRIDGE TYPICAL SECTION RIGHT EDGE OF DECK 5/8" = 1.-0" CURVE DATA NO. RADIUS DELTA (A) TANGENT (1) LENGTH (L) ® 6,900.00' 0453'28" 294.69' 589.03' DATUM ELEVATION 20.00' 4411.50 EXISTING LEFT EDGE OF DECK NEW LEFT EDGE OF DECK 4424-00 ELEVATION 442+50 443.+00 NEW CRASH ATTENUATOR --......—.......----7 ---- —1 NEW BARRIER REMOVE ---*/ EB r _ APPROXIMATE FINISH GRADE \\:- APPROXIMATE ORIGINAL GRADE U ABUTMENT 2 114,-8" 138 MICROPILE TYP ABUTMENT 1 EXISTING RAIUNG PLAN pm KLEINEEL DER 1" = 10.-0" r NEW BARRIER ------------ 442+00 N66'3527.8 • 442+50 443+00 IQ < BC STA 443+00.90 END BRIDGE STA 442+82.14 "ECR" UNE 60.50' RT ELEV 45.28' BB STA 441+69.42* EB STA 442+81.58* ELEV 46.11't ELEV 4.5.61± _______________________________________________________________________________t BEGIN BRIDGE STA 441+67.47 "ECR" UNE 60.50 RT BRIDGE •- • rEXISTING RIGHT EDGE OF DECK HEW CRASH ATTENUATOR /ELEV 45,78' EL CAMINO REAL = 'ECR" UNE II 441+50 -+- II 3'-9"± 2'-Ert 1 CONCRETE BARRIER RESET REMOVE TYPE BO HAND EXISTING RAIUNG HAND RAIUNG REMOVE EXISTING MATCH RAIUNG TYPE 9-11 EXISTING r TYP SLOPE r METHACRYLATE DECK SEAL TYPICAL SECTION LEFT EDGE OF DECK NEW OVERHANG EXISTING OVERHANG EXISTING SUPERSTRUCTURE RENEW-Oft SHEETS "AS BUILT" RM----- °ME The ilfoirnotion Iwkried ol ocastio I asf csenttion hos Ocor comailoc tram a.rioty of ..ifoos ono is sutja. to shoo,: v.:1.W nob.. Klairtoilo• reo.s no raph.presti.fi watrantios, express a, cd.os to =Limy oaroolotor,c1.1,sol... of labia to Ihe oss of such infofrrallon. 7flI. domino ni lo nal if 'funded Co use as a fano awyov smaust no, dosiarod or into nced as ,00nn,tIncn610iCrdccjrnaf. Tno u. or misuse of the ',formation nbinsd on this grooKs roof oscniation ts no oolo nsk of Ina party using or misusinp Ito informal. NOT TO SCALE LEGEND Qa -ALLUVIAL FLOOD-PLAIN DEPOSITS Qya - YOUNG ALLUVIAL FLOOD-PLAIN DEPOSITS Qoa - OLD ALLUVIAL FLOOD-PLAIN DEPOSITS, UNDIVIDED Qop - OLD PARALIC DEPOSITS, UNDIVIDED Qvoa - VERY OLD ALLUVIAL FLOOD-PLAIN DEPOSITS, UNDIVIDED Qvop - VERY OLD PARALIC DEPOSITS, UNDIVIDED Tsa - SANTIAGO FORMATION Kp - POINT LOMA FORMATION KI - LUSARDI FORMATION Kt - TONALITE, UNDIVIDED (-KLEINFELDER Bright People. Right Solutions. www.kleinfelder.com PROJECT NO. 20161803 DRAWN: 11/2/2016 REGIONAL GEOLOGY MAP DRAWN BY: JP CHECKED BY: SR AG UA HEDIONDA CREEK FILE NAME: PEDESTRIAN BRIDGE 20161803_Geo.mxd CARLSBAD, CALIFORNIA FIGURE 4 117°00"W Faulting Legend Quaternary Faults (Bryant, 2005; USGS, 2009) Historic displacement (< 200 years) Late Quaternary displacement (< 750,000 years) Pre-Quaternary Geologic Structures (CGS, 2000) ANSS Earthquakes •••• Mapped Fault Locabon Dashed wore Approximated = • Dashed woe Approximated Concealed • • Conoaalod Holocene displacement (< 11,000 years) Quaternary displacement (‹ 1,600,000 years) Mapped Fault Location —- fault, approx. located —7- fault, approx. located, queried — fault, certain fault, concealed 4,-- fault, concealed, queried -?- - fault, inferred, queried Magnitude •4.0- 4.9 5.0- 5.9 9.0-9.9 • 9.0 - 8.9 .1•••=me ?tapped Fault Location =, • Cashed Wore Approximated Concealed .-----,••••> Mapped Fault Location . • Dashodwere Approximated •• • • Concealed 35 0 17.5 • 7112 rhrmalw rOzell antlispre0*,,,,e1Alinn tas ban co 01.Iran rachel ir.amiu. and sutpx verge...Mod no: cs 'Apr.:Ala:W-1w alto oaara:g ui • 1...e.r.th,d47,11011.7115C..ell Is no: tr len3sci ki b, a I ,d ..raiForod.0 DM LI &alp. celnlwad con.AanlespncomInvnt din, 16a, I el. mstart nrzpnv rtrce.oldialir.r.te We reM1), 4 ,c ec maJet, 00 1.fcmorr. T.—,15:561130. 35 Kilometers PROJECT NO. 20161803 FIGURE DRAWN: 11/2/2016 KL Ells/FELDER REGIONAL FAULT MAP AND EARTHQUAKE EPICENTERS (1800 - SEPTEMBER 2016) DRAWN BY: JP 17-1 CHECKED BY: MA FILE NAME: 20161803_EO.MXD AGUA HEDIONDA CREEK PEDESTRIAN BRIDGE CARLSBAD. CALIFORNIA Bright People. Right Solutions. wynkr .kleinf elder cOm 112 ABUTMENT 1 (PROJECTED 20' NORTH) B-2 (PROJECTED 19' NORTH) 114 (PROJECTED 10' NORTH) (PROJECTED GROUND SURFACE IT NORTH) ABUTMENT 2 PROPOSED PEDESTRIAN BRIDGE B-1 40 Qes Tsa ESTAURINE DEPOSITS SANTIAGO FORMATION 240 20 40 80 100 120 140 16D 180 200 220 DISTANCE ALONG SECTION IN FEET 20 10 0 20 FIGURE 6 0 5 zE, 2 2 s Q o 2 w e 2 0 :.°1 2 je< 00 UJW XI .C<C PLOTTED: 11 Nov 2016, 3:18pm, JPatay A LEGEND A af APPROXIMATE LOCATION OF —20 ..-- GEOLOGIC CONTACT, QUERIED WHERE UNCERTAIN APPROXIMATE B-2 LOCATION OF —0 BORING, SHOWING PROJECTION AND TO = 121.5' TOTAL DEPTH IN FEET (KLEINFELDER 2016) APPROXIMATE LOCATION OF BORING, SHOWING PROJECTION AND TOTAL DEPTH IN FEET (CALTRANS, 1969) GROUNDWATER 2 ENCOUNTERED AT TIME OF DRILLING H-4 -20 TD = 73' DEPTH TO TOP OF Tsa UNCERTAIN AS INDICATED BY QUERIES TD 7105' TD 121.5' ---?--- --- ------ — Tsa TD= 121.5' APPROXIMATE VERTICAL SCALE (feet) 20 10 0 20 APPROXIMATE HORIZONTAL SCALE (feet) PROJECT NO, 20161803 DRAWN' 1111112016 KLEINFELDERDRW4BY. JP Bright People Right Solutions. CHECKED BY: SP FILE NAME: V/I.AV kleinf el d et.. n, 20161803_Sections.dhp GEOLOGIC CROSS-SECTION A-A' AGUA HEDIONDA CREEK PEDESTRIAN BRIDGE CARLSBAD. CAUFORNIA Qes ID 73' Qc ARTIFICIAL FILL RECENT ALLUVIAL DEPOSITS COLLUVIAL DEPOSITS -40 -60 -60 40- 20- -60- -80 — 1.0 Pseudo-Spectral Acceleration, Sa (g) 0.5 0.0 35 30 25 20 15 10 5 Spectral Displacement, Sd (inches) C L_ EIIVPEL A P EF? Bright people_ Right Solutions. SITE DATA Latitude (degrees): 33.1495 Shear Wave Velocity, Vs30: 214 Longitude (degrees): -117.2972 Depth to Vs = 1.0 km/s, Lim: NA Depth to Vs = 2.5 km/s, 4 5: NA _ I I .• 4... • Deterministic Spectrum ,..----. :::-. Probabilistic Spectrum --- Design Spectrum I 4111. 41116 r ib gib -,-,...._._,.._ alo ... T. Mb GHIA 00 05 1.0 1.5 20 2.5 30 35 40 4.5 5.0 Period (seconds) 40 •• *Deterministic Spectrum Probabilistic Spectrum Design Spectrum 4.110 2.0 25 30 35 4.0 45 50 Period (seconds) 00 0.5 Project Number: 20161803 FIGURE NO. CALTRANS ARS CURVES Date: Nov. 2016 Entry By: MA ACUA HEDIONDA CREEK Checked By: ST PEDESTRIAN BRIDGE 7 File Name: Hederds CARLSBAD, CALIFORNIA DESIGN ARS CURVE ORDINATES Period (s) Sa (g) Sd (inches) 0.01 0.385 0.000 0.02 0.447 0.002 0.022 0.456 0.002 0.025 0.469 0.003 0.029 0.485 0.004 0.03 0.488 0.004 0.032 0.495 0.005 0.035 0.505 0.006 0.036 0.508 0.006 0.04 0.52 0.008 0.042 0.525 0.009 0.044 0.53 0.010 0.045 0.533 0.011 0.046 0.535 0.011 0.048 0.54 0.012 0.05 0.545 0.013 0.055 0.557 0.016 0.06 0.567 0.020 0.065 0.577 0.024 0.067 0.581 0.026 0.07 0.587 0.028 0.075 0.595 0.033 0.08 0.604 0.038 0.085 0.612 0.043 0.09 0.619 0.049 0.095 0.627 0.055 0.1 0.634 0.062 0.11 0.656 0.078 0.12 0.677 0.095 0.13 0.697 0.115 0.133 0.703 0.122 0.14 0.716 0.137 0.15 0.734 0.162 0.16 0.752 0.188 0.17 0.768 0.217 0.18 0.784 0.249 0.19 0.8 0.283 0.2 0.815 0.319 0.22 0.819 0.388 0.24 0.823 0.464 0.25 0.824 0.504 0.26 0.826 0.547 0.28 0.829 0.636 0.29 0.831 0.684 0.3 0.832 0.733 0.32 0.821 0.823 0.34 0.811 0.918 Period (s) Sa (g) Sd (inches) 0.36 0.801 1.016 0.38 0.792 1.119 0.4 0.784 1.228 0.42 0.776 1.340 0.44 0.769 1.457 0.45 0.765 1.516 0.46 0.762 1.578 0.48 0.755 1.703 0.5 0.748 1.830 0.55 0.732 2.167 0.6 _ 0.719 2.533 0.65 0.707 2.924 0.667 0.704 3.066 0.7 0.697 3.343 0.75 0.689 3.793 0.8 0.674 4.222 0.85 0.661 4.674 0.9 0.649 5.145 0.95 0.638 5.636 1 0.628 6.147 1.1 0.584 6.916 1.2 0.546 7.695 1.3 0.513 8.486 1.4 0.484 9.285 1.5 0.459 10.108 1.6 0.437 10.950 1.7 0.417 11.795 1.8 0.399 12.653 1.9 0.383 13.533 2 0.368 14.407 2.2 0.331 15.680 2.4 0.3 16.913 2.5 0.287 17.557 2.6 0.275 18.195 2.8 0.253 19.414 3 0.234 20.613 3.2 0.218 21.849 3.4 0.203 22.968 3.5 0.196 23.500 3.6 0.19 24.101 3.8 0.179 25.299 4 0.168 26.309 4.2 0.161 27.797 4.4 0.155 29.371 4.6 0.149 30.859 4.8 0.144 32.473 5 0.139 34.012 Project Number: 20161803 FIGURE NO. CALTRANS ARS TABLE Date: Nov. 2016 Entry By: MA AGUA HEDIONDA CREEK Bright People. Right Solutions. Checked By: ST PEDESTRIAN BRIDGE 8 Fie Name: Afl5_Po. i•Jir.09 CARLSBAD, CALIFORNIA KLE/NFELDER Bnpht People. FLOE Solutions. APPENDIX A SITE PHOTOGRAPHS Photograph 1— Looking northwest along northeast side of El Camino Real (street level) Photograph 2 — Looking southeast along northeast side of El Camino Real (street level) (4-:LEINFELDER Bright People. Right Solutions. DESIGNED BY: M. Arzamen.:F DATE 9116 SCALE NO SCALE Site Photographs 1 and 2 DRAWN BY: M. AlZeinendl 9116 CHECKED BY: S. RAQ Proj. No. 20161803 9116 Agua Hedionda Creek Pedestrian Bridge Carlsbad, California DRAWING NO. FIGURE NO. A-1 Photograph 3 — Looking southeast along northeast side of El Camino Real (creek level) Photograph 4 — Looking northwest along northeast side of El Camino Real (creek level) DESIGNED BY: M. Arzarnandi DATE 916 Site Photographs 3 and 4 SCALE NO SCALE DRAWN BY: M. Arnmendi 9:16 CHECKED BY: S. 6999 916 Agua Hedionda Creek Proj. No. 20161803 Pedestrian Bridge Carlsbad, California DRAWING NO. FIGURE NO. A-2 KLEINFELDER Bright People. Right Solutions. Photograph 5 — Looking east along southwest side of El Camino Real (creek level) Photograph 6 — Looking west along southwest side of El Camino Real (street level) DESIGNED BY: M. Arzamerdi DATE 9:16 Site Photographs 5 and 6 SCALE NO SCALE DRAWN BY: M. Arzamerd 9:16 CHECKED BY: S. REM 9116 Agua Hedionda Creek Pedestrian Bridge Carlsbad, California Proj. No. 20161803 DRAWING NO. FIGURE O. A-3 KLEINPELDER Bright People. Right Solutions. Photograph 7 — Looking south west at drill rig set for Boring B-1 (street level) Photograph 8 — Looking north along southwest side of El Camino Real (street level) KLEINFELDER Bright People. Right Solutions. DESIGNED BY: Arzamendi DATE 9.,16 Site Photographs 7 and 8 SCALE NO SCALE DRAWN BY: M. Aaarnondi 9/16 CHECKED BY: S. Rum 9:16 Agua Hedionda Creek Pedestrian Bridge Carlsbad, California Proj. No. 20161803 DRAWING NO. FIGURE NO. A-4 FN.e._1...w.LE.E, ;con o..iiNys *_30.2110., -I APPROX. EtIS71110 NFOUN1 I cIRCa IV 011301 Oosilt.0340.04. .4•11,11n ICNS 11.01111011 1/16" I -O. 0.0. £41/68 42 6160....11- g 11R100E 441.25.00 EIE11. Ar4- 5w 442.81. ELEV. 40.81 COUNTY OF SAN DIEGO, CALIFORNIA AGUA HEDIONDA CREEK BRIDGE ClIll Camino WI R.C. - 0.132 PER STL. 403. 4.1. 0.4.C. 443•01.011 f 1 NO, SWING POT. . TYPE _ All NC NO.CH 10. O. NIX. 57 011100 .-0 RAIL TYPO 9-11 Ir I 9. ,00 en 6 81140014110.138•135 7 1111.11001 9.19.126 PROFILE MOE Ne•Scal.: 311,FAL PLAN 01-2' VET 2 NV 4040144 - 7 .11.V.T•larg 0001016AIC RIM " .43,11.5 0/1W/70 Ns. otarONin fiv E0E.E.:0 :41'1';11 ;1 rtoeeNsiNew eniLowcwowasea 11016. r0i1 MEWL EXCA1A1109 8 ROCK SLOPE PROrEr1011 "EMI 0 8 90011111Es SEF SHEET 39 OF OE MO PLATS 45 TON-CLAES E.- calcitETE CAME PILL. .4.11F 14- Fl PATON, ' .SPEtIrj9fljjj ESTINOTi3O TIP PeJT. 1 -XV -10. LEW 1 -10. -33. BENT 3 30. -30. PO/ 0e/Ei,E1/ 44 '1 fee NW a/ _-PAIIPOSkU ENESEN, 11106TIEL ENCONTION 1 1/2.1 SLOPE TTEICOL RAM 0711,1 1 FOR CIONINEL .1171011100 TYPE • icon. L• E A.-Or T • 40.39. R • 226' 1 -rEcE GEM 10 PI Ail 66. 30. ON. 1 fa CUNENE% 7,011 1101001 SECTION 6 ono 6-40(11 3.701.15041.-3N PLAN 4.POUTIIENT OEIP:LS 5.RCNT DETOILS G. SLCIOUNEE CETAILS T. ROME 07000111 CERRO MUM TYPE 9 (1.11101In O. PRIME IMAM' RUC NJ 1.1110 'TOE 8 10(1011.0) 9. MAIER RAIL /NC-T•PE 9-11 . TO. 11411RIER 8011115 PETP:LS CONCEETE FILES DETAILS 2. 1.05 OF 7EST 0001005 4,19 PEAL AS Lkal" CORRECTJONS CONTRACT No. 18.-fi" 19' UT1'.ITT 0311300 PLAIES COST III RAILING SOTH 111101. TEl DETAILS ..71PICOL SECTION / 4- & OEM MEV 06501. TOTPL 24 MATES RED., 12..0. _12.-0' Iftrtourol ogtallA OL448..4 IT NAV :6! DWG. q03 -4 11311.134101 A(0011E0111118 sursr /W. 111111 OF TO 0.9 O 921 Figure B-1 F 1411.10101 IL CX/151 PAU 11.T. 1100.1 WEI Of t`."411",!`"'".1,11T.11 1110.91 Figure B-2 91 Pim*. 0011. 110101 e./ ion.rot .1,12d1LACK ELEVATIAS ARC TICUPE) FROM k AT TV IIITKRXIM ,:tfvitT.01•S ORE AT TOP Cl DECO TYPO CAI SECTION Scale: 1" 2..5.-C• 1010: 4 50590590 PILES MR EIR) PATTERED 2.12. PENA RIK PILES 00011001 -2 X CAST-IN-PLAN SUB Till i-P PAESI NCSSLA — si III 11N ITS 1.-92 N1E. ! PROFILE MOE - >. 9,-a. PAK.'EP CA:LINO TYPE 9-11 SEE RAILING DETAIL THIS ShGET ENE OP DECK A V..' . -,•""- 44.0 4,9Tfr". ..i.of r?........!..,Y .. a.e‘ 1:„..i....4.--" 41,•1/ olf.......fr ',../' l e 0'1 0).r.. I 1...° "....." • 1,,,,e1 ....X.,.....""....... i ge.5 Ib PI R.S. 130-1 Tr .7. .. •pe 47 t -- i it 492925.0D 147991. 51 7-7 ' I— HOGE OF PECK jIll 1110091 1.• • 10,-1:1" tr7-,70-...141,±f"_fro ro Ono 5,-416:14, et lam , C<Jtv7T OF SAN 01E60, GAL1FORNIA1 AGUA HEDIONDA CREEK BRIDGE' ...... c.II 7.,1111, 111, co El Gamine Recl COMA.. PIM DEVON 1.5.11.0. 519952 LIVE 0010150 9520-94 ON. F.IERRATIV: PrIll'OPCED MCKIE 1, 2 20,000 P.S.I. N IC I, 2 1200 P.5.1, P IIF LCA01110 AS MU /1"%!..74. cr,-Ecruvs BY. CON1MCT NO SIFT: tinKFR PI OTFS-FOG • FutUNL IlILIlT Ecti !ct I Dv. SEE PETPIL 610, LO 1110115 6110111 ON IGETIEPPL NAV SHEET LOU' IAN FOR 2 f . 14 , 1:111911 11.511 (SOLO. AFTER FOPRICOTIOIN RETAIL • 21" D ug.. et 3 —4 inns BIM I/A" 9591,42 TOTS A, El. PLOTE PAIL 1111 DETAIL Scala: 1" 2 I .-O• EXeSTIKO NOLZ 4 LULLS, loose. SILLY SILTY SAW. 6.nna, ledlon telearrea. Yety loose SILTY CLOY, light gray, soft SILTY Suf.? CLAY. gray, sort lost sanole, loose SOOT CLAY, Pray, Soft SILTY Nlin. slay, medium. 0 N.11, consact SILLY CLAY, dark gray. LOLL • TILT! Skill.•nodion rslned. •gray. conpost ag 20 IC SEA LEVEL SILTY SOW, olive .gray, 1100 Ea -10 course arainad. Nunn thin layers of cloye, saad, 01191,115 gannet SILTY NO. all., keratin, neeiun Ho -20 -30 -CO -14 SILT? CLOY. light gray. Very soft 'S'I-"T'• X10, ;:•'ivy, n'edriun'unraIned. Bo smolt. cgs .... ad. 1.540 SASSY CEP'. gr.. 505 SILTY $OW. gray. naciun g d, Slightly connact -10 -20 .2.2 ',h.& 211 ?let ly canna. •SILTS C$00. !gu. ''''''d O SILTY ELGY. dart gray. son O SILLY CITY, gray, sell VERTICAL SCALE 1. • 10. • 0 Blurs/toot using sanolnr, LN. Sionnor•und emn. CLAYEY SIM t.renn CtIVEY SRO, scna pebbles. ye I loNish brown SILTY SAILS. breun ORAMLLY SILT, SAM, do. l. WOO SILT( SAM Sli Tr COMM! VINO. dark brown 530.0° eLllr, ell re ray TOLE 0 0 SEA LEM. tn n SEA LEVEL -50 -40 go /01A 0 0 -40 - 0,0 FII.E $111.0. loos, al Cc bro., rti:Aceous SIL f:ARSE SAM. gra, slightly somas: very soft. orobak ly silty ci sy CLAYEr FIILE SIlO. 01 i VC bros, ger, soft Po sample recovered, ssoplur al., probably sone SILTY CLOY, graf. sufl SAID. Nadi,,, rained. gra, fair', c,ean, slightly comae! CLAYEY snue, re, soft 0 a 2C6CNO OF 8011110 oreoim000 1'LT '.."'' Cu". N:re.,?.. Corceionan al 1141.001 0.150 101,.. JII ;01 .0.10 lee/mt.,' .. ..... ..... T.., Mous se. Fare _- ..,:t, 4117* .01 nun net .0 Ile t Kel. ...,-,...”.........I., 00,0 on no101.1 1". ',O... 1.1o0nt Ch.. -1050.10.11. 1 .... e . 1 thania. .00 61 PO.. 2.210 .0. [aryl 111 Rolary llorIng beerltatelry1 elee 0000 11,0101 CLANDIFICATION Or_ileaTENOLD HATED ON SY...ago GRanC SIZE LIMITS I. % 1079,L I s l. %OA .... lo ci...% 30 •%., A o lo O 2 0 cz, 1 0 S. 4 • SrliO4S*14 4'2, °lepton *howl. 1. 1.811 la* .11.1. at 0•04 *I. In etlaten.01 an n1 elo. neen.• et pl.! es moo. In clabl• ...I 1. (4 Iln 'or...enemas Da 04000 ro 1. CIO. Tn• ...... 11011." nnon lo 101: 1.10 Penne sill one 0001 clone.. groat site 11.1s. 111011PRESSEIE !FUEL KOLE 4 LINE / / ...., .s.......„ / '',... • ' LISLE EL CANINO REAL, , ./.. Z . NINE / • • 110LE S - - NA101 LINE • COUNTY OF SAN 01E00. CALIFORNIA AGLIA HEDIONDA CREEK BRIDGE on El Canino Real &Aga N.A.1311-0S F 411.11001 S.I1126 LDS OF TEST MINS tealn ner-ittlf-van -1720114 TO - Ilsoon.010110, 0•10.**2--0. • fiertpe et o s, mele#P497 1/430t Sert•-42M-8 /970 . TOLL 2 NATO LULL O Sal'SAIl. s. coneys! O COARSE NAM, gra,,nonnt O ilc sanple racevarad. sano:ur, ratably sald. slightly denpact SILTY CLAY. soft 0 CLGTEY 06/10. yr, slight ly SI.T. CLAY, grar.lIss gray, OW, ELATE? NC. grecalrh gra, slightly corm., CLAYEY riliE 5.10, dart gray. Nlighify conoael SILTY MD. 91' ay, TljthIirL,n,00l POLE Nmora mom los CLAYEr SILT. gra, LIES, fil .yht ly conoset • gray, nedion lea? SILTY FIRE SIM. g.ay corpael Sall CLOT. greenish gra, Ann SI:Tr SAW greenish 0 rol - As ;7.,l. ZI.Agh• MP still CMOLCTFC114SVY nlel ly 00,1101:2 C4,2415242-*/ SILTY CLAY. sli If LSOCno or EARTH MATEnialg Silly Clay 0 CI oyoy Bill S Cs II .1.10 1.1.1 Rath c5.0., lofli g toodalons 11111 ..... Rook a/0 'DWG- 103 —q 11110.1141111 F1411.10E1 Et DM FOIL P.C. 1130•1 1110Er OF Figure B-3 n 11 Z-Z •UM.0.10•.110./WIr px0(3000 hos nun. Y-Y 1atal 6 #6,3=6"min. fig 4 (with intension lot 6) Precast Prestress4 COOCIVIS. II SO //9 CO. COO. rvt/r(2) tot 4 ,„„.„„„,Sspi c,B ry_o_70 (with extension tot. 6/ 1,11 •00 W-W X-X ALTERNATIVE "X" ALTERNATIVE "Y" In Alternative "Z" the Na 6 bars shall extend a minimum of /2' below the lowest of the followings I. 80110,73 of fooling Z. Top of final ground surface. 3 Top of original ground surface when piles are driven through Dill Class =piles may be substituted for Class1111 I LLI„ IIIII .1 0, Et .t CL ASS XI7 PILES jOi 'OA .8 'A` Z 1 O. Z . 1 I II * 1 0 tio 1 ..i . N t iili #5 tot 8, extend l'_6"into pat 4-.6x3;9"dowels ( \ permitted into footings. cop or extension ,- Precast Prestressed Concrete. x3,6%01.6 with extension Pv 79,000 lbs. min P./mow/as met W-W x-x Y-Y CLASS 11 PILES 6x3temin to tot 4 *6 Mt 11 (Full length of pile) W-W '6x3,6"tot.4) W-W Piece diagonal of pole parallel to layout tine of footing 1..65,0001ft men. - P.70,000 /Os. min. x3t6"min„lat 4 Z-Z Octagonal or circular section is optional. R-N I I 4- 7 . I I -.4. Cutoff Low Water flee in Waterways. Octagonal or Circular, Section, °phenol 1. PILE EXTENSION "R" Permitted with Class XI Pees only MM. ALTERNATIVE "W" PILE NOTES Alternatives "W" and "Y" may be driven full length or may be extended. NOTE "r", All exposed p//es or pile extensions shall be consistent in cross-section throughout the project. PRECAST PRESTRESSED PILES: P v PrestressMg Ayres, (Alter losses) shown,then"P"sholl provide 70.9 psi min. If section used is lover than the min. when Concrete Sn-ength, 28 days v 6,000 p.S.i. (Alternative "X") 4,500 psi. Allernahve "Y") 5,000 p.s.i. (Alternative "W") AO•allOYON Alternative "X" may not extend above ground line nor be used with I n 012 pile extension "R". •''O..1.1,10. ' see Note "Ft-55 go wire 6" Pitch - (g max] T., -id' oaata..1 bow. c.a. a A kr mininum diameter pipe extension (thickness v 0./793"min.) map be used at the hp of Alternative "2" when toper is .30' or more In length. All dowels or bars extending into slob or foaling having a depth less than 2'4," shall be hooked wn 903-1 OESIGN LOADING = 45 TONS Note, Except GS Ildied, oil concrete in pi/es and pile extensions shell contain not less then 8 socks of cement per cubic yard. In the presfreSSed options of Alternotives"W","X",ond 'V', the concrete shall contain not less than 7 socks of cement per cubic yard, • provided the clearance to any steel from the satiate Of the Concrete Section shown /s increased to 3. ALTERNATE "A' AGUA HEDIONDA CREEK BRIDGE CORROSION RESISTANT CONCRETE PILE DETAILS-45 TON ALTERNATIVE "Z" Ma-As Egjil CORRECTIONS Ulf CON i RAcT NO. I r. Agure B-4 Figure E3-5 1111.11001 1:0 ". '01-0 garr"Pre • 111.1..” PoNOINoIN (If APPRO. LOOTION 0" FOOL 014004. LOCATION 20. WEN LINE NOTES: 0E0111110 or ONJTKII1S 2 DENTS S 23.21.00.. -1-11DICATFS YFFITICAL PRE .00-1/.01EANS NATTERED PILE Mk . INDICATES 1001011 OF 0011100 ELE10-100 Al LOCATION NO SATO 410 VARIES Indica le5 Pik r, FLAN ScsUN: As m.m...T coMA cTcc'T''N'607 c si..„.„., 0.00I00000( o.o SNpfenA(N.,-// /470 ste•Nton.: Kum.. ebNaol 1.-NNos al.A1FC.C.e DWe q03 COUNTY OF SAN D1E00. CALIFORNIA AGUA HEDIONDA CREEK BRIDGE oaf, Ccmlno Reel Bridge II1A131-010 F 1111.1001 S.R 124 numoruoo Ii. 4. 1161:1:1-12.01.N. o N4SENM...102— _ 4a011//-140/N, Mum to isAL IC71440" COO COWL INN.; Ow/NO:NA Olio Pole Nom*. SI 3-45 TO U • 24" 0.2. INCA-1 - 442413 9. EL MONO OM coN. 3 TS 1111.11011 ELOIOA111112 ROIL P.O. 10111-1 ST Fiu141C0,10Nlat? 211,1110 151): 121 -Figure B-6 3." 2-04 03 F.-1 OM 0.C. 1 EL. El. PERVIOUS — NOVI T 1E0 IN 11.111L6P SOCK • FAER OFAIN !.• 7 .3' IN .18.ox 2041-11-PLOCE.TOF SLAP W6111E55E2/ BOTTOM SLOB .511 H 24. S.C. 4"0 11000110205 a 12.-11. CTRL nuc. I"! 00010 OUTSICE.6901.00 SURTAX SLOPE 1/1). PCP AS. E NWT. 1/2" ROW.). (TIP,) I. CHANFAACT/P.) 1/2" O. ELOSTORENK 101.IPIENT EFAillii 11E0311. ../6, Scale. 3/4 - 1 -o COURTY OF SAE CHOC, CALIFORNIA AGUA HEDIONOA CREEK BRIDGE an El Canino Raal N"""" AM:1'41110 "" Sum-4 .1. LI Shau Aomodao iEN -G9 • 00.100,44T..4.1.4 CUM, C[trpl. Otte khe It Rev Jo eountssn, plan Jvhd Ltito4e7.60/- 4 /970 69... P.O. - 401.11.5 N 66. 36. 00. To 2 t=I CACI, PILE 46 MALLS OR USE lest IE4L IT ILE 941100FICENEKT II". ABUTMEN- ••• Pee— '4 TOTAL 5 soemg DETAIL. - 0" 0000100 1.1 — Sue! e. 2/4. 1.-0" OIL PILING PLON FM 12 LOCATION or NOUN. PILEs 2-010 CONT. H 1E5 TOIL OF MN EFTE10 1111, LIKEN IF Till4G61.1.L. LI 0 11.. I PANT PUN 54.1a: 1/2" I.-0. 1161 otL4.— 0211.1110 NOT 500144 NO-AS r!..F!...! coNTRACT 04 Teti PI H 9" INSICE FOC 04 10" CUT51DE PAL 1,1114.11121. ELEYNT102. 5,0.: WO.. IL 0" SECTION 0-0 1/2. DWG- R03-4 itte.tuari 3.0tral 9 120 L9Fcc q. POUT. I.-0.• 1.41. §411.1ont N. SAWN MAL ...S. 1101.1 VIET: 01. Hui 11010413 MOO! 0131.60 S”L- 5 OF It A.?. NO. III Figure B-7 54.-0" 54.-OF 5,1493 nn El 1010*, 1.01 HAAISO-S5 1 '111.1001 Tenw.C...0LOA.. AnnallInuo— canatl NI d l• O0'000001114000 Sod Sort4.94.of -4. 1070 PRE.M1POLDEO 201111 MIEN SE• TOP SLAB PEW. .OECR 1.1110 0E-011.5.- MEV OF 12 EAST•111-00010 ISP 51.11.1 PRESNIEiSSO 500109 SLOB —1/2. P ELASTENEFIC 1E41145 PIE —-OA TOP — 311.4 PARS ISO • TOd r ALTERIIrE 1.11103 •.44.10T.IN •Nd -AS r,UL CORRECTIONS BY CONTRACT NO. Der5o....1 01,1. :AKAA 5, CY-14w/ ..211 DWG- 4103 -I 1101.1300, ••••• : • .• 1. CHIMER (TY .1 $EMEN P-p SC.I.PP I 112" • 1 .-0. El 14111a SUL -.0E00 - I 1•1.-16. ( -) 3.-1. COP III? 30*9 Scale: 1/2" ALL STIRRUPS PS 01 SSCTFOIS31050 FEIN I NIN. MAIN 7. NIMJE MONT 41 Jo 41,. 4- 06 parr, 4 OL-BCARL PILES MN V* BATIERTD 2,12 RE/01MM PILES 1ERTINL SEE TIPICAL $0011114 111111 9.! 1 ,A.4;,. ,/. :110 2 11111 . 0.. JOINT MAIL COURTS Of SAN 01E40. CALIFORNIA AGUA HEDIONDA CREEK BRIDGE WIT MAILS 12.5111k SwItp 0 0-2004 F. 0,041,105 4Z 6711- pnvp.nr • II =IS TOPSEIL: Ark IAA AA, poorly Anal, 04.11:4411 — 6 RIC: mos M. MOO ATE: 0 P-011 IA 11,1 OA T li: 5.. 001. E1411T: •30 IAN Oho" le GLIM : 11.0. CCIal (FEET' VIA AMPLE 011410 504016 MAW 1 nCOT COIL DESCRIPTION a-20 — 4 —0— 7 4 Ilra''' --114— ELLOVINA Pim, sit, asp suls ;rt. isessse al Y.O. TA, OP, ,,,,, slam, mail a nein, AA- el NO. ANN. AA, "nsAAA, AnInalal) 01 kV An MI. c•IvAlal, isas• al AO Ian and , Annacl, nes• an. at DE' AA frAnara, Aar 10.0. Oa, •a W." a 30.0' San pm.. vII, 10 Only Cloy. ,0111lOad, All a 40.0' AA AA [le, WIA1A, eta ul 4.0. Ant ,p0A, AMA Pserant War, ACTA. AA al 60a. AAA. fan, le All , Ad • mAlun "AA , drilla{ Clow AA, AAA. ca, al so.' 011,8 , Alan Alla. and, all. or no A, 1.11•11 0010 el TO.O. Olus , sand, Osy, Al . a.% Mtn a 10 0. An no, Al Illf a BOA. PIA ..... cla, Al, lien la slla, rand is PA-0,01W 6 —GO —MO —10 . ..... CR CSAINA annallan: AA AA nallun 93/1. "OW "AA AA . ! ... , ACA, MIA , .0111.107 0.1., Rano lo Aly OA. al 11154, A AAA, Nay el 100,0' 111An Al, elly Al 0101 , AN. 40.4 Taal OWE 111.0. , A AAA A 40.11 01 NO,Alla01101 BORING NO. A34' xes:de...ses. r ' Co, =...1 --T-- r-i • ) 4 t -I _C'S Css...a., Rood LOCATION OF BORINGS GEOTECNNMAL INVESTIGATION BY: OWEN GEOTEMICAL CONSULTANTS, INC. 9606 TIERRA ISRANDE, SUITE 107 SAN DIEGO, CA 92126 Figure B-8 BORING NO. 5 ..0.,t, ,r,...- CI7' OF CAR_SBAD 0.67 G7 . 1116000MACAW 131 Al. A6.151.01..T ma. 4401 NISEACICAT PUNS GRIM NAIR FOR .40 CANNON ROAD BRIDGE • OVER AGUA HEDIONDA CHANNEL LOG OF TEST BORINGS 1.%1W.- :Ci,l 'ITENITRIEEli---E-176 ME ....- AN A 1:cd,CLA PRO.ECT NE. WANT . NO CMS U,— MAIM Cr vas1 REVISIVs DESsISF,C11 RAT. AAA. car AAA RAID EIV 3184 333-20 "AS-BUILT " • a 411 CUTE RE 014511 9. EllESICITA .1454EC R CATU BENCHMARK: ""' ri&AN',W0VP: LOCCIER Wil!..E.5.110,11‘1„,EAN.1.11441.11",a1 44:6 IICCIIPMI.1C.IFI.CCIT 4014 FA( PA. 1.11,01%065 r.aln101 MAO "''''RIANNIATUT74.'" I "MAP 14401 1:01114 M2DANIELENGINEERING Nal MIA II Lt SIAN nil: la AO.. N. Ian all, AIM ENGINEER OF WORK leo AA 10,0 lan -10-00 GORING 011. TER: 04 MITE 11110IIT: 400 I • OAP: le CLAY110 10.0' 01E111 Dm ORME 151.0001 SOIL DCIORIPTICII (FEET) 5014111, AMPLE FOOT 0 ALLUVIUM: I en. Ally <11,0111, al ........ And10741;- 111 ..... Oda, ..... • ..... grAcd, IAA n•41/0 Alas , Orcualsnalas11001.1 01 He "WA AA clay nay, AA is.o. Dallas Awns Ann, ...... le cla, II sad eks.s-s,sy malign AA at ILO. Nunn -gray rli, aka , Alci s) 011, al au.o. ArsM1-ort, 01a, Ian a •I'll al ssass-vo, ,sy, sss, sew* "44 el Ad (11.1,0, An1"9"...." 04444.1" ails 111. nal Nara 0•41.4 "4. 'I isO ONIA•va/ s.s sSor al 50,o. suits-psy sna tom AA, Arlan ..... n1 *so' 01111A Ada. loalt ca4 Ansa., al ewe Ola 6010, Alan Ana a TAO. Ana, AAA. slava, Ara Annus Ana, lalr• I0 ARIA arm a PAC, 5111, All • O. 81104.01111100 000100 anar, eV ..... • snot os 14.0 DCCC I, and, rnsessalay 41 90.0 "III el 1000' AN AAA, ANA 110.0. Saal Amis. GaAs BECRCON I 90111.0 Fornallonl: ..... in•I AA. , Aran. ray el lad AMA trr tor1 Nome AA., 4411175 ?bey sum oi 110.0. A Awn" 01 1.0. OrIllIno ram, Aga. AM 01 110.0. A tossers ANNA IONA' al 1600. lark ..... Malan, An, ellearanal TAN CAA ENO'. war al 0.0.1astana -SO- —1C-- -rr- DRILLINGOOMPANY: .A a W DRILLING .FLL: BOTARY, WASH DATE': 5-7-BS ' BORING:DIAMETER:. s" DRIVE WEIGHT: 450 LBS DROP: 11° ELEVATION: 3I. p . P w ill u. •1 G. 2•:( -i 0. i.t.1 • o 2 0 .. u. 1- F.5 Z.,- w a••• Lt 3.1- 0. • Salt PESCH WTI ON . x tu . la O. a 1..; z cn Ay - 1.- ...., 0 se - vl 1 _. BORING NO. 1 • •th. a . (9 ?* 3 LC. to a .i• . cc .0 0 z T..) — m ALLUVIUM! Firth, silty clay with. interbedded sand layers 14. 99.7 6..1." _Ts_ 0 2..:0'. Tan, silty sand, slightly moist @. 3.8' Becomes loose to. moist, Todirately. dense.,', @ 3.G' Groundwater (estimated) • .5 ...- ...._-- — -_-- 9 sap Tan Sand-, saturated, looso 3 102.4 20:9 M ... . . • 111 --- 4 . ,' ' 25.8 SM 0.10.0'.Tan sand, saturated, loose ...... -7: • 15 —. • . . !-- - . z0—.- • — 8 20.„0' Tan, clayey, silty sand, saturated, moderately dense 18 SPT -1 @ 23-0' Pounded rock fragments w4ter turns blue, suggests .clay L.-. - ._ 25 -- . - - - • _ l-' 30 BORING LOG MOJECT.NO. 269.3.2 KELLY • RANCH FIGURE N.O. A-1 OWEN GEOTECHNICAL CONSUL TANIS, INC. , . Li Figure B-9 L 1 : 1 • 41-* j 1 DRILLING COMPANY: A . & W DRILLING RIG: ROTARY HASH DATE: 5-7-85 - .SOIAINQ DIAMETER: 5!' DRIVE WEIGHT.. 450 LBS DROP: 18'' ELEVATION: 31.0 . . • .10 W rid 0 I- W Si ctin5 ..... . u. • 2 < 41- < . 01 i'd 0 2 - tu•73 - CC 3 I- 1-• Z ' < • j tn 0 cj SOIL DESCRIPTION. • F. co in 3 0 a (-2 ril-j .J 6. BORING NO. 1 (Continued) o_ W . 0. > 0 .tiy Q Er" >••• 0 z -j ' 30 8. 99.2 24.7 @ .30.0° Blue gray, silty to sandy clay, saturated, soft -I -.1 . ..... 35 --..-!, ....+ i•i • II . . L.- 40--*. @ 40.0! Blue sandy clay, saturated, soft .-. c.T.., : 14 -- -- SPT .. 8 41.0' Some gravel, drilling becomes faster, suggests sand - - 5 ,- ..-1 -, @ 50.0' Becomes firm to stiff, sand is medium grained, drilling slows •-7 50 - 7 106.8 22.6 down, suggests clay _ _ - --, -1 - - - -J 60 - BORING LOG . PROJECT NO.. 269.3..2 •KELLY RANCH FIGURE NO. A-2 ()WEN GEOTECHNICAL CONSULTANTS, INC. TI 1 '.r Figure 13-10 DRILLING COMPANY: A B. W DRI14.?ING RIG: ROTARY WP.51-1. DATE: 5-7-85 BORING DIAMETER: 5" DRIVE WEIGHT: 450. LEIS DROP: 18" ELEVATION: 31.0 SOIL DESCRIPTION . BORING NO. 3. (Continued) 60.0' Blue, medium grained sand; little or no clay, saturated, medium dense tel -J ?- co 9 co e 19 'SPT 6 70.0 Blue, sandy clay, saturated, soft to firm 70 9 98.1 25.4 75 80 — g 80.0' Blue Clay, saturated, stiff 10 SPT 85 — 90 BORING LOG FIGURE NO. A-3 PROJECT NO. 26 9 . 3 . 2 KELLY RANCH OWEN GEOTECHNICAL CONSULTANTS, INC. Figure B-11 DRILLING COMPANY: A & W DRILLING RIG: ROTARY WASH DATE: 5_7,85 BORING DIAMETER: 5. OHIVEVEIGHT: 450 LBS DROP: 18" • ELEVATION: 31..Q SOIL DESCRIPTION BORING NO. 1 (Continued) 37.2 @ 90.0' Blue sandy clay, wet, firs to stiff, send is fine-grained. 95- o DEPTH IFEET) BAG SAMPLE Cl) Z G. >- • cc UI — .< -I • RCYCJ. 2/1 -J a a 8 91.5 100 RuSh , L, s/.7 BEDROCX (Santiago Formation): Blue gray isdium grained sandstone, poorly sOrtea, subangular grains, dense to very dense 105- L- @ 110.0' No recovery, rocky 1150/8" 9 112' No recovery, rocky 115 120 BORING LOG PROJECT NO. .2.49_ 3_2 KELLY RANCH OWEN GEOTECHNICAL CONSULTANTS, INC. FIGURE NO. A" Figure B-12 .ORIL,LING.C.OMPANY: A. & W .13R4LING RIG; RpTARY WASH DATE: 5-7-85 . ,BORINO-MAMETEI3: " DRIVE WEIGHT. 450 1,13.5 DROP:.1i3" ELEVATION: 31.0 - - r- di tu E in '. .2 n. (,) co ......, UJ .in d- 0 0 w a co . (7) a a. Ea Ill CC • x i- c.) --r"). . •g . •801L DESCRIPTION BORING NO: 1 (Continued) • 120 ' -. k50/10!! 107.2 ' ,... ' 23.7 oi. . 0.120.0 Green.siity clay and clay, very dense ' .125 - _ 130,— - - 135.-- 14.0— _ 145— - 150 — — — — — _ — — — 7 - —I -. - r- -; - 1-- - - L '-' 1.- . - - . • I Total Depth 121,13'. llo Caving water 0.3.0' (estimated) • , , 1 ---b ..... - --t — - ....- _ - — — - L.- 1 - - - _ 1313RiNG LOG PROJECT NO. .269.3.; I KgreLY RANCH FIGURE NO. A.75 1 OWEN GEOTECHNICAL CONSULTANTS, INC. Figure B-13 7 3 ' . DRILLING COMPANY: A s, Vi DRILLING RIG: RGT.1111Y IMP.' DATE: - 5710-85 BORING DIAMETER: S..' pFtlye WEIGWT. 450 Lps. DROP: 1B's ELEVATION:. 29.0 TZ .!.4. 1 1- In 0 'la 2 • < to CD tu •...1 I- 0' < 16 co cri •w 3 a CO • 5- I- c7) Z •-• Au I,' 0 n. 0 wii ••vi D. )-- •e) ILI vi .,..g 0 Y1 - .5,i4 O. 53 --- - •. SOIL DSCRIPTION. BORING NO. SP TOPSOILt. Dark brown -sand, poorly sorted, loderately dense . - -, - •6 IF . - - 108 .5 . . ' V• 10.7 ' 5.0' Groundwater. (estimated) . 8 . - - - - 4• - 22.9 0, ALWVIDK: Pirm, silty clay with interbedded- sand layers - 10 — - - 15 — — 7 -• - --\ 106.7 . 105.9 23.1 se @ 5.0' Brown clayey sand, sand-is coarse grained, loose- to medium dense 8.10.0' Brown clayey sand, loose.to medium dense @ 15.0' Bluish-gray silty clay, sat - - - L-1 - _ — _ 20 — — . 3 1 — -- --7-, — --- 95.3 ,- 29.3 — - CL • — -@"-113:0'"DriiIiiiij B'ed5Eites slower, suggests clay @ 20.0 Bluish-gray -grained sand, little medium dense coarse clay, "1 — -- _ - - 25 — _ -4 . — — — 5 - 7 - 111.9 — 1 18.9 — .— 31.5 BB -•-\ CL @ 25.0' Bluish-gray silty clay, Moist, firm to stiff r- - - - - - - - - 30 _ = ORING LOG PROJECT NO. 259 1.2 i KELLY RANCH FIGU'RE NO. .A-17 OWEN GEOTECHNICAL CONSULTANTS, INC. 1 Figure B-14 DRILLING COMPANY: A & W DRILLING RIG f ROTARY WASH DATE: 5-10-85 23.1 30.0' Bluish,-gray silty clay, firm to stiff 35— @ 35.0' Bluish gray silty .clay, grading into coarse sand 1.1 'I • Figure B-15 1:: LLI LEI ..J f- ill -.j c u_ 0 tu 2 0 SOI L DESCRIPTION BORING NO. 5 (COntinued) < u•I 3 a. > 0 Lu O EC E. BORING DIAMETER: 5" DRIVE WEIGHT: 450 LBS DROP: 18 ELEVATION: 29.0 102.7 98.0 2e.1 CL/SC @ 40.0' Bluish-gray coarse-grained sand alternating with thin silty clay IayeFs, medium dense . @ 45.0' Bluish-gray silty clay @ 50.0' Bluish-gray and brown sand, medium dense 40- 17 109.1 19.3 51"./C1, 45 105.8 --$ 21.7 CL 10.9.0 19.4 Sc @ 55.0' Drilling becomes faster and somewhat variable, suggests sand and clay 60 BORING LOG 55- L. 4FiOJECT NO. 269.3.2 KELLY RANO! OWEN GEOTECHNiCAL CONSULTANTS, INC. FIGURE NO. A-18 50- OF2 DRILLING COMPANY: -A & W DRILLING RIG: MAYHEW 1000 DATE: 5-10,85 130RINg "DIA:yip-ER: 5" oRlyg WEIGHT 450 LS DROP': i8" : ELEVATION.) 29.0 rz• r l• eL, •. 0 0 u) ..:, ,...1- ua > 0 • ), 0 a >, us 7 7, J-' ....1 Z • . FA. --t. ...I 11? 3 • SOI L DESCR IPTION BOfiING NO. 5 (Continued) . 60 - 65 _ _ - ...... . - 7.0 "'' _ - - 75 -7- - -I - --: 80 — _ _ _ 85 — - n 7 - 90 - )4 : 25 •16 • .-- 110.4 — 16.9' 17.4 .--L --:)-- 24.0 - SP — 814 8 60.0' Gray sand, medium-dense • 4 70.0' Drilling becomes slowet, sand becomes cbarse, base to medium dense . , @ 80.0' Silty sand . @ 88.0' Drilling becomes faster, suggests sand .-).. - - -. - - 7 -. A - - - - - - - - - - _ - - 100.4 BORING LOG PROJECT NO. 269. 3. 2 , KELLY RANCH ...FIGURE NO, A-19 OWEN GEOTECHNICAL CONSULTAN73, INC. c C.; Figure B-16 DRILLING COMPANY: A. & W DRILLING • RIG: ROTARY WASH DATE: 5-10-85 BORING DIAMETER: 5.. DRIVE WEIGHT 450 LBS DROP: 18" ELEVATION: 29.0 w 11 0 90. a. in so w 2 0 w a 03 5 r -, C) w ii IIC n 1- I- Z ILE Q 5,4 /...) Li _i "? D . . SOIL DESCRIPTION BORING NO. 5 (Continued) 95— 100 --- 105 --- 110 --- 115 --- 40 40 _ 95.6 • • 108.6 97.7 27.6 20.9 28.3 SM SW sM @ 90.0' Black silty sand, moderately dense @ 96.0' Drilling becomes faster,. suggests sand @100.0' Sand becomes coarse _. • @110.0' Sand becomes siltier --1 — — — — -- -... — _-. — — ..... •—• ,..- - — SP BEDROCK (Santiago Formation): Greenish-gray sandstone, poorly sorted, very slow — - dense, drilling becomes very slow. @118.0' Cutting are hard igneous rock, drilling 120 El Eli R i Ai Li LOG PROJECT NO. 269.3.2 KELLY RANCH FIGURE NO. A-20 .,OWEN GEOTECHNICAL CONSULTANTS, INC. Figure B-17 DRILLiN.0 COMPANY: A &. W DRILLiNC •-RIG: ROTARY WASH DATE: 5_13_85. PORING DIAMETER: s • R. . . . DRIVE .WEIGRT 450. IBS DROP: 18" ELEVATION: 29-.0 • to ...J I-- - -..)--' ...-. W Zal . ui W u• •2- z o. 2. O. vi 0.- ii; 2 ..-• 18,1 ci Q. j - ,...,9 1 70,. 5.4) .-114 _ D SOIL DESCRIPTION BORING NO. 5 (Continued) . Pa-. •0‘4 : t' 8. ). .... z n ..... 120 . !. 120.0 No recovery %'121.0' Drilling becomes faster, suggests sand . lso/a" , . 119,/ . •14.1 SP • 125 . — 130 --- ieoI" p @ 130.0' No recovery. Blue sandstone- cuttings • -,- -) • -a 135 _—_•_. , 140..-1 . ---% .- . -.., ..‘ 145 . •. _ _ — . . . _ .... 250 . BORING LOG PROJECT NO. 269.3.2 KELLY RANCH FIGURE NO. A-21 OWEN GEOTECHNICAL CONSULTANTS, INC. Figure B-18_ DRI'LLINO COMPANY: A. & W DRILLING RIG: ROTARY WASH • DATE: 5-13-8.5 .BORING plAmETEFt: • e arilVE:VglOH.t 45.0 1.43S POD?: )jr• • ELEVATION.: 29.0 W Li' ....... ui 0- • E Q < 0 ¢ LL W ' 'Cif ii -J CI (5 Z • •••• W 13 CC 0 w e• rc .'Z' n..1- . .2: 0 U . iliw ........ < • • •_all SOIL DE$CR1PTION BORING NO; 5• (Continued) •150/ a: 1 2 171. 16.6 e ).50:9, Dark gteen claystone, sCine• stickerisided surfaces, dry very •. dense . - ' '7 — 155— _ _ _ • ._ L.... Tetal DeitIvi. 1.51.0' . . .t.in Caving Water at S4'. .(estimated) . . . ' r- _J 7 L 't _ -1 — ,- . — — ,.. — -1 -4 — — - r- 160-7 — 165— _ — 170-- _ _ - - 175— — -e - 180 : EICIFUN.G LOG P.ROJECT NO. 69.3.2. LY RANCH . KE _ FIGO.RE NO. A-22 OWEN GEOTECHNICAL CONSULTANTS, INC. 7-1 ' 4'1 f Figure B-19 KLEINFELDER 869 t Pcoat.I. PTY., Sokrtionz APPENDIX C BORING LOGS KLEINFELDER Bright Peopfe. Fight SokrOons. APPENDIX C BORING LOGS The geotechnical borehole explorations for the project consisted of the drilling and logging two borings using hollow stem auger and rotary wash techniques. The borings were advanced by Cascade Drilling, L.P. of Santee, California using a CME-85 drill rig. Eight inch outside diameter HSA was used until the groundwater table was encountered, the drilling method was switched to rotary wash. The borings were advanced to depths up to approximately 121.5 feet below ground surface. Drilling occurred on February 2 and 3, 2016. Figure 2 presents the approximate locations of the borings. The boring logs describe the earth materials encountered, samples obtained, and show field and laboratory tests performed. The logs also show the general location, boring number, drilling date, and the names of the logger and drilling subcontractor. The borings were logged by our field geologist. The boundaries between soil types shown on the logs are approximate because the transition between different soil layers may be gradual. Bulk and intact samples of representative earth materials were obtained from the borings. The borings were backfilled with grout upon completion of the drilling. In-place soil samples were obtained at the test boring locations using a Standard Penetration (SPT) or California-type Sampler driven a total of 18 inches (or until practical refusal) into the undisturbed soil at the bottom of the boring. The soil sampled by the SPT (2-inch 0.D., 1.5 inches I.D.) or California-type sampler (3-inch 0.D., 2.4 inches I.D.) was returned to our laboratory for testing. The samplers and associated rods (threaded) were driven using a 140-pound automatic hammer falling 30 inches. The total number of hammer blows required to drive the SPT sampler the final 12 inches is termed the blow count (or N-value) and is recorded on the Logs of Borings along with the blow count for each 6-inch interval. The blow count values on the boring logs are presented as field values and have not been corrected for the effects such as overburden pressure, sampler size, hammer efficiency, etc. This is the typical way to present information on the boring logs and the mentioned corrections are performed for analysis purposes. 20161803.001A/SD116R50052 C-1 November 15, 2016 Copyright 2016 Kleinfelder www.kleinfelder.com LOGGED BY BEGIN DATE COMPLETION DATE S. Rugg 2-2-16 2-3-16 BOREHOLE LOCATION (Lat/Long or North/East and Datum) 33.14954° / -117.29721' HOLE ID B-1 DRILLING CONTRACTOR Cascade Drilling, LP. BOREHOLE LOCATION (Offset, Station, Line) SURFACE ELEVATION -45 ft DRILLING METHOD Hollow Stem Auger/Rotary Wash DRILL RIG CME-85 BOREHOLE DIAMETER 8" HSA / 4" Rotary Wash SAMPLER TYPE(S) AND SIZE(S) (ID) Cal 2-3/8"; SPT 1-3/8" SPT HAMMER TYPE Auto; 140 lbs / 30-inch drop HAMMER EFFICIENCY, ERi 79% BOREHOLE BACKFILL AND COMPLETION bentonite grout GROUNDWATER DURING DRILLING AFTER DRILLING (DATE) READINGS 12.5 ft Not Encountered TOTAL DEPTH OF BORING 121.4 ft ELEVATION (ft) 'DEPTH (ft) Material Graphics 0 70 0 SamPle Location Sample Number •d 3) Blows per foot 'Recovery (%) RQD (%) C Moisture Content (%) Dry Unit Weight (pcf) Shear Strength (tst) 'Drilling Method I Z ft)o Remarks a '% 0 40.00 35.00 30.00 25.00 20.00 15.00 I 1 u 5 10 15 20 25 30 35 ASPHALT (4.5"). Hand auger to 5 feet _ _ _ — — _ _ — — — _ — — — — P200= 31% Corrosion Tests — — — — — P200= 14% Non-Plastic — — — — Switched to Rotary Wash at 25 feet — after sampling _ •••-• — — ... P200= 57% LL=41 — pL.-.:17 P1=24 — 1-Pt. Direct Shear Test _ _ , o GGREGATE BASE (6.5"). r •• • : - — . . ci ARTIFICIAL FILL (aft Lean CLAY with SAND (CL); olive brown (2.5Y 4/3) mottled with pale olive (5? 6/3); moist; trace subangular GRAVEL, 2 in. max. dia.; little fine to medium SAND; mostly fines; medium plasticity. very stiff, very dark greenish brown (2.5Y 3/2). 4 4 5 9 100 PP=2.5 • — • . — ... COLLUVIAL DEPOSITS (Qc1 SANDY Lean CLAY with GRAVEL (CL); soft; very dark grayish brown (2.5Y 3/2); moist to wet; few GRAVEL; little fine SAND; fines; to coarse subangular mostly medium plasticity; homogeneous. 1 1 2 3 67 PP=0.5 — —' — —fr — — — _ .77'.• -X .: ' • •- • X.' . •• • • :• : : •• .' . • - •• • : •- ... - ESTUARINE DEPOSITS (Qes_} CLAYEY SAND (SC); very soft; dark greenish gray (10? 3/1); wet; highly weathered GRAVEL, 2 in. max. dia.; little medium to coarse subangular SAND; mostly fines; medium plasticity; homogeneous. 1 1 4 5 100 17 PP=0 SILTY SAND (SM); medium dense; very dark grayish brown (2.5Y 3/2); wet; mostly fine to coarse subangular SAND; little fines; low plasticity; homogeneous. - 3" Fat CLAY (CH) at 20.5 feet. co .i tr) 4 9 12 21 83 17 114 CLAYEY SAND (SC); very loose; very dark grayish brown (2.5Y 3/2); wet; mostly fine to coarse SAND; some fines; medium plasticity; homogeneous. g3 2 4 100 18 1.c:, kz:. ic--) IG3 10 KZ) io K) ICD K=3 oc) ic:3 K:3 w•--' lc) lc) 1_, / SANDY Lean CLAY (CL); stiff; very dark grayish brown (2.5? 3/2) mottled with light gray (2.5Y 7/2); moist; few SAND; mostly fines; low to medium plasticity; homogeneous. 26 102 PP=1.5 ,PP=1,5, co r, 3 2 3 5 83 SILTY CLAY (CL); stiff; dark grayish brawn (2.5Y 4/2); moist; few SAND; mostly fines; medium plastic* homogeneous. " (continued) ,froi,..,........ \ _. ,. KLEINFELDER Bright People. Right Solutions. REPORT TITLE BORING RECORD HOLE ID B-1 DIST. COUNTY ROUTE POSTMILE EA PROJECT OR BRIDGE NAME Aqua Hedionda Creek Pedestrian Bridge BRIDGE NUMBER PREPARED BY M. Palmer DATE 9-15-16 SHEET 1 of 4 2010 01:52 PM BY: MPnlmer • 0 IELEVATION (ft) I [DEPTH (ft)I 'Material Graphics DESCRIPTION Sample Location Sample Number Blows per 6 in. Blows per foot Recovery (%) IRQD (%) Moisture co(%) Dry Unit Weight (pcf) I Shear Strength (tsf) 1Drilling MethodI o Remarks co 5.00 0.00 -5.00 -10.00 -15.00 -20.00 -25.00 -30.00 ' 40 45 50 55 60 65 70 75 _ • —^ — — i(..:, —' —'. •' /.,- f •• • .• •;" • • . • . •• . .. • v7—: .. :,/ -'....,, .7.• / •,;(. . • •• . • SANDY Fat CLAY (CH); stiff; very dark grayish brown .5Y 4/2); wet; some medium to coarse subangular s. AND; most&fine medium to high astitry. ,. co c° 3 2 2 4 100 24 PP=1.5 PP=1.5 — _ _ — — P200= 62% LL=52 — PL=16 P1=36 — 1-Pt. Direct Shear Test _ _ ... — — _ P200= 41% — LL=49 _ PL=15 P1=24 . — — _ — _ _ _ — — P200= 20% Non-Plastic — _ _ _ — — _ _ _ — _ _ , _ — _ Fat CLAY (CH); stiff; very dark grayish brown (2.5Y 4/2) mottled with light gray (2.5Y 7/2); moist: few SAND; mosthr fines; medium to high2lasthomogpleous _ SANDY Fat CLAY (CH); very stiff; greenish black (10Y 2.5/1); some SAND; mostly fines; medium to high plasticity. 6 7 9 16 83 24 105 PP=3.5 /CLAYEY - stiff; dark greenish gray (10Y 4/1). SAND (SC); medium dense; greenish gray (10Y th 1 4 7 11 100 24 PP=1.0 PP=1.0 5/1); wet; mostly medium to coarse subangular SAND; little fines; medium to high plasticity. - dark greenish gray (10Y 4/1); moist to wet; mostly fine to coarse SAND; little fines below 47.5 feet. 0D I co _ ,- 2 8 g 17 100 22 106 PP=1.5 CLAYEY SAND (SC); greenish gray (10Y 5/1); wet; mostly medium to coarse subangular SAND; little fines; hom2geneous. SANDY Lean CLAY (CL); very soft; dark greenish gray (10Y411); wet; some fine sand, few medium SAND; mostly fines; medium plasticity; homogeneous. (NI co 1 2 4 6 100 22 D P = <0 Interbedded Fat CLAY with SAND (CH) and SILTY SAND (SM). CLAY (CH); stiff; dark greenish gray (10Y 4/1); I moist to wet; little fine SAND; mostly fines. SILTY SAND (SM); dense; dark 4/1); medium greenish gray (10Y moist to wet; mostly coarse SAND; few fines; homogeneous. 6 6 12 18 100 21 109 PP=1.5 CLAYEY SAND (SC); very soft; dark greenish gray (10Y 3/1); wet; some fine to medium SAND; mostly fines; medium plasticity; homogeneous; contains rootlets. --)•:,z .{ X 1 1 1 2 100 25 PP=0 (continued) • i f......4\---- ( KLEINFELDER Bright People. Right Solutions. REPORT TITLE BORING RECORD HOLE ID B-1 DIST. COUNTY ROUTE POSTMILE EA PROJECT OR BRIDGE NAME Agua Hedionda Creek Pedestrian Bridge BRIDGE NUMBER PREPARED BY M. Palmer DATE 9-15-16 SHEET 2 of 4 PLOITED: ELEVATION (ft) DEPTH (ft) Material Graphics DESCRIPTION Sample Location I Sample Number Blows per 6 in. Blows per foot I Recovery (%). ROD (%) Moisture Content (%) Dry Unit Weight (Pcf) Shear Strength (tsf) I Drilling Method I z 0, o Remarks -35.00 -4aco -45.00 -50.00 -55.00 -60.00 -65.00 -70.00 80 85 90 95 100 105 110 115— — — —. _ _ — _ -.• _ — —' — — _ — — _ ...7-i.-^ {..- . •• : . : . li , . ' •• • • SILTY SAND (SM); medium dense; greenish gray (10Y 5/1) mottled yellowish brown (10YR 5/8); moist; mostly fine SAND; little fines; high plasticity; homogeneous. P200= 29% P200= 91% Drill effort increases at 97 feet P200= 21% P200= 29% Drill effort increases at 116 feet 22 PP=0.5 - (10Y 5/1); wet. greenish gray 6 8 12cn 20 100 Elastic SILT (MH); medium stiff; dark greenish gray (10Y 4/1); wet; few SAND; mostly fines; high plasticity; homogeneous. 31 PP=0.5 P 4 P 100 CLAYEY SAND (SC); medium dense; light greenish gray (10Y 711 ); wet; mostly medium SAND; little fines; homogeneous. KD K0 KD KZ) KD 22 - 2" CLAY layer, dark greenish gray (5GY 4/1), PP=2.0 tsf 1--. — 5 7 8 15 78 at 100.7 feet. • Elastic SILT (MH); stiff to very stiff; dark greenish gray (5GY 3/1); wet; few fine SAND; mostly fines; medium to high plasticity; homogeneous. SILTY SAND (SM); medium dense; dark greenish gray m!, -,g.. — 4 7 10 17 100 21 PP=1.0 PP=2.5 (5GY 3/1); wet; mostly fine SAND; some fines; medium plasticity; homogeneous. CO SANTIAGO FORMATION fTsa), Clayey SANDSTONE; very dense; light olive gray (5Y 6/2) variegated with brownish yellow (10YR 6/8); moist; mostly fine to medium SAND; some fines; medium to high plasticity; few laminations. ' (continued) i t KLEINFELDER Bright People. Right Solutions. REPORT TITLE BORING RECORD HOLE ID B-1 DIST. COUNTY ROUTE POSTMILE EA PROJECT OR BRIDGE NAME kiln Hedionda Creek Pedestrian Bridge BRIDGE NUMBER PREPARED BY M. Palmer DATE 9-15-16 SHEET 3 of 4 PLOTTED: 09/1012016 01:52 PM 1.31'; MPnlmer PLOTTED: 09i19/2016 POI BY: MPaliner ELEVATION (ft) DEPTH (ft) in •c.E a) cm MO DESCRIPTION Sample Location Sample Number Blows per 6 in. 'Blows per foot I 'Recovery (%) I roteonistunrtet%) Dry Unit Weight ,(1:Pcf) Shear Strength (tsf) Drilling MethodI .c o Remarks .55 co 0 -75.00 -80.00 -85.00 -90.00 -95.00 -100.00 -105.00 -110.00 -115.00160— 120— 125 130 135 140 145 150 155 KZ) K1, ic) — _ _ _ _ — _ _ _ — _ _ _ —1 _ _ _ — _ _ _ — _ _ _ — _ _ _ — _ _ _ — to 28 36 6/1 100 Bottom of borehole at 121.4 ft bgs — — — — — — — — — — — — — — — KLEINEELDER Bright People. Right Solutions. REPORT TITLE BORING RECORD HOLE ID B-1 DIST. COUNTY ROUTE POSTMILE EA PROJECT OR BRIDGE NAME Agua Hedionda Creek Pedestrian Bridge BRIDGE NUMBER PREPARED BY M. Palmer DATE 9-15-16 SHEET 4 of 4 LOGGED BY BEGIN DATE COMPLETION DATE S. Rugg 2-3-16 2-3-16 BOREHOLE LOCATION (Lat/Long or North/East and Datum) 33.14934° / -117.29663° HOLE ID B-2 DRILLING CONTRACTOR Cascade Drilling, LP. BOREHOLE LOCATION (Offset, Station, Line) SURFACE ELEVATION —44 ft DRILLING METHOD Hollow Stem Auger/Rotary Wash DRILL RIG CME-85 BOREHOLE DIAMETER 8" HSA / 4" Rotary Wash SAMPLER TYPE(S) AND SIZE(S) (ID) Cal 2-3/8"; SPT 1-3/8" SPT HAMMER TYPE Auto; 140 lbs / 30-inch drop HAMMER EFFICIENCY, ERi 79% BOREHOLE BACKFILL AND COMPLETION bentonite grout GROUNDWATER DURING DRILLING AFTER DRILLING (DATE) READINGS 19.5 ft Not Encountered TOTAL DEPTH OF BORING 121.5 ft ELEVATION (ft) [DEPTH (ft) 0 'c t cri 2 CD DESCRIPTION Sample Location Sample Number (c) 3) o ETo Blows per foot Recovery (%) RQD (%) I Moisture 'Content (%) I Dry Unit Weight (Pcf) Shear Strength (tsf) Drilling Method .c s o Remarks a 0 ra (.) 40.00 35.00 30.00 25.00 moo 15.00 10.00 v 5 10 15 20 25 30 ASPHALT (8"). - Hand auger to 5 feet — _ — — — _ _ — — — _ _ — — P200= 37% — LL=32 — PL=18 PI=14 — Consolidation Test _ — P200= 52% Corrosion Tests — _ — — 1—' Switched to Rotary Wash at 25 feet after sampling _ P200= 29% LL=29 — PL=19 PI=10 — 1-Pt. Direct Shear Test — P200= 84% — — _ _ — p r :• '., •• •• • . : .. . \AGGREGATE BASE (6"). ARTIFICIAL FILL faf) 1 CLAYEY SAND (SC); dark grayish brown (2.5Y 4/2); moist; mostly fine to medium SAND; some fines; with • chunks of SANDY CLAY. - on rock 50/6" EF NR . •. ..•, -‘ 7 Lean CLAY with SAND (CL); very dark grayish brown (2.5Y 3/2); moist; little fine SAND; mostly fines; medium plasticity. •' .' _ .• •' COLLUVIAL DEPOSES (04 CLAYEY SAND (SC); medium dense; dark olive gray (5Y 3/2); moist; mostly fine to medium subangular SAND; some tines; medium plasticity; homogeneous. 7 7 10 17 100 ..‘,./ 3" " — • . . ....*/ _ :••1 :: ' ., • . ••• .. . •• -- — •' ...y. ..:/•.• " — • .• •• . •. — . •• ESTUARINE DEPOSITS (Des) CLAYEY SAND (SC); stiff; black (N 2.50; moist; mostly medium subangular SAND; some fines; medium plasticity; homogeneous. 8 3 7 100 19 104 PP=1.0 Fat CLAY (CH); stiff; variegated dark olive gray (5Y 3/2) and olive gray (5Y 5/2); wet; little fine to medium SAND mostly;medium to high plasticity; some 2" ; ostly fines CLAYEY SAND layers; homogeneous; (SC) trace rootlets. 3 3 4 7 100 23 PP=1.0 CLAYEY SAND (SC); loose; dark olive gray (5Y 3/2); wet; mostly fine to coarse SAND; some fines; medium plasticity; homogeneous. 2 3 7 83 19 113 34 SP=<0.' - becomes dark greenish gray (10Y 4/1); medium to coarse subanolar SANCLmedium to tygh plasticthe. J o? e) 2 1 2 100 SANDY Fat CLAY (CH); very soft; dark greenish gray (10Y4/1) mottled with light gray (N 71); wet; some SAND; mostly fines; high plasticity; homogeneous. (continued) f KLEINFELDER Bright People. Right Solutions. \-‘,....._,.......,-?-__ REPORT TITLE BORING RECORD HOLE ID B-2 DIST. COUNTY ROUTE POSTMILE EA PROJECT OR BRIDGE NAME Aqua Hedionda Creek Pedestrian Bridge BRIDGE NUMBER PREPARED BY M. Palmer DATE 9-15-16 SHEET 1 of 4 PLOTTED: 09/192016 01:53 PM BY: MPalmer ELEVATION (ft) IDEPTH (ft) Material Graphics DESCRIPTION Sample Location Sample Number Blows per 6 in. _ Blows per foot Recovery (%) RQD (°/0) Moisture Content (%) Dry Unit Weight (Pcn Shear Strength (tsf) 'Drilling Method I a 71 4) o Remarks 0 a ui C,, 0 5.00 0.00 -5.00 -10.00 -15.00 -20.00 -25.00 -30.00 .50 40 45 60 65 70 75 -v - - -. -7 - -t1f •" , .-. .. • • • ZA_ - stiff; greenish black (10Y 2.5/1). CLAYEY SAND (SC); medium stiff; greenish black (10Y 2.5/1); wet: mostly fi line SAND; some fines; low plasticity; homogeneous; decrease in SAND content with depth. SANDY Elastic SILT (MH); stiff; dark greenish gray (10Y 3/1) mottled with light gray (N 71); wet few SAND; mostly fines; medium to high plasticity; homogeneous. • Fat CLAY (CH); very stiff; greenish black (10Y 2.5/1) mottled with light gray (N 7/); wet; little SAND; mostly fines; high plasticity; homogeneous. ciii co a 2 3 5 8 100 23 104 PP=1.0 PP=0.5 - P200= 40% LL=30 - PL=17 Pl=13 - — - -,- P200= 57% _ _ - - P200= 41% - LL=29 _ PL=18 PI=11 - 1-Pt. Direct Shear Test - - .- - - - -- _1 - P200= 49% LL=34 PL=16 - PI=18 _ .- P200= 34*/0 P200= 64% _ _ - - - - _ _ - .-1 - _ _ - ..., - 1 2 4 6 100 25 PP=1.0 °? ,`2 4 S 14 83 20 110 PP=2.0 PP=2.0 PP=1.5 50::: - - - —,..... - --•••7 - --;tr-• - • - • f . . -) /..". • ..::- ::- • : - - • . ..... :: •". •• • • Z :-: : •:• • • • ' . . I •. ,..plastici; :-: ' •< --1- CLAYEY SAND (SC); stiff; dark greenish gray (10Y 3/1); wet; mostly fine to medium SAND; some fines; medium homogeneous. SILTY SAND (SM); loose; dark greenish gray (10Y 4/1); wet; mostly fine to medium subangular SAND; some fines; medium plasticity; homogeneous. CLAYEY SAND (SC); very soft dark greenish g (10Y 4/1); wet; mostly fine to medium SAND: some fines; medium to high plasticity; homogeneous. SILTY SAND (SM); very loose; dark greenish gray (10Y 4/1); wet; mostly fine SAND; some fines; medium plasticity; homogeneous. medium to coarse SAND; less fines; non-plastic below ,60.5 feet. SANDY Elastic SILT (MH); very soft; dark greenish gray (10Y 4/1); wet; few fine SAND; mostly fines; high plasticity; homogeneous. . Fat CLAY with SAND (CH); medium stiff; greenish black (10Y 2.5/1); moist; little fine to medium SAND; mostly fines; high plasticity; homogeneous. - 2" medium to coarse SAND at 71.2 feet. a m 3 3 4 25 Dp=<0, CO -ray 3 5 11 16 NR C \ I (7) 3 3 4 7 33 24 99 DP=0.25, 0 oi „t c•-, 1 2 2 4 100 31 28 PP-- <0.2 a PP=0.5 1 6 6 12 100 (continued) 4 947"*\ / ''' KLEINFELDER Bright People. Right Solutions. \'S.............,,„.., -. ---- REPORT TITLE BORING RECORD HOLE ID B-2 DIST. COUNTY ROUTE POSTMILE EA PROJECT OR BRIDGE NAME Aqua Hedionda Creek Pedestrian Bridge BRIDGE NUMBER PREPARED BY M. Palmer DATE 9-15-16 SHEET 2 of 4 (CLIENT. CALTRANS BORING RECORD MET/EN IELEVATION (ft) I I DEPTH (ft)I Material I 'Graphics DESCRIPTION Sample Location I Sample Number Blows per 6 in. ' Blows per foot Recovery (%) 'Moisture Content (A) I Dry Unit Weight I (Pen I Shear Strength (tsf) 1Drilling MethodI Remarks -35.00 45.00 -50.00 -55.00 -60.00 -65.00 -70.00 80 90 100 105— 110 115 ;7' - • - / (10Y2.511); Fat CLAY with SAND (CH); medium stiff; greenish black moist; little fine to medium SAND; mostly fines; high plasticity; homogeneous. — — — P200= 74% — _ _ — — _ _ — ,—. P200= 74% — _ _ — — _ — — ..._ — _ — — _ — _ — ... _ _ — — — _ _ : — —• — — — — -.. • — — — — — • — • — '.. 1 — • . —• ' ' .• . - • : • ' • ' • SANDY Fat CLAY (CH); stiff; variegated greenish black (10Y 2.5/1) and dark (10Y 4/1); moist to greenish gray wet; some SAND; mostly fines; high plasticity; homogeneous. X ,4., r- co 2 3 3 6 100 33 PP=1.0 85-4_ SANDY Elastic SILT (MH); very soft; greenish black (10Y 2.5/1); wet; some SAND; mostly fines; medium to high plasticity; homogeneous; trace shell fragments. - 4 fine SILTY SAND layer at 91 feet. kf co ,- u) 1 4 5 9 100 21 109 P=0.2 SILT with SAND (ML); dark greenish gray (10Y 3/1); little fine SAND; mostly fines; homogeneous. s. , Elastic SILT (MH); greenish black (10Y 2.5/1) to black (N ail a r-- (7) 1 1 2 3 100 PP=0 2.5/); few SAND; mostly fines; homogeneous. Well-graded SAND with SILT (SW-SM); loose to medium dense; dark greenish gray (10Y 3/1); wet; mostly medium to coarse subangular SAND; little fines; low plasticity; homogeneous. (continued) .)..................\„,..., KLEINFELDER Bright People. Right Solutions. REPORT TITLE BORING RECORD HOLE ID B-2 DIST. COUNTY ROUTE POSTMILE EA PROJECT OR BRIDGE NAME Aqua Hedionda Creek Pedestrian Bridge BRIDGE NUMBER PREPARED BY M. Palmer DATE 9-15-16 SHEET 3 of 4 3 PM BY: MPolmor ELEVATION (ft) I 1DEPTH (ft)I 'Material Graphics I DESCRIPTION Sample Location Sample Number Blows per 6 in. I Blows per foot I I Recovery (%) ROD (%) Moisture Content (%) Dry Unit Weight (pcf) _c 0, c e 55 4) c• .c . Drilling MethodI .. a 0 o Remarks a c sa -80.00 -85.00 -90.00 -95.00 -100.00 -105.00 -110.00 -115.00 120 125 130 135 140 145— 150 155 160 •: , — 1..; —,..1":77.17:Th•ILT , : INith SAND (ML) to Well-graded SAND ‘Mth SILT <:) 0(7) ,.c:, ‹) .--. P200= 10% X '3? < co — 8 2 4 6 83 22 PP=0 _ — — — _ — _ — — _ — _ — — _ — _ — — — — _ — _ — _ — — — — _ — — — — _ — — 1( 1: SW-SM); very soft; dark greenish gray (10Y 3/1);.wet; little fine to medium SAND; mostly fines; low plasticity; 1 omocieneous. U1 Bottom of borehole at 121.5 ft bgs c t KLEINEELDER Bright People. Right Solutions. • REPORT TITLE BORING RECORD HOLE ID B-2 DIST. COUNTY ROUTE POSTMILE EA PROJECT OR BRIDGE NAME Agua Hedionda Creek Pedestrian Bridge BRIDGE NUMBER PREPARED BY M. Palmer DATE 9-15-16 SHEET 4 of 4 KLEINFELDER APPENDIX D LABORATORY TEST RESULTS KLEINFELDER lidghtPcople. ItIght Solutions APPENDIX D LABORATORY TEST RESULTS Laboratory tests were performed on selected bulk and drive samples borehole explorations to estimate engineering characteristics of the various earth materials encountered. Testing was performed in accordance with ASTM Standards for Soil Testing and are presented in herein. MOISTURE CONTENT AND DRY UNIT WEIGHT Natural moisture content and dry unit weight tests were performed on selected drive samples collected from the boreholes in accordance with ASTM D 2216 and D 2937, respectively. The • results are presented on the boring logs. SIEVE AND #200 WASH ANALYSIS Sieve and #200 wash analyses were performed on representative samples of the materials encountered at the site to evaluate the gradation characteristics of the soil and to aid in classification. The tests were performed in general accordance with ASTM Test Method D 422. The results of the #200 wash analyses are presented on the boring logs. The results of the full gradation tests are presented in Figures D-1 through D-8. ATTERBERG LIMITS Atterberg limit tests were performed on selected soil samples to evaluate the plasticity characteristics (liquid limit, plastic limit, and plasticity index) of the soil and to aid in its classification. The test was performed in general accordance with ASTM Test Method D 4318. The results of the Atterberg limits are presented on the boring logs and Figures D-9 and D-10. DIRECT SHEAR TEST Direct shear strength tests were performed on representative soil samples. The test procedures were in general accordance with the ASTM D 3080. Testing was performed for a single normal stress point and sheared at a fast condition in order to obtain an approximate undrained shear strength. The results are presented in Figures D-11 through D-14. 20161803.001A/SD116R50052 D-1 November 15, 2016 Copyright 2016 Kleinfelder www.kleinfelder.com KLE/NFELADER fefighf Pcopfc. Mght Sotutionc CONSOLIDATION TEST Consolidation testing was performed on two relatively undisturbed samples in accordance with ASTM Standard Test Method D 2435. Results of the tests are summarized in the corresponding results summary tables and specific test result forms presented herein. The results are presented in Figure D-15. CORROSION TESTS A series of chemical tests were performed on three representative samples of the near surface soils to estimated pH, resistivity and sulfate and chloride contents. The test procedures were in general accordance with the California Tests 417, 422, and 643. Corrosion test results are presented in Figures D-16 and D-17. 20161803.001A/SDI16R50052 D-2 November 15, 2016 Copyright 2016 Kleinfelder www.kleinfelder.com Date Tested: 2/11/2016 USCS GRAVEL SAND FINES Coarse I Fine Coarse Medium Fine Silt Clay U.S. STANDARD SIEVE NUMBERS I inn 1-1 1" '4" 17 3/8- 4 10 20 40 60 100 200 HYDROMETER PERCENT FINER BY WEIGHT •-•1co2 0 0 a0 H II , , , I ii liii; IIIIIUlIIIIU 1111111 . I ---` . iii ii uai . ill , , , , III 1111111 . Nil 11111 IIIIIUII iil• 11111 III iiIiliT IUHhIIUU ill.. 100 10 01 0.01 0.001 0.0001 GRAIN SIZE IN MILLIMETERS Boring No. Sample No. Depth (ft) Passing 200 (%) USCS Classification B1 S5B 21 13.8 SM Sample Description very dark Silty sand grayish brown Sieve Size % Passing 3" 75 mm 100 2" 50 mm 100 1.5" 37.5 mm 100 1" 25 mm 100 3/4" 19 mm 100 Sieve 1/2" 12.5 mm 100 . Analysis 3/8" 9.5 mm 100 No. 4 4.75 mm 99 No. 10 2.0 mm 93 No. 20 0.85 mm 69 No. 40 0.425 mm 46 No. 60 0.25 mm 31 No 100 0.15 mm 21 No 200 .075 mm 13.8 PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 6913 /..........„...\—_, KLEIAIFELDER i Bright People. Right Solutions. --\,..,....,......,..„• . GRADATION TEST RESULTS FIGURE D-1 Agua Hedionda Creek Pedestrian Bridge Carlsbad, California Checked by: MA Tech: UP Project No. 20161803 Date: 15-Sep-16 Date Tested: 2/11/2016 USCS GRAVEL SAND FINES Coarse I Fine Coarse Medium Fine Silt Clay U.S. STANDARD SIEVE NUMBERS 4 ettl -I" 1" M" 1424/8" 4 10 20 40 60 100 200 HYDROMETER PE RCE NT FINER BY WE IGHT O 0 0 0 0 0 0 0 0 0 . I , , 1 I I I ' I H II Ii U 100 10 a 1 0.01 0.001 0.0001 GRAIN SIZE IN MILLIMETERS Boring No. Sample No. Depth (ft) Passing 200 (%) USCS Classification B1 S11 . 51 41.3 SC Sample Description dark greenish gray Clayey sand Sieve Size % Passing 3" 75 mm 100 2" 50 mm 100 1.5" 37.5 mm 100 1" 25 mm 100 3/4" 19 mm 100 Sieve 1/2" 12.5 mm 100 Analysis 3/8" 9.5 mm 100 No. 4 4.75 mm 100 No. 10 2.0 mm 97 No. 20 0.85 mm 86 No. 40 0.425 mm 76 No. 60 0.25 mm 68 No 100 0.15 mm 56 No 200 .075 mm 41.3 PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 6913 ( KI-E7A/FEL DER Bright People, Right Solutions. -------___.. GRADATION TEST RESULTS FIGURE D-2 Agua Hedionda Creek Pedestrian Bridge Carlsbad, California Checked by: MA Tech: UP Project No. 20161803 Date: 15-Sep-16 Date Tested: 2/11/2016 HYDROMETER -1 2" 1" 3/4 1/2" 3/8" 4 •• • 10 20 40 60 100 200 0.001 01 0.01 GRAIN SIZE IN MILLIMETERS 0.0001 100 10 GRAVEL SAND FINES Coarse I Fine Coarse Medium Fine Silt • Clay U.S. STANDARD SIEVE NUMBERS USCS 100 90 80 70 PERCENT FINER BY WEIGHT 60 50 40 30 20 10 0 !Checked by: Bright People. Right Solutions. MA Tech: UP 15-Sep-16 Agua Hedionda Creek Pedestrian Bridge Carlsbad, California Project No. 20161803 Date: D Li Boring No. Sample No. Depth (ft) Passing 200 (-A) USCS Classification B1 S13B 61 20.2 SM Sample Description dark greenish Silty sand gray Sieve Analysis Sieve Size % Passing 3" 75 mm 100 2" 50 mm 100 1.5" 37.5 mm 100 1" 25 mm 100 3/4" 19 mm 100 1/2" 12.5 mm 100 3/8" 9.5 mm 100 No. 4 4.75 mm 100 No. 10 2.0 mm 96 No. 20 0.85 mm 79 No. 40 0.425 mm 57 No. 60 0.25 mm 39 No 100 0.15 mm 27 No 200 .075 mm 20.2 RAL ACCORDANCE WITH ASTM D 6913 GRADATION TEST RESULTS• FIGURE KL.E7INIFELDER Date Tested: 2/17/2016 USCS GRAVEL SAND FINES Coarse Fine Coarse Medium Fine Silt Clay U.S. STANDARD SIEVE NUMBERS inn " 4" 1rF 3;8 10 20 40 " 60 100 200 HYDROMETER PERCENT FINER BY WEIGHT 8 00 u • I i i I . L l i I 1 . , , , I i 1 ! 1 1 ! : I i • 100 10 0 1 0.01 0.001 0.0001 GRAIN SIZE IN MILLIMETERS Boring No. Sample No. Depth (ft) Passing 200 (%) USCS Classification B1 S15B 81 28.6 SM Sample Description greenish gray Silty Sand Sieve Size % Passing 3" 75 mm 100 2" 50 mm 100 1.5" 37.5 mm 100 1" 25 mm 100 3/4" 19 mm 100 Sieve 1/2" 12.5 mm 100 Analysis 3/8" 9.5 mm 100 No. 4 4.75 mm 100 No. 10 2.0 mm 100 No. 20 0.85 mm 99 No. 40 0.425 mm 94 . No. 60 0.25 mm 79 No 100 0.15 mm 49 j No 200 .075 mm 28.6 P RFORMED IN GENERAL ACCORDANCE WITH ASTM D 6913 KLE/N. FELDER Bright people. \-;;;.............,.,,_ Right Solutions. GRADATION TEST RESULTS FIGURE - D4 Agua Hedionda Creek Pedestrian Bridge Carlsbad, California Checked by: MA Tech: UP Project No. 20161803 Date: 15-Sep-16 Date Tested: 2/17/2016 USCS GRAVEL SAND FINES Coarse I Fine Coarse Medium Fine Silt Clay U.S. STANDARD SIEVE NUMBERS IAA - 1 r 1" A" 142W 3/8" 4 10 20 40 41, 60 100 200 HYDROMETER E•RCENT FINER BY WEIGHT 3$ gE;JS`e, ' \\NI .6". 20 10 0 100 10 0.1 0.01 0.001 0.0001 GRAIN SIZE IN MILLIMETERS Boring No. Sample No. Depth (ft) Passing 200 (%) USCS Classification B1 S17 101 21.0 SC Sample Description light greenish gray Clayey sand Sieve Size % Passing 3" 75 mm 100 2" 50 mm 100 1.5" 37.5 mm 100 1" 25 mm 100 3/4" 19 mm 100 Sieve 1/2" 12.5 mm 100 Analysis 3/8" 9.5 mm 100 No. 4 4.75 mm 100 No. 10 2.0 mm 97 No. 20 0.85 mm 81 No. 40 0.425 mm 57 No. 60 0.25 mm 40 No 100 0.15 mm 29 No 200 .075 mm 21.0 PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 6913 (-----./—""\ ( KLEINFELDER• Bright People. Right Solutions. I GRADATION TEST RESULTS FIGURE D-5 Agua Hediorida Creek Pedestrian Bridge Carlsbad, California Checked by: 1 MA Tech: UP Project No. 20161803 Date: 15-Sep-16 Date Tested: 3/2/2016 USCS GRAVEL SAND FINES Coarse I Fine Coarse Medium Fine Silt Clay U.S. STANDARD SIEVE 4-1e2" 1" 3/4" 112" 3/8" 4 10 NUMBERS 20 , 40 60 100 203 HYDROMETER PERCENT FINER BY WEIGHT coa0,o>V COCO 30 00000000C , I . .• ' ---l-- f--- \ \ I , 1 I 100 10 0 1 0.01 0.001 0.0001 GRAIN SIZE IN MILLIMETERS Boring No. Sample No. Depth (ft) Passing 200 (%) USCS Classification B2 S6 26 28.9 SC Sample Description dark olive gray Clayey sand Sieve Size % Passing 3" 75 mm 100 2" 50 mm 100 1.5" 37.5 mm 100 1" 25 mm 100 3/4" 19 mm 100 Sieve 1/2" 12.5 mm 100 Analysis 3/9" 9'5 mm 100 • No. 4 4.75 mm 96 No. 10 2.0 mm 91 No. 20 0.85 mm 78 No. 40 0.425 mm 65 No. 60 0.25 mm 55 No 100 0.15 mm 43 No 200 .075 mm 28.9 PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 6913 /"-aa'•,,, KLEIAIFELDER •Bright People. Right Solutions. GRADATION TEST RESULTS FIGURE D-6 Agua Hedionda Creek Pedestrian Bridge Carlsbad, California Checked by: MA Tech: UP Project No. 20161803 Date: 15-Sep-16 2/29/2016 Date Tested: 0.001 0.0001 100 10 01 0.01 GRAIN SIZE IN MILLIMETERS Sample Description dark greenish Silty Sand gray GRAVEL SAND FINES Coarse Fine Coarse Medium Fine Silt Clay 100 _Az ...-12" 14"1/2,./8" 10_20 40 60 100 200 HYDROMETER 90 80 70 60 50 40 30 20 10 0 Boring No. Sample No. Depth (ft) Passing 200 (%) USCS Classification B2 S13A 60 34.1 SM Sieve Analysis Sieve Size % Passing 3" 75 mm 100 2" 50 mm 100 1.5" 37.5 mm 100 1" 25 mm 100 3/4" 19 mm 100 1/2" 12.5 mm 100 3/8" 9.5 mm 100 No. 4 4.75 mm 100 No. 10 2.0 mm 100 No. 20 0.85 mm 98 No. 40 0.425 mm 94 No. 60 0.25 mm 86 No 100 0.15 mm 63 No 200 .075 mm 34.1 ENERAL ACCORDANCE WITH ASTM D 6913 GRADATION TEST RESULTS FIGURE KL.EINF'ELDER Agua Hedionda Creek Pedestrian Bridge Carlsbad, California 20161803 Bright People. Right Solutions. Tech: Date: 15-Sep-16 Checked by: Project No. PERCENT FINER BY WEIGHT Date Tested: 2/29/2016 USCS GRAVEL SAND FINES Coarse Coarse Medium U.S. STANDARD Inn 14" SIEVE 10 NUMBERS 20 40 60 100 200 HYDIIOME fER PERCENT FINER BY WEIGHT cncr,(0 0 0 0 0 0 0 0 0.01 0.001Clay Fine 1 0 10 01 0.0001 GRAIN SIZE IN MILLIMETERS Boring No. Sample No. FineGRADA' sillTION Depth (ft) USCS Classification B2 S1 8A 120.5 1 0.1 svv-sm Sample Description dark greenish gray Well-graded sand with silt Sieve Size % Passing 3" 75 mm 100 2" 50 mm 100 1.5" 37.5 mm 100 1" 25 mm 100 Passing . 200 (%) 3/4" 19 mm 100 Sieve 1/2" 12.5 mm 100 Analysis 3/8" 9.5 mm 100 No. 4 4.75 mm 94 No. 10 2.0 mm 79 No. 20 0.85 mm 46 No. 40 0.425 mm 29 No. 60 0.25 mm 22 No 100 0.15 mm 15 No 200 .075 mm 10.1 PETIFORMED IN GENERAL ACCORDANCE WITH ASTM D 6913 ".— r , KLEMIPELDER Bright People. Right Solutions. TEST RESULTS FIGURE D-8 Agua Hedionda Creek Pedestrian Bridge Carlsbad, California Checked by: MA Tech: UP Project No. 20161803 Date: 15-Sep-16 PLASTICITY INDEX (P1) . 10 60 40 30 20 70 50 0 CH CL • MH & OH ML&OL CL-ML Date Tested : 2/10/2016 & 3/1-2/2016 SYMBOL SAMPLE NAME DEPTH (ft) LL PL PI USCS CLASSIFICATION (Minus No. 40 Sieve Fraction) USCS (Entire Sample) • • • 0 0 A + <> 61-S5B 21 NP NP NP ML SM 61-S7B 31 41 17 24 CL CL B1-S9 41 52 16 36 CH CH 61-S11 51 39 15 24 CL SC 61-S13A 60.5 NP NP NP ML SM 62-S4 16 32 18 14 CL SC 62-S6 26 29 19 10 CL SC B2-86 36 30 17 13 CL SC 0 10 20 30 40 50 60 70 80 90 100 LIQUID LIMIT (LL) PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 4318 Limitations: Pursuant to applicable codes, the results presented in this report are for the exclusive use of the client and the registered design professional in responsible charge. The results apply only to the samples tested. If changes to the specification were made and not communicated to Kleinfelder, Kleinfelder assumes no responsib lity for pass/fail statements (meets/did not meet), if provided. This report may not be reproduced, except in full, without written approval of Kleinfelder. ATTERBERG LIMITS TEST RESULTS Agua Hedionda Creek Pedestrian Bridge Carlsbad, California nKLEINFELDER Bright People. Right Solutions, FIGURE D-9 TECH: UP Checked by: MA PROJECT NO: 20161803 15-Sep-16 Atterberg Limits (1) Date Tested : 3/2/2016 SYMBOL SAMPLE NAME DEPTH (ft) LL PL PI USCS CLASSIFICATION (Minus No. 40 Sieve Fraction) •USCS (Entire Sample) • • • 0 El A + 0 B2-10B 46 29 18 11 CL SC B2-S12 58 34 16 18 CL Sc CH ./L-NAL CL MH & OH I _ , ML&OL i 10 20 30 40 60 60 70 80 90 100 LIQUID LIMIT (LL) PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 4318 Limitations: Pursuant to applicable codes, the results presented in this report are for the exclusive use of the client and the registered design professional in responsible charge. The results apply only to the samples tested. If changes to the specification were made and not communicated to Kleinfelder. Kleinfelder assumes no responsib lity for pass/fail statements (meets/did not meet), if provided. This report may not be reproduced, except in full, without written approval of Kleinfelder. PLASTICITY INDEX (PI) 70 60 50 40 30 20 . 10 ATTERBERG LIMITS TEST RESULTS Agua Hedionda Creek Pedestrian Bridge Carlsbad, California (1."---KL.EINFELDER Bright People. Right Solutions. FIGURE D-10 TECH: UP Checked by: MA PROJECT NO: 20161803 15-Sep-16 0.05 0.10 s.„ 0.15 0.20 Displacement 0.25 0.30 0.35 3500 3000 ---- Normal Load 4000 (PM 2500 Normal toad (pi) 2 2000 - CO 1500 - *mai load :psi) _c co 1000 0 Peak Shaw St( 500 9000 8000 7000 Co a_ 6000 Co up 5000 ie.a) _c (1) 4000 3000 2000 1000 o Peak Point Peak Envelope 0 0 1000 2000 3000 4000 5000 6000 7000 8000 9000 Normal Stress (psf) Strain Rate = Date Tested: 2/9/2016 Boring No. Sample No. B1 S7B Sample description: inch/min Fast Interpreted Shear Strength Peak Depth UCSC Cohesion (psf) Friction Angle (deg) 31' CL very dark grayish brown sandy lean clay 0.0472 n frrL NFELDER a7 Bright People. Right Solutions. Direct Shear Test Results (One Point) Figure Agua Hedionda Creek Pedestrian Bridge Carlsbad, California D-11 Tech : UP Checked By: MA 15-Sep-16 Project # 201 61803 3500 3000 2500 ---------------- ------------- 2000 / 2 1500 1000 500 1 0.00 0.05 0.10 0.15 0.20 0.25 0.30 0.35 Displacement Normal Lcad 5000 (Psi) Noma! Load (N) — NornalLoad {pall (3 Peak Shear Stress o Peak Point -Peak Envelope 9000 8000 7000 6000 to cr) 5000 !Is) co 4000 3000 2000 1000 0 1000 2000 3000 4000 5000 6000 7000 8000 9000 Normal Stress (psf) Strain Rate = Date Tested: 2/9/2016 Boring No. Sample No. B1 59 Sample description: inch/min Fast Interpreted Shear Strength Peak Depth UCSC Cohesion (psf) Friction Angle (deg) 41' CH greenish black sandy fat clay 0.0472 Direct Shear Test Results (One Point) Agua Hedionda Creek Pedestrian Bridge Carlsbad, California Figure KLEINFELDER Bright People. Right Solutions. D-12 Tech: UP Checked By: MA 15-Sep-16 Project # 20161803 4000 3500 3000 2500 t) 2000 1500 1 000 0.00 0.05 0.10 0.15 0.20 0.25 0.30 0.35 Displacement o Peak Point -Peak Envelope 9000 8000 7000 tig- 6000 co 5000 Ce u) 4000 3000 2000 1000 0 0 1000 2000 3000 4000 5000 6000 7000 8000 9000 Normal Stress (psf) Strain Rate = Date Tested: 0.00709 2/29/2016 inch/min Interpreted Shear Strength Peak Slow Boring No. Sample No. UCSC Cohesion (Psf) Friction Angle (deg) Depth B2 SC S6 26' Sample description: dark olive gray clayey sand (---KLE/NFELDER Bright. People Right Solutions. Direct Shear Test Results (One Point) Figure Agua Hedionda Creek Pedestrian Bridge Carlsbad, California D-13 Tech: UP Checked By: MA Project # 20161803 15-Sep-16 4500 4000 3500 3000 2500 (.» 2000 Cl) 1500 ------- 1000 500 1 - 0 0.00 0.05 0.10 0.15 0.20 0.25 0.30 0.35 Displacement Normal Load 5000 (PA Nrrrnal Load ?pst1 •Normal Load 11,11 Peak Shear Strets o Peak Point Peak Envelope I I I 9000 8000 7000 a 6000 Cl) 5000 CU u) 4000 3000 2000 1000 0 1000 2000 3000 4000 5000 6000 7000 8000 9000 Normal Stress (psf) Strain Rate = Date Tested: 2/29/2016 Boring No. Sample No. B2 S10B Sample description: inch/min Fast Interpreted Shear Strength Peak Depth UCSC Cohesion (psf) Friction Angle (deg) 46' Sc dark greenish gray clayey sand 0.0472 r.r.KLEINFELDER Bright People. Right Solutions. Direct Shear Test Results (One Point) Figure Agua Hedionda Creek Pedestrian Bridge Carlsbad, California D-14 Tech: UP Checked By: MA 15-Sep-16 Project # 20161803 ----- - -- STRESS IN KIPS PER SQUARE FOOT 0.1 -2 -1 0 1 2 3 4 5 6 7 8 9 10 11 12 13 1.0 10.0 100.0 CONSOLIDATION-PERCENT OF SAMPLE THICKNESS EXPANSION (V0) Seating Cycle Boring No. B2 Loading Prior to Inundation Sample No. S4 Loading After Inundation Depth 16' Rebound Cycle Sample black clayey sand Description PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 2435 r-KL..EINFELDER CONSOLIDATION TEST FIGURE Bright People. Right Solutions. Checked by: MA Project No. 120161803 Tech: UP Date: 111/14/2016 Agua Hedionda Creek Pedestrian Bridge Carlsbad, California D-15 LABORATORY REPORT Telephone (619) 425-1993 Fax 425-7917 Established 1928 CLARKSON LABORATORY AND SUPPLY IN C. 350 Trousdale Dr. Chula Vista, Ca. 91910 www.clarksonlab.com ANALYTICAL AND CONSULTING CHEMISTS Date: February 15, 2016 Purchase Order Number: 20161803 Sales Order Number: 30185 Account Number: KLE To: Kleinfelder Inc. 550 West C Street Ste 1200 San Diego, CA 92101 Attention: lily Panuncialman Laboratory Number: SO5918-1 Customers Phone: 831-4600 Fax: 831-4619 Sample Designation: One soil sample received on 02/10/16 at 1:50pm marked as follows: Project: Ague Hedionda Creek Pedestrian Bridge, Carlsbad, California Project #: 20161803 Boring #: B1 Sample #: S4 Depth: 16' Date Sampled: 2/3-4/2016 Analysis By California Test 643, 1999, Department of Transportation Division of Construction, Method for Estimating the Service Life of Steel Culverts. pH 8.6 Water Added (ml) Resistivity (ohm-cm) 10 9200 5 4400 5 2200 5 1600 5 1500 5 1500 5 1700 5 2100 36 years to perforation for a 16 gauge metal culvert. 47 years to perforation for a 14 gauge metal culvert. 65 years to perforation for a 12 gauge metal culvert. 83 years to perforation for a 10 gauge metal culvert. 101 years to perforation for a 8 gauge metal culvert. Water Soluble Sulfate Calif. Test 417 0.011% (110 ppm) Water Soluble Chloride Calif. Test 422 0.002% ( 21 PPm) 12) D-16 Laura Torres LT/ram LABORATORY REPORT Telephone (619) 425-1993 Fax 425-7917 Established 1928 CLARKSON LABORATORY AND SUPPLY IN C. 350 Trousdale Dr. Chula Vista, Ca. 91910 www.clarksonlab.com ANALYTICAL AND CONSULTING CHEMISTS Date: February 15, 2016 Purchase Order Number: 20161803 Sales Order Number: 30185 Account Number: KLE To: Kleinfelder Inc. 550 West C Street Ste 1200 San Diego, CA 92101 Attention: Uly Panuncialman Laboratory Number: SO5918-2 Customers Phone: 831-4600 Fax: 831-4619 Sample Designation: One soil sample received on 02/10/16 at 1:50pm, marked as : Project: Ague Hedionda Creek Pedestrian Bridge, Carlsbad, California Project #: 20161803 Boring #: B2 Sample #: S5 Depth: 21' Date Sampled: 2/3-4/2016. Analysis By California Test 643, 1999, Department of Transportation Division of Construction, Method for Estimating the Service Life of Steel Culverts. pH 8.4 Water Added (m1) Resistivity (ohm-cm) 10 6700 5 4100 5 1600 5 1100 5 1100 5 950 5 870 5 920 5 1100 29years to perforation for a 16 gauge metal culvert. 38 years to perforation for a 14 gauge metal culvert. 52 years to perforation for a 12 gauge metal culvert. 66 years to perforation for a 10 gauge metal culvert. 81 years to perforation for a 8 gauge metal culvert. Water Soluble Sulfate Calif. Test 417 0.011% (110 PPm) Water Soluble Chloride Calif. Test 422 0.009% ( 85 ppm) D-17 Laura Torres LT/ram KLEINFELDER APPENDIX E SLOPE STABILITY ANALYSES RESULTS 10) 1.0 Southeast — 103 Bitting Fill Estuarine Deposits (1) 111J IL Estuarine Deposits (2) Estuarine Deposits (3) 11 II Es4lerine.D0pasIs (4) Santiago Formation 0 00 10) 15) 20) 250 N010,,PRI 1:0 52 New Fill, I. 11E Span Pedestrian Blidge 50 103 150 200 3:0 Static Slope Stability Analyses — Abutment 1 52 102 192 230 2E0 020 II Northwest New Fill Ai yr. li ii ".. i 'VIV. jili,(.4.1Y/ I •I . _ I 1 115S an Pedestrian Eltidge I Southeast — —1•E° - toa -53 E sling Fill . limn rrn Estuarine Deposits (1) NULJj , UL-[ Alluelom 1111 EstUarine Deposits (2) Estuarine Deposits (3) . 111 il 2-4 •11 Estuarine Deposits (4) ,i ' 1 2 11 (I 41 II 11 — Santiago Formation I I ri 6 6 U -------- j1. I Ii I I 191 292 Static Slope Stability Analyses —Abutment 2 Ito -93 102 .J) .02 -02 92 .9) •noc DATE 11;1G DESIGNED BY: M. Arzamendi DRAWN BY: M. Arzartiendl Slope Stability Analyses Results Static Analyses — Circular Failure SCALE NO SCALE 11/16 KLEIIVFELDER Bright People. Right Solutions. CHECKED BY: S. BM 11116 Proj. No. 20161803 Agua Hedionda Creek Pedestrian Bridge Carlsbad, California FIGURE NO. E-1 DRAWING NO. 50 150 159 SoutheaSt 103 * •. : : • i• :1.1•:1 ./ I:17. VI A ri •. . \ *** " I •,r• .. ',.. • :,.,„•,:: ir-7-. 150 250 Ma 350 10 -53 153 -- Northwes NW/ F I 1 1 5'S an Pedestian Bridge .50 1CO 350 07 150 50 MD 259 Es tsarina Oeposils I] , Estuarine Deposits (2) Nluvium Estuarine Deposita (41 Santiago Form atm 150 Pea 250 sac 150 Southeast — IUD :1?.\\ &\\.. Z. . : . : . ., ' • .. ;_. 6- 4 i114- 2 New Fill 115 Span Pedestrian &Age Existing Fil. Esturtrine Delocsits (I) II I ii, 1- Estuarine Deposits (2) II II Estuarine Deposits (3) 11 il il I\ li Esti:Ono Depostts (4) II 1 I I \ I I 0 1 II ill il il i I — -------11---, Santiago Formation e i I I I I 50 50 120 ISO ow 300 Pseudo-Static (Seismic) Slope Stability Analyses (kh = 0.2g) — Abutment 1 Pseudo-Static (Seismic) Slope Stability Analyses (kh = 0.2g) — Abutment 2 -50 52 100 150 Northwest 103 — 50 -50 59 .50 150 120 MD (-11KLEINFELDER DESIGNED BY: DATE N. Bright People. Right Solutions. SCALE NO SCALE Slope Stability Analyses Results Pseudo Static — Circular Failure M. Arzamendi 11/16 1 151 6 DRAWN BY: M Atzemendi 11/16 CHECKED BY: S. Rugg Proj. No. 20161803 Agua Hedionda Creek Pedestrian Bridge Carlsbad, California Bolin No E-2 DRAWING NO. 3 .9) -50 -1C0 .55 3 50 CO la) 333 253 3SC E n fl I • --- Estuarine''nauuJfl • Alluvium I , ... ... •. . EsWatihe DeposiIs (2) • .... . . . . .... .• • 1 l • • 3 Estuarine Deposits (31 t! 3 II li Estuarine Deposit (4) 1 II II il II 3. h 11 II I *^-7 r--------'----------1 Santiago Formation 1 4 Ig II ti I 1 KLEINFELDEF? Bright People. Right Solutions. 100 253 333 WriNts1 Soutneast N.1 Fill 11 5 Span Pedestrian Bridge - tie' _ 'Exist ing Fill i — - --------- 1 V • Cr 1 it " — Estuarine Deposits (1) 3 II iu I. 1 Estuarine Deposits (2) 11 I I Estuar1io Deposits (3) I II 1111 ?I Estuarine Depos518 (4)1 1 1 ll. 0- If . n J? . Santiago Formation I I Ili k" J I I 58 103 15) 200 203 333 Pseudo-Static (Seismic) Slope Stability Analyses (kh = 0.2g) — Abutment 1 50 le0 193 Northwest 203 303 153 is) Southeast New F I 1.121 1 S' Span Pedestrian Bridge — 53 12.1 58 .0) 103 so .55 10) Pseudo-Static (Seismic) Slope Stability Analyses (kh = 0.2g) — Abutment 2 OFSIGNED BY: DATE N. Areemendi 111 DRAWN BY: N. Aaamord Slope Stability Analyses Results Pseudo Static - Block Failure SCALE NO SCALE CHECKED BY: S. Rego Proj. No. 20161803 Agua Hedionda Creek Pedestrian Bridge Carlsbad, California FiGURE NO. E-3 DRAWING NO. ATTACHMENT B CDFW PERMIT DocuSign Envelope ID: DEA5B6E4-2317-45B1-8A40-E00931BBE34E r----'--- State of California — Natural Resources Agency DEPARTMENT OF FISH AND VVILDLIFE South Coast Region 3883 Ruffin Road San Diego, CA 92123 (858) 467-4201 www.wildlife.ca.gov CALIFORNIA FISH & WILDLIFE GAVIN NEWSOM, Governor CHARLTON H. BONHAM, Director ,1 ' October 20, 2020 Mr. Brandon Miles City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008 Dear Mr. Miles: NOTIFICATION OF LAKE OR STREAMBED ALTERATION, NOTIFICATION NO. 1600-2020-0158-R5, EL CAMINO REAL AT CANNON ROAD INTERSECTION IMPROVEMENTS PROJECT As the Department of Fish and Wildlife ("Department") explained in a previous letter to you dated August 24, 2020, the Department had until September 30, 2020, to submit a draft Lake or Streambed Alteration Agreement ("Agreement") to you or inform you that an Agreement is not required. The Department did not meet that date. As a result, by law, you may now complete the project described in your notification without an Agreement. Please note that pursuant to Fish and Game Code section 1602(a)(4)(D), if you proceed with this project, it must be the same as described and conducted in the same manner as specified in the notification and any modifications to that notification received by the Department in writing prior to September 30, 2020. This includes completing the project within the proposed term and seasonal work period and implementing all avoidance and mitigation measures to protect fish and wildlife resources specified in the notification. If the term proposed in your notification has expired, you will need to re-notify the Department before you may begin your project. Beginning or completing a project that differs in any way from the one described in the notification may constitute a violation of Fish and Game Code section 1602. Also note that while you are entitled to complete the project without an Agreement, you are still responsible for complying with other applicable local, state, and federal laws. These include, but are not limited to, the state and federal Endangered Species Acts and Fish and Game Code sections 5650 (water pollution) and 5901 (fish passage). Finally, if you decide to proceed with your project without an Agreement, you must have a copy of this letter and your notification with all attachments available at all Conserving California's Wird-life Since 1870 DocuSign Envelope ID: DEA5B6E4-2317-45B1-8A40-E00931BBE34E Mr. Brandon Miles October 20, 2020 Page 2 of 2 times at the work site. If you have any questions regarding this matter, please contact Ms. Kelly Fisher at (858) 467-4207 or kelly.fisher@wildlife.ca.gov. Sincerely, [ DocuSigned by: i ensvrieet, r.„„,.. C3D449ECI37C14DE.. Jennifer Turner Senior Environmental Scientist (Supervisor) (Cityof Carlsbad November 25, 2020 ADDENDUM NO.2 RE: PWS21-1272TRAN: El Camino Real Bridge Improvements at Cannon Road Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. Please note change in bid opening date for the above-mentioned bid. New date for bid opening is: December 8, 2020 Time remains the same: 11 a.m. This addendum--receipt acknowledged--must be attached to your Request for Bid when your bid is submitted. Gmhoe (yoMail GRAHAM JORDAN Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 Bidder's Signature Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t CITY OF CARLSBAD El Camino Real Bridge Improvements at Cannon Road Contract No. 6042/6056 Bid No. PWS21-1272TRAN Addendum No. 2 From: Graham Jordan, Contract Administrator Phone: 760-602-2462 graham.jordan@carlsbadca.gov No. of Pages: 1 page (including this page) Date: November 25, 2020 Bid Opening Date: December 8, 2020 - 11:00 a.m. (changed) NOTICE: This Addendum forms a part of the Contract Documents for the above identified project and modifies portions of the original Contract Specifications. Documents not specifically mentioned in this Addendum remain in full force. Acknowledge receipt of this Addendum on the Bid Form. Failure to do so may subject bidder to disqualification. Please note change in bid opening date for the above-mentioned bid. New date and time for bid opening is: Tuesday, December 8, 2020, '11 a.m. Contract No. 6042/6056 — El Camino Real Bridge Improvements at Cannon Road 1 Addendum No. 2 City of Carlsbad December 2, 2020 ADDENDUM NO. 3 RE: PWS21-1272TRAN: El Camino Real Bridge Improvements at Cannon Road Please include the attached addendum in the submittal you have for the above project. This addendum--receipt acknowledged—must be included to your proposal when your proposal is submitted. GRAHAM JORDAN Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 3 Bidder's Signature Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t CITY OF CARLSBAD El Camino Real Bridge Improvements at Cannon Road Contract No. 6042/6056 Bid No. PWS21-1272TRAN Addendum No. 3 From: Graham Jordan, Contract Administrator Phone: 760-602-2462 graham.jordan@carlsbadca.gov No. of Pages: 82 pages (including this page) Date: December 2, 2020 Bid Opening Date: December 8, 2020 - 11:00 a.m. (changed per Addendum No. 2) NOTICE: This Addendum forms a part of the Contract Documents for the above identified project and modifies portions of the original Contract Specifications. Documents not specifically mentioned in this Addendum remain in full force. Acknowledge receipt of this Addendum on the Bid Form. Failure to do so may subject bidder to disqualification. MODIFICATIONS, DELETIONS, AND ADDITIONS TO GENERAL PROVISIONS 1) Resource Agencies Notifications of Construction •Attachment A — (San Diego Regional Water Quality Control Board) •Attachment B — (US Army Corp of Engineers QUESTIONS AND ANSWERS Questions relating to the project must go directly to the City's Public Works Contract Administration Division, The ,cityjs not responsible :f01 any, information obtained .through other means. Contract No. 6042/6056 — El Camino Real Bridge Improvements at Cannon Road 1 Addendum No. 3 1.Would it be possible to accept a lighting configuration with LED lighting wiring through the steel rub rail and drilled holes for the pod lighting units? Contractors should bid the bridge lighting per plan, not substituting light pods for the specified recessed lights. 2.Can the City can please provide a detail or spec for the reinforcement of the bridge deck on the El Camino Real Bridge Improvements at Cannon Road Project? Bridge railing details are provided on Sheet 15 of the improvement plans. 3.Q&A #14 [from Addendum No. 2] is not clear. Please confirm that the hydroseed can be installed at the beginning of the construction duration. From the Appendix B - Revegetation Specifications, the sheet shall be applied between October 1 and March 1 during the rainy season, if temporary irrigation is not implemented. Hydroseed can be applied anytime city and biologist approve installation and is required as part of the project. However, project construction may likely occur outside of that timeframe and may still be required. Contractor should bid for hydroseed and application. Contract No. 6042/6056 — El Camino Real Bridge Improvements at Cannon Road 2 Addendum No. 3 ATTACHMENT A San Diego Regional Water Quality Control Board °I\° • Water Boards ilf•WE GAVIN NEWSOM I' j, .4/ e VERNOR JARED BLUMENFELO SECRETARY FOR ENVIRONMENTAL PROTECTICN San Diego Regional Water Quality Control Board November 19, 2020 Mr. Brandon Miles In reply/refer to: City of Carlsbad R9-2020-0214:868175:amonji 1635 Faraday Ave Carlsbad, CA 92008 Subject: Clean Water Act Section 401 Water Quality Certification No. R9-2020-0214 for the El Camino Real at Cannon Road Intersection Improvements Project Mr. Miles: Enclosed find Clean Water Act Section 401 Water Quality Certification No. R9-2020-0214 (Certification) issued by the California Regional Water Quality Control Board, San Diego Region (San Diego Water Board) in response to the application submitted by City of Carlsbad for the El Camino Real at Cannon Road Intersection Improvements Project (Project). A description of the Project and Project location can be found in the Certification and site maps which are included as attachments to the Certification. The City of Carlsbad is enrolled under State Water Resources Control Board Order No. 2003-017-DVVQ as a condition of the Certification and is required to implement and comply with all terms and conditions of the Certification in order to ensure that water quality standards are met for the protection of wetlands and other aquatic resources. Failure to comply with this Certification may subject the City of Carlsbad to enforcement actions by the San Diego Water Board including administrative enforcement orders requiring the City of Carlsbad to cease and desist from violations or to clean up waste and abate existing or threatened conditions of pollution or nuisance; administrative civil liability in amounts of up to $10,000 per day per violation; referral to the State Attorney General for injunctive relief; and, referral to the District Attorney for criminal prosecution. Please submit all reports and information required under this Certification in electronic format via e-mail to SanDieqowaterboards.ca.gov. Documents over 50 megabytes will not be accepted via e-mail and must be placed on a disc and delivered to the San Diego Water Board, 2375 Northside Drive, San Diego, CA 92108. Each electronic document must be submitted as a single file, in Portable Document Format (PDF), and converted to text searchable format using Optical Character Recognition (OCR). All electronic documents must include scanned copies of all signature pages; electronic signatures will not be accepted. Eiectrcri.c doclimcnts submitted to the San Diego Water Board must HENRY ABARBANEL, PH.D., CHAIR I DAVID GIBSON, EXECUTIVE OFFICER 2375 Northside Drive, Suite 100, San Diego, California 92108-2700 I www.waterboards.ca.govisandiego Mr. Brandon Miles - 2 - November 19, 2020 City of Carlsbad Certification No. R9-2020-0214 include the following identification numbers in the header or subject line: Certification No. R9- 2020-0214:868175:amonji. For questions or comments regarding the Certification, please contact Alan Monji by telephone at (619) 521-3968 or by email at Alan.Monji@waterboards.ca.gov. Respectfully, DAVID W. GIBSON Executive Officer Enclosure: Clean Water Act Section 401 Water Quality Certification No. R9-2020-0214 for the El Camino Real at Cannon Road Intersection Improvements Project DVVG:eb:atm cc: via email with enclosures Mr. Jaime Morales LSA Associates Jaime.morales@lsa.net U.S. Army Corps of Engineers Regulatory Division South Coast Branch Chris Allen Christopher.AllenRussace.army.mil California Department of Fish and Wildlife South Coast Region Habitat Conservation Planning — South Kelly Fisher Kelly.FisherRwildlife.ca.gov U.S. EPA, Region 9 OVVOW, Wetlands Regulatory Office Melissa Scianni Scianni.Melissaepa,qov State Water Resources Control Board Division of Water Quality 401 Water Quality Certification and Wetlands Unit Stateboard401 Rwaterboards.ca.gov San Diego Water Board Wetland and Riparian Protection Eric Becker Eric.BeckerRwaterboards.ca.qov CIWQS Regulatory Tracking Numbers: VVDID 9 000003626 Reg. Measure ID No. 439392 Place ID No. 868175 Party ID No. 554051 Person ID No. 573165 CALIFORNIA REGIONAL WATER QUALITY CONTROL BOARD SAN DIEGO REGION 2375 Northside Drive, Suite.100, San Diego, CA 92108 Phone (619) 516-1990 - Fax (619) 516-1994 http://www.waterboards.ca.govisandiego/ Clean Water Act Section 401 Water Quality Certification and Waste Discharge Requirements for Discharge of Dredged and/or Fill Materials PROJECT: El Camino Real at Cannon Road Intersection Improvements Certification Number R9-2020-0214 WDID: 9 000003626 APPLICANT: City of Carlsbad 1635 Faraday Ave Carlsbad, CA 92008 Reg. Meas. ID: 439392 Place ID: 868175 Party ID: 554051 Person ID: 573165 ACTION: 171 Order for Low Impact Certification El Enrollment in SWRCB GWDR Order No. 2003-017-DWQ 111 Order for Technically-conditioned LI Enrollment in Isolated Waters Order No. Certification 2004-004-DWQ PROJECT DESCRIPTION An application dated July 28, 2020 was submitted by City of Carlsbad (hereinafter Applicant), for Water Quality Certification pursuant to section 401 of the Clean Water Act (United States Code (USC) Title 33, section 1341) for the proposed El Camino Real at Cannon Road Intersection Improvements Project (Project). The California Regional Water Quality Control Board, San Diego Region (San Diego Water Board) deemed the application to be complete on September 28, 2020. The Applicant proposes to discharge dredged or fill material to waters of the United States and/or State associated with construction activity at the Project site. The Applicant has also applied for Clean Water Act section 404 permit Nationwide Permit 33 from the United States Army Corps of Engineers for the Project (USAGE File No. SPL-2019-00282- CJA), The Project is located within the City of Carlsbad, San Diego, California at the intersection of Cannon Road and El Camino Real. The Project center reading is located at latitude 33.149384 and longitude -117.297071. The Applicant has paid all required application fees for this Certification in the amount of $1,949.00. On October 2, 2020, the San Diego Water Board provided public notice of the Project application pursuant to California Code of Regulations, title 23, a..-cticn 3858 by posting information describing the Project on the San Diego Water Board's web site and providing a period of twenty-one days for public review and comment. No comments were received. The Applicant proposes to improve the pedestrian and vehicular crossing for Agua Hedionda Creek Bridge at the intersection of El Camino Real and Cannon Road. Proposed work City of Carlsbad - 2 - November 19, 2020 El Camino Real at Cannon Road Intersection Improvements Certification No. R9-2020-0214 includes sidewalk improvements, bridge, and barrier rail upgrades, and constructing a new pedestrian bridge along the eastern edge of El Camino Real. Sidewalk improvements include the construction of a new concrete cantilever slab on top of the existing cantilever slab to widen the southern sidewalk from four to six feet. Bridge and barrier rail improvements include the removal of existing obsolete concrete and steel barriers along both edges of the bridge deck and install new upgraded bridge barriers. A pedestrian bridge is proposed to be installed along the eastern edge of the existing bridge. The pedestrian bridge will be a prefabricated steel truss bridge, 8 feet wide and 120 feet long, connecting the sidewalk along El Camino Real to the sidewalk at the Cannon Road intersection. The pedestrian bridge will be constructed on new concrete abutments aligned with the existing El Camino Real bridge abutments and will be supported on deep micropile foundations and surrounded by rip rap for protection. The abutments are designed to be outside the limits of jurisdictional aquatic resources of Agua Hedionda Creek. Utilities attached to the eastern edge of the El Camino Real bridge deck will be protected in place. Other utilities lines affected by the bridge work will be abandoned in place or relocated to the new pedestrian bridge. Construction time is estimated to be nine months. Receiving waters potentially affected by the Project are protected in accordance with water quality standards in the Water Quality Control Plan for the San Diego Basin (9) (Basin Plan). This Certification authorizes permanent and temporary impacts to waters of the United States and /or State affected by the Project. The temporary impacts will be restored by the Applicant to pre-Project conditions and do not include physical loss of aquatic resource area or degradation of ecological conditions. The Project impacts are all temporary with no ground disturbance or vegetation clearing proposed. No mitigation is required for this Project. Additional Project details are provided in Attachment 2 of this Certification. City of Carlsbad - 3 - November 19, 2020 El Camino Real at Cannon Road Intersection Improvements Certification No. R9-2020-0214 TABLE OF CONTENTS PROJECT 1 APPLICANT 1 ACTION 1 PROJECT DESCRIPTION 1 I.STANDARD CONDITIONS 4 II.GENERAL CONDITIONS 4 III.CONSTRUCTION AND POST-CONSTRUCTION BEST MANAGEMENT PRACTICES 7 IV.PROJECT IMPACTS AND COMPENSATORY MITIGATION 7 V.MONITORING AND REPORTING REQUIREMENTS 9 VI.NOTIFICATION REQUIREMENTS 11 VII.CALIFORNIA ENVIRONMENTAL QUALITY ACT COMPLIANCE 12 VIII.SAN DIEGO WATER BOARD CONTACT PERSON 13 IX.WATER QUALITY CERTIFICATION 13 ATTACHMENTS: 1.DEFINITIONS 2.PROJECT FIGURES AND PLANS City of Carlsbad - 4 - November 19, 2020 El Camino Real at Cannon Road Intersection Improvements Certification No. R9-2020-0214 The San Diego Water Board has independently reviewed the record of the Project to analyze the extent and nature of proposed Project impacts to the water quality and beneficial uses of waters of the United States and/or State and associated compensatory mitigation required to offset impacts attributed to the Project In accordance with this Certification, the Applicant may proceed with the Project under the following terms and conditions: I. STANDARD CONDITIONS Pursuant to section 3860 of title 23 of the California Code of Regulations, the following three standard conditions apply to all water quality certification actions: A.This Certification action is subject to modification or revocation upon administrative or judicial review, including review and amendment pursuant to section 13330 of the Water Code and chapter 28, article 6 (commencing with title 23, section 3867), of the California Code of Regulations. B.This Certification action is not intended and shall not be construed to apply to any discharge from any activity involving a hydroelectric facility and requiring a Federal Energy Regulatory Commission (FERC) license or an amendment to a FERC license unless the pertinent Certification application was filed pursuant to California Code of Regulations title 23, section 3855 subdivision (b), and that application specifically identified that a FERC license or amendment to a FERC license for a hydroelectric facility was being sought. C.This Certification action is conditioned upon total payment of any fee required under title 23, chapter 28 (commencing with section 3830) of California Code of Regulations and owed by the applicant. II. GENERAL CONDITIONS A.Term of Certification. Water Quality Certification No. R9-2020-0214 (Certification) shall expire upon a) the expiration or retraction of the Clean Water Act section 404 (33 USC Title 33, section1344) permit issued by the U.S. Army Corps of Engineers for this Project, or b) five (5) years from the date of issuance of this Certification, whichever occurs first. B.Duty to Comply. The Applicant must comply with all conditions and requirements of this Certification. Any Certification noncompliance constitutes a violation of the Water Code and is grounds for enforcement action or Certification termination, revocation and reissuance, or modification. C.General Waste Discharge Requirements. The requirements of this Certification are enforceable through 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 (Water Quality Order No. 2003- 0017-DWQ). This provision shall apply irrespective of whether a) the federal permit for which the Certification was obtained is subsequently retracted or is expired, or b) the Certification is expired. Water Quality Order No. 2003-0017-DWQ is accessible City of Carlsbad - 5 - November 19, 2020 El Camino Real at Cannon Road Intersection Improvements Certification No. R9-2020-0214 at: http://www.waterboards.ca.gov/water issues/programs/cwa401/docs/generalorders/ go wdr401regulated projects.pdf. D.Project Conformance with Application. All water quality protection measures and BMPs described in the application and supplemental information for water quality certification are incorporated by reference into this Certification as if fully stated herein. Notwithstanding any more specific conditions in this Certification, the Applicant shall construct, implement, and comply with all water quality protection measures and BMPs described in the application and supplemental information. The conditions within this Certification shall supersede conflicting provisions within the application and supplemental information submitted as part of this Certification action. E.Project Conformance with Water Quality Control Plans or Policies. Notwithstanding any more specific conditions in this Certification, the Project shall be constructed in a manner consistent with the Basin Plan and any other applicable water quality control plans or policies adopted or approved pursuant to the Porter Cologne Water Quality Act (Division 7, commencing with Water Code Section 13000) or section 303 of the Clean Water Act (33 USC section 1313). The Basin Plan is accessible at: http://www.waterboards.ca.gov/sandiego/water issues/programs/basin plan/index.sh tml F.Project Modification. The Applicant must submit any changes to the Project, including Project operation, which would have a significant or material effect on the findings, conclusions, or conditions of this Certification, to the San Diego Water Board for prior review and written approval. If the San Diego Water Board is not notified of a significant change to the Project, it will be considered a violation of this Certification. G.Certification Distribution Posting. During Project construction, the Applicant must maintain a copy of this Certification at the Project site. This Certification must be available at all times to site personnel and agencies. A copy of this Certification shall also be provided to any contractor or subcontractor performing construction work, and the copy shall remain in their possession at the Project site. H.Inspection and Entry. The Applicant must allow the San Diego Water Board or the State Water Resources Control Board, and/or their authorized representative(s) (including an authorized contractor acting as their representative), upon the presentation of credentials and other documents as may be required under law, to: 1. Enter upon the Project or Compensatory Mitigation site(s) premises where a regulated facility or activity is located or conducted, or where records must be kept under the conditions of this Certification; City of Carlsbad - 6 - November 19, 2020 El Camino Real at Cannon Road Intersection Improvements Certification No. R9-2020-0214 2.Have access to and copy, at reasonable times, any records that must be kept under the conditions of this Certification; 3.Inspect, at reasonable times, any facilities, equipment (including monitoring and control equipment), practices, or operations regulated or required under this Certification; and 4.Sample or monitor, at reasonable times, for the purposes of assuring Certification compliance, or as otherwise authorized by the Clean Water Act or Water Code, any substances or parameters at any location. I. Enforcement Notification. In the event of any violation or threatened violation of the conditions of this Certification, the violation or threatened violation shall 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. J. Certification Actions. This Certification may be modified, revoked and reissued, or terminated for cause including but not limited to the following: 1.Violation of any term or condition of this Certification; 2.Monitoring results indicate that continued Project activities could violate water quality objectives or impair the beneficial uses of Agua Hedionda Creek or its tributaries; 3.Obtaining this Certification by misrepresentation or failure to disclose fully all relevant facts; 4.A change in any condition that requires either a temporary or permanent reduction or elimination of the authorized discharge; and 5.Incorporation of any new or revised water quality standards and implementation plans adopted or approved pursuant to the Porter-Cologne Water Quality Control Act or section 303 of the Clean Water Act. The filing of a request by the Applicant for modification, revocation and reissuance, or termination, or a notification of planned changes or anticipated noncompliance does not stay any Certification condition. K. Duty to Provide Information. The Applicant shall furnish to the San Diego Water Board, within a reasonable time, any information which the San Diego Water Board may request to determine whether cause exists for modifying, revoking and reissuing, or terminating this Certification or to determine compliance with this Certification. City of Carlsbad - 7 - November 19, 2020 El Camino Real at Cannon Road Intersection Improvements Certification No. R9-2020-0214 L.Property Rights. This Certification does not convey any property rights of any sort, or any exclusive privilege. M.Petitions. Any person aggrieved by this action of the San Diego Water Board may petition the State Water Resources Control Board (State Water Board) to review the action in accordance with the California Code of Regulations, title 23, sections 3867 and following. The State Water Board must receive the petition by 5:00 p.m., 30 days after the date of this Certification. Copies of the law and regulations applicable to filing petitions may be found on the Internet at: http://www.waterboards.ca.gov/public notices/petitions/water quality or will be provided upon request. III. CONSTRUCTION AND POST-CONSTRUCTION BEST MANAGEMENT PRACTICES A.Construction Requirements. Prior to start of Project construction, the Applicant must, as applicable, obtain coverage under, and comply with, the requirements of State VVater Resources Control Board Water Quality Order No. 2009-0009-DWQ, the General Permit for Storm Water Discharges Associated with Construction and Land Disturbance Activity (General Construction Storm Water Permit) and any reissuance. If Project construction activities do not require coverage under the General Construction Storm Water Permit, the Applicant must develop and implement a pollution control plan, construction BMP plan, and/or erosion and sediment control plan to prevent the discharge of sediment and other pollutants during construction activities. B.Post-Construction Requirements. The Project must meet all the Post-Construction requirements of the San Diego Water Board Order No. R9-2013-0001, National Pollutant Discharge Elimination Systems Permit and Waste Discharge Requirements for Discharges from the Municipal Separate Storm Sewer Systems (MS4) Draining the Watersheds within the San Diego Region (Regional MS4 Permit). IV. PROJECT IMPACTS AND COMPENSATORY MITIGATION A.Avoidance and Minimization. The Project must avoid and minimize adverse impacts to waters of the United States and/or State to the maximum extent practicable. B.Project Impacts and Compensatory Mitigation. Unavoidable Project impacts to Agua Hedionda Creek and its unnamed tributaries within the Carlsbad Watershed must not exceed the type and magnitude of impacts described in the table below_ City of Carlsbad - 8 - November 19, 2020 El Camino Real at Cannon Road Intersection Improvements Certification No. R9-2020-0214 Mitigation Impacts Impacts Mitigation for Mitigation Mitigation for (acres) (linear Impacts Ratio •Impacts Ratio ft.) (acres) (area mitigated :area impacted) (linear ft.) (linear feet mitigated :linear feet impacted) Temporary Impacts4 Streambed and 0.0031,3 101,3 NA2 NA2 NA NA Riparian NA — Not applicable. 1.Temporary impacts associated with the placement of scaffolding and mud sill boards to support the scaffolding with Agua Hedionda Creek for approximately 4 weeks. No vegetation clearing or ground clearing is proposed for the Project. 2.If permanent impacts to waters of the U.S. and/or State become necessary to complete the Project construction, mitigation, in the form of wetland mitigation credit purchase will be required to offset the loss of habitat. 3.All areas of temporary impacts must be restored to pre-project contours and re-vegetated with native species C. Mitigation Credit Purchase. If required, the Applicant must provide documentation to the San Diego Water Board verifying the purchase of at least 0.003 acre of credit applicable to the establishment and/or re-establishment of wetland waters of the U.S. and/or State from the San Luis Rey Mitigation Bank or Brook Forest Mitigation Bank. The use of an alternate mitigation bank to provide required compensatory mitigation must be approved by the San Diego Water Board before the credits are secured and is subject to the following conditions: 1. The Applicant must identify the USAGE approved mitigation bank and submit documentation demonstrating that: a.The permitted Project impacts are located within the service area of the mitigation bank; and b.The mitigation bank has the appropriate number and resource type of credits available. 2. If San Diego Water Board approval of the use of the alternate mitigation bank is obtained, the Applicant must provide documentation verifying that the appropriate City of Carlsbad - 9 - November 19, 2020 El Camino Real at Cannon Road Intersection Improvements Certification No. R9-2020-0214 number and resource type of credits have been secured from the mitigation bank prior to the start of construction. D. Temporary Project Impact Areas. The Applicant must restore all areas of temporary impacts and all other areas of temporary disturbance which could result in a discharge or a threatened discharge of pollutants to waters of the United States and/or State. Restoration must include grading of disturbed areas to pre-project contours and re-vegetation with native species. The Applicant must implement all necessary BMPs to control erosion and runoff from areas associated with the Project. V. MONITORING AND REPORTING REQUIREMENTS A. Annual Project Progress Reports. The Applicant must submit annual Project progress reports describing compliance with all requirements of this Certification to the San Diego Water Board prior to March 1 of each year following the issuance of this Certification, until the Project has reached completion. Annual Project Progress Reports must be submitted even if Project construction has not begun. The monitoring period for each Annual Project Progress Report shall be January 1st through December 31st of each year. The report must include, at minimum, the following information: 1.The names, qualifications, and affiliations of the persons contributing to the report; 2.The status, progress, and anticipated schedule for completion of Project construction activities; 3.A description of Project construction delays encountered or anticipated that may affect the schedule for construction completion; and 4.A description of each incident of noncompliance during the annual monitoring period and its cause, the period of the noncompliance including exact dates and times, and if the noncompliance has not been corrected, the anticipated time it is expected to continue; and the steps taken or planned to reduce, eliminate, and prevent reoccurrence of the noncompliance. B. Final Project Construction Completion Report. The Applicant must submit a Final Project Construction Completion Report to the San Diego Water Board within 30 days of completion of the Project. The final report must include the following information: 1. Date of construction initiation; 9. Date of construction completion; 3.As-built drawings of the Project, no bigger than 11"X17"; and 4.Photo documentation of implemented post-construction BMPs and all areas of permanent and temporary impacts, prior to and after project construction. Photo City of Carlsbad - 10 - November 19, 2020 El Camino Real at Cannon Road Intersection Improvements Certification No. R9-2020-0214 documentation must be conducted in accordance with guidelines posted at http://www.waterboards.ca.gov/sandiego/water issues/programs/401 certification /docs/401c/401PhotoDocRB9V713.pdf. In addition, photo documentation must include Global Positioning System (GPS) coordinates for each of the photo points referenced. C.Reporting Authority. The submittal of information required under this Certification, or in response to a suspected violation of any condition of this Certification, is required pursuant to Water Code section 13267 and 13383. Civil liability may be administratively imposed by the San Diego Water Board for failure to submit information pursuant to Water Code sections 13268 or 13385. D.Electronic Document Submittal. The Applicant must submit all reports and information required under this Certification in electronic format via e-mail to SanDiegowaterboards.ca.gov. Documents over 50 megabytes will not be accepted via e-mail and must be placed on a disc and delivered to: California Regional Water Quality Control Board San Diego Region Attn: 401 Certification No. R9-2020-0214:868175:amonji 2375 Northside Drive, Suite 100 San Diego, California 92108 Each electronic document must be submitted as a single file, in Portable Document Format (PDF), converted to text searchable format using Optical Character Recognition (OCR), and not be password protected. All electronic documents must include scanned copies of all signature pages; electronic signatures will not be accepted. Electronic documents submitted to the San Diego Water Board must include the following identification numbers in the header or subject line: Certification No. R9-2020-0214:868175:amonji. E.Document Signatory Requirements. All applications, reports, or information submitted to the San Diego Water Board must be signed as follows: 1.For a corporation, by a responsible corporate officer of at least the level of vice president. 2.For a partnership or sole proprietorship, by a general partner or proprietor, respectively. 3.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 may sign applications, reports, or information if: a. The authorization is made in writing by a person described above. City of Carlsbad - 11 - November 19, 2020 El Camino Real at Cannon Road Intersection Improvements Certification No. R9-2020-0214 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 San Diego Water Board Executive Officer. If such authorization is no longer accurate because a different individual or position has responsibility for the overall operation of the Project, a new authorization satisfying the above requirements must be submitted to the San Diego Water Board prior to or together with any reports, information, or applications, to be signed by an authorized representative. F. Document Certification Requirements. All applications, reports, or information submitted to the San Diego Water Board must be certified as follows: "I certify under penalty of law 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, 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." VI. NOTIFICATION REQUIREMENTS A.Discharge Commencement Notification. The Applicant must notify the San Diego Water Board in writing at least 5 days prior to the start of Project construction. B.Twenty-Four Hour Non-Compliance Reporting. The Applicant shall report any noncompliance which may endanger health or the environment. Any such information shall be provided orally to the San Diego Water Board within 24 hours from the time the Applicant becomes aware of the circumstances. A written submission shall also be provided within five days of the time the Applicant becomes aware of the circumstances. The written submission shall contain a description of the noncompliance and its cause; the period of noncompliance, including exact dates and times, and if the noncompliance has not been corrected; the anticipated time it is expected to continue; and steps taken or planned to reduce, eliminate, and prevent recurrence of the noncompliance. The San Diego Water Board, or an authorized representative, may waive the written report on a case-by-case basis if the oral report has been received within 24 hours. C.Anticipated Noncompliance. The Applicant shall give advance notice to the San Diego Water Board of any planned changes in the Project or the Compensatory Mitigatic.m project -vvIiich may i-esult in noncompliance vvith Certification Gbildiiiu 11 S 01 requirements. D.Transfers. This Certification is not transferable in its entirety or in part to any person or organization except after notice to the San Diego Water Board in accordance with the following terms: City of Carlsbad - 12 November 19, 2020 El Camino Real at Cannon Road Intersection I mprovements Certification No. R9-2020-0214 1.Transfer of Property Ownership: The Applicant must notify the San Diego Water Board of any change in ownership of the Project area. Notification of change in ownership must include, but not be limited to, a statement that the Applicant has provided the purchaser with a copy of the Section 401 Water Quality Certification and that the purchaser understands and accepts the certification requirements and the obligation to implement them or be subject to liability for failure to do so; the seller and purchaser must sign and date the notification and provide such notification to the San Diego Water Board within 10 days of the transfer of ownership. 2.Transfer of Mitigation Responsibility: Any notification of transfer of responsibilities to satisfy the mitigation requirements set forth in this Certification must include a signed statement from an authorized representative of the new party (transferee) demonstrating acceptance and understanding of the responsibility to comply with and fully satisfy the mitigation conditions and agreement that failure to comply with the mitigation conditions and associated requirements may subject the transferee to enforcement by the San Diego Water Board under Water Code section 13385, subdivision (a). Notification of transfer of responsibilities meeting the above conditions must be provided to the San Diego Water Board within 10 days of the transfer date. 3.Transfer of Post-Construction BMP Maintenance Responsibility: The Applicant assumes responsibility for the inspection and maintenance of all post- construction structural BMPs until such responsibility is legally transferred to another entity. At the time maintenance responsibility for post-construction BMPs is legally transferred the Applicant must submit to the San Diego Water Board a copy of such documentation and must provide the transferee with a copy of a long-term BMP maintenance plan that complies with manufacturer specifications. The Applicant must provide such notification to the San Diego Water Board within 10 days of the transfer of BMP maintenance responsibility. Upon properly noticed transfers of responsibility, the transferee assumes responsibility for compliance with this Certification and references in this Certification to the Applicant will be interpreted to refer to the transferee as appropriate_ Transfer of responsibility does not necessarily relieve the Applicant of responsibility for compliance with this Certification in the event that a transferee fails to comply. VII. CALIFORNIA ENVIRONMENTAL QUALITY ACT COMPLIANCE A. The City of Carlsbad is the Lead Agency under the California Environmental Quality Act (CEQA) (Public Resources Code section 21000, et seq.) section 21067, and CEQA Guidelines (California Code of Regulations, title 14, section 15000 et seq.) section 15367, and has determined that the Project is categorically exempt.' 14 COR section [15301c] City of Carlsbad - 13 - November 19, 2020 El Camino Real at Cannon Road Intersection Improvements Certification No. R9-2020-0214 B.The San Diego Water Board is a Responsible Agency under CEQA (Public Resources Code section 21069; CEQA Guidelines section 15381). The San Diego Water Board has independently determined that the project is categorically exempt because the project replaces existing structures located on the same site and will have substantially the same purpose and capacity as the structures being replaced.2 C.As a Responsible Agency under CEQA, the San Diego Water Board will file a Notice of Exemption in accordance with CEQA Guidelines section 15062. VIII, SAN DIEGO WATER BOARD CONTACT PERSON Alan IVIonji, Environmental Scientist Telephone: (619) 521-3968 Email: Alan.Monji©waterboards.ca.gov IX. WATER QUALITY CERTIFICATION I hereby certify that the proposed discharge from the El Camino Real at Cannon Road Intersection (Certification No. R9-2020-0214) 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 San Diego Water 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 to, and all proposed mitigation being completed in strict compliance with, the applicants' Project description and/or the description in this Certification, and (b) compliance with all applicable requirements of the Basin Plan. I, David W. Gibson, Executive Officer, do hereby certify the forgoing is a full, true, and correct copy of Certification No. R9-2020-0214 issued on November 19, 2020. November 19, 2020 DAVID W. GIBSON Date Executive Officer San Diego Water Board 2 14 OCR section 15302 City of Carlsbad El Camino Real at Cannon Road Intersection Improvements Certification No. R9-2020-0214 ATTACHMENT 1 — DEFINITIONS Activity - when used in reference to a permit means any action, undertaking, or project including, but not limited to, construction, operation, maintenance, repair, modification, and restoration which may result in any discharge to waters of the state. Buffer - means an upland, wetland, and/or riparian area that protects and/or enhances aquatic resource functions associated with wetlands, rivers, streams, lakes, marine, and estuarine systems from disturbances associated with adjacent land uses. California Rapid Assessment Method (CRAM) - is a wetland assessment method intended to provide a rapid, scientifically defensible and repeatable assessment methodology to monitor status and trends in the conditions of wetlands for applications throughout the state. It can also be used to assess the performance of compensatory mitigation projects and restoration projects. CRAM provides an assessment of overall ecological condition in terms of four attributes: landscape context and buffer, hydrology, physical structure and biotic structure. CRAM also includes an assessment of key stressors that may be affecting wetland condition and a "field to PC" data management tool (eCRAM) to ensure consistency and quality of data produced with the method. Compensatory Mitigation Project - means compensatory mitigation implemented by the Applicant as a requirement of this Certification (i.e., applicant -responsible mitigation), or by a mitigation bank or an in-lieu fee program. Discharge of Dredged Material — means any addition of dredged material into, including redeposit of dredged material other than incidental fallback within, the waters of the United States and/or State. Discharge of Fill Material — means the addition of fill material into waters of the United States and/or State. Dredged Material — means material that is excavated or dredged from waters of the United States and/or State. Ecological Success Performance Standards — means observable or measurable physical (including hydrological), chemical, and/or biological attributes that are used to determine if a compensatory mitigation project meets its objectives_ Enhancement — means the manipulation of the physical, chemical, or biological characteristics of an aquatic resource to improve a specific aquatic resource function(s). Enhancement results in the gain of selected aquatic resource function(s) but may also lead to a decline in other aquatic resource function(s). Enhancement does not result in a gain in aquatic resource area. City of Carlsbad El Camino Real at Cannon Road Intersection Improvements Certification No. R9-2020-0214 Establishment — means the manipulation of the physical, chemical, or biological characteristics present to develop an aquatic resource that did not previously exist. Creation results in a gain in aquatic resource area. Fill Material — means any material used for the primary purpose of replacing an aquatic area with dry land or of changing the bottom elevation of a water body. Isolated Wetland — means a wetland with no surface water connection to other aquatic resources. Mitigation Bank — means a site, or suite of sites, where resources (e.g., wetlands, streams, riparian areas) are restored, established, enhanced, and/or preserved for the purpose of providing mitigation for impacts authorized by this Certification. Preservation - means the removal of a threat to, or preventing the decline of, aquatic resources by an action in or near those aquatic resources. This term includes activities commonly associated with the protection and maintenance of aquatic resources through the implementation of appropriate legal and physical mechanisms. Preservation does not result in a gain of aquatic resource area or functions. Re-establishment - means the manipulation of the physical, chemical, or biological characteristics of a site with the goal of returning natural/ historic functions to a former aquatic resource. Re-establishment results in rebuilding a former aquatic resource and results in a gain in aquatic resource area and functions. Rehabilitation - means the manipulation of the physical, chemical, or biological characteristics of a site with the goal of repairing natural/ historic functions to a degraded aquatic resource. Rehabilitation results in a gain in aquatic resource function but does not result in a gain in aquatic resource area. Restoration - means the manipulation of the physical, chemical, or biological characteristics of a site with the goal of returning natural/historic functions to a former or degraded aquatic resource. For the purpose of tracking net gains in aquatic resource area, restoration is divided into two categories: re-establishment and rehabilitation. Start of Project Construction - For the purpose of this Certification, "start of Project construction" means to engage in a program of on-site construction, including site clearing, grading, dredging, landfilling, changing equipment, substituting equipment, or even moving the location of equipment specifically designed for a stationary source in preparation for the fabrication, erection or installation of the building components of the stationary source within waters of the United States and/or State. City of Carlsbad El Camino Real at Cannon Road Intersection Improvements Certification No. R9-2020-0214 Uplands - means non-wetland areas that lack any field-based indicators of wetlands or other aquatic conditions. Uplands are generally well-drained and occur above (i.e., up-slope) from nearby aquatic areas. Wetlands can, however, be entirely surrounded by uplands. For example, some natural seeps and constructed stock ponds lack aboveground hydrological connection to other aquatic areas. In the watershed context, uplands comprise the landscape matrix in which aquatic areas form. They are the primary sources of sediment, surface runoff, and associated chemicals that are deposited in aquatic areas or transported through them. Water Quality Objectives and Other Appropriate Requirements of State Law — means the water quality objectives and beneficial uses as specified in the appropriate water quality control plan(s); the applicable provisions of sections 301, 302, 303, 306, and 307 of the Clean Water Act; and any other appropriate requirement of state law. Waters of the State - means any surface water or groundwater, including saline waters, within the boundaries of the State. [Water Code section 13050(e)]. City of Carlsbad El Camino Real at Cannon Road Intersection Improvements Certification No. R9-2020-0214 ATTACHMENT 2 — PROJECT FIGURES AND PLANS 1.LSA, El Camino Real at Cannon Road Intersection Improvements Project, Project Location, Figure 2. 2.LSA, El Camino Real at Cannon Road Intersection Improvements Project, Aquatic Resources Impacts, Figure 5. 3.LSA, El Camino Real at Cannon Road Intersection Improvements Project, Proposed Temporary Scaffolding. 4.Kleinfelder, Construction Plans for El Camino Real Bridge Improvements at Cannon Road, Sheets 1-39. LSA LEGEND I=1 Biological Study Area FIGURE 2 1000 2000 El Camino Real at Cannon Rood Intersection Improvements Project Project Location 'FEET SOURCE: Klienfelder (4/2018); USGS 7.5' Quad - San Luis Rey (1975), CA Wbd10 \images\ HCR17011615 Projectlocation.mxd (4/17/2018) LLGU9D al Biological Study Area Impact Type Cl?FW Streambed/Banks and Riparian Vegetation - • Pr Iject Boundary MS Permanent Construction Impact MI Corps Nonwetland Waters of the U.S. - Project Features ME Temporary Construction impact Corps Wetland Waters of the US. Temporary Placement of Scaffolding Mats CCC Wetlands FIGURE 5 R:VICR19051,GIS \ \BIRIMuatIcResouroeslmoacts.mml 15122120201 FEET SOLIRCB: Bing 1201a1; Klienfelder1l012010} 0 37.5 75 = Coastal Zape Boundary El Camino Real at Cannon Rood Intersection Improvements Project Aquatic Resources Impacts LSA 10 ILLI LEGEND - Temporary Placement of Mudsill Boards COFW Streambed/Banks and Riparian Vegetation CCC Wetlands El Corps Nonwetland Waters of tie U.S. SOuRai nirOPPM ri,snIsideciso/sool eivice1905\GISVOOAtieirosedirnpScattutdIneintd Vi/ai2Oni El Camino Heal at Cannon Rood Intersection improvements Project Proposed Temporary Scaffolding 258-3A 258-30 246-1 939-3 266-/ 333-2CE 333-2CE 0.51E 8/19/95 8/19/25 3/23/45 01/00/80 12ba 10/21/98 10/21/08 ABBREVIATIONS ACCRECATE BASE ABATIOON ASPHALT CONERETE BEGIN EIROGE BOON CURNE BEGAN CURB RETURN BOULEVARD MON VERTICAL CURVE CURET • Guam CENTERLINE 0-F-AR 0400.08*0 TAINICAAL WATER DISIRCT CARLSBAD STANDAR, MAW., CALTRANS STANCTARET PLANS IXICTLE RON EACH ENE BRINE END CIARN ENO CURB RETURN FLEVAR0/1 ENO PONT 0/0 WRNS. CURLS DOSITO 11.04.1.1110 FINISH SURFACE ORME FREAK HOT NIX ASPAULT HIEN PONT LIMAS FEET LAYOUT LINE LETT MINNUN MA/VW NOT TO SONE OffSET POINT OF CO1111001/0 CURVATURE PONT OF DITERSECRON POSER PM POINT Of REVERSE CURVE POINT FONT OF WITTEAL ITRIERSECTION MYRNA CHLOE! REINFORCER CONCRETE POE FEVRE° STANINSO PLAY MONT RICAIT-OF-11AT SAN 0000 REGIENAL STANDARD MAXTOR SQUARE FEET STATOR STANDARD SIZENALIT TOP Or 9010.1 70P 17 OMB TOP EF ONE TCP CF CRATE TRIBAL VARIES NOM. CLAY PIPE WATER NETER WATER VALVE LT MIR 0243 NTS OFF PC PI PP FRC PT FM PVC Rop RSP RT IR/V4 STA 00 IC TO RAN ves CDP2018-0031/SUP2018-0005/SUP2018-0006 CONSTRUCTION PLANS FOR EL CAMINO REAL BRIDGE IMPROVEMENTS AT CANNON ROAD 100% SUBMITTAL - NOT FOR CONSTRUCTION PROJECT NO. 6042/6056 BRIDGE NO. 57C0191 WORK TO BE DONE 'DE NOOK SNALL CIE PERFORM. 14 ALOCROANCE 19111 THE FOLONING DOCUMENTS. CURROTT Al ne TIME Of CONSTRUCTOR. AS ORECTED BY TIE OTY ENOTIFFR. BASIS OF COORDINA1FS: (HAD EIS) THE BASS CI' CIERCIMATES AND ISEVRIKS FOR 106 ENTINE IS THE NORTH AMMAN DATUM CF 1083 DOD CNJFORNA STATE PUNE 0130RONATE sysrEu OF Hes (c(303)ZORE 4(1,0011 1901.35) Rom LOCALLY UPON INE PC(10/4110 CENTRO. POINTS PER RECORD OF SURVEY NO. 172T. SIMS 1112141141 EIS= DES.EBEML IDS 1.09433124 6241021.980 BRASS DISC 0103-105 ITO 2502030400 6238770.130 110.1. NON 0.118-110 CND 612.1110 BETWEEN 1105 AND 1110 = NISOMOWN CITY OF CARLSBAD CARLSBAD, CALIFORNIA CITY COUNCIL . MAT( HALL — MAYOR PRIYA BHAT—PATEL — MAYOR PRO lEM KEITH BLACKBURN — COUNCIL MEMBER CORI SCHUMACHER — COUNCIL MEMBER eau umnifte. MIMI OMR= RESEEIEILIE 212 198941309 624155343 44.94 CP X IN CONC 213 1989601230 624096034 4233 CP X CI CCM PAZ GOMEZ PROJECT DEPUTY CITY MANAGER LOCATION SOURCE OF TOPOGRAPHY TOPOCRAPHY 91011/1 CM THESE PLAITS WAS GETERAITE0 BY COCCI new SUM, DATA ETC AMON • ...ATM ON 001011104 is. 2013 RFFFRFNCE DRAWINGS ZBE PTDSCT 00. I. MONO KAN CARLSBAD TRACT NO. 83-30 PE 285.30 2 PUNS FOR 64AROTEMENT OF PHASE-1 AQUA HEDICHDA CHANNEL CT 83-30 3.201134 TAN (OT-STE) CARLIIIIAD TRACT 83-26 EL CANTO REAL STA 433 TO STA CT 113-2S 444 1:1-2643 4.cAuseRA FILLS 10 a WAND REAL SERER IMPROVERENTS 5.LAKE CALASERA HILLS MINOT INSPOSAL PIPEUXE a CANINO REAL RANCH 3201 a CANNON MAO WATER AND RECYcLE0 WATER TRAssAssal RATS PHASE 2 98-803 7. 82' COLLECTOR SERER AND 20. INTERCEPTOR SEWER PIP011105 12-408 LEGEND ITEM STREET COMMUNE RIGHT-CF-MAY UNE EASEMENT UKE PREPOSED CENTOLR COSMIC CONTOUR SAULT UNE CONCRETE SOEVAIN REMO& ANO REPLACE ASPHALT WHAM CONCRETE WARR RARJNO CUM !CUTTER 0351160 CARLE 00311110 STORM ORATH 00$0110 MCNEAL UNE 0231140 F1604 oPnc LNE ECSITIC CAS UNE 10331111C SERER UNE comma 1101,110. UTE =MIRO WATER ME 103311NO EOSINS OVERHEAD ELECTRICAL D/BANKUM SYMBOL QUANTITY N/A H/A N/A N/A N/A II/A 24 CY 16 TON N/A 7.G0 LP N/A N/A N/A N/A 8/0 N/A N/A 0/11 N/A 0/11 SOD CY — 212 — --T --I -- I. CARLSBAD MUNIOPPL OGEE Z car OF CARLSBAD ISTOREERNC STANDARDS 3. GUY OF CARLSBAD ETOONEERNO SPECIAL PROVISIONS 4, THS SET Or RUM B. THE 2015 STANDARD SPECITICATION1 Ea, 0.19-10 AGM COMITRUCTCR WEER BONO It THE SAN DIEOD REGIONAL 50.0311., ORA.= ANT AS NAY BE *COIFED BY THE OTY OF CARLSBAD STAKDAIDS. 7, 2015 CAUFORNIA CEPARTIVIT OF TRANSFORTATON STANDARD PLANS MO SPEOTCATONS. •CAUTORATA STORMWATER CUNJTY ASSODATON (CASOA) STINISIRRITM BEST MATIAGEMENT PRACTICE CONSTRUCRON NANGBoole AND THE STAN OF CALFORNIA CEPARTMETIT CF TRANSPORTATIOT CONSTRUCTION SITE BEST MANAGEMENT PRACTOES (BLIP) IAANUAL SHEET (NOD) 1 PILE SHEET 2 COMMOTION STACINS PLAN 3 OVIL IMPROMEMENT FUNS (SOUTHERN .0E) 4 ma impRovERENT PLANS PICRIH(0N EIDE) s cm% casTaz LIBUlY PLNI 6 CTRL CR43910 PLAN 7 01009.1 AAR SEDMENT CONTROL FLAN •siaton STRPNG PLAN 0 TRAFEC STGINAL MCOFICATIEN PLAN TO TRAFFIC CENTRO PLAN NO. 1 II TOPIC CONTRO. PLAN NO. 2 12 BARRER REPLACEMENT / %COI GENERAL PLAN 13 BARRER REPIACBIENT / WEN natovol. or.rmis 14 BARFSER REPLACEMENT / MEN SOURSOUND TEEMS 15 BRUM REPLACEMENT / 04001 NoRneouND crass 15 BAIIRER REPLACEMENT / %NB HAMER OVALS IT WARIER REPIACENEXT / MEN EECTCLE RNUNO CETALS Is posTINTAN DIIDCE CORAL PEAK 19 KINSMAN BRINE POUN3ATION PUN 22 PEDESTRIAN BRINE AB011/041 UNCUT 21 P.36118431 MOM munoENT BMWS 22 PEDESTRAN SREICE ACCRONLE MEALS 23 SOUND WALLS LARTUT 24 SONO WHIR ELEVATIONS 25 SONO WALLS COMA NO 28 MAYO WALE DETAILS ND. 2 27 SPECIAL INSPECTION NOTES 28 LOT9 GENERAL Naas 29 LOTB PLAN A7D LCG (13-1) 30 LOTH PLAN 100 LOC (9-2) 31 ELECTRICAL SIM PLAN. LEM/43, ANS COTERAL ROTC 32 LIGHTING PLAN AND DETALS 33 Rama NorckEiRic BIDDY AND FIXTURE SCHEDULE •1211000R mns DOOMENTATON 35 TRIGAMON 0010111/21 TAN 36 TRICATION PLAN 37 TREE RENOVAL PLAN 35 LANDSCAPE MATERIAL AND PUNITITO PLAN 39 LANDSCAPE NATERIAL AND PUNTING CIETNLS VERTICAL CONTROL: (NGVD 291 EIEVATICTS SWAN HEREON ARE RI TERMS Of TIE NORTH 04000140 VERTICAL DANDA CF 1029 DIM 39) BASED LOCALLY ON THE MIEN. MIMI PER RECO. OF SUR./ 17271. =IBS 8.70000 105 43.41. SUPPLEMENTAL CONTROL: AS ESTABUSHED FOR THS PROJECT NOTE: SUPPLEMENTAL CONTRO- PORTS MAE EST/OUSTED HORIZONTALLY BY RTIC CPS MAREY MTH REP1NTIANCY AND VERTICALLY EP/ 3RD DICER LEVELINT1 SCOTT CHADWICK CITY MANAGER ' -r,w;,Ylzrr PROJECT LOCAlION 'Cf Mk ,.i 1143 %MCI IS LOCATED WINN EL CALITIO RIGHT-CF-WAY. MEL "AS BUILT" CONTRACTOR NOLL LOCATE ALL OOSNIG LIMEY YAW BOXES. RAMOS% VAILTS. SEW131 ROE— E. DATE r.,-.1. itrICO: IP. r,l, NI...MTS. STOMA 012ND DRUM MPS AND MCMURDO' eons AND PROTECT IN PLACE 0401140 80SURVEY IMPACTOR DATE 'Iv- CIE,,fs.°E.,YOLIPD Mrs a CVAMG REAL 000.02 .l.PROPECENTSATCRIBERROAD 17.00%.41 APPROVED HOSSON 112001 MEER. MADER PF MT DARES 6/30/1018 DATE PROTECT AO. ORAMING 1.10. 6042/6oss 490-5 P.M REVI SION DESCRIPTION "° 12". 00° '4D 6' -JL— 00400 9701 CC KW 0110 KIRK. MY MM.. R 1* VICINITY MAP Mr TO SCALE "DECLARATION OF RESPONSIBLE CHARGE' I HEREBY DECURE THAT I AN TIE ENGIN= OF RCM FOR SHEETS T. ARO 12 - 27 CF THIS PROEM, THAT I HAW DEROSED RESPONSIBLE CHARGE 00131 THE DESIGN OF THE PROECT AS MN= IN acno0 6703 OF WE RUMNESS ME PROFESSORS CORE AID -MAT THE 0E5101 IS CONSISTENT ROTH CURRENT STANDARDS. I UNDERSTAND THAT TM OMIT Of PROECT ORNITURS AND SPECTCATICTS BY THE CITY OF CAT-SBAO CCM NOT RELIEVE ME PS ETIONIXR OF WNW Cf ITT R.PONSITTITIES FOR PROECT CEREAL TR* ACCIP.F4R. arr TELERNME /**\, KLEINFELDER 011 DATE: Na VI. INC 8040.29.C.49.31 Tm.N..2191.-NO:. CDP20113-0031/SUP2018-00051SUP20113-0006 CO 1413 U3 4231 1.16 L55 U7 30.62 us 1334 11361 LCCA1C0 rem 17.31010 CAAL31160 AND TI1E F001111115 PROPERTES. ACCESS ORNEWAY LOCATED 1.200.₹ NORTH Or INIERSECEON MING CAMEO, ROAD. 0 TCE LOCATED WW1 CANTERBURY PROPERTY. AREA OWED TO ASPHALT PORTION AID 5600311 ADJACENT TO MIDGE TX LOCATED 8111111 EVANS POINT PROPERTY. AREA LISIIED TO A P049311 OF MANTETINICE ROAD MO 9.07E ADJACENT 10 BROIL 0 100% SUBMITTAL - NOT FOR CONSTRUCTION APIt 160.360-06 PE UhE TALE 14366.441134 SF, Largth 01070037103196 00.07•03. 11613' 23' IVE 2,66. 36' 47E 330' 43' 21.11 1432 33' 27, 2631.3 6E137.03 Lhr/Eurve , 188-oso-.38-60.4, 168-100-38-117 • • 19.13 209.61. 2110 SOI4 52. 47'E 312-132-01 TEE L11.6 TABLE 6032443,37349 Lhe/Corve Li 12 1.3 14 L3 L6 L7 LB L9 Lergth 18835 67.32 30.48 1603 3167 1756 11,48 17817 12,40 DFactIcantli, 366' 39 2703 SW 33, 350' 55' 44•W 346. 32 19.10 0149. 52 3770 635' 39' 23'E NW' 58" 04'E 366' 37' 31, NW 32 Orid 0641.00 ON 798.462-34 RE LINE TABLE 4AREAR2,97197 SF./ Una/Eon/4 11 LIO CL Ce LII u. 01Pactlan/04214 NG. 28 39T 189•2231. 357' 10' 60.0 2431.0 2503 696300 98.20 3300 Length 7633 Luc -us !! . i 41: .21:..2,./k_ , -,..•:•!, 1 *Danis mk i ,--1.1-7 AL9761°471081F10,10 i '.c.ir,reeLiny ,,i ' '-el;' -. ''. ;I.. •• . • "..tii. ' • r ;•i: ' .. ow MEMO ..8 '.. . 03UFWEITi STORACC , ' .1 ... .1 • , '..i -• • LEGEND UNITS OF YAM COASTAL 2026 BOUNDARY PEVA F100284.424 00059 FLOODWAY ICE BOUNDARY VEGETATION LEGEND 1.-11[171:i BARE GROUND (1E0.303 Sl.) . ,•; .... _ taxsz-tycze...,, '• PORTION 101 LOILILDE1626E • ... - • . ••• , .• , ..... • FR. 141911-0F-WAY 143 ROLNOANY .. • . • t• urass moNC TTP. - ;EL CAMINO RE/U.• PAST 04033. 4304E0 ••• (180.11,284 SF 030.11 SP.) 1 ' •:iY,/,/ 4 ii.7 .\ ,,- . IL - • / „."-;;?;•,_•.•,.....,_?.,, 1I ••," //7-/-'.a'-..,..i;:,.---,L.. "AS BUILT" KZ- E. DATE 2696360 BY, NSPECTO1 OATE SW, CITY OF CARLSBAD 4 TRAILSPIRTATEN DOWITVENT igal W.,0111.7,0 at TI C.QAMFFN 291177 33530851.E0/047cAvo3.100.0 CG6572X0ONSTAG6118168 NRPROttO 4029.17.U. IC 210117 1948078810908 OR PE 43730 WM 3/31/20 DATE IftS,ra P00.0301000. 6042/6058 DRAWN, NO. 499-5 0019 DIAL * RENSION 6E8666,00N 00)0ham OM 24TAL 01133311 a Atrat Onlat PffIn7w. arr 34.3:406 1214 168-050-38 ICE LD.E TABLE 43466,626677 623 Lhe 11/Curva • LargTh Dractlan/Ealto Rotha 143 4938 324. 1.2 =MT 146 47.138 N77' 36' 41.LET 147 5117 ne 3.3. 10.82E 148 4321 SOW 26' 13.79T 149 33,03 362 ZEr 37.17T ' 193 6.72 see 39 10.51.10 150 16640 1166. 30' e...sev • 165-056-35-70 TX LOCATED 74111/1 RANCHO C621.31160 PROPERTr. 0 I 177.44116627 s COISTRUCTION. EASEXERT • :.v vv-,2 1080129101114891 813.1 /331-2411,46 GPASSL1210 (11M..300 BY, P2.1,733 5.F.) EPOI WATER (030016100 58) '3 848*3108172. ;...: .......... .(188.0.433 IF., 201,381 3.E.) PIPMA. SCRUB (TCE.4.407 SF.) LTISECETATED 31116.411 0.14.1181 (Pr...533 S.F.) ' 20 60 <CALL V.,/ 4634t4m1 AIN 068-360-46 ACE LINE TABLE 4411E641.366.94 sr.) Lbentrya 8 ...p. Dractb,Talta Rad*. 24 3330 0016'34' 61337.00 ES 27.84 063'47'38' 2540 119 51679 366' 32 8070 120 4631 ter 09' 281,r Lel 70110 132 54' 3911 1.22 27.38 166" Or 42'E 123 1197 1137 33' AET _ 124 32.40 WV le 2670 L23 38.64 rev 03' 5670 126 7.49 /130. 29' 10.6 127 4176 339. 30' 32E L28 23039 530' 45, 21, 1113 1384 0166. 35' 27, APR 168450.30/168-050-39 PE UNE TABLE 4 ,377 sr) Una VO.erve 11 1.4.04h DIRactIon/Detto Rug.., 129 3662 1132 45' 2311 130 1537 366' 36' 480 631 259 437 58' WE 132 9369 166' 36' 470 _ 133 2.30 S23. 23' 19, 134 /5.94 366. 31' 4070 135 4322 32.1. 36' 483 136 13951 NSW 33' 27, AM 163-050-39 TEE UNE TABLE 041EA-441390 383 Ller. 1/2.4.32 6 Largth Drecllonnetto Ractus 137 230,57 1130. 49' EIT 138 2.3z sm. 44' 0770 139 3341 332 21' WV 140 8746 3334 30' OPY 141 4622 033. 918 14, 142 1903 331. 38' 14'E 143 5161 603. 27' a,. 144 2667 1166. 33' 27N KLEINFELDER ". 71. 7•7 LILT. lirg:; 0 PLAN REPRODUCTION REPRODUCTION WARNING T-OFI)l.001100088ICR099(031(004838A101011961 230 PLAN VIEW SCALD = 30' girmeV:' •packdosbieitimou otig •••• csivi'dam« PFR DETAIL SIM ig Ro.Lotc. •50.08 LP, PS 4455 NCI. PROPOSED N‘ 011910 N • 9.3 ER FS 49. ..41 SHEET 12 W.CIPAT •1 1 '• LIMITS OF PIERIE SEP. 49.0. A7117 LF • ••• 4450..02 0 CUM Guru 90E MUT 11 2 29.03 CDP2018-0031/SUP2018-0005/SUP2018-0006 13,.. GUM A 441.14.4.3. O.. LF . MOF ISMER 1925/p1IT 'ow .. ' I. ).___..--108-EMEWS -. MIX Of 9.11101 FS 4444 WATCH EX SEE DEUX ON MS 91E0 - "---' --'--"' -; I. 0911' %VC" --sr&iiva , • i FCIANDATION/BEGIN 0.5"• • , EN 0 cF EX t-, MID 01.91EP-L'.: _ sa OVAL ON a CAMINO RE0--- .- - I- lifi'eatItialLigillitB'Ir'-'-0-02..,,E=.4424.0 ................... .. , . •/ 443.0 - -,- - _I .....*V ....:.."'70/EIC11 'WE 0 •KLEINFEL,Cy2 90557054...1200 1.91015.7.9 .2. 15. AVG. LEGEND MOROSE, HOE.. PER SORS0 G-07 PROPOSED FULL DEATH AC 00101.-PER OCTAL OH THIS SHEET FRCPOSED 2.0' 1011 A1O MALAY FIER DETAL IHIS SHEET ¶llhII Of SODYAUL 900 AND OMER 10 BE MONO AND REPLACE] PER PLANS 0-101. AU. AC COLO XI., f. MN. I" 03121.7 up, pur SEIDETEADE - TO REMAIN EX AGGREGATE BASE MURK KCMG NATERIAL COMPACEIGH 1199.101510111 - WOW AND REPLACE 110101 OL THICNNESS NOTE. 1.CUT MO PATCH AREAS SWAN ON TIE PLANS ARE 011000001010 ENE .90 LOCATION AND MAY EE 1533.15103 AT THE TX GE CCIISTMAGETCH POI TIE PREM. OF TIE 91T ENGINEER. 2.1411, UPT 15191NESS SHALL IE AT LEAST TREE TINES THE MAR. AGCREGATE 92E FULL DEPTH AC REMOVE 8t REPLACE AND Mll_l_ & OVERLAY DETAIL CURB PATA IEBTE UMIGTH (FT) FEAR/IC/DEL. () RADIUS (Tr) 9.5113 TTPE (11 3,- 55.7 ler 31.07E heanco SIXF 47 01537E 5MPER GUTTER TO /AM OMENS gum 9019 ON. 01.101 ODIN O.. • MAX GUT. WITH 7-10' 202.51 I. FOR 011011110 viunEs AND war 000010.01.5 SEE SHEET 5. 2.L1003 011.01116 SEATED ON THE PEARS AU. DISTR. NIMES TO IX PROTECTED II PLAGE. COMROTOR TO VERFf unurt LOCATION PRIOR TO 03NSTRI.C1109 3.sa SHEET a FOR SEIM NO SM.. .,...... n00 . 1.1.1 WI= 1,73 .01.111. "AS BUILT" RCE- DX DATE ROW EM ESPECIER DATE 1,E0 CITY- OF CARLSBAD 1 3 TWESPORTATON °Emmen 7 r-1 ,, I Nsoava,Ke ,r, F.'. 1.481900.0 RAOGE HM100ENENTS010/ANOVIC,40 OK AWROKIENT PLAY (SCUYINIU SID-9 APPROVE) MARSHALL N. KAM IRANSP011411.1 COL Ff 42700 09.13 301170 01E Put OM. DAIL 6114. 1341t MIN. 131c1TBIT== PRO.ECT NO. CRAW. NO, 8000 014405 t a -raw MOON DESCRIPION ‘,.....,,,,,,. 0,.,„„,,,,...., c.,.., pup ...., . 6042/6056 499-5 FS 44.4131.91 0€X OP SIOEWMA IS 44.44.1 *144110*I EX 1 . 54 60 7a. 010 OF D.ALIC A• 44.3 7O. 45. MATCH 1% TM. .00101. Gler IF •ED. Of GUTTER `. 1000111*11041140 SNEET 1.97132. 20;s1i0i ITFELAX "T.P4'• THF. 'NM 17317.4 111E • 444.0 1---1 1 E . ''''',2.....i,V.CEETOSEE0 '\ /kw= SPNWANE: . . . •LOT ., F. SD020 0-07 • TC 44K ft. 44.20 KOH MASH CUSHON NAT. PROPOSED IIRDGE mucwAr N.N³65* .LLEA.aN. I's ' • I <7 100% SUBMITTAL - NOT FOR CONSTRUCTION 1,:r OF CURB EIRD g 211 ug ve 019 00111/1 FLOW W. APPROX. LOCA CC OUT OF SEMAIX 13/3 UAX CONTRACT. TO NOIIFY Stx. APAR. LOC.171 CC ABAM00.13 er WATER U10, MIRAGE. TO MERIPP . AARE. 1110A1191... i i- 12' MENG €06100ENE. CIPIERACTOR TO -...„-- . MERIT et in, OF CU. SEE SHEET IS FOR 1010GE FOR FLOW UNE 441.1.91 442.0 443400 40 4447G0 EL CAMINO REAL CENTER LINE 40 4404.00 43 PROFILE VIEW - EL CAMINO REAL (SOUTHERN SIDE) HORIZ. SCALE: 1" 20' VERT. SCALE, 1" 4'. 11 ge SO 40 50 SOUTHBOUND 45 CURB UNE .. . -•- ,,,,, PROPOS. TOP OF CONE OF OREB DG O. C0100 REAL $ PLAN VIEW - EL CAMINO REAL (SOUTHERN SIDE) SCALE: 1" 20' PLAN REPRODUCTION WARNING TAEF.E.SHAPEECENCRLOEDOMAMENG 7.2.0.. Not IN12.anctls....105.FMCWALE 050 04650 ... PROFILE VIEW — EL CAMINO REAL (NORTHERN SIDE) HORIZ. SCALE: 1" = 20' VERT. SCALE: 1' .. 4' roscalar-'—/ , 4-02. 1W) G PRO.059n 2 47.5 emo T loo-NTI I.: 1 11 . SHEET 3 .........14:17.9:. ME ..m.m.mm.m:ROitgrItIgt & '• &MET 3 /TA. 44 TER, • V Ai er EL CANINO REA_ - 1— --934,01f.---.-....STA.,443+1.1.41. 3,79.W 115 . • _ _ Okla 4140 MAW DEN ORM 44:5 CURD AND OMEN 442401 LOH OP CU1VE -........ -I- ' ' --'.3-714 44 441.11.2.5) AP RI Ft 44 CLISHION FOUNDATEN 7 ' DI. ' .5143' IIII444.0 ' .. • F -41,r ffER0 1144114 _RA =ea, ,E. DID DRIVEWAY . MAU, 74/IF Imam= cm. Am • MITER PER MOO GE CP EIR CR CrtrITER. OA 4414f1I V 32 or m- . ,-- —DETAIL 94E0 ia _., \,,,,' .1. ....... iRcneto've MIL 6b1) .. g - - 015511.5i151115.1 PF11 IIITAINOART , 0-04 ME G TC 44.14, FL 44.4 . OVERLAY. SEE DEUR ON ' ., . . ••• . . BEGIN DRIVEWAY - i . R.411,51.47jr • 47,1.7T.Tiriz,-- SHEET 3 1O-CE CIF1DETER CDCE Cif CU MOO= ruu. itim g SLIZ.J31 , ROADVAL, SEE DE L cN SHEET 3 I 00 ' i M6--j'2.-"1-re.4,55, EL 11.3 I f I CM, coo AND COETIO.:i EC CUM ••, .1343 MON C0514 fO150411011 0054100 MURES 1110 DECRY DISPOSMOIS SEE VIEET 5, 2.1211.030 OINEFURSE STATED ON 1115 PLANS NJ. norm MOO TO BE FIVIECIED II PUCE CONIRACTOR TO WSW LCCATEN PRIOR TO 70100040201. 3.SFE MEET a FOR SCNNO MO STRUNG. 4.SEE SNOT 4 FOR Rif MARINO 71994 Of ne WITINSCroND SICE 51PROvERIENTS. V W ,r------0 040944151 GATE " AS BUILT" BCE 00. LUTE REYENED OW ... CITY OF CARLSBAD , s"Em .., TRANspoRrAnca DERARTNENT 39 a WAD Mot WOW IWPROr.ENTEDTSATEMIATRGAD EVATNAPIIGYS0ENTN..405VMDIE00.50e) APPROVED MARSHALL IC PLANTE 15ANSPOIOA11011 OAK 47190 CMS 3131120 ME OAR AVM OM MN. Lorc To. PROJECT NCI. IMMO NO. OMER FRIER, RENSON DESCRIPTION ODER Nam ow FPRIVIAL Agla 5042/6056 499-5 145-000-33-69,, TO PROPOSM TO 44.47, FL 44.34 TEN 440482.444, R179% ST 5 pRoPORED C' ORE DRIVEWAY PER 110011i0 SE4430% 0-140 51•515 23-2a • Piao&ano SEE WEE SEE OETA1. SHEET 0 Loin OF ROMVAL. • 1 100- 24 /\ REPLACE 11115 BLACK, I • 1 VOL COATED • 591109 04471-Inix FEKEI 10R-000-41 i 04110001 Or WAIL Aci COMO' TO PROPOSED TALE OFF 1424117.9141, 111.072 IN ATIINIbILTn TM I. PTA 004140 WAU. OETALS SHEETS 23-26 118-,55.1. iC 43,09 n. 42. NAT. DC CM CURB, COTTER. RD r,--,IttPrf n NFELDER an 21007044140104 -LLANO tO1.05 FAA 010)2111012 PLAN VIEW — EL CAMINO REAL (NORTHERN SIDE) SCALE: = ZO' PLAN REPRODUCTION WARNING 7LARRKAVE BEEN CSO-E5 AVND OVIal SHEETS. MO ILLIALLICo.o.R6OkiloONAANumoir LEGEND PRLVDCE0 SICERALK PER SORSD 0-07 qilh/Ili PROOXED FLU CEP% AC REIOVAL PER TOTAL OK SHEET 3 ................... INANINO511 2TO ILL POO OLIORLAY PEA OCTAL TN 9.IIEET 3 tE I* Sc, li ...._ , v _ 1 1 \... CAMINO REAL % 1 1 ie ig 443400 44444:0 .e 4010 50 45 4a 33 3. LC 35 Et MORE DM avian/ IOCATNIN TY II ol ARINCONED SLIER LAE, CCHIRAOTCR TO MEI 12' 4011E5110 WATER UNE. COMIRAOTCR TO won- APPRIML LOCATION FAL CONTRACTOR 10 Min 35' DI WATER IMP. TOP APPROX LocAnce1 J• • • EUECTRICAL ,T CONTRACECR TO WON 370007. LOCATION 10C I' WATER LIN7, OSNTRACTOR TO KRIFY ,...--..APPROOL LOCATION EX. I, ABANDONED 20. MO. WATER CONTRACIVI II, VERIFY SEE 511EET 12 KR SMOG! INFO ENO CIL CNMIlif ROW UNE WPM. MADER a ir 94 AIIANOENED EWER WE, CONTRACTOR TO VERIFY 2a 440+30 44141111 i...••.. .......................... AMEX LOCANGN commexrAncris caioulr. ONORACTE41 TO NOWT 444450 cENTRACTOR.10 laIRFT FR TOP CORS 9 e I awn' CAL491 CLISHION Fs MOIR TO 4.4,8% FE: 44.5a n.aw NNE Of CORO AFPSCIE LOCATION O. WA113trk.n. ! —±I —I 442.100 2 gk gel CO 45 40 SO 40 CLOS OAT* TAILS ® 10113111 0-1) 13EARING/OELTA (1 RADOS on OAR MC O1.16 NW. 35' osaeW G 30.01 WV Sr 28.21°W G 3 37.30 VON 3233 0 EL CAMINO REAL CEN1ER LINE NORTHBOUND CURB LINE •"PiTTA•270"11,5 CDP2018-0031/SUP2018-0005/SUP2018-0006 100% SUBMITTAL - NOT FOR CONSTRUCTION PLAN REPRODUCTION WARNING TEEPLE/A RAVE SEEN GREAT ED ON MACHO weal T EN, Is. run RONGTICNE.RSEERTOGRAPHCOCALE COP= 8-0D31 ISUP2018-00051SUP2018-0006 11.1-02-01 TOT RS .7 STERN MINN . WI.6t01 11%. 0Polio I . • - • SEVEN. USD ••1 • E L,4•77.!‘ rnU Ii II 4 I _ / 1 • ........................ SO3 GP MOTH Gad .... __•_._,._._•_._,_._._•__•_•_._._._•_._.,_._,......._........._._._._._•_._•..T.T.,.."•,__•_•_•__________, ._._._.._..::::::"...i.r ."•:.,., c .:,..._:::._._. 7.,........rtzi.i'./. ..1.)1.:=2 \e,c_2.-411.1(9 .7.17.1.7-.•1.111-L•Ct.t4 ............k.*M.e-.,-..-....:.a 4L.L.N....S•v.p....-....-..-.-.,-.,-.-. .-8- -.,-.•-•-•-•-•-•-•2 01*LOtt:...-...5.• D'TITUDATICN NETER. RN RELOCATED SY SPECTRUM Er 511.01. SCA 0 SBEEE 5 FOR 9011. ONO STRIPING PUN -*--"--"-•-•-*- -4,rxr,:c.,‘. EADEI AMMO :UM • . 1.3 BE RELOCATE] FEE _ . THE CISTMACTOR.- -I- \ cusp 4 •17 N , ... \ \ ., . VGOE BE REMOVED EY \.. az= \ -- 07 wiFne 0E11E1 EMEBEE-• -a -5 -•• -.5 .E. - ro n........ - .. BROM BY THE GGETTRACTCR OR RELOCATED TO ITEW PEI TO BE PROTECTED El PLACE I I ; • , Fe minnometain eN311,._ 10 TE RELOCATED BY • - SPECTRUM ViollifIgNUNTenTroCEPERg + . .. -. EL . CA . MINO . RE . AE BY ATETT COMB; AT. ......-..•......... 19.005. SZE EIBEEZ 12 Ana FROMM AT-GRADE OUT NM TD BE • CNN% TO RE REMOVED 10 FE REMOVED eV K .7. 'Anvil sax ISM TO SE ROAM To vror/cm. RmrpT By coNTRAcToR IXINIRACTOR °."% TIM? / 5/ .7",.'n .-4:r1-7..." _,,-.........."_,La / / ....... -.1 I I •Es. GUT me jo \J ' RE''''' ' ---7TEET8701170470' -.4 -.1 1-'2.4.4 RMELCtIEOMITY' rr: : AND SISP110 PLN1 .. .1 1 i t E,..u.... . i• di _,44... i • • T . \ .............,... .1:2L• • REMOVED BY SOCK / ...7 -..„7 -.. f ..a,.1••• ...TF .7 . 7 '.17. 72'...."7"...r.nr'17T =.11 .1'......PL . = , .....,,.,., ..1Pu .17 . 1=7 .,, .1 .1,...,,,..I . - C..f; TO BE _vets- .. .* . , 5..-5*.- 1 11-.-V• . •• .-...9.T . •,=Il .,1'.• . -.41irmlmiPmiAl*Icc-flEr 0,-.,a,-.--V,=-Ikc-flicr ! j .EgeleiBuElflrEil" - • • . ..,gc ...., -.7. _k...:_. .--,--.-. ...........-.. c .. .--- -.I4---Ill.-1- r-.1 'Au'a_ig_mel. f , .// -,•• -- .s. _...., --,-,-._.-,_•_-_,-,..L.1. . N FE Sr ol WAS0 LopT / , . \MO PROTECT IN PLACE ROADIED, SEE 111:71E.7 THIS DIET UN oF WORK TONKEL CIO* TO RisTowo BY coRTRAGI SEE DIEEI iK BEE-99u-22 FOP PROPOSED EIRD'A UONTIN3 ELALWATEROT4 1 A i Ns- 100% SUBMITTAL - NOT FOR CONSTRUCTION ".0 . \ ' I > -..,-,.-..-.-.. -T. -..-.E-T. - A-.-N ..• -.•-•• -00-1•-•-...rw•-•••-•.-.• ..- i """ ",......., \i 1r: J r 7 17 .,=: (Il l . . , -•-•-•-•••••-•-•-• ”Alp ,...6!" , •,----r .,...A . . -. . I V . ,-c"je* I _1 I 44.1403 + .-.-.-.-.-.-._.-.-t-“..t... -/.1 1. l r,rxtsyE r gra, 1 111 1 - 1.31E. SHEEE DUALS -6 -5 -5 -5 -5 -• I OEMS SC IMPROVEMENTS. 51:E SEEETTS FOR .... f ai N &II CNFIE -rep- . I •.•_. 0000000.150 ETECTRIT TEO OUST AM/ MAE BOX TO ITE REMOVED .. nc Tv EWER y_ ..c. 9' * NNUST TO GRADE SON& MILE BOO TO BE REE0GATED Of .... ' SPECTRUM , 5 ...• 20/123 I. 00.0W 010000100 START ON TM =.7,-. AS / acernm =mu TO BE PROTECTED El PLACE Tk / / CONTRACTOR TO MEM LnILEY LOGE= POOR TV 10 coNsTRuCTION. ISIOCRoloutiO , NG CF / ./ MACS WU COT/FtY Om COY CF CAM= * ../.. / PODGY P.O NI. 2. SEE MEET B 0W SOLING ASV STRIPING. 5 / ./ S. C1NA) TO PRESSURE TEST 12TTSTUJ. MEN ONE PORTION INO or. CISIFINA F RATER rig / Use is 111 SERVICE OR R9101119. PER As-sukT 1711G. 0-10111. MEET R. PATER LIM • PEATION AM RISER 10 BE REMO= FOR 0 ccommrnom OF ABVINOR NW OMAN SOLE 44‘ gh i VIII, • 416 9:"Z---.-'41.•. S7ECTRIST 'N.,' • ./...11Emovro ay / *. p 7 COIMLACTOR. SEE . • EIL . 'NOTE 5 DOS SHEET f mcrtmerr . - 01 , COLUMN . -" MTV. TO BE , • REMOVED SY corrAorol, SEE .../ mom ' NOTE a oils siEET , • , ', Prr i1. 1 007 2". 1.1 .11 1 oR 10 EE RELCCATE0 BY AT&T . UK. CIAO. - . 0101110.11 Cm* , SEE NOTE 4 , i THIS SHEET 1. AS BUILT" RISER ONTO 10. W . ff . BE REMOVE& . _,APrigle SEE NOTE 5 THIS • ....., BY IXINTRACTER. SEE NOTE 5 TM SHEET '. 1 SHRT Est Allt ma. NM BCE_ Epp. DATE REVERED Ern 7 To BE ROAMED BY We IWER ‘i \ 1 LOT 7 :GM S. 03NTRACTOR. DEE elms slimy TISS-310-00 J. ESOLLTIE DATE SH,Er, CITY OF CARLSBAD J TRANSPORTATICN OERNITHENT 39 1.0.105. rEC El r.4,0V0 AFA I ASEGF (05.1959SE A/ 55019YEINO GNNI 00107,061 !An Y RAN APPROYIED MARSBou. C. PLANTE TRomPoITAIXT4 OR FE Ono MITES 3/31/20 RATE MC NM& RENSION DESCF07110N 01C KIM OA HIM. L44.14fga PROEM NO. BRAN. NO. 6042/6056 499-5 OMER VT Rua OM MOWN. OIT 00051; TIC 91.05111151F511191.E0 BE RELOCATED ST AT&T 4. CUM TO PRESERVE MR 14-01 WATER UAL CORRY IF IN SOPMC PER AS-BLALT 005. o-Toal, slim 0. F N 51:10159 WATER ME .10 BE PRMECTED IN RACE S. MSCO.LAMCDS N•EVRTENNICES MATED 10 1,410 14..WATER LEM LISTED MIME TO BE REMOVED FOR coNsnimcm cc MOMENT, COME WALL ANO GRADED. CENTREGICR 10 RELOCATE APPURIVONETEI DI SOME. E. 14-M.N001SED VIATM UNE PUS Ciao ASSET MAP NAY NEED To RE REcAppEo AND SILENT. BY CCHTEULIOR. 7. 1110 (2). 0.11551 RISERS CPI COMPETE SIAS 10 DE REMOTE FOR CONSITUCTION OF ABUTMENT PM CURTAIN TOLL ASSIDAIILY PART OF ASANDOTED VALLI PUT 14-11UILT DNB. BEI -1 Elf, '5 .ma . .. • . , • .• '.....uxarta ..,, CREEL REM'. PS NECESSARY MAR . TIE PROPOSED ATUDIENTS •ItE 511.45i0 IF" i t : RATER 011E, 0,00, SE 1 ' NOTE e NI010S VETET . , ' 5 , purIPIETT PERMANENT EASEMENT KLEINFELDER SCOVIVROSTATTS.Le1.1tOR•nOTR,CA01101 u...gpR6SlaTIG VII,Xl• PLAN VIEW SCALE: 1" = 10' TO So WALLIN Itt, 701 (WA FENCE) 1300Ge 51.01 137.0SR, 114.070 R7 / P11462 FARFIC 111.7 703,1 FER GREEN ROOK =MN 212-S 61102200 STREAM BED/0.16V/10.411T ABUTMENT SLOPE PROTECTION TYPICAL SECTION PLAN REPRODUCTION WARNING -11EPINISIMESMHOSEATTEC.ARCHOOMIP)641ETS P.O RiOuRi13, Wit. ureN4.1=..1"-. MAURO HO. 499-5 PRIXECT HO. 6042/6056 I4 0, —ell-40 OR —OS—nvAo _O._ CDP2018-00311SUP2018-0005/SUP2018-0006 Tr-34 TC 44.4A IL 4410 (Yr 44.74) .... aLCURELESlie_ ruA LEND,H DEVIL 044 1144 SHEET •, 100% SUBMITTAL - NOT FOR CONSTRUCTION CO/Olt-CT TO PROPOSED WAIL STA; 41.1.62.44.t. 00.72Ft OT 11 1 FS 14.61 ,.. 316E1S .3.-36 IT 4.3 LETAIL ON DRS SHEW y 5 PROFC PATINE 0Ar •k 0 1d• '. / , ZON CnInIVEZ S9nE1OFITArPOIlf1.T I i I ' / VINYL can° WM-1M FENCE ..lb . 4P .... i S ‘ se . pm 11... ; 41 Si k, 440 1,10-0.....42 BERME RFPI ACT SOUP. TO Ill NEAREST JOINT IIPOPOFETI WAII PFR RA5LRELMLL ' , 5 1 'I ‘ , TNLS 31,1.13 23-20 ..,. 1 127A11. THIS.E. i • ',.,. 'd \\ i.t.': ' ,- 't 1 • . 1 \ \ \\ 5:0 ) al: imisinC.m, . i '.. . OMITS or WORN , Ill 147 Teres ,\: t \ : I 168-40-01 LEGEND W es PREPOSED DABAS104017 NU. 7. 04 DP. N GROUND 0.01ETE POST 7031140 " AS BUILT" PEDESTRIAN PROTECTIVE RAILING IHSPECTEN 001E CITY OF CARLSBAD RIMS IRANSPORTAT1011 OEPARIVENT 39 \ N N \ 108-0:0-33-70 PLAN VIEW SCALE: 1" - 10' 0 IC 10 IMIMMGIS1 3- /2 260 I. FOR OGGI1N2 UlLfrES 064± OITUTY OSPOSPONG SEE WEET 2.UNLCSS OMERVSE STATED Om MC PUNS Al 1301444 01111114 TO BE FROITSTED RI PLACE GON/W.CTOR TO VERFY 0111111 LOCATION PRIOR TO 000411111011044. 3.EE SHEET El FOR SOUND NA STRIFIRD. 3 Hole MOUNTING DETAIL Post shun be grouted In place using non-shank grout TO' NAL OAP, 110111 EKG Of FAUX° MUSE POST Pocffr Ill MIRDITALL DEM I. I. DPAN3101143INIS • lOP 0 CORER& E PEW MD EFSHO SMOOTH ALL 01:061.1113HS. 3. PPE SNAIL BE COMER RM. ACE_ DP.- DATE PERDU, Rh E.I.VMWORE0LeACGE IH/110/EAMATCOMMIFOAD COAL ORALVISFIAM APPROVII, 64094214.4. MOM ' KLEM1FELDER 5:0.1.1.1M, Ot,o..02141 -01. WO, 53141. PI. . 20-14.0 10044604101104 DIR. FE 0790 OWN. 3/3103 DATE DAYS 11011.11. OAR OAR RE1ASION DESCRIPTION OMER CT TOK ODER MAMA CM AMOY& / 45* TIP. PLAN VIEW SCALE, 1 20' NYEIRDSERD NITTURE AND NCEES COASTAL SAGE SCRUB REVEGETATION FIYDROSEED MIX soortnp NAVE C'"" WAC 'MIMIC ' rig: .71311. PTITINL 1.005,61 DANE ssp. szPARus .61up 16.00 93 e:. 300 ART.,. cAmolail. CALIIIMIA sAcossusi 07... ,,,, ,,,, LEO EKE,. cAuFoRloch CAUH:1000 OCEIJA 36003 30 46 1100 LAsTm. CALFORNICA CoAsTAL GOLDFIELDS V .A. . To RE PLANTA. ERELTA CALITORNIA PLARTNN MAW 07 se lo, ... MUM. CLOW SOX 310403 es 50 1.00 I. SEEM= SHALL OCCUR OILY MIER TIE PROECT HOLCOST HAS DESERVED ATIO APPROVED DIAT 1110 SITE HAS EMI PROPEIE.Y PREPARED. 2- OILY AS EMOTED El IRE RE ANTI poo.EcT BioLoots; Boma, NEER 10.1010 (.) EMU. LE 00110 AT THE No.um RATE OF POLHOS PER ACM HEIROPOST PRIONLAI COMPOST, OR EQUAL SHALL BE APPUED AT Cf 1,900 POINDS PER AM: ROSOL NIX 7-2-3 ORGANIC MEILIZER, OR ECU& SHALL BE MANED AT DIE TANNIN RATE OF OM NUKE 564 Acm 120 NycoRRHILAL INEcuml, 01 52.1. SHALL EE APPUED AT THE LIDAWUN RATE OF ea POL1100 PER MRE. D.Efll AND 111WW0511 cooposT sHm BE uNromAY 6FREA0 AND TAMED 6.11 ME ID Wool (6TABLID. ENuLsoN) BINLER AT A Neauvo RAE of IDD poUhos pER ACRE TIE BNITER EHAN. EE AN 0100310 CORIYAM OR PROOESSED CRGASIC AMORE. OR AS DIRECIED BY PROECT BIO.00IST. 4.0 LIMING AGENT 0611515150 of 0/E ToN PER ACRE Ara.CVLOJRAL GYPSUM OMR ALKYL POLTERMENE [Ewa. ET., LIR As AppsayED By 1110 no_oosT) Rim BE Appum 10 FoR LIANUFAcluRER.6 RECONNEN3ATIONS, CR AS RECO:14E10ED BY RE 81CLOGIST. MAPASENT USED FOR THE APPUOATEN CF =NW SHALL HAW A BOLT-P1 10701100 MIEN TO SIASPISID AND HoNowNousLy ME THE ELLFIRY, THE sUMIT 1/10 SIALL BE DYED GREEN. IRE MIIPIENT NVET 11100* PIMP CAPABLE OF APPL111.6 =REY IINFOFAILY. A. ........11.1%.1111%C.M.R.I.W.111,1111.L111.01,..1)1.111.11V., C•bAll IcAL.E.LAIINALL4P1m.ALINNOLLATIO, BMP TABLE Ble 4/ p BVP TYPE MEM ossu NI oxetur sorrNgs) war., N4vglyi. 0 no A2.1.5 -1 - SE-5 340 If 0 *0-NSE-5 -S 0 .rmszr , w-0 li E.0, 0 ma EE-2 C NW PROIECTICH 5E-10 0 EA 5 M -I0 5E -10 0 HYDROMMHO • , . CO-4 MO SF 0 EC-4 50-4 EROSION CONTROL/CRNAMENTAL AND NENNA1VE MASSIMO REVECETADON HYDROSEED MIX DAN= NAME Mb."..4. U‘TILETTer TAW 11'94, 001 FE7' mLLEAMMIA1,1 TM. 0105010 46 65 0.35 8101.00 CAPINATIS coomoNsA CLICALENOA BRO. 10),(CO 45 OP no) RESRICA NICAOPTACKIS ENAIL max 30).0:0 80 ID 3.. AMMO 01cok CAVFOPNLA FlANTAN 24.00 . es sca TRISOLUM CUCUTA, TEE CLOVER 1400E0 /5 PO EEO "AS BUILT" Rix_ E. DATE Rann,ED If:SPECTOR 0011 SHEET " 7 4IEEIS 39 CITY OF CARLSBAD TRNISPORTA1ON DEPAIMAENT DRAIN. NO. 499-5 PRCLECT NC, 6042/6056 PI= C D P2D18-0031/S U P2018-0005/8 U P2018-0006 rAgarCIE":" DAN 2-DAGS HOU ..... • 100% SUBMITTAL - NOT FOR CONSTRUCTION 45' TYP. ..... -....Q.;rionremcnovTE4... CASCIA SE-10 ' EL CAMINO REAL ^ • ^ .... ' • ............ . . .... -1- .4400 •. ------ .4.40140 .11050011101 PER SE-10 ..... RENO HITE • nociroi ommill I. 01 CASE. ENERMICY BORK IS MIMED, CONTACT arc CF CARLSBAD CENSER:JOON MANAGMENT ft 1110100101 AT 700-1302-2780. 2- EQUIPNENT 1011 IALRIPERS MI ENERGETIC? FOO, SHALL DE MADE AVAILABLE Al ALL 1/11. OWING OE RENY MEM. ALL NECESSARY MATEO:US SHALL BE moolLED DY snE AT CINVOROTT LOCADONS TO FADUTATE RAPID CONSTRLCIICTI 09 TO/PORARY DEVICE11 WEN RAM IS PARENT. 3.KR FROJECTA COVERED BY STATE 0*00,0,04011 ACCCRDAICE NMI THE CONS1ALIGTIGN ORD. IMED Ely hE CAUFERNA REGIONAL WATER GUAUTY BOARD, 101 WAIVED SOPPP PROCTOR:HER (0W) WALL upDATE ANo 1ANNTAN DIE WATER POIJUICH CONTROI. (lM) PUR TO AGGRESS 1,1:1AIED 511E amnia. Cr DC PROECT. THE NAOMI) SPC PlAN AND UPDATED • 5SPPP MAIL REPT AT DIE PROJECT STE AN1 RACE MALAISE TO THE CITY INSPECTOR. AMMER& OENSTRJETAN Mtn BEYOND TIE °RENAL 1000001 SNPRP SHALL RE PROVDED TO AOCRESS SITE =calms NOT ANTIOPATED. THE CFP SHAIJ. REPORT RIP OEFMENCES TO THL OlY INSPECTOR. THE ESP SHALL OMAN AFPROYAL FR. THE RIAUFTED DEFELopER AND OIL OfY PaPEcToR REURDING SCIVICANT CHNICIES TO Mr CEPLOVENT. 4.THE MITRACTOR SNALL RESTORE NJ_ CROLPOR CCOTROL DDICES TO MM. MC. 10 111E SADEFAclusi or IHE COT EITOTIDER ARITA ENTH Rul-oFT pRoomos KAAFALL. • 5.THE CCNTRACTOR SHALL INSTALL ADOITIONAL ER mos MOREL 1.101.6.05 As NAy DE Room. By DIE cm EnNEER OUE ID UNCOMPLETED ORACRIO OPERATORS Cl MIME MEN CRCLIMSEMICES %NCH MAY ARSE. O. THE CINITRACIOR SHALL Eft PEEPOrsiM MO NOLL TONE NECESSARY PRECAUTELSS TO 100.019 P0010 IR.F.466 .10 AREAS %HERE WORMED WAITERS CREATE A HATORDOIS COMM 7. All MEM CONTROL :EAMES FROMM PEP THE APPRONED SHOPP 0310/011 0100011 MOREL PUN SHALL DE LICERPORATED HEN.. B. GRADED ARE. Ammo TFE PR0ECT PERLETEI KIST DRAIN AWAY FROA TIE PACE OF SLOPE Al 1HE 0040.1150/1 OF EA. 11CRIGIE DAY. EL ALL RoloyAELE PRolimil. OEMS swam sti..u. DE IN PLACE Al ITIL WA OF EACH KAMM DAY MIEN THE NA (5) DAY RAT1 FROMM. FORECAST LACCEDS FORIT PERM,. (04 ELT AND 0114. DOM .ALL BE RENO= AFTER EACH RNNFALL lo. AIL woo. B.s sHALL BE BURLAP ME 10111 OEN RIME. AGGREGATE. II. ENGIRD CEMNAlioN or 1011REEEEDED Stara FAIL 70 FROADE EFTECIVE COM/a OF GRACED SLOES MA COYMAGE) PRIOR TO MAMA. 16, DC SLEREs MAU. sE EITABLITED By KIN. Ermw issTALLEo 0 ACCORDANCE 5111 RE.. 35.023 CF 111E olos. AND SUIIIINT MOM. 1011.1001( OF TIE OEPARTMENT OF CONSERYATM STATE OF CALFCRINO. 12. AREAS TO BE 010200000 sHALL BE ...ARAI F. COMA ED-16 PRIEN TO 1012ROSEEDM A.ROMIDANG THE 5IJRFACE TO BE P0.1.11110 .81 ANY OR A 00001101101 I. TRACK WALK'. SLCPES STEVER TRAP IND11,. 2_ HAREM. AREAS GC I1 OR FLATTER THAT ARE SUFFICIDITLY FITABLE. B.AREAS GRADED FLATTER DON 51,IY NEN ANY or THE mum.° coNoTioNs EK. 1.AomoNo THE sURFAcE ENE MEW. TO PRCAME A ONAP EDT NOT SATURATED SEM BED. 2.05 ADCIDON Er 551 AMENOMENTS. III AO,USINENT,101011. coyERNO WIPE solLs 10 PROREC YLABLE comm. MR oRowm. 13. HYPROSEEPI. AREAS SHAM BE IANNTADED TO PROM IMAMS GROWTH ONO_ TIE PROECT IS PIRINVENTLY tAkOSCAND olL FOR AREAS MERE lOortosEmno 5 THE p.NANENT LANDscAPIK IS WE PERMANENT LAMSCAPING. UIIIIL DC 000*10001 1A. 5110LILD GERNINATION OF NYORCGEEOPIC SLOPES 001 M PROVIDE IEMEEM COMIAGE OF 'MONO SLOPES OEM COVERAGE) WE MOPES VALI BE SUMMED BY AN APPROPRIAlE 010001 OPLITROL MAT11110 MATEIAAL APPI.E0 BY lIlt cny INspEcToR/EriatiEER PROIECOGN PER CASQA SE-10 0 11100.01 000,101 .C.451.10, EC-4 i n . • •SO' INTERVAL TYR. .... ..... WAI.t.. I, • MOLL. •L., El CANIVORM RONA. AVARCVal.ORSATCATATIVINND FROVONA,,ORMINFOTOMROL PLAY KLEINFEL DER N•64,00 el4r gan c.7 O ??.4' . IT; r PLAN REPRODUCTION WARNING IOETLIS001IC%I11000E0lRAI21000ll000l31001rlYo 110 RED.ISTIONS RIS.EIR•700RAP-ICSCALE IAPANDIED WAREHAM K. pLA:ra LIBJESPORTANN PR PE 4250 MIRES 3/31/2P DATE PAE PPD. DAIS muL REVISION DESCRIPTION arr AmnFoL am. Er vow mg RYA.. 124 DETAIL A aPflICT DDE 1711:AM " AS B UILT" 90E- EDP DArE 014-10LN s) 411-2 .0"K's) (I%) 8*"? PROPOSED SIGN LEGEND El RID 1,940011 'EKE 901 aszr so, 00 X 461 CDP.20113-0031/SUP20113-0005/SUP2018-0006 100% SUBMITTAL - NOT FOR CONSTRUCTION DUCCE CEO, EC LWOW OM C/ASE110 0111,0111131q1 2110. 901 UM SIE 01E. 1 ODL• 0101 14105 MEM RICRRIM OM= SIGNING AND STRIPING GENERAL NOW SED2DLIDIFIL I. All FEFERNCES T) INC %Dr NALL DID1D111113111 10 DE 'art 7 0011361.0% •113011/011C41 7 N. 071,3, MANN PAV31D11 00101166 /14) IDDEBDIT 6116.1 9111 FE DE F61121501211. OF DC C001200101 000 D111.1 CND. ID DE 11121,700, COM. rw F010100 5172271.10 DAYS AM sionstas A.curca88110.8.181. C41 WrE1111110,112 COMA. OFFEN (04-621403 B.BUIE or ouramo. DEPARDEIR 7/1013471101111 (LAWNS) 21/010/41)3 FWD C.SYNE Cr NIKON DENDIEF211 Cr 1212200102201 (CA1120212) SWIM) VECI1r.A11112 D.SWORD sorsoss fOR DEW INNS 0118111111C1211 e0671114C11.0 DAWN All CURADIT SLOPPUIN112. 3. /EL WA ENNA MOEN WANDS ND PADDIDT WAND ME 010101 70 DE APPENALEFIlt CRT INNEN P1E6 PINALLATC11 /6D/C11 BINOVAL I. CODN4121191/21. 51.0141 MONT 11A/WLS All WED/11010N FOP notuopuerc 10317116.2 AT DE NE-C(NSIDUCIII10 WZI1110 MR KIDDY& BY IN DV OWNER. •DamitCTER awl MOM Da Orr 010110111 OP NIS 11711.11/11A1117 1,0111/1114 Or 1 DEDI 11 POMO( a 701101.11111.0 NMI( DOOM( ID 'N111 21/1- All DNS 931311211 REN1220010 /210/011110.06/N11. *10 ID 111.121.4111. DE NEAT= FDI il)2134311 OF 1111( AWED 1111.0CAILD 9002 O CODRACIOR DOLL CLEARLY 11/31-0/1- 111L =NEN Of .112. /1FE SIND) NA PED31NT YAWNS PAN 10.1.10111011. PPE C01111101D4 901/ NOW III CITY POKER CD HS IENE9DIAIIVE On. 7 I NEED 2.112141X ID BMW 015FECIN1 11/61-1111112 7. COIMACYCIt NAIL MEOW ALL COMMON MN% PAINDR111101063 BY 11611110/31141.0211161171E 11EDICY231INT BE PRE-471910121) BY DIE DID DOM 101Y DENS DOLL BE 11011411111.0241 006111.1011. •DOIDRACTOR ADM 021 104107080 RAW 111131ENT 1016EDU 1000 105)00)0 1101E11OR 11113 13 OMNI NE 10 DC RENY. 1r NOM DOLL BE MEDAN, 1101161ED ID 111 SAIISFACIIN OF 11 CITY 016/11032 1 SAAAA875.CII 1111 WERE ItlY STRI1116 10311461i MANNA NT 1014010111/AMERS 9141 BE CLE/1113/ OF .1 CDT MD LOOS WAD. NWT/ 06111.1.0211. 11 All NT LALLS/STOP OAR% 010611/4111 111616 Aro LIVIS IC 01101201121111 WD111 SINE e( 12134101102116 U11136 0140040 211021101 11. 111 TINTO MKS DOES OB INS WOLK 946/ DE MELD 111114 11900413 NM. DE DDT OUP Cr NM SAW. BE ON COME 0.11TICATK10 Cr IN 31.110 COAT FEE IDE 211127 574/1001017ED11.1130 12 FOB Oa RONNY COrt06113 RE01111116 NW/ 1111CIN 11N111 57101142. 111E COMM, 3111 712311113113 P010113-14311110C CLAN SAFE ernes DE110 4-N20 TN 1E1/04 ENID. 11 1LL W61/STEP AIMEE IECAM) Al WC PROLCWAIEN Cf CE11. CND 7 DE OMB REIN C10 EENN) DE PECEST101/1 ACCESS IN1P. DUNS ODENISE 91111rEILFADMEN CD)51702131 DIED 110 011.2317 BrA DD. DE MGM 4 REP IN MAU. Or WE CAOSEW1K 10 80.8 SIAM WEL EE011 ODD 1171141017E OMNI NM Cr IN 0.1111. CP FYN Cr 11E111411212/31110.16. MIEN 01/171143E SiDDILD. IS PANDENT MOM SNAIL OE 1143,1161611C. MOM 01110PSX SPECIFED. 13113, 10110.1111 WOWS SIN/ BF 101)41(0 11101 II 000e41E Cr Dt LIM ustss= CON6101111111 NC 1.01131 ENDA Cr PPE CA-11411211 11. 4*IlI01011004*41.II0l0*114410 REYBDIECIDE ENO F1213011111411313 0£31.61ATE LCCAMN 3141. nrE 11112017. C0192101 MD IDE WW1 DODD OF DE 61-4111102 IS. 20111120 STID142 AND MINOR MEER EN/11.5 MCI DDIENDDNWSPEEM FIR PAY130(1111/03023 DOLL MODAL 10 DE WEST ELMO IF DIE C.11.110115 570111.140 AV CA-9.1710. 10.ANUCADD Cr ism! MEL MEOW 11.925, AND PAMENt 111.6.0.5 31.1 CONON PO DE LEIEST EDEN Cr 11( CALDAN MOWN SFEOFKATC/13. 26 11.16012 MOWED MO 1119TAIIID BY DE CCIITRACIDI DOLL MIEN TO DE STPOOADIS MINDED 04 DE LATEST MIDDY Or DE CA-WI% 11.0010 9a4 CEA SION. Carat SIM= prnomoucrerr..1104. Wart DOMINO WETS, [ID. Pa MI FACE DOILLIDE DOWD 901.1. EL Hat manoly atom Dmi cum mar. 00a1A7 PIO O.L 0140-01.111 COMM, 11.NI PED43711141 DOC67010 9041. PORT. WAXED WIODDIG 901; 9.411.12.10/ ourtEs 909. GE 04107•701041 01E04 04 MOO Di ALL mot Doom OWL BE 1c• WOE. POOLOARD COMPIrLD MIL WM 1141L9(-110 EASE 21 AU 901 POSIT St. CC 1Glar 11.0401 F. 01,1" 11.9 011491. Dna. 24141.816*5*00443)40104411.5001*14150101001 14 cum07,01 IS MOLDS. 1761/14179 CUM MUCKS WWI DE MOUT LOPS. 25. CCOM1.710.1101.1. WIN DE Mr 910DEEll CR HS FEHEIMIIDADE A 1.10.14 mom ocie.on Cr All 9.4111 0.70 SIAPTO WEAK ID 20111611 A MK INFECIICA 77 MID Dane. DE PAN 0111/Ava. UMW saa. or Kano 00:3 Das ro E4045 nom DIE BMW 7 IN 2101 10 IMAM SPACE 114.1111012.X 04 111/31 10 DC 1170/1.1.1,11.11.0.10.911E PANDOR 110MODS0/ GOOLE MACES. MUM WV PRIME IDE war. 91.P1 .1.1171,01.1 OF 1177110P1.17 F111.31.. PA. ODIUM 9519. IE .1E0 PO DIE MCKIE %RICE AT ELL optc719 PATE mooloweLo or DE RANA =DM% a Ai ELS7P03 0EADODASTa SWIM OR RETERAMIC PAILIEDIT 101*7416 MIX! DM. Rollo poi RAS 001.1. EE RE110010 lar 11A1131.171C. NOR 79 DARBY St& I I 018-101 117-1 (1r) (Ir) (12.6') _Or kIVL CONSTRUCTION NOTES Elensrua 1040*00. fp ea-sae sot WC UK At c....rrtn, curt. II. El Rena S. 04010 BIM WC LIM PER CA-IdirlD. CRAM 31. [31140121. C Mit DM WE 1161161211111 DIE 141 CHLRCD, WW1. OM. Wpm. S NUE ofeaLuire LIM Ok-ir1CD, DE7ML os. Ws:mu e LIN FED OMR 31, 0116011 111111101.7901109107101110/9 Kit Urrlirr s-ro 'tot km. Amor TOE MI 0.011. Ejurr. lialarlArne NOW Imola sro Puoi /NC. BIKE LOC 7/190. In. mom 131,6111.1. nowsurne MOVIDa MACK wets es culaus so Furl /NO MOD 90 .1. [011471/1. 4. 17.017101 writ LK WE 11.511-110. LOC rot 0,11fICO, WAIL Xt. cams ECK 9711.9 r.4-uoto com. 340440 MIN PAWL SEE 0E04 1 Dos NM TIMMS, No DIDDLI. 5191. Ka FER 11,11. g [gamma 0)0*00101. El Myr suns swims nuns 40 20 D 19) I2D W -M1-' =IMMir - NU MIK 1,10.. 141/1 0.0.1.M., V Sala TAPER LENGTH CANDI ATION I. DIM. 941,110R21 I.- (1.s') 8 (s) - 192.S• 1,1.9911161111181710110949SEDSCEISIMIORWEE-1100 - Dale/ DPILD Prow 07 Dom 047 ono REVISIMI DESCRIP11CN u Arm._ NTAL NIE AITIPIAL 1111111. 1/42161C1W &CAW, Rae- MUSS OrTROWLEATSAPC.41NOURZU.D 5.V4D9M1337110.1.9PLAD REAETED *11 MELT 8 CITY OF CARLSBAD Done.41011074 74.190997 00.4611C 1/6 499-5 6;42/66 01 snip,* errut t r-arnnt CND 21216-1 N. EX STING SIGN LEGEND [0.1,01 1..14111CM ASO 17.1 M4-I 1%-3 Dl 111111010 MMUS • 1110-1D1 AorliovED DADS.Au. II. PtADZ 111.021610161101 001 FE 42100 nom 0101/10 0010 I COSTING PHASE DIAGRAM 21 ;i L 07 10 0411113 NA 2261ED 9003 • SS 1111 C801.11 100131 302•01101 LEGEND > • 091110 07 140 19191161 VIM .191101 441111.1 0 191211113 10110.2 021217(31 01117/0 VIM IL-167121 310 10.2223 31310 tETE271011 331 It DETECTOR ASSIGNMENT 1212210 21022 star 2103 MOM 1 1 PM 1 IX We 0 IAN k LI 0180 3 1 WI 4 I3. 0620 1 2203 8 la IWO 5 2 8110 & 111 41180 11 2 It 131.1 VIDEO 7 1 •IL MO s 2 I 111 1/230 2 5 411_ VIICI 10 401 II?. VI. 11 4 . 2 19 s.8•2 12 •1152 4 IT. 41120 13 4 0 111.1 IMO 14 1 to Mane me 0 7 ..8.) MD 10 7 330 1100 17 gum M.0. MO 0 8 WI 22]&43. MO 12 ISM ail 1 X. ISO 33 • PIO ... 000 21 • 2197a. vino 27 0 VD 243. 11210 33 • 23 ea. 0020 24 I III 1710 25 840 2E17.0 0203 X 8 MN A 8.0. Me 27 2010 M291 nco n s age Jlt rgo 29 8 Ella nap@ A 3 NY DNB 31 3 011 1/120 32 2 1110 16•1 It CM 4 IP 4 110 111-5 1 OD 4 @ II 1130 73-7 eta. O 5 I13- 111-8 40315 D2. 025 4131 104 4002 10 40 4134 15-2 !UN 2 CT 111 418. 111-2 00011 OD 316 JO- Di t ON 2 FLO - 110 111-11 2201 12 MHO. AS VS OA CALM C P2D18-0031/SUP2018-0005/8 U P2018-0006 CANNON IRD 100% SUBMITTAL - NOT FOR CONSTRUCTION D. 0100101003 MKT 12 9209109 LIM 11001=495t0 Ht317''; _ 107rx stew. roz (rm.) IX. 2.C, 1111 01 I'S, 81104 1-90 22012408,1.01 -.....- ............... ....... ..... e. 1 - 1 11 1_1 DI. MOS 131021041.330 00 0100 Ins.) • • JCL CAIHNO REAL tmom4 .••• ACO---433" c>4 0.0000020300. UM • 1 4,:141400. -_-----_------ 440+00 m@j •>..A115.00 i;211,MEgiagigirie 0E1 yy 52F7, • ... -• • _•-- 0.77a.:MELiEl 501011 1,901 CONSTRUCT ION NO T F 5 Eg0131134731010...410170 onu-nat 3.39 10 .1.03.1603110 011 20(13.1182111. El ARAM NO now. a 04 =mai Lox Lea. new mum was ;um to 0111113.101 3.45107 /10 11.1.1. 002. MI0112128 5-5031121 1811181 ICA COMM. DA (MOW 1). 31.212191 /JO WI. ICI 3-91871211 10110.1 100 11111. 0210118. 1011CLE 2111.1. 18 LID 11711 If MD. 11510. 841201M1E211. 110181.1133 RR 0. 1110300 IN F1/0 12(137118 000)11 1111 CIVIL 112331107 0.310. al MASI 01/10 13(11110 Pat 024/200102. w0mmerr "AB BUILT" K2- DP 3811 1723200 Eft 21$014101 DOTE 010E13 39 CITY OF CARLSBAD TRAMPCICA1CMJEA0TIANT $20E7 9 M.,. WA. NW ••• 0.10.01113 AE41. MIDGE 11M4M9I7SA7 1004411041.40 TRWC3X1/4.313Z121L411.1132,48 7,•••ovto 112900214 Ft KAM 12441.7151014 VE 4920 1)00125 3/31/00 (172 99409 A911 111111900 0131015111001 81111-311 0.10 Ulf: 211T 2.1,1100. 203020100 210019) NO. 6042/6056 499-5 MO AWAY M.. WM. MA V1i1,1/0..1.2 10461-112> .8.0723/3.2831 81.00-2(20), 52 240105 DV SI WES a. &S STOP SIM / / / / 000015.0 100 CDP2018-00311SUP2018-0005/SUP2018-0D06 100% SUBMITTAL - NOT FOR CONSTRUCTION PROMO SIONINK AMMONS (TIP) DI. R1-7 40t WEN • <-0.) sz camWO REAL 0 (12.51 MOM — • (119 (10r) 11.42) rum. RUSE ICON CANYON ROAD ? 1 = Ow NOMDIMI 51.11 WHI di n=RESSOUR1 MUM .... „... Boaz S10-9 ....... KM- 0.0 ROOM IMO MIL U. 10-121 11.10IDEND 350. DOM c. ) EX. DA DM? -1-610.2 N_SE. EL CAMEO REAL .‹.(13 ...... . T6 1 et. RAM IOW DI. R2-1(55) Wral ROO (le) (121 j FGF ND t&& Ka< 1REn MOM SDI (AS 1031E0 ON PIM) 100010207 COSSOW0174 501 (15 NOM PLI/0 • POMO/ MIES CI OCUNEARAS MOTOWN CP 'MOTO 01 n_t9400 AMON UN (lAS) .II DMAIGIDE casmicnon sal 8-ftg. 6 OWING TUffIC PO./ (sIe) p.m uhr lam E 1410510,1 PEMSED warttrai uar 1,010 EASIIMS STREET UCHT FELE TEMPORARY CONSTRUCTION SIGNS SNNSE 014. awl) Ill-I? CMCA) 40 10 0 SO ISO MUM 1..40. "AS BUILT" ROZ—.. EDP DATE DETAIL A" YiECtlfriVEXI. FXISTING SIGN I EGFND SPEED LIMIT 55 .0Q 00.4 ROUTE '1=i) ..44.0 NLO1 TJ4401444 00.7 R4-7 31-0 RIO-191 FRI 11131501011 OATS TAPER IFNGTH CALCULATIONS WS. MESE TADOI L (SS) • NI . 1100. 2. N. ONE WED • / 3 • I(51O) N (7.6) / .01 / -4 1').)/.. MR VMS OWES ISM 40 MPH KR SPE= OF 40 MI OS LESS S COSIN S.S00 W SMUT CONSTRUCTION NOTES o COCS/CO.DEAT013 SPAM DE MOD AT 104 unurei.s. CONEVOILIWARN SP.. EN PLACED AT SS' 0010011.S. 002014STOR TO MR RICHE 11.424 OEM 1101011108 WAIL .1. MIS ACM (91 commix la cam num 03-7 mo mt(a) 140I =WITS TO ASSIST MUM. MEM OM ME ROI DROISIT. 41,611, MY. 11.11L ROW F10. .0-022-4210 WIN.1147.1.1 NWIFI1 CV VC., OaVer REVISION DESCRIPTION OMR INIIVIA1 114M PVIE orr NR1001. 1,011 SHED En0 35110 TM -NIL- 0/4041,44SWIT4,04. A.C.AIONORDIL ROOS .V.I.R07,5119.73ATC.,10.V0P.0.0 THaFil,CM401.FIAVAUS APPROVED 11.09140I.L N. FLANTZ 101010102101011 013. IT 4(790 104AFFS 3/31/N, OATS CITY OF CARLSBAD 1.1.13,10.11t1, tiMATIOBIT 6042/6056 1ROACT NO. ORAN** NO. 499-5 SHEER 39 la TAPER -1-51 02? (12) (12 )... 040. SC- 0 • 1120-56 05(65) CDP2018-0031 /SU P2018-0005/SUP2018-0006 TTAL - NOT FOR CONSTRUCTION 100% SUBI ....... - , - CC 1124- EC BA ECM FRP =1 0111113/17 f".." . - ..;=. . r•DI. 1174 L n'elialsro 42=. (11) •So (10 ... < _LOC RUSEOOSOLVI ..r.= ..... •• • .> cznIcas -f-1 (111 (It) I=LN -11272.-ir UUP WKS EC DS SL. 18-1(55) %Dr SIM _ 113-7-r. AO-10E0)(3)-1 ICC. RI -1 ^ittiE69,141111 WE WAR (ALC I LEGEND I MOM Sal (AS NECIIIS OF RAO TISIPCILINT GENCIROCINSI RCN (AS EOM CPI PIRO CMS= COCO CR 110.11.7ORS MMUS CF 'RAMC ▪itaaltIC *RCN OM (tAS) n nos II SASSENCE CCASISUCROR SCII (iOC) DOSI1NC LINE 1,530 g WAWA PRCFOSED CONS1RMAI LSE 1110O1 MINE STREET OW ME TEMPORARY CONSTRUCTION SIGNS 2 11 ./s 120 SCALE 1.-40' "AS BUILT" RCE-• LAP — REVIENED SIC EXISTING SIGN LEGEND SCROD LIMIT 55 ninon ••IL IWO 41.1,1 SIKE LAW GA Oa Cl RIS RI-1 aa-1(as) R2-7 074 a v,(K0)15) 81/E. SKS 14St INSFECICR 06, TAPER LENGTH CALCULATIONS I. mi. Nam lAARR • L • (6S) (in - eer 1.-(s•w) KIR SKEW CIACA ER NMI SOWN S • OCIRCII SPEED • • 077SET 31.16 4.10. 4.1.. MIL '11111. WU. nito MAC ne-M.S0 foltaIRMIZ.M4 CONSTRUCTION NOTES (1) 020103.31041,15 RACES AT 65' vaccoas. II FCIT Y OP CARLSBAD -RANSADITAIILSIENFIATIVBS r_E9 I TIONSAINSSILIN tor APINIOW) oososocoomool AT. 2: 42750 PPM /22 Lilt FL CAMP Mk 51,417.7E ALVIRGVFIRANTSATCRIALSO ROAN TRARACCON7NCI 01/1119.7 19.101141. 4. 121.11111 00.1C VIMI REVISION DESCRIPOON 0,131 ANIMAL 134,7 PAM CATZ. onv ANIFOIAL VAN or _a_ ono BY -CL— IMO ES: -ARC- 6042/6056 PROTECT NO. 011955 499-3 CDP2018-0031/SUP2018-0005/SUP2018-0006 100% SUBMITTAL - NOT FOR CONSTRUCTION DESIGN: EXISTING RAISED MEDIAN AASHTO LRFD BRIDGE DESIGN SPECIFICATIONS 2013, 6TH EDITION WITH CALIFORNIA.AMENDMENTS, PREFACE DATED MARCH 2014 KLEINFELDER C Unwl N... ,oirit,to .82101 Td.•:619:431+NO: Ftm 10,012124.1 BEGIN BARRIER STA 441+51.47--"N 17'-6"* I EXPANSION II JOINT b INDEX TO BARRIER REPLACEMENT / WIDEN PLANS 52' -2" 54'-O"± SHEET NUMBER DESCRIPTION 12 GENERAL PLAN —1.-9" 13 REMOVAL DETAILS RESET HANDRALING TYPE 80 TUBULAR BICYCLE RAILING 14 SOUTHBOUND DETAILS BARRIER (MOD) TYPE BO 15 NORTHBOUND DETAILS BARRIER (MOD) 16 BARRIER DETAILS 17 BICYCLE RAIUNG DETAILS r_tri 1/4— REMOVE EXISTING BARRIER BEGIN HARRIER STA 16.-11"t TYPICAL SECTION 148' -8-± UNITS OF CONCRETE BARRIER TYPE BO (MOD) REMOVE EXISTING BARRIER (NOT SHOWN) END BARRIER 442+99.10 -INDICATES CRASH CUSHION (SEE DETAILS ON "BARRIER DETAILS" SHEET) -INDICATES AT-GRADE CONCRETE FOOTING (INSTALLED DURING PREVIOUS WIDENING) - INDICATES AT-GRADE CONCRETE FOOTING (SEE DETAILS ON "NORTHBOUND DETAILS" SHEET) NOTES: ,......-- EXISTING ABUTMENT 1 : I EXPANSION JOINT (MATCH EXISTING JOINT /-- rINGWALL 2., I IN OVERHANG) NEW EDGE OF DECK /(-- CE EXISTING ABUTMENT 4 ---, j EXPANSION JOINT (MATCH EXISTING JOINT IN OVERHANG) TOE OF SLOPE OF SLOPE FACE OF EXISTING BARRIER INDICATES NEW CONSTRUCTION -INDICATES EXISTING STRUCTURE -INDICATES LIMITS OF CLEAN AND TREAT BRIDGE DECK WITH HIGH MOLECULAR WIDGHT METHACRYLATE. REMOVE UNSOUND CONCRETE AND PATCH WITH RAPID SETTING CONCRETE PRIOR TO BRIDGE DECK TREATMENT. GENERAL NOTES TOP OF OF SLOPE --„k TOE OF SLOPE EXISTING EDGE OF DECK Q EL CAMINO REAL 4434-00 r 5156'35.27"4/± REINFORCED CONCRETE: 90 pat PEDESTRIAN LOAD y 60,000 psi l'c = 4,000 pal (UNLESS OTHERWISE NOTED) WE LOAD: EB STA 442+81.37 PLAN SYMBOLS c71\-111". - SECTION IDENTIFICATION ---- END BARRIER PLAN NUMBER NUMBER (IF APPLICABLE) "AS BUILT" STA 442+98.15 DETAIL ROE- UP DATE REVIEMED DT: INSPECT. DATE SHar CITY OF CARLSBAD 12 neetseomAree DEPAR114Dff 39 .v.,........, Et VAD.2REAL PICCE lIFIVIL.A07SAT MACII ROAD 81.10? REPIAGEVCA, PAW) MVP. FUN APPROVED ROSSER, FADER DIODEDIM MASER PE 75901 Me 0/30/2020 DATE Dm Pal.i. ANTI Mt. PROXOT 110. WANING NO MOM OF 'OK REVISION DESCRIP11011 MT oVRAL ova ',nowt OATE MIA OTT APPROVAL —98 - 6042/6056 499-5 NOTES: 1.CONTRACTOR MUST VERIFY ALL CONTROWNG FIELD DIMENSIONS BEFORE FABRICATING AM' MATERIAL. 2.FOR EXISTING UTIUTY LOCATIONS AND DISPOSITIONS, SEE "CND. EXISTING UTIUTY PLAN" SHEET. PLAN TOP OF SLOPE NEW EDGE OF DECK ---„„ 3.-9" WIDENING — EL CANING REAL 113' -11.* NEW BRIDGE WIDTH 110' -2"± EXISTING BRIDGE WIDTH EXISTING EDGE OF DECK 1/4" LEGEND: E7Z3 FENCE TOP OF SLOPE TOE OF SLOPE "-EXISTING EXISTING EDGE OF PIER 2 DECK 146'-B± EXISTING PIER 3 EXPANSION JOINT EXISTING EDGE OF DECK LIMITS OF CONCRETE BARRIER TYPE 80 (1A0D) AND TUBULAR BICYCLE RAILING / TOE OF SLOPE CDP2018-0031/SUP2018-0005/SUP2018-0006 100% SUBMITTAL - NOT FOR CONSTRUCTION RESET EXISTING HANDRAILING AND PIPE SLEEVE ASSEMBLY AT EDGE OF NEW SIDEWALK 17'.-6"± ABUTMENT END OF EXISTING WINGWALL WINGWAU_ LOL L. EXISTING DECK SURFACE .14 •'171 L.! AXIZAT LI ;7 - I 1 11 1/2"± HI riC'EDGE S3 DECK •11 — SECTION A-A q&NI1b- SAWCUT DOWELS AND REFINISH BRIDGE DECK EXISTING ANCHORAGE BARS TO REMAIN IN PLACE NOTE: REMOVAL OF COSTING RAIUNG SIMILAR AT TRENCH FOOTING. SEE "BARRIER REPLACEMENT / WIDEN SOUTHBOUND DETAILS" FOR TRENCH FOOTING LOCATION. TYPICAL SECTION - SOUTHBOUND EDGE OF DECK EXISTING TRAFFIC SIGNAL IN 2- CONDUIT (TO BE RELOCATED BY CONTRACTOR) REMOVEE g EX TYP ISTING — - EDGE OF EX D IS EC TI K NG REMOVE EXISTING BARRIER SAY/CUT DOWELS AND REFINISH BRIDGE DECK EXISTING TELECOMMUNICATION .1 CONDUIT (TO BE RELOCATED BY AT&T) TYPICAL SECTION - NORTHBOUND EDGE OF DECK EXISTING DECK SURFACE REMOVAL DETAILS " = REMOVE EXISTING TYPE 9 RMUNG REMOVE EXISTING BARRIER 88 ABUTMENT NOTE; onsonG CONCRETY. BARRIER AND METAL RAILING NOT SHOWN, ELEVATION 1..."---- ABUTMENT ;-.- Fl r ..., i ,, 3"± DUSTING S n o 24± (PROTECT-IN-PLACE) BOTTOM OF DUSTING PAVING NOTCH Ti 1/2"₹ EXISTING #4. - TOTAL 2 (PROTECT-IN-PLACE) I L ; I .- 1 I EXISTING SOFFIT EXISTING FACE OF ABUTMENT SECTION B-B EXISTING #4r 12± (PROTECT-IN-PLACE) WING//ALL LOL FACE OF COSTING BACK//AU. FACE OF7V\ — EXISTING ABUTMENT EDGE OF DECK 1.-0"i PART PLAN , MOMPER GATE "AS BUILT" ROE_ Env DATE PERMED BR ..,..., CITY OF CARLSBAD '""'. E.A IRAESPORTATEN °VAPORER,' 39 a.V.1:25142/EROAD DIRPM:PREPOCPMEOT/ ARRA' REt1731. CREEP APPROVED ROSSER /JODI OICADERNE RAWER EV TSAR EvErs ammo DATE ft NM. REVISION DESCRIPTION ... ... .. .4 _4_ PMECT NW 0003,700S0 1141 g 71, a . : r: 1701/1= or Acov v... ,,,‘,...,, 0,„............ r,,,,,, .., . 6042/6056 499-5 NOTE: ABUTMENT 1 SHOWN, ABUTMENT 4 SIMILAR. NORTHBOUND CONCRETE REMOVAL LIMITS NO SCALE LEGEND: rZ/2 - INDICATES REMOVAL : K LEINFEL DER 5V17/4•1 N.11. Pa•ntoACAPP, MOROI. 40:0 Ap.00:2Amon CDP2018-0031/SUP2018-0005/SUP2018.0006 100% SUBMITTAL - NOT FOR CONSTRUCTION NEW LOCATION OF EXISTING HANDRAIUNG AND PIPE SLEEVE ASSEMBLY TO= #5 0 12 LONGITUDINAL BARS (TOP AND BOTTOM STAGGERED) #5 0 6 TRANSVERSE BARS (TOP) #5 0 12 TRANSVERSE BARS (eorrohi) 2*-0" Ii CEXISTING EDGE OF DECK 5Z-2" TO EL CAMINO REAL TYPE 130 BARRIER (MOD) #6 —\ 0 6 DRILL AND BONG DOWEL (EMBED 12") r —MEITAACRYLATE DECK SEAL #61- 0 6 DRILL AND BOND DOWEL EMBED 12" EXCEPT OVER WINGWALLS — SEE "SECTION C—C") ROUGHEN COSTING CONCRETE SURFACE TO 1/4' AMPLITUDE NEW EDGE OF DECK r d4 CONT — TOTAL 2 2" CLR TYP r 7" 1 -22i TYPICAL SECTION - SOUTHBOUND EDGE OF DECK 3/4" = 1*-0" 2NSRE . 9 0..1£ "AS BUILT" ROE DP. _ DATE REVIEW) BY: S'E'-' CITY OF CARLSBAD kffil 14 TRMSPO 101 ouwovElfr ...V.InTOWAY eva. GO CRAW PCAL ma: el.NROISERTSATC.A..V.AVRVO ak41WAReiVCS-110711.01a. SCOPOCUID CCM APPROMED HOSSEN A.IDEN OrMEERin LutYPER RE/5031 DARESD/N_ML_AX___ mg ..rn.m. sr PRCACCT Ha DRAW, HO. MK. 0. Malt RE,A9GN DESCRTPTION "' ""."." pm Arreepl. ''''' ' an AMP.. 'D 0'44 — 6042/eose 499-5 . EXISTING ABUTMENT = BARRIER JOINT 18'-6"± NEW CONCRETE SLAB —^ LIMITS OF CONCRETE BARRIER TYPE 80 (MOD) LIMITS OF HANDRAIUNG NOTES: I. ABUTMENT 4 SHOWN. ABUTMENT 1 SIMILAR. 2. HANDRAILING NOT SHOWN FOR CLARITY. APPROXIMATE OG T K-157,1,:r FACE 1, DUSTING ABUTMENT r4ti 9'-6" Co ABUTMENT 1 4'-0" Co ABUTTAENT 4 7" EXISTING GAP EXISTING BOTTOM OF TRENCH FOOTING . ABUTMENT ELEVATION 3/6" = r-0" TYPICAL SLAB REINFORCEMENT TOP #5 rr 0 12 VERTICAL BAR 2" CUT TYP— d5 DRILL AND BOND DOWEL TOP DUSTING STAB EXISTING GAP COSTING WINGWAU_ #oiJ 0 12 BOTH FACES Kr HORIZONTAL BAR TM • #131- 0 6 DRILL AND BOND DOWEL (EMBED 13") TYPE 80 BARRIER (MOD) d6 DOWEL r COSTING TRENCH FOOTING . ROUGHEN EXISTING I I CONCRETE SURFACE 1: TO 1/4' AMPLITUDE EXISTING ABUTMENT WINGWALL—,- .1 t-• EXISTING EDGE Of DECK NOTE: FOR INFORMATION NOT SHOWN. SEE 'TYPICAL "SECTION — SOUTHBOUND EDGE OF DECK" THIS SHEET. SECTION C-C SECTION D-D EXISTING AIVX I ROUGHEN EXISTING SURFACE TO 1/4" MIN AMPUTUDE r 0"t DOMING CUT—OFF WALL NEW CUT—OFF WALL 3 #5 DRILL AND BOND DOWELS 0 12 (EMBED 6" MIN) FACE OF TYPE BO BARRIER (MOD) 7 EXISTING TRENCH FOOTING EXISTING ABUTMENT FACE I I EXISTING CUT—OFF WALL NEW CUT-OFF WALL ABUTMENT PARTIAL PLAN 3/8' 1'-cr (EXISTING SLAB EDGE # -6) SECTION F-F SEE DETAIL A'. ON "BARRIER DETAILS" SHEET TYPE 80 BARRIER (MOD) d5 DRILL AND •BOND DOWEL #5 CI 12 BOTH FACES VERTICAL BAR #5 4;0 12 BOTH FACES HORIZONTAL BAR EXISTING cur-OFF mu. #5JJ 0 12 BOTH FACES IV HORIZONTAL BAR TOP to. TIP #5 rr 0 12 VERTICAL BAR 2" CLR TIP ICLEINFELDER GOPtettlC Sreithle 1.1.10101111,10:0 14,111,1:7.10111 CDP2018-0031/SUP2018-0005/SUP2018-0006 0 0 co 0 0 0 co ci) c*" TYPE 80 BARRIER (1.100) REMOVE AND EXISTING ROADWAY AS REQUIRED CONSTRUCT REPLACE #6 0 12 SECTION TO 1 1/2" CLR DUSTING FOOTING MATCH SLOPE <6. #4 0 12 TYP - #4 0 r CLR 12 #4 0 12 3" CLR PLACE FOOTING AGAINST UNDISTURBED MATERIAL #6 0 6 DRILL AND BOND DOWELS (EMBED 12") EXISTING WWLOL )(I SEE "BBARRIER REPLACEMENT / WIDEN BICYCLE BAJUHC DETAILS" SHEET i / 3" CLR— FACE OF EXISTING WINGWALL UNITS OF CONCRETE BARRIER TYPE 80 (MOD) AND BICYCLE RAIUNG 17'-6"* LIMITS OF SECTION G-G REPT:11511ED TOP OF WINGWALL - FOR . I'MRS OF CONCRETE REMOVAL. TEE "REMOVAL DETAILS" SHEET GAP. 1/2" OPEN JOINT COSTING RIGHT EDGE OF DECK EXISTING ABUTMENT = BARRIER JOINT SEE PART PLAN" THIS SHEET 4" REMOVE EXISTING REINFORCEMENT TO 2' BELOW TOP OF ABUTMENT AFTER CONCRETE REMOVAL 8" TYPICAL SECTION - NORTHBOUND EDGE OF DECK Ii- COSTING On co 24* EXISTING #4 I— 0 12± cirti 1/2" EXPANDED I POLYSTYRENE FACE OF EXISTING ABUTMENT 1 1/2" CLR EXPANDED POLYSTYRENE •TOP OF ABUTMENT AFTER TO BE REMOVED CONCRETE REMOVAL 1-L '..."----FACE OF COSTING WINGWALL #4 0 12 IN 0 12 att #4 x 2'-6" 0 12 EXISTING #4 - TOTAL 2 - EXISTING SOFFIT 1 1/2" CLR 5/8" - 1'-0" SECTION H-H 1" - SECTION I-I 1" = 1"-0" "AS WILT" RCE _ OP. OM REVEACO DV: ',SPECTOR TATE S'EEr crrY OF CARLSBAD ., SHEET' ,, TRANSFCRTATION OSPArMierE 39 101.-^0,,TMOAV ICI, a cwwGRev.6,0,^e .1,41101V,VITSATC4MON.40,0 EMICITEAL4C5NE,C,KO.W.' foailV.VAMV:41:10S APPRONED MOSSO'. A.1041 0.12433316 MAGER P. 111011 MARES BMA= OAIS mu nm4 MIE .11. OM MAL PRINECT MO. I:0.MM 00. MUM V AM REVISICA DESCRIPTICN Offit MORML all. 001./.. ....r Vin, 6042/6056 499-5 T [l• 1 TRENCH FOOTING NOTES: 1.ABUTMENT 1 SHOWN, ABUTMENT 4 SIMILAR. 2..IARRIER AND BICYCLE RAILING NOT SHOWN. ELEVATION 3/8" LIMIT OF "SECTION 0-0" ABUTMENT BARRIER MOMENT SLAB - PART PLAN 1/2" = I'-o" SEE "BARRIER REPLACEMENT / WIDEN BICYCLE RAILING DETAILS" SHEET CONCRETE BARRIER TYPE 80 (MOD) 1, METHACRYLATE DECK SEAL MST NG SUPERSTRUCTURE EXPANDED POLYSTYRENE TO BE REMOVED 2" EXPANDED POLYSTYRENE WINGWALL SECTION G-G XTh •KLEINFELDER SI....Care94.1t ,WO Sal :11,5AANNI gn?wwic CDP2018.00311SUP2018-0005/SUP2018-0006 100% SUBMITTAL - NOT FOR CONSTRUCTION POST SLEEVE = POST NEW L , OZTV I I;I ,E 13; DOSTIN LEEVE AstliAllgETRAILING 1/4 ri 4' PAIN #4. COM' ANCHORAGE BAR PIPE SLEEVE ASSEMBLY NUT TYP I POST SLEEVE = t POST TOP OF SLAB 11 -2" PIPE SLEEVE ASSEMBLY VIEW J-7 -2. ve PLATE 9/16" DIA HOLE - TOTAL 4 ANCHORAGE BAR T" TYP IF -3" —i—L 1 1/2" TYP PLATE WASHER 1/2" DIA THREADED ROD TYP NOTE: REINFORCEMENT CAN BE BENT TO AVOID CONFLICT WITH ANCHORAGE BAR, AND MUST BE APPROVED BY ENGINEER PRIOR TO CONSTRUCTION. DETAIL A 2' 1' TYP _L • TYP 9/ 6" DIA HOLE PLATE WASHER 1/8' PLATE HANDRAILING POST ANCHORAGE DETAILS AS NOTED KLEMFELDER "AS BUILT" ACE— DP DAIS "IMMO BY: DISSECTOR DATE — 'IV CITY OF CARLSBAD wcrs /0 1110320FRATI311 oowavoir 39 '''''''''''''' ':. ,-./I.V190,A1 AIM 01%4.1VneAr MON ROAD MOW? DEPMZEVER1-; MTN DAWES Wad APPROVED HOSSEIN ADODI 010DEEDIRS MADAM FE PAM °PRES SA0/202, SATZ OVE W.. REVISION CESCRIPTION OM NTAL DATE NM. jr.47: PROJECT NO. , ' , 6042/6056 ORAN. NO. 499-5 EMMERT OF IOW MD MIL DTI INININW. SLAB REINFORCEMENT - SEE NOTE CONCRETE BARRIER TYPE 80 (MOD) 1L-3 CRASH CUSHION - SEE NOTE 1 CONCRETE BACK UP r FLOW LINE 2"-0" FRONT FACE OF BARRIER TRANSITION 14*-5" CONCRETE PAD LENGTH TRANSITION TO CURB AND GUTTER PER SDRSD - SEE "CIVIL IMPROVEMENT PLAN (SOUTHBOUND SIDE)" AND %NIL IMPROVEMENT PLAN (NORTHBOUND SIDE)* SHEETS ELEVATION SIDEWALK PER SORSO CONCRETE BACK UP i —CONCR ETE PAD CONCRETE BARRIER TYPE 80 (ADD) TL-3 CRASH CUSHION - SEE NOTE 1 TRENCH FOOTING 14.-13' CONCRETE PAD LENGTH CURB AND GUTTER PER SCAM <=I DIRECTION OF TRAFFIC PLAN TYPICAL SECTION CONCRETE PAD STMN ALL EXPOSED SURFACES 10P OF DECK NOTE: TYPICAL ALL CONCRETE BARRIERS. STAIN CONCRETE LIMITS NO SCALE NOTES: 1. CONTRACTOR SHALL PROVIDE A TL-3 RATED CRASH CUSHION FROM A CALTRANS APPROVED MANUFACTURER THE CRASH CUSHION SHALL NOT BE FINAL UNTIL APPROVED BY CRY OF CARLSBAD. 2.CRASH CUSHION SYSTEM IS FOR REFERENCE ONLY. FOR COMPLETE DETAILS SEE MANUFACTURER'S PRODUCT PLANS AND DETAILS. 3.CONCRETE PAD SHOWN IS AN APPROXIMATE 4 INCH TALL CURB. THE CONTRACTOR SHALL GAIN CONCURRENCE FROM MANUFACTURER THAT CURB HEIGHT IS ACCEPTABLE TO ENSURE PERFORMANCE PRIOR TO PROCUREMENT. 4.ANCHOR LENGTH PER MANUFACTURER'S RECOMMENDATION. CRASH CUSHION DETAILS NO SCALE CRASH CUSHION = I CONCRETE PAD FENDER PANELS AUGN WITH OURB----" 'd CONCRETE PAD FLOW LINE TOP OF ROADWAY CRASH CUSHION bib lehl SIDEWALK PER SDRSD (EXTEND OVER CONCRETE PAD) SEE NOTE 4 SECTION K-K (SOUTHBOUND) CRASH CUSHION = CONCRETE PAD ALIGN wrni CURB FENDER PANELS CRASH CUSHION SYSTEM FLOW LINE CONCRETE PAD TOP OF ROADWAY FINISH GRADE SEE NOTE 4 SECTION K-K (NORTHBOUND) STAIN ALL EXPOSED SURFACES TOP OF DECK CRASH CUSHION PEDESTAL is r -% so 15 1 3 SLOPE I ATCH- R EXISTING ROADWAY --- ELEVATION 5 - TOTAL 10 t-2" CLR 5 15 TYP F4' TOP OF TYPE 80 BARRIER (MOD) ELEVATION NO SCALE HSS 3 x 3 x 3/16 HSS 2 x 2 x 3/16 HSS 2 x 2 x 3/16- 3 5 1/8" Q BOLTS SEDEETr i TYPE 80 (MOD) SEE TUBE CONNECTION DETAIL SEE DETAIL A SEE (LASE PLATE DETAJL l'-5" NRC AND VARIES NOTE: FOR DETAILS NOT SHOWN, SEE "n PE 80 (MOD)". TYPE 80 END BLOCK POST /z" 0 ROUND HEAD SCRIM W/NUT AND 2.0 PLATE WASHER TUBE CONNECTION DETAIL NO SCALE SLEEVE DETAIL NO SCALE WELDED SPLICE DETAIL NO SCALE DETAIL A NO SCALE 1 7/16" 1 3/16" 5 1/13" SHIM DETAIL PL 1/8" x 2 1/4" x 8" NO SCALE 1 3/16' X 1 5/8" SLOT 1 9/16" "co "!* CDP2018-0031/SUP2018-0005/SUP2018-0006 3/16" PLATE EXPANSION JOINT — SEE NOTE 3 SEE TUBE EXPANSION JOINT DETAILS 2"--L11" :1:-0" MIN — 6'-7" C—C WC( 60 POST EXCEPT CENTERED ON TYPE AS NOTED BC R 30" KL EINFEL DER Dal: Owl moo Par $,O, Am Oro, TA nun Tel.",19:DDIADIN FDA ISTD,292:100 SLEEVE FORMED OF 1/4. PL BENT THUS n FOR SLIDING FIT INSIDE OF RAIL TUBE TACK YIELD 3/80 NUT INSIDE 0 Slw& FOR 3/8 0 HEX BOLT WITH LOCK WASHER MIN I4E75.HOLE 100% SUBMITTAL - NOT FOR CONSTRUCTION RAIL CAP DETAIL NO SCALE SEE END BLOCK POST FOR CONCRETE BARRIER TYPE 80 --EXTEND HSS 2 x 2 x 3/16, 1T-0" FROM CLOT END POST (MEMBER NOT SHOWN) 1/2" HOLES NEAR AND FAR SIDE I/2" X 2" SLOTTED HOLE +3 SECTION L-L NO SCALE END OF SLOTTED HOLE TUBE EXPANSION JOINT DETAILS NO SCALE NOTES: 1.POST MUST BE NORMAL TO RAJUNG. 2.RAIL TUBES MUST BE SHOP BENT OR FABRICATED TD FIT HORIZONTAL CURVE WHEN RADIUS IS LESS THAN 950% 3.TUBE EXPANSION JOINTS MUST BE LOCATED IN THE TUBES SPANNING BECK OR WALL JOINTS. INCREASE JOINT WIDTH IN TUBES TO MATCH EXPANSION JOINT WIDTH AND INCREASE SLEEVE LENGTH CORRESPONDINGLY. 4.TOP RAIL TUBE MUST BE CONTINUOUS OVER NOT LESS THAN IWO POSTS EXCEPT A SHORT POST SPACING IS PERMITTED NEAR DECK OR WALL JOINTS, ELECTRO— UERS, OR OTHER RAIL DISCONTINUITIES AS NOTED. 5.SEE PROJECT PLANS FOR LIMITS OF TUBULAR BICYCLE RAIUNG, 6.ALL MATERIAL MUST CONSIST OF SELF—WEATHERING STEEL OR BE FABRICATED TO MATCH STEEL BRIDGE COLOR. "AS BUILT" RCE— DATE SEDEPEO BY: SATE ',SPECTOR 1 9/113" — PL 8 1/4 x 6 1/4 x 1/2 5/8"A THREADED ROD 12" LONG W/NUTS AND 2"0 PLATE WASHERS — TOTAL 4 BASE PLATE DETAIL NO SCALE SHEETS 39 CITY OF CARLSBAD TRANSPORTANN 010101000 IT CitAY00 RM. asIxe APA01,1:PO TS AT CAATLOSS,TDO SAN/CES PAM ACRIFAT, 'MTV ACRI..FRAS W6 LAN et PROJECT ITS CRAVAI10 NO 24---A- 6042/6056 499-5 CPIS ROPE DAN POOL PM& DATE REVISION DESCRPTION wawa or worm OTER IPRIVIAL OTT IPDROM CDP2018-0031/SUP2018-0005/SUP2018-0006 = 100— YEAR WATER SURFACE ELEVATION = 44.2' t (SEE NOTE 2) ORIGINAL GRADE = —9 FINISH GRADE RIP—RAP — SEE CML PLANS 441+50 442+00 442+50 UTIUTY DUCT BANK (SDG&E ELECTRICAL DISTRIBUTION) ( ( EXISTING MASONRY WALL —IN—PLACE) TYPICAL SECTION 5/8" = 100% SUBMITTAL - NOT FOR CONSTRUCTION 4431-00 UTIUTY DUCT BANK (FRANCHISE UTILITIES) T'-7 MAX TOP OF SLOPE TOE OF SLOPE BIKE/PEDESTRIAN BRIDGE HEE/A/FELDER ANDAVNE. Oren SAN 12:0 EA. ENDA CA 92E1 7.1.01MBNAJNo ANAltom INDEX TO PEDESTRIAN BRIDGE PLANS -0.41% PROFILE GRADE NO SCALE 0, . —•.• MN, VI1CV P•1-‘,1•7 YCII I CI•l. IN, VII,/ r C11,.,11,1. • • • ...WV, 120-0" PREFABRICATED STEEL TRUSS _ END BIKE/PEDESTRIAN BRIDGE SHEET NUMBER DESCRIPTION 18 GENERAL PLAN 18 FOUNDATION PLAN 20 ABUTMENT LAYOUT 21 ABUTMENT DETAILS 22 MICROPILE DETAILS APPROXIMATE FINISH GRADE DATUM ELEVATION 20.00' ABUTMENT 2 — II 11 II ABUTMENT 1 APPROXIMATE ORIGINAL GRADE I CIVIL PLANS 7 -- RIGHT—OF—WAY TOP OF SLOPE RAIU NG — SEE _ - - END BIKE/PEDESTRIAN BRIDGE STA 442+82.14 c_ EL CAMINO REAL I \ IT' PREFABRICATED 64.85' RI A EXI 5 (11TONGBE REMOVED) DIAL STEEL TRUSS BRIDGE N66'36'411)/ B'-0" WALKWAY/ BIKEWAY / RAIU NG — SEE CIVIL PLANS NEW MASONRY 1VAU_ B_EV 46.03' PI STA 442+82.14 / ELEV 46.03' \ P I STA 441+60.14 ELEV 46.53' 1' 0- BEGIN BIKE/PEDESTRIAN BRIDGE -- ELEVATION BEGIN BIKE/PEDESTRIAN BRIDGE STA 441+60.14 I EL CAMINO REAL 84.89 RT - - -71 PROPERT( UNE PREFABRICATED STEEL TRUSS BRIDGE PLAN 1/8" = 1.-0" NOTES: I. FOR BRIDGE UGHTING. SEE 'LIGHTING PLAN AND DETAILS" SHEET. 2. WATER SURFACE ELEVATION PENDING ADDITIONAL HYORAUUC ANALYSIS. NEW MASONRY WALL "AS BUILT" --- - NE EAR. 0410 AMMO 5* InSvEcina DAM CITY OF CARISBAD J. 11TANVORTArrti DEPARTMENT 39 ,...,....71V, .., Magggagggi60 ..CO:SUMUCROGE GEmen41 K.. APPROVED HOWE., hICCH Mena WINO ;I 75OH OAKS 0/5/180 _DAlg triMI PRO.ECT NO. MAWR. HO. 6042/6056 499-5 DATE WW1 REVISION DE50991011 Am NM. DAR DEIAA DAME 47 AM 0118111 ELEV 46.53' TOE OF SLOPE --/ SEE CIVIL PLANS SEE CIVIL PLANS DETAIL NUMBER RSP (IF APPLICABLE) ..N.---- REVISED STANDARD PLAN PLAN SYMBOLS — SECTION I DENTIFICAllON CALTRANS 2015 STANDARD PLAN NUMBER 38" STEEL WATER MAIN (PROTECT-IN-PLACE) -INDICATES BOTTOM OF FOOTING ELEVATION (FEET) -INDICATES VERTICAL PILE -INDICATES 14 BATTERED PILE 3/16" = GENERAL NOTES LOAD AND RESISTANCE FACTOR DESIGN DESIGN: SEISMIC DESIGN: DEAD LEAD: LIVE LOAD: AlkSHTO LRFD BRIDGE DESIGN SPECIFICATIONS, 2012, 6TH EDITION WITH CALIFORNIA AMENDMENTS, PREFACE DATED MARCH 2014 CALTRANS SEISMIC DESIGN CRITERIA (SOC), VERSION 1.7, DATED APRIL 2013 UTIUTIES = 200 lb/ft H5 VEHICLE AND 90 pal PEDESTRIAN LOAD SOIL: REINFORCED CONCRETE: MICROPILES: SEISMIC LOADING: SOIL PROFILE: Vsz= 702 ft/is (214 rn/s) MOMENT MAGNITUDE: Id = 15.13 PEAK GROUND ACCELERATION = 0.385 g _1 ).0 1.0 2.0 3.0 4.0 5.1 PERIOD (SECONDS) 1.0 •o.a 0.8 0.4 •0.2 0.0 COP2018-00311SUP2018-0005/SUP2018-0006 12" WATER LINE (TO BE ABANDONED OR RELOCATED AS DIRECTED BY THE ENGINEER) PROPERTY UNE RIGHT-OF-WAY -- -.L .-- —.— - — -- - -- - — 100% SUBMITTAL - NOT FOR CONSTRUCTION NEW MASONRY WALL er AND FOOTING DUSTING CONCRETE THRUST BLOCK (PROTECT-IN-PLACE) It ABUTMENT 1 BEARING ABUTMENT 2 BEARING 1.4 1"-el .• JA, • 1, EXISTING MASONRY WALL (TO, BE REMOVED) it ABUTMENT 1 BEARING = t EL CASINO REAL STA 441+61.77 84.89' RI --_-_-_-_-_-_-_-_-_. NEW MASONRY WALL AND FOOTING LEGEND: MICROPILE DATA TABLE LOCATION NOMINAL PILE I RESISTANCE (kips) TYPE DESIGN TIP ELEVATION (It) SPECIFIED TIP ELEVATION (ft) COMPRESSION TENSION ABUTMENT 1 I 7" MICROPILE 200 15 -136 (a) 8 (d) -136 • ABUTMENT 2 7" MICROPILE I 200 I 15 -136 (a) 7.5 (d) -136 " PILE NOTES: 1.DESIGN 11P ELEVATION IS CONTROLLED BY: (o) COMPRESSION, (d) LATERAL LOAD 2.SIDE RESISTANCE NEGLECTED N ALL LAYERS ABOVE SANTIAGO FORMATION. 3.(*) THE SPECIFIED TIP ELEVAT-ONS ARE FOR ESTIMATING PURPOSES ONLY. FINAL MICROPILE LENGTHS SHOULD BE VERIFIED BY THE CONTRACTOR TO PROVIDE THE NOMINAL COMPRESSION RESISTANCES IN THE TABLE, BUT SHOULD HOT BE SHORTER THAN THE DESIGN LENGTHS FOR LATERAL LOAD. I KLEINFELDER (TO BE REMOVED) 14" WATER LINE CIO BE ABANDONED) 120 Itift ACTIVE EQUIVALENT FLUID WEIGHT . 35 lb/ft3 fy = 60 kal 3.6 ksi (UNLESS OTHERWISE NOTED) HS THREAD BAR: fy = NO ksI. I = 102 ksi CASING: API N-80, fy = 80 ksi GROUT: = 4 kel STRUCTURAL STEEL PLATES: f y = 36 ksi MAXIMUM UNFACTORED SUPERSTRUCTURE REACTIONS DC 354 klps / BEARING De 6.0 kips / BEARING LL,/PL 21.6 kips / BEARING WS -4.5*11.7 kips / BEARING aim 19 CITY OF CARLSBAD IRINVORIAPON CePARTNDE 39 6.C411,10 PPR, MUMS .V017a1E1AEVr$ AT VANV11,10.49 I.:NS:RV* V 6,100.5 FMADATXWINAW APPROVED HOSSEIN MOEN 01DREEREO NANAOlt PP TWA! EAMES 6/30/202D 0*10 / % ABUTMENT 2 BEARING % EL CANING REAL STA 442+80.52 84.85 RI % BIKE/PEDESTRIAN BRIDGE N68'36'41'14 PERVII i-v P./ v fwwW w 'AV) 4EXISTING /MASONRY WAbl, (PROTECT \ // / -IN-PLACE) 14' WATER UNE (PROTECT-IN-PLACE) ..J 20" STEEL WATER UNE (ABANDONED - AT FOOTINGS REMOVE CONFLICTING PORTION IF NECESSARY) PORTION OF EXISTING MASONRY WALL (TO BE REMOVED) 12" VCP SEWER UNE (PROTECT -IN-PLACE) I ,s If- .I I I \ LIMITS OF PROTECTED AREA (CONTRACTOR SHALL NOT ENTER OR DISTURB) NOTES: 1, ALL UTILMES NOT SHOWN. SEE UTILITY PLAN FOR ADDITIONAL UTILITY INFORMATION. 2. BURIED RIP-RAP EXISTS WITHIN 25 FEET (POSSIBLY FURTHER) OF UPSTREAM EDGE OF E4STING BRIDGE. PLAN EXISTING CONCRETE VAULT (ABANDONED - REMOVE TOP TO ELEV 39.0' AND FILL WITH •EXISTING VAULT MANHOLE 2-SACK SLURRY) NEW MASONRY WALL AND FOOTING (TO BE CONSTRUCTED CONCURRENTLY WITH BRIDGE) "AS BUILT" ROE- EXP DATE REDIENT.D 811 IMSPECION 5eJ Wet C Dined Wu Con Uov,e. CA MIN TeLoN:amwoo, rriclownamcw OATE ORRIER Ci "MX DATE 0912 IPTIKIN4 DATE OTT APPROVAL tfia PROJECT NO. 6042/6056 ORA.VANO N 499-5 RIM NiDH. RAM REMS1ON DESCRIPTION CDP2018-0031 /SUP2018-0005/SUP2018-0006 100% SUBMITTAL - NOT FOR CONSTRUCTION' NOTES: I. FOR "SECTION A-A", SEE "ABUTMENT DETAILS" SHEET, 2. VERIFY ANCHOR BOLT LAYOUT WITH BRIDGE MANUFACTURER PRIOR TO POURING ABUTMENT SEAT CONCRETE. CLR TYP #5 x 4.-6" (LAP WITH #5 0 12) #5 0 12 (BOTH FACES) ABUTMENT BEARING SIDEWAW 6" .5 0 12 (OUTSIDE FACE) 10'-0' TYPICAL CURTAIN WALL ELEVATION SECTION B-B 3/4" = Di7ECTCR _ DA. "AS BUILT" RCE — DP.— — DATE REMEMIED 00 War CITY OP CARLSBAD la 20 TRO4M.O.RXON Dovenuorr 01,1•14.14.. ,0... a L.11.1VORLSt EXAMS .V.,PRO.WASN7SA,C4fAVOR0.47 ....DON 00001 AT.70:1,TOYI;O: APPRO.° V00 P.1001 ERDI.ERND MANGER PE 7501 OPRDS 1/30/11125 OAli 0.,0 MM. REVISMN DESCRPTICH DOE Flak DAA 14141. tggra PROJECT 4.1 °RAMO AG, 6042/6056 499-5 DRIK0 or KM Mt xrirlfoa arr MM. LEGEND: () - INDICATES VERTICAL PILE 9 - INDICATES 1H 4V BATTERED PILE 3"0 PLASTIC PIPE (SLOTTED) EDGE OF FOOTING /.--q ABUTMENT BEARING • CURTAIN WALL TIP 3/8" = 1.-0" PIPE OUTLET PLAN ABUTMENT BEARING 1/2" = 1.-0" BRIDGE TOP OF SEAT (LEVEL IN TRANSVERSE DIRECRON) BEARING TYP TOP OF BACKWALL FINISH GRADE SEE "ANCHOR BOLT AND GROUT PAD DETAILS" ON "ABUTMENT DETAILS" SHEET V/EEPHOLE TIP (LOCATE 3" ABOVE FINISH GRADE) EMICROPILE TIP - SEE 'PEDESTRIAN BRIDGE MICROPILE DETAJLS" SHEET ELEVATION 3/8" = 1.-0" PILE LAYOUT EINFELDER 8.1 OR ER 1 1/2" SIDEWALK — ABUTMENT BEARING 6" 5" #5 - TOTAL 4 N3TE: ADJUST REINFORCEMENT TO CLEAR PILES. NOTE: VERIFY ANCHOR BOLT LAYOUT WITFI BRIDGE MANUFACTURER PRIOR TO POURING ABUTMENT SEAT CONCRETE. gair NSF DRAJNAGE PAD CDP2018-0031/SUP2018-0005/SUP2018-0006 1 1/2"J TIP 95 At, 12 95 0 12 CONSTRUCTION JOINT r #5 0 12 • #5 0 12 1, \ 6" MIN EMBED ELEVATION SECTION A-A ANCHOR BOLT AND GROUT PAD DETAILS 100% SUBMITTAL - NOT FOR CONSTRUCTION II #5 - TOTAL 8 (2 EACH FACE) #5 0 12 EACH WAY - SEE NOTE GROUT PAD SURFACE LEVEL ABUTMENT BACKWALL 2" 1"-0" "AS BUILT" RTC DP. _ DATE ROMPED BY: PISPECTOT DATE ...j.,T CITY OF CARLSBAD . 1". , ‘ TOOSPORIATION OrPARMENT 39 Pi C.C.MOREN. NIECE IMMEMVITSAT VANr.(4 RCM PENSTRKTERES! AP:M.:OF/OS RIOTED 5051011 MOEN PE SIB O5101I. Skit UM St _EP_ PROJECT NO. 0104400 NO m. ... _Jr._ No. REVISION DESCRIPTION OAR WM PM .11114. 0.1Orrit Or IS. na /MOM <M.sr _ K. 6042/6056 499-5 K1 FINFEL OCR rt0 W:11: 'reef SOO 1E0 ra. Gtoo ono, rIloi T-ono 9:• 0 12 1 c.f. ABUTMENT BEARING 9" V-9" SEE "JOINT PLATE DETAILS" THIS SHEET 95 I-1 0 12 EXCEPT #5 ri G 6 - TOTAL 4 UNDER EACH BEARING SEE "ANCHOR BOLT AND GROUT PAD DETAILS' THIS SHEET -1X TAPER CONCRETE AND EDGE OF STEEL PLATE 2H 1V 1/2" TOP OF BACKWALL SIDEWALK t/Er MAX CAP BELOW PLATE 5" TOP OF BRIDGE DECK R 1/16° (EDGE OF PLATE) OPEN —JOINT SECTION C-C I .—OPEN JOINT BELOW PLATE 4,- 1/2° x 2' FLAT HEAD CAP SCREWS WITH INSERT ASSEMBUES 0 12" O.C. MAX (STAGGERED AS SHOWN) 3/8" x 12" x 7.-1 CI" CHECKERED STEEL PLATE TOP OF BRIDGE DECK 3" EDGE OF SIDEWALK TOP OF BACKWALL 4" PLAN 1" = 1"-D" NOTES: 1.RECESS CONCRETE 1/2" FOR PLATE. 2.PLATES TO BE GALVANIZED. 3.CONTRACTOR MAY SUBMIT ALTERNATIVE ADA-COMPLIANT JOINT SEAL DETAILS FOR APPROVAL. JOINT PLATE DETAILS SCALE AS NOTED #5 - TOTAL 2 CLR GEOCOMPOSITE DRAIN #5 0 12 EACH WAY — - SEE NOTE 3" CLR 3" CLR- 5" CLR BOTTOM OF FOOTING ELEVATION -2X #5 0 12 - SEE NOTE 95 0 5 - SEE NOTE #9 rI - TOTAL 4 #5 0 12 — 2" CLR TIP 5/8"0 F1554 Gr55 ANCHOR BOLT - TOTAL 2 GROUT ] PAD 1/2" TYP PLAN ABUTMENT BEARING ANCHOR BOLTS -IX (-- ABUTMENT SEAT 3/4' = 1.-0" CDP2018-0031/SUP2018-0005/SUP2018-0006 100% SUBMITTAL - NOT FOR CONSTRUCTION q. MICROPILE ELEVATION 1" = 1'-0" PL 12. x 12" x 1.25" r MICROPILE SECTION F-F "AS BUILT" ,._ DT DATE PENEV.ND BY: - INSPECTOR DATE 14a1 CITY OF CARLSBAD 'gr 22 VWSOORTATMAI ouwerwert . MAYME.N.D.L.E nnoamtnisx, M.:VIAGOO PEMIONIN EDUCE 'Amman:9.1s APPROVED 110551311 A...01 .. V ACED If nisi MINS 0 DATE PAOJEGT no. NO. icammo DOE *M. REMSION DESCRPTION DAIG aim GAR IN.. ASA 6042/6058 I 499-5 EMMA ti NM OMR 'MOM GNI Ia,,MO!. (MICROPILE TYR \"-I MICROPILE TYP DRILLED HOLE DRILLED HOLE CENTRALIZER CENTRALIZER 4" 7" 0.0. x 0.73" API N-80 CASING 2 1/2". HS THREAD BAR GROUT THREAD BAR SECTION E-E SECTION D-D THREAD BAR NUT AND WASHER 41 SANTIAGO-) FORMATION 10.0 DRILLED HOLE 8 NOTE, DEPTH TO SANTIAGO FORMATION SHALL BE DETERMINED BY CONTRACTOR. •Kt EINFELDER GUM C areaaau Elop,CO piNni.1.0 rem,' EL CAMINO REAL < PLAN END WALL 2 STA 20+25.72± STA 442+80.86± EL CAMINO REAL 96.18± RT PROPERTY LINE EXISTING RANCHO CARLSBAD WEST WALL AND PILASTERS (PROTECT-IN-PLACE) IN BEGIN WALL 3 = ANGLE POINT STA 20+29.78 = N6638'41'W „.... STA 442+84.92* i I ........' t EL CAMINO REAL --:3"-' 96.18'± RT 441+00 441+50 4— < 442+00 442+50 1°1 443+00 443+50 • •;‘ 0 47.82' N6T03'14'W SOUND WALL DESIGN CRITERIA DESIGN CODE: 2016 CAUFORNIA BUILDING CODE CONCRETE: = 3250 psi To = 1300 n + 9 ANGLE POINT 16.00' STA 10+85.77 + N66'36.41"44 STA 441+59.51* EL CAMINO REAL 96.23± RT REMAINING CHAIN UNK FENCE (PROTECT-IN-PLACE TO THE EXTENT PRACTICABLE PORTIONS REMOVED MUST BE REPLACED TO SANE HEIGHT AND UPGRADED WITH BLACK PAINT ON POSTS AND HARDWARE AND BLACK VINYL ON MESH.) END REMOVAL OF EXISTING CHAIN UNK FENCE ANGLE POINT STA 20+15.05 = END WALL 1 STA 11+01.77 = STA 441+72.61* t EL CAMINO REAL 96.22± RT BEGIN WALL 2 STA 20+00.00 = STA 443+03.47* EL CAMINO REAL ANGLE POINT STA 10+47.82 = II •:•„, ▪EXISTING ROBERTSONS 0,44' WALL AND PILASTER (PROTECT-IN-PLACE) •----- •- RIGHT-OF-WAY 0 BEGIN REMOVAL OF EXISTING CHAIN LINK FENCE PORTION OF EXISTING WALL TO BE REMOVED 77.65.* RT STA 441+29.77* I EL CAMINO REAL 69.40'* RT BEGIN WALL 1 STA 10+00.0) + STA 440+81 95* El_ CAAIIN6 REAL 69.79'± Br STA 442+70.19t EL CAMINO REAL 96.113'± RT STA 442+67.95* El- CAMINO REAL 111.0r± RT INDEX TO SOUND WALLS PLANS END WALL 3 STA 20+55.98 = ---_-_-_-_-_-_-_-_-_-___ EXISTING RANCHO CARLSBAD EAST WALL AND PILASTER (PROTECT-IN-PLACE) FENCE -------------------- ---C---::=-Za7f — c. PORTION OF COSTING WALL TO BE REMOVED • DESCRIPTION SHEET NUMBER 23 LAYOUT 24 ELEVATIONS 25 DETAILS NO. I 25 DETAILS NO. 2 MASONRY: I'm + 1900 psi fb 855 ysl (SPECIAL INSPECTION IS REQUIRED) n = 17 GROUT: 2000 psi MORTAR: TYPE S REINFORCEMENT: fy = 60100 psi (GRADE 13D) Fs = 24,00) psi SOIL UNIT WEIGH: = 120 pa ACTIVE EARTH PRESSURE = 35 pcf PASSIVE EM:TH PRESSURE + 300 pcf ALLOWABLE GEARING PRESSURE + 2000 pcf INSPECTOR ONE "AS BUILT" ROE- lOp.. _. OM MEMO TM .1,5F , 0 CITY OF CARLSBAD '' re isAnsoinATINI 00108110W mr.....e..:,,,, m‘... ... Offgea4MATROW SUM WILLS ,... LAYOUT APPROW-0 MOSSON MOEN EMORCERNO IONACEE FE 791111 MIRES 6/30/211.20 ORIE REOISIOTI DESCRIPTION MIN Fir — pi...EU NO ORAMC NM NM, OF ION WIER AMY. OTT MM. 4_ 6042/5055 499-5 , KLEMFELDER ESO Tho C UN, ow• 1.1.1Fon nu-ROO roT.011032.10,O CDP2018-0031/ S U P 2 018 - 0 0 0 5ISUP2018-0006 ANGLE POINT STA 10+47.52 TOP OF WALL (TN) ce\u- IF ELEV 40.33 CDP2018-0031/SUP2018-0005/SUP2018-0006 1,-- BST: PILASTER 4 BRIDGE (BEYOND) , I SEE .1- , ETAlh \\ Nt- -AP -NI. STA 11+03.10 EXTEND DRAIN PIPE TO DAYUGHT STA 10+92.43 TF ELEV 42.00 IF ELEV 41.33' 11-:00 RED BRICK CAP COURSE TOP OF WALL (1W) ELEVATION SLUMP BLOCK DETAIL 1 ION NOTE: SEE "END PILASTER BRICK CAP LAYERS" ON "SOUND WALLS DETAILS NO. 2" SHEET. DETAIL 2 " AS BUILT" ACE — DP DATE REMEDIED AT: 1. = 1*-0. INSPECTOR DATE .4.1 CITY OF CARLSBAD 'mos c-r IRIASPORIATION OEPARTIUNT 39 & V lAY40 REN.alttiE iltRIWMOY S A7 CAMVIR6,10 SLIAIM41.5 Ne...utGtm APPROVED MOEN MOEN 00131110 CM PRO.ECT NO. COMIC NO WM MOM MALL DI MPS REVISION DESCRIPROX DATE ma *Ms. 10110.1. DATE OTT /PM. RM. 6042/6058 499-5 EXISTING MASONRY WALL (PROTECT-IN-PLACE) s=r 07,1 7-t• _ , 101-9 1/4" MEASURED ALONG WALL 1 LOL END PILASTER '" STA 10+48.49 TW ELEV 50.87' BEGIN PILASTER STA 10+75.79 WALL DRAIN (FAR SIDE) - SEE 'DRAINAGE DETAILS" ON "SOUND WALLS DUNLS NO. 2" SHEET STA 10+50.17 IF ELEV 42.33' 10-1-00 10+25 10+50 EXISTING MASONRY WALL (PROTECT-IN-PLACE) END PILASTER STA 20+15.72 \ ANGLE POINT STA 20+15.05 BEGIN PILASTER STA 20+14.38 25-8 5/8" MEASURED ALONG CENTERUNE WALL 2 LOL 26-2 3/8" MEASURED ALONG 47D 3/4' CENTERUNE WALL 3 LOL PILASTER TIP GATE - SEE NOTE TW ELEV 51.00" 6w' 20+5D BEGIN PILASTER STA 10+85.10 END PILASTER ..-.-- STA 10+77.12 SEE DETAIL 1 STA 10+78.95 TW ELEV 51.54' ANGLE POINT '"----STA 10+55.77 END PILASTER STA 10+86,44 1W ELEV 52.21' STA 10+97.10 6, 101-75 ROUNDED TRANSMONS (MATCH EXAMPLES ALONG EXISTING WALL) BLOCK TYPE AND COLOR OF NEW WALL SEGMENTS TO MATCH ADJACENT EXISTING WALL TM 5' (2 LAYERS OF RED BRICK) RED BRICK CAP COURSE STA 20+55.98± EXISTING ROBERTSON'S WALL EXISTING FOOTING ELEVA UNKN TOP OF FOOTING (if') NOTE: FURNISH AND INSTALL LOCKING HEAVY-DUTY SWING GATE APPROXIMATELY 42 INCHES WIDE AND MINIMUM 45 INCHES HtGH, CONSISTING OF WELDED RECTANGULAR TUBULAR STEEL. PICKETS MUST BE ORIENTED VERTICALLY WITH A MAXIMUM CLEAR SPACING OF 4 INCHES. GATE POSTS MAY BE MOUNTED ON PILASTERS OR IN CONCRETE FOUNDATIONS. ALL MATERIAL MUST BE GALVANIZED WITH A BLACK FINISH. 100% SUBMITTAL - NOT FOR CONSTRUCTION EDGE OF PILASTER TF ELEV 43 DO' EXISTING FOOTING TOP OF FOOTING (SF) ELEVATION UNKNOWN DATUM ELEVATION = 35.00' BEGIN WALL 1 STA 10400.00 = EL WON° REAL N s, STA 4-40+81.95± 69.79' RT EXISTING RANCHO CARLSBAD EAST WALL I TTP—, BEGIN PILASTER PILASTER STA 10+47.15 BEGIN PILASTER LIT 1PILASTER STA 10+21.98 TW ELEV 50.21' 1W ELEV 50.21' END WALL 1 STA 11+01.77 = STA 441+72.611 6. EL CAMINO REAL 96.22' RI EXTEND WALL DRAIN TO DAYLIGHT - SEE "0 FLAJNA,GE DETAILS" ON "SOUND WALLS DETAILS NO. 2" SHEET TOP OF WALL (TW) TW ELEV 47.71' BEGIN WALL 2 STA 20+00.00 = STA 442+67.951 EL CAMINO REAL 111.o. RT END WALL 2 STA 20+25.72 = STA 942+80.861 EL CAMINO REAL 96.18' RT TW ELEV 51.04' BEGIN WALL 3 STA 20+29.78 STA 442+84.921 It EL CAMINO REAL 95.18' RT EXISTING CHAIN ; ; DUSTIN:RANCHO " UNK I I FENCE CARLSBAD WEST WALL TF ELEV 40.50' IF ELEV 42.50' EXISTING FOOTING ELEVATION UNKNOWN 20+00 FINISH GRADE 20+25 or,( . F . AR SIDE) EMFEL DER 4,0 WO 401 CI.,CA Orel 1=DIAN31-IDNI im.(elv,==no RANCHO CARLSBAD WEST WALL AND ROBERTSON'S WALL NORTH DEVELOPED ELEVATION 3/16" - 1'-O" RANCHO CARLSBAD EAST WALL NORTH DEVELOPED ELEVATION 3/16" = 1'-0" END WALL 3 STA 20+55.98± - STA 443+03.471 It EL CAMINO REAL 77.85' RI EXISTING MASONRY WALL (PROTECT-IN-PLACE) DATUM ELEVATION = 35.00' CDP2018-0031/SUP2018-00051SUP2018-0006 ;- RIGHT-OF-WAY 6'-5" MIN 1,../...— WALL = WALL LAYOUT LINE i . 7 — RED BRICK CAP - SEE NOTE 3 TOP OF WALL ELEVATION # 5 L 0 16 (CENTERED) 6" x 16" SLUMP BLOCK FINISH GRADE #4 CONT - TOTAL 0 3" CLR #4 0 16 SECTION A-A STA 10+00.00 TO STA 10+50.17 3/4" = TOP OF WALL ELEVATION #5 L NT 16 (CENTERED) 8" x 6" x 16' C1AU (SOLID GROU7ED) #a cour - TOTAL 6 11 L 3" CLR #4 0 16 NOTE: BLOCK TYPE ANL COLOR TO MATCH EXISTING. EINFEL DEW 1,-0"J ic I- 2" CtR SEE NOTES 5 AND 6 % f6L 0 16-, 2" CLR-- FINISH GRADE TI #4 0 24 ON 6" BLOCK) GROUT FILLET #4 CONT - TOTAL 6 - SEE "SECTION F-F" PRECAST CONCRETE CAP - MATCH EXISTING 2" CLR #4 0 16 (IN 12" BLOCK) FINISH GRADE #5 L - TOTAL 4 PER PILASTER CLR #4 0 16 5 TI #5 J - TOTAL 4. PER PILASTER SEE NOTES 5 AND 6 TOP OF WALL ELEVATION TOP OF WALL ELEVATION 100% SUBMITTAL - NOT FOR CONSTRUCTION TOP OF WALL ELEVATION #4 coNr - TOTAL ID q. WALL = WALL LAYOUT LINE 10" CHAMFER CAP #4 - TOTAL 2 (EACH WAY IN TOP COURSE. GROUTED SOLID) SEE "DETAIL 2" ON Z. -- ELEVATIONS" SHEET "SOUND WALLS H — .3"-4" SQUARE PILASTER FINISH GRADE FINISH GRADE SECTION D-D 3/4" = r-0" #413 0 24 #5 L - TOTAL 8 PER PILASTER 1•-0"j SECTION E-E = 1-0" SECTION F-F 1 1/2" x 3 1/2" KEY SECTION B-B STA 10+50.17 TO STA 10+98.44 3/4' 1'-0" 1"-4" SQUARE — MASONRY CORE ; FLAT ROUNDED STONE VENEER - MATCH EXISTING WALL = WALL LAYOUT LINE RED BRICK CAP - SEE NOTE 3 1 RED 1D/ R 2 I " DR SQDU R A R RE #4 0 24 #5 0 16 (CENTERED) 1'-4" SQUARE PILASTER NOTE: FOR FOOTING DIMENSIONS AND REINFORCEMENT, SEE SECTIONS A-A OR SECTION B-B. FOOTING REINFORCEMENT TO BE CONTINUOUS THROUGH PILASTER SECTIONS. SECTION C-C 3/4" = 1-0' 1"-10"± FINISH GRADE NOTES: 1.PAINT ALL SLUMP BLOCK WHITE TO MATCH EXISTING WALLS (1 MINIMUM BELOW FINISH GRADE). 2.ALTERNATE SLUMP BLOCK HEIGHTS MAY BE SUBSTITUTED IF CONSISTENT APPEARANCE WITH EXISTING WALLS IS MAINTAINED. 3.RED BRICK CAPS ON WALLS 1 AND 2 TO MATCH EXISTING, APPROXIMATELY 3 3/4" W x 2 1/2" T x 8 1/4" 1 (STANDARD). 4.ALL BLOCK BELOW GRADE AND CONTAINING REINFORCEMENT SHALL BE GROUTED SOUD. 5.PROVIDE "THOROSEAL" WATERPROOFING OR OWNER-APPROVED EQUIVALENT TO HACK FADE PORTION OF RETAINING WALLS. PROVIDE WALL DRAINAGE BEHIND WALLS WHERE ELEVATION DIFFERENCE IN FINISH GRADE ON OPPOSITE SIDES OF WALL EXCEEDS 2 FEET. SEE "DRAINAGE DETAILS" ON "SOUND WALLS DETAILS NO. 2" SHEET. "AS BUILT" RCE— DP ME WADED SY: INSPECTOR DA1E CITY OF CARLSBAD 'HMI co+ TRENSPORIATCN DEPARTMENT 39 A MEW/REFS aiece IIRRUSEEIMATNANCUACAO MAO 1NUE ESTACTAV / APPROVED NOSSEIN ARDEN INCIESEEND NAPA= FE 72,01 OFIFFS 11/30/2020 DATE It " PROJECT NO. OR.. . —tvw sm. REVISION DESCRIPTION OATE AM. MAU NEM BMW CI Awls .A,A,A,A,,,,,. ) . c 6042/6056 499-5 Al HALF BRICK 3 -2" EXPANSION JOINT IN WALL #5B 12 (lc. - TOTAL 4 DRILL AND BOND INTO 5" DEEP HOLE WALL CONNECTION DETAIL NO SCALE I:1U I I UM LNY LK I I.J1" LAT I.11 "AS BUILT" END PILASTER BRICK CAP LAYERS RCP- UP DATE I" = 1.-0" FICPEPED 1311 DISPECTCR DATE SHZD CITY OF CARLSBAD ''''" cu IPANSPOPTAITON DEPANIIEW 39 e.. cam NW WET.! VORCIZEW j AT Via:1MM SGIADMILS O....ov s AV 7 WIROVER NORM .301 flICIPIATTP NANTIPP PE MIN PPM 11/311/2070 ME ME MU REVISION DESCRIPTION PATE OWL PETT NM. 4tr ial PROKCT NO. ORAVANC NO. 801111111 Of wet PM OM. OTT APEROVAI 6042/6058 499-5 #5 L - TOTAL 8 OPEN VOID (EXCEPT TOP COURSE) NLEINFELDER 100% SUBMITTAL - NOT FOR CONSTRUCTION c140 . 5" THICK GROUT OR CONCRETE (TOP COURSE ONLY) #5 L - TYP GEOCE?vNtA J171351TE DRAINAGE PAD RETAINING WALL WATERPROOFING FINISH GRADE FIN SH GRADE DRAINAGE DETAILS NO SCALE #4 x S-0" - TOTAL 2 EACH WAY (TOP COURSE ONLY) h RSP SECTION H-H 3/4" = -0" r , WALL = WALL LAYOUT LINE #5 JO 12" 2.-0 ELEVATION PLAN VIEW FOOTING STEP DETAILS NO SCALE SECTION G-G 3/4" = -0" TERMINATE HORIZONTAL REINFORCING AT EXPANSION JOINTS SILICONE CAULKING TO 1" MIN DEPTH 1/4" P REMOLDED (COLOR TO HATCH WALL) ID PANS ION JOINT FILLER EXPANSION JOINTS AT 96'-0" MAIL INTERVAL NOTES: I. PROVIDE EXPANSION JOINTS AT ALL WALL ANGLE POINTS. 2. LOCATE ALL JOINTS ADJACENT TO PILASTERS. RETAINING WALL JOINT DETAILS 1"-4 TYP VERTICAL JOINTS c rn RAKE JOINT 1" ON BOTH SIDES OF WALL AND INSTALL SILICONE CAULKING (COLOR TO MATCH WALL) CONTROL JOINTS AT 32-O" MAX INTERVAL TERMINATE 1/2 OF HORIZONTAL REINFORCING AT CONTROL JOINTS REQUIRED VERIFICATION AND INSPECTION OF CONCRETE CONSTRUCTION VERIRCATION AND INSPECTION TASK CONTINUOUS INSPECTION PERIODIC INSPECTION REFERENCED STANDARD I. INSPECTOR OF REINFORCING STE:L. INCLUDING PRESTRESSING TENDONS, AND PLACEMENT. - X AGI 318: 3.5, 7.1 - 7.7 2.INSPECTION OF REINFORCING STEI. WELDING IN ACCORDANCE WITH TABLE 1704.3, ITEM 5b, AND BAR COUPLERS IN ACCORDANCE WITH CALTRANS SEcTEN 52. - - AWs 01.4. AD 318: 3.5.2 3.INSPECT BOLTS TO BE INSTALLED IN CONCRETE PRIOR TO AND DURING PLACEMENT OF CON:TRETE WHERE ALLOWABLE LOADS HAVE BEEN INCREASED OR WHERE STREWN DESIGN IS USED. - X ACI 318: 8.1.3 4.INSPECTION OF ANCHORS INSTALLED IN HARDENED CONCRETE. - X ACT 318: 3.8.R, 8.1.3 5.VERIFYING USE OF REQUIRED DEIGN MIX. - X ACT 318: Ch. 4. 5,2 - 5.4 8. AT THE TIME FRESH CONCRETE IF SAMPLED TO FABRICATE SPECIMENS FOR STRENGTH TESTS. PERFORM SLUMP AND AIR CONTENT TESTS, AND DETERMINE THE TEMPERATURE OF THE CONCRETE. X - ASTIA C 172 ASDA C 31 ACT 318: 5.6, 5.8 7.INSPECTION OF CONCRETE AND STOTORETE PLACEMENT FOR PROPER APPUCATION TECHNIQUES. X - . ACT 31B: 5.9. 5.10 8.INSPECT/ON FOR MAINTENANCE OF SPECIFIED CURING TEMPERATUSE AND TECHNIQUES. - X ACT 318: 5.11 - 5.13 9.INSPECTION OF PRESTRESSED CONCRETE: o. APPUCATTON OF PRESTRESSING FORCES. N. GROUTING OF BONDED PRESTRESSING TENDONS IN THE SESMIC-FORCE-RESISTNG SYSTEM. _ _ Acl 318. 18.20. ACT 318: 18.18.4 IS. INSPECT ERECTION OF PRECAST CONCRETE MEMBERS. - - AD 318: Ch. 16 11.VERIFICATION OF IN-SITU CONCRETE STRENGTH, PRIOR TO STRESSING OF TENDONS IN POST TENSIONED CONCRETE AND PRIOR TO REMOVAL. OF SHORES ND FORMS FROM BEAMS AND STRUCTURAL SLABS. X ACT 318: &2 12.INSPECT FORMWORK FOR SHAPE, 1.0CADON, ELEVATION, AND DIMENSIONS OF THE CONCRETE I EMBER BEING FORMED. - X ACT 316: 6.1.1 NOTE: INSPECTION TABLE REFERENCES ACT 318-08 AND 2010 CRC. D AND SUBMITTED TO THE INSPECTION SERVICES DIVISION FOR THE FABRICATION OF MEMBERS ANO ASSEMBLIES ON "AS BUILT" MX- VP DATE REmowb NC ',SPECTOR DATE ...T CITY OF CARLSBAD 7-9- 27 TRANSPOREATOTI Downwr p_ clamor= AWE .T.P.TotTTEhTSATCATARVROAD zAT:\ IL ASPECTav orES APPROWD ROSEN AJETEN DOTEINN6 MG= Pi Mil CORES e/m/nra RAID MS MK AM 'IRK Wit URN OM -Ili-- PROTECT NO. DRANTR1 NO p.,,,,,. ..... REVLSION DESCRIPTION Tom ARNIM. BIT *MOM TC NV. NET -23- 6042/6056 499-5 FABRICATION. H.A CERTIFICATE OF COMPLIANCE OF OFF-SITE FABRICATION MUST BE COMP PRIOR TO ERECTOR OF PREFABRICATED COMPONENTS. FABRICATOR MUST BE REGISTERED AND APPROVED BY THE CRY OF CARLSBAD THE PREMISES OF THE FABRICATOR'S SHOP. KLE/AIFFLDER mo.xcamia.wao -,,ttats)611-1., I Nt.pcuptc,coT CDP2018-0031/SUP2018-0005/SUP2018-0006 REQUIRED VERIRCATION AND INSPECTION OF MASONRY VERIFICATION AND INSPECTION CONTNUOUS DURING TASK USTED PERIODICALLY DURING TASK USTEO I. AS MASONRY CONSTRUCTION BEGINS, THE FOLLOWING SHALL BE VERIFIED TO ENSURE COMPUANCE: o. PROPORTIONS OF SITE-PREPARED MORTAR. _ X b. CONSTRUCTION OF MORTAR JOINTS. - X . LoCArioN or REINFORCEMENT, CONNECTORS. PRESTRESSING TENDONS AND ANCHORAGES. - X A. PRESTRESSING TECHNIQUE. - - e. GRADE AND SIZE OF PRESTRESSING TENDONS AND ANCHORAGES. - - 2. THE INSPECTION PROGRAM SHALL VERIFY: a.SIZE AND LOCATION OF STRUCTURAL ELEMENTS. - X b.TYPE, SIZE AND LOCATION OF ANCHORS, INCLUDING OTHER DETAILS OF ANCHORAGE OF MASONRY TO STRUCTURAL MEMBERS, FRAMES OR OTHER CONSTRUCTION. _ _ c.SPECIFIED SIZE. GRADE AND TYPE OF REINFORCEMENT. - X d.WELDING OF REINFORCING BARS. - - e.PROTECTOR OF MASONRY CURING COLD WEATHER (TEMPERATURE BELOW 4CFF) OR HOT WEATHER (TEMPERATURE ABOVE (NM - X T. APPUCATION AND MEASUREMENT OF PRESTRESSING FORCE. - - 3. PEOR 10 GROUTING, THE FOLLOMNG SHALL IIE VERIFIED TO ENSURE COTAPUANCE: a.GROUT IS CLEAN. - X b.PLACEMENT OF REINFORCEMEM7m5 Tx-TArticToRs MD PRESTRESS-NO TER,OLLIS.MET ANCHORAGES. - X A. PROPORTIONS OF SITE-PREPARED GROUT AND PRESTRESSNG GROUT FOR BONDED TENDONS. - X <1. OONSTRUCTIoN OF MORTAR Jowl's. _ x 4. GROUT PLACEMENT SHALL BE VERIFIED TO ENSURE COMPLIANCE WITH CODE AND CONSTRUCTION DOCUMENT PROVISIONS. X - D. GREARTNG OF PREb 1.-bb NG BONDED TENDONS. - - 5. PREPARATION OF ANY REQUIRED GROUT SPEDMENS, MORTAR SPECIMENS RAND/OR PRISMS SHALL BE OBSERVED. X - 6. COMPLIANCE WITH REQUIRED INSPECTION PROVISIONS OF THE CONSTRUCTION DOCUMENTS AND THE APPROVED SUBMITTALS SHALL BE VERIFIED. - X 100% SUBMITTAL - NOT FOR CONSTRUCTION REQUIRED VERIFICATION AND INISPECTION OF SOILS VERIFICATION AND INSPECTION TASK CONTINUOUS DURING TASK USTE0 PERIODICALLY DURING TASK LISTED I. VERIFY MATERIALS BELOW SHALLOT FOUNDATIONS ARE ADEOUATE TO ACHIEVE THE MICR BEARING CAPACITY. X 2.VERIFY EXCAVATIONS ARE EXTEND:SI TO PROPER DEPTH AND WAVE REACHED PROPER MATERIAL. 3.PERFORM CLASSIFICATION AND TESTNG OF COMPACTED ALL MATERIALS. X 4.VERIFY USE OF PROPER MATERIALS, DENSMES AND U17 THICKNESSES DURING PLACEMENT AND COMPACTION OF CONPACTED ALL. X - 5 PRIOR TO PLACEMENT OF COMM rtco FILL, OBSERVE SUSGRADE AND VERIFY THAT SITE HAS BEEN PREPARED PROPERLY. _ X SPECIAL INSPECTION NOTES (APPLIES TO ALL TABLES) A. THE SPECIAL. INSTRUCTIONS USTED ARE IN ADDITION Ti) THE CALLED Th5PECTONS REQUIRED BY APPENDIX CHAPTER 1 SECTION 109 OF THE C.B.C., AS AMENDED. SPECIAL INSPECTION IS NOT A SUBSTITUTE FOR INSPECTION BY A CITY INSPECTOR, B.THE SPECIAL INSPECTORS MUST BE CERTIFIED BY THE CITY OF CARLSBAD TO PERFORM THE TYPE OF INSPECT/ON SPECIFIED. EXCEPTIONS: 1.SIAS INSPECTIONS BY THE SOILS ENGINEER OF RECORD. 2.WHEN WANED BY THE BUILDING OFFICIAL. C.UT IS THE RESPONSIBILITY OF THE CONTRACTOR TO NOTIFY THE SPECIAL INSPECTOR DR INSPECTION AGENCY AT LEAST ONE WORKING DAY PRIOR TO PERFORMING ANY WORK THAT REQUIRES SPECIAL INSPECTION. D.SPECIALLY INSPECTED WORK TAINT IS INSTALLED OR COVERED %MOUT THE APPROVAL OF THE CITY INSPECTOR IS SUBJECT 10 REMOVAL OR EXPOSURE. E.THE CONSTRUCTION MATERIALS TESTING LABORATORY MUST BE APPROVED EN THE CITY OF CARLSBAD FOR TESTING OF MATERIALS, SYSTEMS, COMPONENTS AND EQUIPMENT. F.A PROPERTY OWNER'S FINAL REPORT OF WORK REQUIRING SPECIAL INSPECTION ?MST BE COMPLETER BY DIE PROPERTY STONER, PROPERTY OWNER'S ACENT OF RECORD, ARCHITECT OF RECORD, OR ENGINEER OF RECORD AND SUMO:TIED TO THE INSPECTOR SERVACES ONISION G.AN APPUCATION TO PERFORM OFF-SITE FABRICATION MUST BE SUBMITTED TO THE INSPECTION SERVICES DMSION FOR APPROVAL PRIOR TO CDP2018-00311SUP2018-0005/SUP2018-0006 100% SUBMITTAL - NOT FOR CONSTRUCTION READIED BY: OLSPECTDII DATE "AS BUILT" ACE- UP OATC REFERENCE: CALTRANS SOIL & ROCK LOGGING, CLASSIFICATION. AND PRESENTATION MANUAL (2010) GROUP SYMBOLS AND NAMES Graphic/Swnbol Group Names Graphic/Symbol Group Names rw:ers: ',.0. Well-graded GRAVEL Well-graded GRAVEL with SAND / / CL Lean CLAY Loon CLAY with SAND Leon CLAY with GRAVEL SANDY Icon CLAY SANDY lean CLAY with GRAVEL GRAVELLY loon CLAY GRAVEU_Y lean CLAY with SAND 3'&‘.5-• 00005 000; %et GP Poorly-graded GRAVEL Poor1y-eroded GRAVEL with SAND I • .4 3 0W-GM Well-graded GRAVEL with SILT Well-groded GRAVEL with SILT and SAND 7 CL-ML SILTY CLAY SILTY CLAY with SAND SILTY CLAY with GRAVEL SANDY SILTY CLAY SANDY SILTY CLAY with GRAVEL GRAVELLY SILTY CLAY I • .• GW-GC - tNeeiRVEL with CLAY V a 4IIII•of,Neke.A:,E4 graDfLAY and SAND ,. o0 GP-GM Poorly-graded GRAVEL with SILT Poorly-graded GRAVEL with SILT and SAND 11.-' ML A T V w EL it l_ h Y S S A IL N 1Y 0 CLAY with SAND SILT SILT with GRAVEL SANDY SILT SANDY SILT with GRAVEL GRAVELLY SILT GRAVELLY SILT with SAND 3,S 0 :³:i el ,,,, Gle-GC Poorigio8VRAVEL with CLAY P r L s&RAY7PgrtfyGMArsgha 'nd a ( 1:1 SILTY GRAVEL SLTY GRAVEL with SAND e-' DL ORGANIC loon CLAY ORGANIC loon CLAY with SAND ORGANIC loon CLAY with GRAVEL • SANDY ORGANIC lean CLAY SANDY ORGANIC loon CLAY with GRAVEL GRAVELLY ORGANIC loon DAY GRAVELLY ORGANIC lean CLAY with SAND # GC CLAYEY GRAVEL CLAYEY GRAVEL with SAND c...... SILTY. CLAYEY GRAVEL SILTY. CLAYEY GRAVEL with SAND t DL ORGANIC SILT ORGANIC SILT with GRAVEL ORGANIC SILT with SAND SANDY ORGANIC SILT SANDY ORGANIC SILT with GRAVEL GRAVELLY ORGANIC SILT GRAVELLY ORGANIC SILT with SAND .. Well-graded SAND Well-graded SAND With GRAVEL • SP Poorly-graded SAND Poorly-graded SAND with GRAVEL CH Fat CLAY • Fat CLAY with SAND Fat CLAY with GRAVEL SANDY fat CLAY SANDY tot CLAY with GRAVEL GRAVELLY tot CLAY GRAVELLY rot CLAY with SAND .• f , SW-SM Well-graded SAND with SILT Well-graded SAND with SILT ond GRAVEL 1. • SW-SC / Mil-Eacied TO with CLAY S TY c" reg_VglincriSita3 'nd GRAVEL MN Elastic SILT Eleatic SILT with SAND Elastic SILT With GRAVEL SANDY dastic SILT SANDY elastic SILT with GRAVEL GRAVELLY elastic SILT GRAVELLY elastic SILT With SAND , il •-SM SP Poorly-graded SAND with SILT Poorly-graded SILT and GRAVEL SAND with VEL • Sp__SC rgokigro&MAND with CLAY tRVIEVO NEI_AthanGATIATEt r e '''', OH ORGANIC Hot CLAY ORGANIC fat CLAY with SAND ORGANIC fat CLAY with GRAVEL SANDY ORGANIC fat CLAY SANDY ORGANIC rot CLAY with GRAVEL GRAVELLY ORGANIC tot Ule with SAND • •SILTY 51,1 SILTY SAND SAND with GRAVEL • SC CLAYEY SAND CLAYEY SAND with GRAVEL 1 OH ORGANIC oiootic SILT ORGANIC elastic: SILT With SAND ORGANIC elastic SILT with GRAVEL SANDY ORGANIC elastic SILT SANDY ORGANIC elastic SILT with GRA VEL GRAVELLY ORGANIC elastic SILT GRAVELLY ORGANIC elastic SILT with SAND SC-Sh1 SILTY . CLAYEY SAND SILTY, CLAYEY SAND with GRAVEL 'Lk t k a a it g.k i PT PEAT ..r./i., ORGANIC SOIL ORGANIC SOIL with SAND ORGANIC SOIL with CRAWL MIN gZSZ2 ra with GRAVEL GRAVELLY ORGANIC SOIL GRAVELLY ORGANIC SOIL with SAND i• COBBLES C/7 -f...: COBBLES and BOULDERS BOULDERS -(--r-/ - /--1 "H APPARENT DENSITY OF COHESIONLESS SOILS Description SPT N go (Blows / 12 In.) Very Loose 0 - 5 Loose 5 - 10 Medium Dense 10 - 30 Dense 30 - 50 Very Dense Greater then 50 MOISTURE Description Criteria Dry No discernable moisture Moist Moisture present, but no free water Wet Visible free water PERCENT OR PROPORTION OF SOILS Description Criteria Troce Particles are present but estimated to be less than 5% Few 5% - 10% Little 15% - 25% Some 30% - 45% Mostly 50% - 100% PARTICLE SIZE Description Size (in.) Boulder Greater than 12 Cobble 3-12 Gravel Coorse 3/4 - 3 Fine 1/5 - 3/4 Sand Coarse 1/16 - 1/5 Medium 1/64 - 1/16 Fine 1/300 - I/64 Slit and Cloy Less than ow APPROVED 1.10.11. e. PLA/112 1.1111. REVISION DESCRIPTION 0001 11.001. DATE DA1E OTT AMOY& Hole El TIWEPOTIATVI CIR. PF 427110 FARES 3/31,70 01,1£ DRAWN'S no. PROJECT NO. 499-5 6042/6056 VI= BOREHOLE IDENTIFICATION Srnbol "le Type DescrIption A R RIV RC P iLugt e r t 3oring (hollow or solid atom Rotary drilled boring (oonventlonal) Rotory drilled with welt-cooing wfre-line Rotary core with continuously-eampled, self-cosing wire-lime Rotary percussion boring (air) El • g Nolo: Size in Inches CONSISTENCY OF COHESIVE SOILS Pocket Descripticn Penetrometer Measurement, PP. (MD Very Solt Less than 0.25 Soft 0.25 - 0.5 Medium Stiff 0.5 - 1 Stiff 1 - 2 Very Stiff 2 - 4 Hard Greater than 4 Cooln dfiV01 Size of Sampler (inches) DPI N-Voles (per ASTI 1566-99), P push sample, or os noted 3 Hole I.D. Description of motels! & Lab Tests Bet Doto measured twin! change Estimated material change ol/Rodc bcondcry Bail Dote Tamil° ed at Elm Rammer Energy Ratio (ER ) X ROTARY BORING KL EINFEL DER C SOttle...4 DI., 011C1 0,0g0 I v..534, ,.0,02 PLAN REPRODUCTION WARNING THE KNIE WAVE IMAIC‘611120 AiD4 $24,36-..3.108. IN.1.111:),, WED ,“0,11UMME CITY OF CARLSBAD 11144VCPITATION DEPAITIVENT Miii1T40,TAVA A. CALM REAL Gaza Ra1,9, .030amovms SHEET 28 FIELD AND LABORATORY TESTING Particle Size Analysis (AST1,4 D 422) Unit Weight (ASTA D 4767) Corrosivity Tooting (CTM 643. CTM 422. CTM 417) Consolidation (AS11.1 D 2435) Direct Shear (ASIM D 3080) Atterberg Limits (ASTM 0 4316) 0 Moisture Content (ASTM D 2216) 0 0 0 0 0 'END::PIDESTRIATI BRIDGE' STA 442+0114 c2 El.'CAMINE 134:85' RT CLEW, 46.03' • ; BEGIN PECIMTRON BRIDGE STA 441.80.14 4. EL CAMINO..REAL RT ELE,/ 46.53' PROPOSED SOUND WALL ;EL CAMINO REAL --NRIGHT-OF-WAY\ . , PEDESTRIAN BRIDGE B B. REA), -30 a -40 9 -50 To -NO -70 2 CDP2018-0031/SUP2018-0005/SUP2018-0006 100% SUBMITTAL - NOT FOR CONSTRUCTION KLEINFELDER SWIM.. PIA... ire se. IN., Te.(410)0.11•40,0 Far...00.2.10,0 ASPHALT (4.5") AGGREGATE BASE (6.51 ARTIFICIAL FTLI 630 Lean CLAY with SAND (CL); olive brown (2.5Y 4/3) mottled with pale olive (5Y 6/3); rnoist trace subangular GRAVEL. 2 in. mos. dia.; little fine to medium SAND; mosUy fines; MedluM pleeticity - ',cry Stith very dark greenish brown (2.5Y 3/2) PP-15 tef -0 lUVIAI DFPOSTS 63c) SANDY Lean CLAY with GRAVEL (CL); soft; very dark groyieh brown (2.5Y 3/2): moist to wet; few GRAVEL; little Ins to coarse subangulor SAND; moeUy fine.; medium plaettlelty; hOMOgeneOuS PP=0.5 tot -FSTUARDIF DFPOSITS (Ges) CLAYEY SAND (SC); very soft; dark greenish gray (10Y 3/1); wet highly weathered GRAVEL, 2 in. no.. dl..; little medium to coarse subongular SAND; mosUy fine% medium plaelleity; homogeneous •PP=0 tot -SILTY SAND (Ski); medkim dense; wry dork grayish brawn (2.5Y 3/2); wet meetly line to coarse subongular SAND: little tine=l.a plootiolty homogeneous -- 3" Fat CLAY (CH) at 20.5 feet -CLAYEY SANO (SC); wry loos% wry dark grayish brown (2.5Y 3/2); not mostly fine to coarse SAW; some ffnes; medium politica), homogeneoue -SANDY Loon CLAY (CL); stiff; wry dark grayish brown (2.5Y 3/2) mottled with light gray (2.5Y 7/2); moist; few SAND; mostly Mee; low to medium plasticity; homogeneous -PP=1.5 tat _.- PP=1.5 tor -" SILTY CLAY (Cl.,); stiff; dark grayish brown (2.5Y 4/2); moist; few SAND; masUy Ins% medium plastioity; homogeneous ---\- SANDY Fat CLAY (CH); stiff; wry dark g-oish brown (2.5Y 4/2); wet; soma medium to -1k. coarse subangolor SAND; meetly fine% medium to high plasticity 1 PP=1.5 tof Fat CLAY (CH); stlft very dark grayish brown (2.51 4/2) motUe1 with light gray (2.5Y 7/2); MOM; TOW SAND; mostly fine% medium to high plootleity2 homogeneous PP=1.5 tot SANDY Fat CLAY (CM); very et111; greenish black (10Y 2.5/1); some SAND: mostly fines; medfum to high plasticity PP=3.5 ter - stiff; dark grombh gray (10Y 4/1) _A PP=1.0 tef PP=LO tot CLAYEY SAND (SC): medium dense; greenish gray (10Y 5/1); wet; mostly merEurn to coarse subonguler SAND; little Dna% medium to high plasticity -i - dark greenish gray 00Y VII moist to oat meetly fine to worm SAND; little Mee below 47.5 feet _`.. PP=I.5 ter - CLAYEY SAND (SC); greenish gray (10Y 5/1); wet; mostly medium to wave -\_ subangular SAND; litlie tines; homogeneouz SANDY Lean CLAY (CO; vary soft: dark greenish gray (10Y 4/1); not; perm foe gond, -% few medium SAND; mostly Ono% medium ph:retie:its homogoneoue ,PP o=c0.5 tat -interbedded Fot CLAY with SAND (CH) and SILTY SAND (SM). CLAY (CH); etiff; dark greenish GM, (10Y 4/1); moist to met little One SAND; mostly fine. SILTY SAND (SM): medium dense: -\ dark greenish gray (10Y 4/1); rnolet to wet; moeUy coarse SAND; few fine% homogeneous L PP,.1.5 tet -atizE,Yr„SoAeNtle; ;Cs);; reyd I WI I ;pi= g5:.:sehnI42a(01,1YX„),in:It temis flee to medium -PP(1 tot PROFILE PLAN REPRODUCTION WARNING SCALE: I* = 5' VERTICAL REIPACTIOLO was to ALLAC KATE BEEN CREATED 01. ARVID OLI4ATI LAW. 5?1 20 0 xt: PPALPPAPAti PLAN SCALE 1' = 20' -PP.') to( -SILTY SAND (Sti); medium dense; greenish gay (10Y 5/1) mottled yellosesh brow, (1071i 5/13); moist; mostly fine SAND; little (has; high plastreltN homegentleua -PP=0.5 tat -- greenish Tay (10Y 5/1); wet -Elo050 SILT (Mu); medium DUN; dark greenish gray (b0Y 4/1); wet: few SAND; meetly flneq high plmtlelty; hanogeneoue -PP=0.5 tot -CLAYEY SAND (SC); medium dense; light greenieh gray (10Y 7/1); not mostly medium SAND; little nnes; homogeneous -- r CLAY layer; dork greenish gray (5CY 4/1), PP-.2.0 tat at 103.7 feet -ElosUo SILT (A111); stiff to very ;AIM dark greenleh gray (5CY 3/1); not; few fine SAND; mostly nnes; medium to high plasticity; homogeneous P.1 .5 tot SILTY .SAND (SM); medium dense; dark greenish Tay (5CY 3/I); wet; meetly fine SAND; SOME, Saes; medbm plasticity; homogeneous -cANTIAnn FORMATION (Teal Clayey SANDSTONE; very donee; light olive gray (5Y 6/2) variegated with brownish yellow (10YR 13/5); moist; mostly flne I. medium SAND; some fine% medium to high plaetleity; inn laminations "AS BUILT" RCE DP DATE REMDIED at INSPECIER DATE MELT 29 CITY OF CARLSBAD 39 1TONS.ORTAMII DEMME). CLVETW RACAL ewer t',1417,CLIEV7S,ITVIi...Dh1010 IGT3NADAMITZ05631; APASOVED 1.4.0Rekell K. FIlder, IriMSKRIAIM tIN. TE 42100 DARES 3/31,20 °ME GATE PLR. ous MR. DAIL 1014. 0 OP PROJECT NO ORANING NO 499-5 010I.CER Of .PRA REVISION DESCRIPTION ODD IfellOOL OIT APPPUPAL GOuRD NOOn l 6042/5055 7 02-03-16 Terminated at Dos w-76.4 Hammer Energy Ratio (ERI) - 70% 7 12 I 2.4 30 1 1.4 -40 9 1 1.4 -50 3 1 1.4 Be 7 12 6 1.4 CDP2018-0031 /SUP2018-00D5/SUP2018-0006 :Ell CAMINO REAL B-2 100% SUBMITTAL - NOT FOR CONSTRUCTION • BEGIN PEOMTRON BRIDGE ETA 441+60.14 % El_ CAMINO REAL 84.89 RT ELEV 46.53' ASPHALT.4 /AITIFIEg iA4L FlUASFafiN1CUV(EY SAND (SC); dark grayish brown (2.54 4/2)1 moist mosUy fine to medium SANE; some flaw; with drunks of SANDY CLAY —- samplar on rock —Leon CLAY with SAND (CL); vary dark grayish brown (2.5Y 3/2); moist; little fine SAND: madly linos; medium plasticity —paiLIVIAL DEPOSITS (Or) CLAYEY SAND (SC); medium dense; dark olive gray (57 3/2); moist; mostly fine to medium subongulor SAND; some lin.; medium plasticity; homogeneous -FRIMARINF DFPOWTS (Deal CLAYEY SAND (SC); dirt black (N 2.6/); mold; mostly medium subangulo- SAND; same fines medium plootidly; homogoneoue PP=1.0 ter —SANDY Fat CLAY (CH); stiff; variegated dark olive gray (SC 3/2) old olive grey (5Y 5/2); wet; UtUe One to medium SAND; moony fhoo; mod,. In Mph plaencits some e -% CLAYEY SAND (SC) lows homogeneous tram rootlets PP=1.0 tsf —CLAYEY SAND (SC); loose; dark olive pray (51' 3/2); wet; meetly fine to coorso SAND; soma fines medium plasticity; homogoneous - becomes dark greenish grey OM 4/1); madiurn to coarse subongular SAND; medium to high pleetlolty PP 5.-edO WI SANDY Fat CLAY (CH); very soft; dork groan!. gray (10y 4/1) mottled with light gray (N 74: net; glom• SAND; mostly fine.; high plank:Its homageneoue - stiff; green!. block (1Crf 2.5/1) PPLL1.0 let TenItYfinT,r7nis,2.;gr„r4.4:::!*hd.Mc.k.t?„y,2AtOLne,:l.,;, zonerpkg SAND; PP=0.5 tel SANDY Elastic SILT (Mti); stlfft dork greenish gray (10Y 3/1) mottled with light grey (N 7/); wet few SAND; mosUy fines medium to high plasticity; homogeneous PP=1.0 ref Tel CLAY (CH); very cliff; greenish black (10Y 2.6/I) mottled with light gray (N 7/)1 wet: Mlle SAND; mostly fines WO ;foetidly, homogeneous PP.2.0 fist PP=2.0 tsf CLASSY SAND (SC); dill; dark greonich gray (10Y 3/1); wet; mostly flne to medium SAND; soma Once; medium plastid!), homogeneous PP-t.5 tot SILTY SAND (SM); 100N.; dark greenish gray (10Y 4/1); wet; mosUy fine to medium subangular SAND; some Mies; med.er dadicity. homogeneous PP >=<0.5 tsf CLAYEY SAND (SC); wry soft; dark greenish gray (10Y 4/1); wet; mostly roe to medium SAND; corns lines medium to high plasticity; homogeneous PP=0•25 tel SILTY SAND (SM); very hoes; dark greenish MMY (10M 4/1); wet; mostly fine SAND; Kora fines; medium plaslIcitH hOmolleneour PP 7-03.25 tef - medium to coarse SAND; lees fines non-plostie bill.. 6115 feat SANDY Elaelic SILT (WO; very soft; dark greenish grey (10Y 4/1); net; few fine SAND; mostly lines high &elicits homogonmue Tel CLAY with SAND (CH); medium stiff; greenish black (10Y 25/1); moist; little line to medium SAND; mostly ;nee; high promotions homogeneous PLAN SCAIE le = 20' -PP.D.5 tef -- e medium to mar. SAND at 71.2 hot —SANDY rot .. CLAY (CH); varlegred .N gram m leh t .19 block (101.2.5/1) and dor . k , gro . 16h .roy,(10Y t et; m S mostly three; h pigutigisr h enog:. pp 0 tel mold —SANDY °odic SILT (RN); v.rY soft greenlet block (10Y 2.5/1)1 wet some SAND; mostly Ones; medium to high plasticity; homogeneous trace shall fragments • -PP-D.25 tal -- 4•• tine SOY SAND layer at 91 reel —SILT with SAND (1,1L); dark greenieh gray (10Y 3/1); little line SAND; mostly fines; homogeneous -PP=0 tof —Emetic SILT (MN): greenish block (10Y 23/9 to bra. Or 2.5/); tow SAND; mostly Ones; heshogeneoue —Well-graded SAND with SILT (SW-SM); loose to madkun dense; dark greenish grey OW 3/1)1 wet; mostly medium to coarse ...insular SAND; little Oros; low plasticity; homogeneous -PP-0 tsf -SILT with SAND (ML) TO YELL-GRADED SAND 741}1 SILT (SW-SM); very soft dark greenish eroy (10Y 3/1)1 wet; IltUe tine to medium SAND; mosUy (Ines: Inn ploallotty: homooeneeue END .PEDESTRIAN BRiDGE. STA.442+62.14 % EE CAOINr REAL 64:86' RT ELEV 46.03' • PROPOSFD ' SOUND WALL PROPOSED SCUNDWALL • 02-03-113 Term Hammer flTeri-y-lioiicT(ERI).:.-79% "AS BUILT" RCE- DM OM REMEMED or, IMSRECTCR DATE °..-' CITY OF CARLSBAD 30 munsPormataft CEPATDAZNT ital VOMTVUOil. AN' EL CAVAURV..-89029 MANiCM,MMISql iwARMMCmi: i078,146.9‘17t.37962,1 APPROVED MARSHALL K. KARR mmt,Tmm ,,Liu,,a,,zua Lm.--= OW errs. REVISION DESCRIPBON ,,,,,,,, .... ...,,,, ...., m.,07 _,J _ MO en _to— 6PROX4r NC.. ORAMM4 no 042/6056 4905 Or row OMR ASPROWL OW Mmemmt KLEINFEIR.A.,fi " PROFILE SCALE 1" - 5' VERTICAL PLAN REPRODUCTION WARNING NOT FOR CONSTRUCTION 100% SUBMITTAL '7-.- _I . ! &70'.a..C7ti-N-4 1 zr 7,1,411..z , e , „,../,,....,---....; ..... ,... ;z, , ----, , - ., V / N , •e MDR STREET USNT MUDGE NERCLPT EASTINC •1 / .I.,,, 2403: SOOT UONTIX) CRON. 3/4--290000 ES .... mrtto auk% PER cora 2/31. '-'-'717Z.77.;7 '-'-'7 A \ 1 I UNE -1::--zr, 0 rcETZMW-macr--- EL EMNOREAL - • 4 -41 - I 1 - ...... L.7111 .... I ! , I 4 1. ..., i aPIIIMUZISINE RIM ONE (1) SCA r i - -- - (-, 1.-0/1021110 M. q 11 0 1.-4110.11R 0 Co. i ti I. ELECTRICAL SITE PLAN KEYNOTES DETIEEDD ICE_ EEE DATE "AS BUILT" .. . T eT-Ls ---IRailthg4, iotTor woo - ... ... ---7 • • . ^ . PULL/OX DETAIL KEYNOTES ormzumnogrianglar CR 0. MP WW1 WM (:) CAST RAI 111W1C COM WALL TATAR RUSH IN NW If CRUX SINSTCH BOX FIN0191 If COM WIN 0E0090 MUM WOO SLOTS MD RECOSLO TOO OWN TOPER MON NUTS. mu PANT Tcs, NTED MIT COLOR IS SEIECTIED 00 1120SCAn ARCIITECT. 0011011 OF COM OE TONDO *TX ISTEITEAL CAST ISINTIECIO AIM ® EOM IS AM SPUME OPFER BILIDINDIT MOO TO METALLIC COM MEENIS 6 MIMI LLO BOTTA, 10 ano. MEM 0-0. SLACK NM 1044100 MM. :V COVER P0.11101 caraCIE TAMMY Ma, NM MOM COON NO F1491 IT NATO, ADJACENT PAM MOIL 007.R9, NMI PISTALL F1USH N TOP 6 MBE M101011120%. RPM) van unNO DAN ADD REM= MU MN OMEN POO 11.1Ts. ® PAWL mix D. NED P.13. EWE 0 Fromm CIAIR MUM PLR STECFP.ADNS. DaDEDND DATE CITY OF CARLSBAD TRANT,DTTATON DEPARSTET4 SHEET 31 In'NFEL DER TOA)SIF,50I.41004 3 - Zrar I AP/RCAF) UARMUL R_ANIL LON GIIIIL WE MM. RERSIOH DESSIIIPROR ova TeNN, APTARAT. EDN 00, Ewa er AM LIT _Li_ ELECTRICAL SITE PLAN SCALE W 110 OAR AML OMER OF11910 InTuRIAIN01 RATTAN .....-. TALI PqM.,[1.1 :xxxx.sou 1. . 27 OMNI. NM 499-5 ....TOBNIAIMI EL GATANOREN BRIM NAPSCPEACATSATCRAWURAIO NECTSDNi 97CA:AY,ICGCADAADGET.ERAL NOTES INATTNAND net. Pt lb. L0111.] wino CATE PROTECT NIX 6042/0058 ELECTRICAL LEGEND ABBREVIATIONS DESCRIPTION mon ARM PRAM NM NOIRES 11111319.PMS GRAVY =TOM ELECTRICAL COM (IRE 24. PART WPM MINIM LRCM. OR FOMENT 010.140510 09000101 INSTINO CROLIND-ONLT CROAT INTENIXTER MIND 1O(O (K) Clt MAIN 10:0 ORCIA)S UL (loot) KUM:Limn (k)4A) lOWNATT OW 14000 PROISCIVE COON WlESS 0,1111TIAZ HOW) ATAINESPROM GENERAL NOTES I. M. MN TULL FE * IMPUNILE VON 1101101001140 Lf TIR CEC AND NEM APPIMALC AS OOZED OT ITE LOCAL CROTUROES RO COXS Cf MORNS NAJCPAURES. 2- AL REMO& ERWIN AM TO OE MAD IN COUNCIL* MT TEE PROEM SELPTCATIOIS MD XI ODER FILLATED CONTRACT 1:110.11•9113. IXACT WCA1100 924 NO MAW Cf COON OURS% OBSTRVCROVS Rff1/012 011ER COROMORS NEIN NAY AMC, TNE FINVOSEIT 11C01 EMMA 111E PROEM TIE COMMICR Walla DENY PRECAUTEN TO FfenDIT DAME TO OLISINS NM ANT IMAM TO MOM UIUMS 011 SINICIRES MEM 001011001001 SOIL SE IMMO, REPAME: 011 PIPLACED ALMILIMIX TIE MERV DAMON AT TE EINIXACTOM DOME 4. MOULT TOONE 341. 000110101 DRAWW/SPECHCATAIS NO BE RIAPAISSLE PLR DE MORA RM. MA TOMS NO MIMEO AT 2A01 LOCATIN AS NOCATITO (SNOUT stesimmu. umuifox. Pi AS MOT AS NE oilAwas AM GEMAALLY DICSDAIDIATC ATO BECAUSE V IRE MALL SCALE LF ORANNIM IT IS NOT POSSELE TO ODOM OUTSETS FWD= ADO ALOOSORIES WM Mr EE MOINED. MAMA nENDS RDIJND TO WET 1.101 CCTIORXTA AT NO MST TO INE OMR. a. IRE SIANG EINTONS. 0.1MITT 020 SZE Cf IVES 000 0001110 ME UM WM MEOW MOM OVIMULTS TECITOCAL LOOMENT. 1100FCAT915 APPROM DIT ThE AROTTECTANINEER MAY BE NM IT DE COMMON At NS 09DISE TO ACCOMODATE MIMEO' ACTUALLY MCKIM TNE BOAC MO. NM *Elm OF MOLL SIVEL GE MIXINITO AS *MATED ON LRAM* NO SPEWICAMIS. a. ALL AMU NO ERNI01 901.1. NOE NI INSKAILLI SOLAPIOT CROVIDN6 COUTCTOR ROMEO Nni DHANWED. COMMITS. SISTER AW ECIAPROII 010000010 03R1WC. WAL-K 97W NO ISSAUED AS RAW= fff WC WWI. CDP2018-0031/SUP2018-0005/SUP2018-0006 GENERAL NOTES T. IRMO MURES 5211 MAW 01011100 NAIL BE SWUM 00 MOO 14 ALL ELECTIOLAL SOMAS MAME° At 41 MIX ARO MOW. EMI MOOD RAE 9.811. ST MINATO AT TM WAPPIAT WWI) BIR CR TERWAL WORM CRAW WS 9141W SAM POT CSC MOTU O. AIL CCTOJR3 WU. HERRMAN TRADE WE Of ALL COMMINTS SEALL VG AM EINEM TM 11. AIL MOOT III) erunoi CIRCUIT ORM SHILL BE COPPER I/1 RACEWAY. PC? SPEORCARCHS. REWRAPS; Cf IFFIXATAI. A.111MORI 1111110. 1/C BASLE OR ur BASIL ava et NW. 10. 001 113IFY MEM 09221016 ADM 0111. 010.11/ WORM WNW CP MY INMEPAN112 ER (MOM SETVEEN FLANS NO ACTUAL COMM MR TO 9.2911n100 DIX 11. If MEE NFE 0910.911 NOM 1030 ELECIACAL 05ANINM ER INNEN IDENDDIL ORAIMOS No DIC siloncAMS. OR WNW. 1TE ELECTRIC& COWIN NO ANL am 00/11110. BD OR WORE COMM CR ITLABOLUE NUM OR mato= Nam A.10 CALL 1110 1:15041002101 TO 1NE MIL INGTHERWELECIRCAL ORTAWS AROMAS SWIM WE WSW, nS OISLRETOI, CROOK TO ROMENT TIE MOEN 011 SOUR FSECOXIM AMR 90 ORM% A OMNI OIATOE MLR WI. BC ISWE1 TO WEE WIRTAC1172 ELECTRICAL LEGEND SYMBOL DESCRIPTION SYMBOL DESCRIPTION ROMEO] MOMS nznac TM ME FORM MEDDLE FM LOU A ALP %MALE. NO NOUNTINI NOM101101. MEAL FOR MOM BRANCH CIRCUIT DESIGNATIONS: KOMI LIMO IMMERSE NORD. CONITIMINC SVIM 1. COWIN 101H 0,11 WORM PLUS 1110 EQUFNENT GRONMS CESOUCM RC cow= MAIM CROAT MATER IMMO Drum LOOM YAM .M0 CONINCITTO PM 1910 LOIFITENT CSC ORMONG COMM. MEN LIM MOTES PNIELOOMO IPATFLIING nNILRE RECESSED LIS S1EP UMT. I- LOMAT Wall MO OVINICIMS FINS MG MIMEO: =Dem =NEM. 0.1 IS MICIER DC* VD POT EEL. MA A MUM MACINT TO IXE IN RN LOMAT EA. 91010.131. 101/1110 PALM AMIN. 024 IMICATES TM CONDUCTOR SOF TO DE MD IN LOU OF AM OMNI, 89114.01, LAITOONO MIMI* NE EC SKILL MOMPER ar.. 0011. N CRATIE MINIM MI NON OR 112/MOLL MINN, WOOLED •11019 MOR 94:8 UNDEROMIND. MOW TO INTICATED POLLTIONO TIL1 NUMBS (1.0 MEM MAIM ORM MGM A-1.3 011101111 LITICEALEDA NM OR OEMS SPACE e-31.5,p3 EC INNEATES I. CONON' MTN MOM (.3) 8 AM 0:101/CRO3 4 (I) 13 EQUIVOIT . GtO el) CONOIAT 011.13-0.11 MAHATMA =TIM NOTE MENENCE (MEAT X IEPP MOVES NEM T1T SIEET 22 (TOMAS) 109 MANCH MONT NIRM MIT KW MEANIE VOICE MOATS SHALL COGNATE MON NO MIME-POLE MOAT MMUS AS MONO 81 ac 0400) Inhat ar loys c'siuregrik WC% r,,AnEir LE ERATO MONT . EACH SMTLE-MILE TEAM OMR MAU. U.0M. AP IME A INTOCAITEI !MAUL CONSUCTER EMT IXE PATIO SCI MILES MP MOAT MERCER MOMENTS. 000305BIDIB .41: CH BOTH SIDES W BPDCC \ 21 E;142 COMM "' Eti 1230111 000 CF Raz roD 0314530.0001 71504W 11041 0311.3.3 CAST 113121.01 02.30101220302 0.11V3L3 , LIGHTING ELEVATION AT BRIDGE C. ), SEAL 1/r 1-0 2.* „.—R104,..•00• WAY LIGHTING PLAN AT BRIDGE C211.53 1 /8" • I-0. 6. RATTANS Pmumo.mr. 110E1 1110.16,01 :1 17230.030 CITY7R.....”0,LCAJ„LSBAD rs39 27.0P.322012 331,1011E2.11623.1CACMCNO c411=11,13: 3011r.,/ W.2(0321A0AMOLt7/43 SHECT 32 [11-5-'1,011M 1.01,-.1 11243-2 ;IEEE 7050(07040. 6042/6056 0000040 03. 499-5 11132223/131176 E4,213. 21, 42/93 130122 3/11120 0417 CDP2018-0031/SUP201B-0005/SUP2018-0006 100% SUBMITTAL - NOT FOR CONSTRUCTION 1,2004400 CO (0011114 ZOE CF 0111000) l.4,001 10 EC (105Th 30E Cr ma) !. 01(7.1 A;MC, 1..," .. / / : ..i . \ --2! ..... .r •• .., I/ I _ ..iy<nr irtif 4r .i. (BVIOHJ I i .. FIRM: 1 r1504011 ..,C,012F, TOP OF 5(0)504E % •i '"/ ' / / l'-3F0Hr031 -19211711911WW.KoleAiod0k03lbOTOT6x e gr. •Ir MY ••• 11\ 4 ; ••• •••• , BRIDGE SECTION WITH LIGHTING 5022e 3/4' - 1, 11 2' 4. 0/4' : 4/0.2004115 WALL "AS BUILT" 1100- L1P 03EE REHOAI'D OY: wwocicu DME ItME 0611, AMCML An)NF EL DER 1-04 74,04 04.41 04.12.3 c00:3 141 E010403404720.1010.2331010 MTAL CM ORRIN. MCC Fenn (66,6111 CC MAK REMSDN DESCRB,T,ON FIXTURE NOTES 0 FTTMNE DEMECTONS MAMMAS INWARD TN 1NE FLANS RIO SNAIL COIPLY VAIN DIE IPINJCALE RID:UR/NM OT 11111 LA, CAROM MGT ORM/ICY RECOUVRENS. 0 CCALOC MINERS um SAND IX1 NMI INTORKM/21. SAM IMMURE AND PROTTNE171C DMA CO MAD AT ME TIE Ef FROECT CESEN EY TURPti k RATTAN ORENIMIC. NM MD MI RIMED TD COMET DE FERTMESINDSCONANCE FETRACTD. ECM MIRE MIST FE PR0V00 CONNEE MIN Al. FRENOS AS IPPACORNIE FOR PREFER IMUNDNO Al TIG LOCADENS INDICATED. :REY ,10,j,N.i5RIC.0.1,.. .- S7CE.,_ MOSS 6R,OGE . ...... .. J. .. cvsruo on (IiiWII0V1:11,) , • 11.4-b2"010.4 ELKO o.ambh IR 2 %a OA atn:i 75"-ail.1 1 4P o.a2cos !o.c .11.3-01 1,./. !c1.7 1,..1 *az .C‘N 1111 .11.4 'ke• 1,4..TIA.01-.D.7 2114-53.72m2a.s2as:o.s.111.3-!oA 1..s;k 'o.D ORD.0 A.D .11S 13 .0.5 "1g .45 12 .11 %.7 .144.'1UR 1111..1.1 TOE SJY.E--) Q I la, OF .i1.0;q: —..,./ i i . —L.\ 1 1 1. \ i , 1 i ,, i af` 0,19011) 1001CANDLE LEM. AT MADE TMECAL) "AS BUILT' RCE— EXP ONE REVERED ST: MS,FCEDT. DATE (7tY.Fgt,',,. SHEETS 39 1111.1.1.r.,',1"""'" ..•...,1,. Z.."Jaren=as/ ....... /An TRCI PROOKOT A 1 vciric.nl,n gal out MAL Tn.. or TANN DAR NNE NITA. REVISION EIESERIP710N cnv ANKRAL OMER ARKVAL MAKARsGRAV NA Et CCM BERME 484101IFWA78.47TAVMR070 LavermworaVertC8ROYAN9P.M.NUOCAVE MARVEL, 14411-40 K. MA117 PROACT NO. 6042/9059 MARINO NO. 499-5 INCEPERTANXIDIECEN FlOATS 100010 3/31/M DUO CDP2018-0031/SUP2018-0005/SUP2018-0006 LIGHTING FIXTURE SCHEDULE FIXTURE TYPE MANUFAC et/REP ANL, CATALOG NUMBER C.) EQUIVALENT MANUFACTURER SUBJECT TO APPROVAL OF SITOP DRAWINGS LAMPS FIXTURE DRIVER TYPO 0 MOUNTING DESCRIPTION TYPE WATTS COLOR TEMP. INPUT VOLTS TOTAL INPUT WATTS 0 sm LI: F, 51-1. rir277Y CR ECM. BMW= TWA. ER MEMEL CORM IMO WPM LEO AND (COAL CR USD TOTAL /ME 14QATE) 40V K Izo/277 EULLIRONC RECESSED It w• x ..r NKR X S.M. M. REM, MINED 807 UDEN LED SlIP OCNT NMI OPAL PCIACIA301141E LENA DE CAST ALIVINNI NOM: MTh MT VET/WC RAM NM IIMEGRAL 1410111440 ILL USED TOR MT MARCUS 100% SUBMITTAL - NOT FOR CONSTRUCTION LIGHTING PHOTOMETRIC STUDY TTNE lit - t-T inNFELDER .1111•10 stotr•rrse e ALTARS Tow.cown; .mai.r..ATIC I 100% SUBMITTAL — NOT FOR CONSTRUCTION 9000-9 1.0Zdf1S/9000-9 LOZdIlS, I. COG-£1 I.0 '4c100 g altlgr = ar"" . r ki -Mrti. 125111 .. Fil ro g I I i ; i " E; .0 17, wa 1! al a n a- .' 5 I .: I g a a 1 2 a 1 1 4 .. If - 2 : 31 . i , " W I fil s'i FE 1 ' 1 k 1r ? 3I if 11 . If i / w P 1 1 I lift i i I s it i 11 - '2. Itii 2 OA U1 t 4 1 - i i I ! r , i - -' ' s 1.11 i" ,' : a fi --i g Ng_ ass i a i 2I 4"1 i i 1 g Is .44; IF il ,T• al ii hi kg' 51 a5 ; a ; P gi ti ..l' I i' E 3 - . _ 3 i pit.3 a ; ' i 1 i - i r '"Witii a N r11:1: 1 iigsE. , .. 11 ssz i n !I ;1 tt ; a i a 1 r ga 01 aE I • 1 di I! , Pir ri a I' a , 1 1a la i a "-- 11 2 "1 I - kr E Ai _ ta A. a ig „it.. tii fl I a a i 0 k .1 a ; i a a . kg 2 4 i 55 .... -.2 a ti 1 .4 5;.1 , - 31 1 .,.- - . , ; wa .. aggh . a 1 11 .S 51 ! . ! i , 1 .1. I 2a to C 4 . ii a 511:44 -11114Ihi f l ailifUl Pillgips a I - ' :IS NIN a 'W aa l i . it..r3 iF • - I I i i. 1 a N iR NI , 3 , ieg .‘ - I 1 9 $ 3 i . EOM, autg,, i ft' I i Tht f 1ff, - i 1 izi i 1 'MI.1 p PEt I _ - i i g q 7Te ig= Ok co Ca, N P 8 gr:A- 4-4 30 a qw 1 1 9 2 2 100% SUBMITTAL - NOT FOR CONSTRUCTION f 1 SECTION SCALE: N.T.S. Miloa PATE DAR rivAL DAM x•nrAro..1 DIONIER Or PAU RENSION DESCRIPION Crt1611 ART1044 IRRIGATION SCHEDULE SYMBOL KANUFACTURERAIODEL MC PSI DPW RADIUS 1:0 6' POP-UP TREE SPRAY MEAD PER DETAIL A RAIN BIRD I SCR.SAM.PRI3 ELITE 11)00/1P COVER A 0041 NOZZLE QTR. 30 0.12 4.8.1. e 6 POP.UP IR RE SPRAY NRAO PFR DETAIL A I 508-6.61/-FRS WITH 16C0 I/P COVER 6 1.11).0 NOZZLE ar: 30 0.2A ir IRRIGATION LATERAL LINE V.• FTC SCHEDULE e,) - - PIPESLEEVE: 2. PVC SCHEDULE 40 -EXIENO Ir BEYOND EDGE OF PAVE/RENT ANC. DO. SURFACER - --. --. EXISTING MAINLINE (APPROXIMATE LOCATION. CONTRACTOR TO VERIFY) NOTE: BEE GREENSOOK SPECIFICATIONS AND PROJECT SPECIAL PROVISIONS FOR ADDITIONAL INFORMATION REHM:. COI .9. ownwRzk ststcc AlictwarsATc.A.,vic,m4:, ..29.GATICNALAN •• 6042/8056 "AS BUILT" NORTH INVECIOR DATE LEGEND 0 INSTALL 2 ABOVE FINISH GRADE III SHRUB AREAS 1 FLUSH WITH FINISH GRADE 111 TURF AREAS 0 FIN ISH <AARE 0 INZAUPIICIOY WITH SPRAY NOZZLE. REFER TO LEGEND 0 I r MIN. SOIL COVER 0 SWING 4011IT ARSE/ABLY. 0) PVC SCE 40 STREET El t 9 INITH (Dr THREADED PVC SCH RE NIPPLE 0 LINE SIZE PVC SCII AO SLIP %SLIP 08 FUR TEE OR LINE SIZE SLIP XX. PITT ELL AT TERMINAL ENDS 0 PVC NON-PR ESSURE LATERN. LINE. NOTES: 1. REFER TO PLANS FOR SPECIFIC DIMENSIONS MO IRRIGATION NOTES FOR SPRINKLER PLACEMENT. N. USE TEFLON TAPEON ALL THREADER CONNECTIONS. 6" POP—UP TREE SPRAY HEAD CDP2016-0031/SUP2018-0905/SUP2018-0006 VERIFY EXIS-ING IRRIOA NON CONTROL VALVE AND 50011010 OPERATIONAL. TEMPORARILY REMOVE DIG HEAD:SIAM) FLUSH OUT ENDOF UNE PRIOR TO AIN (MORN. 14CR1FY EXACT LOSATICN OF EXISTING LATERAL .INE. CONNECT TO COSTING LATERAL ME AID UTE110 TO 1IEWIRRIOSIIOH REACH. RCN UST NEW rlEADS TO PRONE. WATER TO ICE/TREES - • •.--..... VATVOUT OVERSPRAY ONTO SIDELVALX OR UM .....-- ...... rl , *mmmowlemmemmaTams7 EXISTING LIARILIIII CAPPER AT LIMIT OF LANDSCAPE \DEMOLITION PER SHEET 35 /\ PROPOSER TREES PER \ PLANTING PLAN &HEUSI! • N 391A Num4I .5Cr41 ktua Too Div.. CA 11,41 619.2.1:11:.7 ••,,,k,c•Avc, ;. Kt EINFEL DER 000Posi MeS.S.1•••240 0.LO maim. 'CL WC, 101-100.• hor.1.`4,,,••.•• t'r 111 El. C.,4M121.10 RE-01. 100% SUBMITTAL - NOT FOR CONSTRUCTION ,tJ I I i O , ., Coll NEcr 10 EXIS11•10 LATERAL UNE ANO \ \ `-.-.. EXTEND TO NEW IRRIGATION : HEADS. . \ ,c. ',, \ WORK. R , \ \ \ \ '',. ADJUST li EW MEADS TO pROVI1F WATER , \ TEMPORARILY REMOVE END IlEACXS) AI 0 . ,.. FLUSH OUT END or LINE PRIOR TO ANY . ' VERIFY EXACT LOCATION OF.AND VERIFY cxisrma IRRIGATION CON,. i VALVE MO SYSTEM IS OPERATIONAL . ONTO SIDEWALK. UTILITIES. 0.0.. ETC. io NEw TREES 1611•110U- nvER6 R.••Y ; ) JirImm ETRMe••MR•11111.1. ! 4RMEM m•ims 01•1•••,••,••. I WITS Cf WORK I I 11 6,4* ; I •Is .041! , \ \ \ g --\\\ \ .0\ \ • \\V\ I ; • 1 j I • i 4 i , ) I , : CHAIN UNK'ONCE 1 I • 1 PER CIVIL PLAN 4' , /1 ' i: //r : 1 i 1 1 / Diameter 11" Remove 10" Protect Common Name Lemon Gum Eucalyptus Monterey Pine EXISTING TREES LEGEND Reference 9 Species 1 Cotymbla cltrlodora 2 Pinus radiate LEGEND X REMOVE EX. TREES 9 SEE CHART FOR TYPE ANT SIZE f ,-r i J7 I i --------,-- - i : __.-- I f I • : ''.--- --/'-• •--::..:.:-.!,., 1i : I: las -11111 • . • • • • • • • --- ................. 741 EL CAMINO REl4L t EX. TREE 114 REMOVE gYP.) T REFER TO C HART FOR TYPE """T ....AHD SIZE 3 X8 Mg On!OD!O RtO o'omoo 6 % 7 10 12 11.4 \ EX. TREE TO REKEIIII • *II, X .\\ PROTECT IN FLA,. 1 11. 11 X 22 •• • -• , • . .1.. • .. • \ •1.11111.1,••11111•111111111MOIRIEM•NIMMINE11 LIMITS OF 1.4113RK • \ \ \ \N\ \ Jepekers samm.as• I { el Ns', \\ \ I I, 1. 1 •I ; 7 7:71. X. I.E417 \ 13 15 , X19 - EX. OAK TREE TO REMAJILPROTECT IH • PLACE 21 X • • tr. srsti `, I *, t k*, ! 29 .4,4% *,4% EX. TREE TO REMAIN 0 PROTECT IN PLACE 24 • ' CHAIR 1111K I' DICE PER CIVIL PLAN .1 1 i / R EMOVE Ali. VEE'DS SUCH AS CASTOR ‘ i / I ..• • SEAN (RICINUS COMMON ISI FROLI .., f I • CREEK AREA V41111111 LIMIT OF WOR K. , I I PROTECT ALL NATIVE VEGETATION. ; I i I " ......... •"'" — •.-• NOTE: SEE GREENDOOK SPECIFIC/OOHS RHO PROJECT SPECIAL PROVISIONS FOR ADDITIONAL INFORMATION NORTH It it " AS BUILT" DATE Rmart-o Br: INSPECTCR OA EFEET 37 IS4114110117 Threivarnorr 77 FL CAVIVOTEC Mr, .v.vitorriermercieromew TREE REEMAL PLAN AMILOM 14.411.1.1, IC P1,1117 TV/MORT 14Fr IT mai MR, 3/3765 IMIE P CMS 01. REVISION DESCRIP1134 IIKE rese. OATE IIM. .13 3 • ..-I RO= 140. AMMO is 6042/6056 499— 5 WWI NM.. CIT V !Masa Of MCP IOW CDP2018-0031/SUP2018-0005/SUP2018-00D8 100% SUBMITTAL - NOT FOR CONSTRUCTION 3 Corymbia citriodore Lemon Cum Eucalyptus 14" Remove 4 Cupanlopsis anacardioldes Carrotwood Tree 16" Protect 6 Pinus radiate Monterey Pine 12" Remove 6 Pinus radiate Monterey Pine 12' Remove 7 Corymbia citriodora Canoe/rood Tree 9" Remove Pinus radiate Monterey Pine 6' Remove 9 Eucalptus sideroxylon Red ironbark 10' Remove 10 FraAnus uhdei Evergreen Ash 12' Remove 11 Pious radiate Monterey Pine 11" Remove 12 Cupaniopsis anacarcGoides Carrbheood Tree 11" Remove 13 Cupaniopsis anacardioidesCarrotwood Tree 12" Remove 14 Pious radiate Monterey Pine 17" Remove 15 Eucalptus sideroxylon Red fronbark 11" Remove 16 Heteromeles arbutifolia Tcyon (shrub) Remove 17 Heteromeles arbutikaa Toyon (shrub) Remove 13 Cupaniopsis anacarcSoIdes Carrolwood Tree 16' Remove 19 Pious radiate Monterey Pine 11" Remove 20 Corymbia citriodora Lemon Gum Eucalyptus 24" Remove 21 Corymbia citriodora Lemon Gum Eucalyptus 15" Remove 22 Plnus radiate Monterey Pine 11" Remove 23 .Corymbla cltdodora Lemon Gum Eucalyptus 20' Remove 24 Pious radiate Monterey Pine 12" Protect 25 Corymbia citriodora Lemon Gum Eucalyptus 24" Protect 1515 Namiel 111,•:1 ktuJ E4K. MT, CA 9'10 61%,..1.11.77 mrsE.144K44.Kot ICLEINFELDER VR4IC Rivet 12E.0 SKI:SKI 01101 fal-16.1 fm.#1111,:a7-10.11 LEGEND COMBED ',DETAIL C SHEET 39) STAINLESS DECOMPOSED GRANITE (DETAIL 0 SHEET 30) RECOMPACT SOIL 12 DICIIES rRon FINCHES SICEVAIR Er.c.E C CONCRETE MOW CURB (DETAIL E. LIHEE1 38) LANDSCAPE MULCH CDP2018-0031/SUP2018-0005/SUP2018-0006 6RPICIPETE STABIILIZEO - CONCRETE CURB RUDER RAILING UMMMIRO.MEMmm ICW CURE CONCRETE EX. TREE TO REMAIN I PROTECT IN PLACE UNGER RAILING .,, • • , . mniutio PER STABILIZER . ,,,,, • \ DECOMPOSED . GRANITE EA C'011a'NETE CURB. UNDER RAILING ''..").' (RAILING P L AE /EN PER ; PL'5'A r . r CONCRETE .. N-1• •• ... .. \ . . MMUS • •1•11P• •• NO; _-----1---- movocv. % \ \ \ !I \ \, , le •i . . . ! \ \ 1 1 1 • ic , \ \ \ I' : 1. .._,....,. I \:.\\ A 1 \ \ i 7 L--",,,,,,\ \ \ \ 1 i 4.--. 1 1 I 5'1 ,' I / ! N i t ir SIDEWALK PER:; GRANITE EL CAMINO RE0.1 _ CML PANS. OECONIPCYZEC 100% SUBMITTAL - NOT FOR CONSTRUCTION STABILIZED DECOMPOSED '' • RECOMPAGI -IMPACTEO NCRETE ''''' -. "--11:r.Da. C.00B87 -; EDGE. MIN. tr PROM mnsticoSIODRAlk MOW CURB . MCWCURN SPS.E TF,2 rye, -22,3' • SIZE COBBLE - . _ " c•coptclirrEcuitii •UNDER RAILING (RAILING; PER BARRIER REPLACEMENT PLAN) U.S 1, 2C BOX .... ...... . (RAILING PEA BARRIER REPLACEMENT PLAID , ,--' • \ \ JAC 1/IN! 2, BOX EX. TREE TO P:NAN PROTECT IN L BARRIER REPLACEMENT PLAN) , I MIMMIM•IMMIMM111119.101111111IMMIEII LIM ITS OF WORK I 8 1.1 ?AZ', LANDSCAPE MULCH r DEEP CHAIN LINK PENCE PER CML PLAN EX. TREE TO REMAIN PROTECT IN RACE PLANT SCHEDULE TREES CODE BOTANICAL NAME COMMON NAME SIZE MATURE SEE OTY REMARKS 0 GIN CAM CINNAMOMUM CAMPHORA CAMPrIOR TREE 24' BOX 404(1 7 A 5CYTS IN 2 TREE SHALL HAVE A STRONG LEADER. SYMMETRICAL CANOPY. MD GOOD COLOR. STAKE PER DETAIL A. DRAIN PIPE PER DETAIL B. SHEET 39. C) J AC MIX JA CARANDA MIMOSIPOUA AACARANDA 24. BOX 25.40'T x 15.30 3 TREE SHALL HAVE A STRONG LEADER. SYMMETRICAL CANOPY. AND acort COMP. STAKE PER OETAII A. SHEET 30. C . ). LAG TVS LAGERSTROEASAY 'TUSCARORA CORAL PINK CHSEE MYRTLE 2.1. BOX IS-NUTS 1540 W 9 SELECT FOR PINK FICIAER COLOR. STAKE PER DETAIL ....SHEET 39. NOTE: 5. SEE GREENBOOK SPECIFICATIONS AND PROJECT SPECIAL PROVISION. FOR ADDITIONAL INFOR ELATION. 2. REFER TOSNEET SD PUS MATERIALS SCHECULE "AS BUILT" RIX- OS DATE REVENZO INSPECTOR RATE ktua KLEINFELDER 69, s asoNS,M• SCA Szn Coco .02181 Tel ICA% MAIM CA RP R. VAIL. US II. Phoppol848e1 Sart Nap, C. RUIN! APLEYL4 z.v..Awc.w.h.LCZZE ,EE,TCIC1SI,?$AZEMNISVAOIII camoscAPrion'ttAbv. AND RANIVO3 POW NORTH 140PSPALL . PUNR APERMID C MAPS:P.3f AIRP cfrr.mg TE ENO SPITS JMI/20 DATE PROSOT IC.. panic 6042/6058 I 499-1 PAR PAR NIP!. PAR PIAP. REVISION OESCRIP110N EPAIREP Of Win Ott mmovnt RPM MIMME INSPECTOR DAM CDP2018-0031/SUP2D18-0005/SUP201B-0006 100% SUBMITTAL - NOT FOR CONSTRUCTION DATE SCE_ OP ALett MARSHALL 'BOB 39 la9.4)11,1011...I.11 MATERIALS SCHEDULE SYMBOL DETAIL REFERENCE L)SCRIPTION SIZE. OR COLOR' FINISH REMARKS SUPPLIER (ALL MAY BE APPROVED EQUAL) X 0 EVA c REMOVE EXISTING TREES NIA GRIND STUVP TO 3F/ BELOW GRACE. MIN. AND REVOVE ALL ROOTS LARGER THAN 3' IN DIAMETER. RECOMPACT SOIL AND PREPARE PER CIVIL PI ANS N/A K .11,11 COBBLE 2'.3. SIZE MEXICAN BEACH PERRI F eurr (TYPE 10 MULCH) SOUTel'AEST BOULDER AND STONE T;iti.C.P.tti STABIUZGO DECOMPOSED GRANITE (0.5.) CALIFORNIA GOLD rmra SOUTIAEST BOULDER AND STONE A 5011051 MULCH TYPE 1 GROUND WOOD AGRISENVICL NOTE: RTAAR IPER DECOMPOSED GRANITE SURFACE SHALL BE MAINTAINED SO TFMT A LMEL. FIRM. STAME. RESISTANT SURFACE IS PROVIDED. RE-APPLY SrAIIILIzER FOR MANU FACT URERE RECOMMENDATIONS (6.10 YEARS). LEGEND C) ADJACENT PAVED SURFACE OR CURD. VMERE D.G. IS ADJACENT To WALKABLE SURFACE. TOP OF D.C. IS TO BE LEVEL WITH PAVEMENTS FINISH SURFACE. CI COMPACTED SUDGRADE TO P DEEP 0 STABILIZES DECOMPOSED GRANITE SURFACE CI Z. DEPTH 0 FINISH GRADE 0 CONCRETE CURB PER OSTAIL • SCALE: 1"=1.-0" Newt 0411071 Of WS NOTE: INSTALL EXPANSION JOIN IR ATOP OM S MIK C) SECTION NOTE: 1. SEE GREENBOOK SPECI ICATIolis AND PROJECT SPECIAL PROVISIONS FOR AODITIONAt INFOR /AMON. OTC REVISION CESCRIPAC01 0 LANDSCAPE AREA PER PLATTING FLAN CI V WIDE CONCRETE MOWCURB 0RD MAAR- CONTINUOUS CENTER IN RCIC.ICIJRN IL. 12. lasKICES1 (). STAB/USED CO OR COPE. PER PARS 0 SUBSOIL COMPACTED ESII TO I2 DEPTH "AS BUILT" RUM BY: 6042 6056 °DECOMPOSED GRANITE SURFACE (D.G.) NOT TO SCALE SECTION 0.1.0r OMIT ARMOR/ A/PPNIL IlOPS TRIMPORTA anclut PT 41101 ORAO IMP. NAN VIT-CM. IAA R., EL CRAW EMI SAWS TORMUASNISATCARTORPOAD LANDSCAPE MATERIAL AND PLANTING DETAILS PLAN () TREE OBSERVATION TUBE PLAN a, SECTION SECTION NOTES: A. REFER TO SPECIFICATIONS FOR 1 LANTING PROCEDURES AND ADDIT/011AL INFORMATION. U. REMoVE FROM BOX voirm AS LITTLE DISTURBANCE TO THE RooTRALL AS POSSIBLE. TREE PLANTING WITH ®DOUB LE STAXING AND OBSERVATION TUBE SECTION NOT TO SCALE LEGEND 0 BACKFILL MIX 0 GRAVEL TILL AROUND PIPE 0 5' PERFORATED PIPE 2.1111 FILTER FLOCK ;LENGTH AS REQUIRED) 0 PLASTIC ATRIUM CHAIN ORATE 0 mast. GRACIE 0 UNDISTURBED ROOTOALL NOTES: A.EXTEND PERFORATES PIPE 1M LOP.. BOTTOM OF ROOTBALL.SLANT BOTTOM or PLANTER PIT TO ALLOW ACCUMULATED WATER To COLLECT AT BASE O. PERFORATED PIPE. SIPHON OFF Ms REQUIRED 10 PR ENEHT ROOT ROT. B.oo NOT FILL PERFORATED PIPE 50TH GRAVEL. NOT TO SCALE NOTE: COURTS AILI_C•1 -0 COVEN 'co% D.:FR WEED MOCKING FABRIC AND SHALL TO. BE VISIBLE THROUmilfluT AREA OF APPLICATION. © COBBLE ON GRADE SECTION kt u 1 39Id Nurotl Ro II Sir. 1)115*. CA 5. Nit MF...2Y4.4F77 REFT.EAsd.c3A) LEGEND 0 ERASES NARY. SEE CIVIL PLANS 0 COBBLE MULCH 0 PER HEAR, E CNFFfl BLOCKING FABRIC PER SPECIFICATIONS 0 SUNDRACE (2)V 01IN.) TURN WEED ELooR1 No FABRIC UNDER AT ALL FOOTS MP) SECURE FABRIC WM STEFJ."U. STAKES,* 24. D.C. AT EDGES 0 IN 5011110 AREA. W-IER E OCCURS SCALE: 2"=t-0" LEGEND 0 WOOD STARE (REESPEciFicATIONS) 0 ";; 1 1 :41E 4REQUIRED. NAIL TO 0 MULCH. REFER To sPEGFCATIONS ADS HARTING NOTES FOR DEPTH A110 TYPE 0 TREE ossERVATION TUBE FOR CAMPHOR TREES. SEE DETAIL B. TI NS $HEET 0 FINISH GRADE 0 PLANT TABLETS IS. REILW GRADE) 0 FLANTIEG FITTUR000HEIIEDSI505 0 BACKFILLMIX ;RIDDLE AND SETTLE) 0 25 ROD MIALL DIAMETER Mit, 13 RCM BALL ID BERTH OF ROOTRALL (3)VEATERN.JOBABINIEXCEPI III 1 AEON 0 TREE COLLAR 0 TRF.E TRUNK CpCUT ALL sTAKEs TREE CANopy I KLEINFELDER ESC Wem SmoR ism on Rm. TARR, 15*11101.105 RERIBEOFIFIF ATTACHMENT B US Army Corps of Engineers DEPARTMENT OF THE ARMY U.S. ARMY CORPS OF ENGINEERS LOS ANGELES DISTRICT 5900 LA PLACE COURT, SUITE 100 CARLSBAD, CALIFORNIA 92008 November 23, 2020 SUBJECT: Determination of Need for Department of the Army Permit Brandon Miles City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008 Dear Mr. Miles: I am responding to your request (File No. SPL-2019-00282) dated August 8, 2020 for clarification whether a Department of the Army Permit is required for the El Camino Real at Cannon Road intersection Bridge Improvement Project (33.149180, -117.297093) located within the city of Carlsbad, San Diego County, California. The Corps' evaluation process for determining if you need a permit is based on whether or not the proposed project is located within or contains a water of the United States, and whether or not the proposed project includes an activity potentially regulated under Section 10 of the Rivers and Harbors Act or Section 404 of the Clean Water Act. If both conditions are met, a permit would be required. have determined the proposed work will not involve a discharge of dredged or fill material into a potential waters of the U.S. and therefore, is not regulated under Section 404 of the Clean Water Act if the activity is performed in the manner described in your Engineer Form 4345 application (Enclosure 1) and as depicted on the enclosed figure "El Camino Real at Cannon Road Intersection Improvements Project Proposed Pedestrian Bridge and Temporary Scaffolding" (Enclosure 2). Notwithstanding this determination, your proposed project may also be regulated under other Federal, State, and local laws. If you have any questions, please contact me at (760) 602-4836 or via e-mail at christopher.allenOtusace.arniy.mil. Thank you for participating in the Regulatory Program. -2- Please help me to evaluate and improve the regulatory experience for others by completing the customer survey form at http://corpsmapu.usace.army.mil/cm_apex/f?p---regulatory_survey. Sincerely, Christopher J. Allen Senior Project Manager San Diego and Imperial Counties Enclosures LEGEND CI Etiological Study Area Impact Type (77 CODY Streambed/Banks and Riparian Vegetation — • Project Boundary EMI Permanent Construction Impact Corps Nonwetland Waters of the U.S. — Project Features Mal Temporary Construction Impact Corps Wetland Waters of the U.S. Temporary Placement of SoaffoldIrg Mats C:3 CCC Wetlands = = Coastal Zone Boundary SOURCE: 1311.g 125181; Ktientelder110/20191 R:\IICtI9m\G:5l.MnO\OT0\tuosParrrs5r:. :I.-m.115/121202u} rot El Camino Real at Cannon Road Intersection Improvements Project Proposed Pedestrian Bridge and Temporary Scaffolding . DEPARTMENT OF THE ARMY U.S. ARMY CORPS OF ENGINEERS LOS ANGELES DISTRICT 5900 LA PLACE COURT, SUITE 100 CARLSBAD, CALIFONRIA 92008 November 23, 2020 SUBJECT: Preliminary Jurisdictional Determination Brandon Miles City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008 Dear Mr. Miles: I am responding to your request (File No. SPL-2019-00282) dated August 8, 2020 for a Department of the Army Preliminary Jurisdictional Determination (JD) for the El Camino Real at Cannon Road Intersection Bridge Improvement Project Review Area (333.149180, - 117.297093) located within the city of Carlsbad, San Diego County, California. The Corps' evaluation process for determining whether a Department of the Army permit is needed involves two tests. If both tests are met, a permit would likely be required. The first test determines whether an aquatic resource located within the Review Area is within the Corps' geographic jurisdiction (i.e., it is within a water of the United States). The second test determines whether a project, as proposed, involves a regulated activity under Corps' authority (i.e., Section 10 of the Rivers and Harbors Act of 1899, Section 404 of the Clean Water Act, or Section 103 of the Marine Protection Research and Sanctuaries Act). The determination in this letter pertains only to the question of geographic jurisdiction. Based on available information, I have determined that waters of the U.S. may be present within the Review Area in the approximate locations graphically depicted on the enclosed map entitled, "El Camino Real at Cannon Road Intersection Improvements Project Proposed Pedestrian Bridge and Temporary Scaffolding", and dated March 2020 (Figure 1). The basis for this finding may be found on the enclosed Preliminary Jurisdictional Determination form (Enclosure 1). Preliminary IlDs are non-binding indications of the presence of waters of the U.S., including wetlands, on a parcel. Preliminary JDs are advisory in nature and may not be appealed. If you accept this determination, please sign and date this form and return to the issuing office within two weeks of receipt. This determination was conducted to identify the potential extent of the Corps' Clean Water Act jurisdiction within the El Camino Real at Cannon Road Intersection Bridge Improvement Project Review Area identified in your request. This determination may not be valid for the wetland conservation provisions of the Food Security Act of 1985. If you or your tenant are USDA program participants, or anticipate participation in USDA programs, you should request a -2- certified wetland determination from the local office of the Natural Resources Conservation Service, prior to starting work. Thank you for participating in the regulatory program. If you have any questions, please contact me at (760) 602-4836 or via e-mail at christopher.allen@usace.army.mil. Sincerely, Christopher Allen Senior Project Manager San Diego and Imperial Counties Enclosures NOTIFICATION OF ADMINISTRATIVE APPEAL OPTIONS AND PROCESS AND REQUEST FOR APPEAL .1. Applicant: Brandon Miles File No.: SPL-2019-00282 Date: November 23, 2020 Attached is: See Section below INITIAL PROFFERED PERMIT (Standard Permit or Letter of permission) A PROFFERED PERMIT (Standard Permit or Letter of permission) B PERMIT DENIAL C APPROVED JURISDICTIONAL DETERMINATION D X PRELIMINARY JURISDICTIONAL DETERMINATION E SECTION Additional CFR Part I - The following identifies your rights and options regarding an administrative appeal of the above decision. information may be found at http://www.usace.army.rnil/cecw'ages/reg_rnateria1s.aspx or Corps regulations at 33 331. A: L\TITIAL PROFFERED PERMIT: You may accept or object to the permit. •ACCEPT: If you received a Standard Permit, you may sign the permit document and return it to the district engineer for final authorization. If you received a Letter of Permission (LOP), you may accept the LOP and your work is authorized. Your signature on the Standard Permit or acceptance of the LOP means that you accept the penrtit in its entirety, and waive all rights to appeal the permit, including its terms and conditions, and approved jurisdictional determinations associated with the permit. •OBJECT: If you object to the permit (Standard or LOP) because of certain terms and conditions therein, you may request that the permit be modified accordingly. You must complete Section II of this form and return the form to the district engineer. Your objections must be received by the district engineer within 60 days of the date of this notice, or you will forfeit your right to appeal the permit in the future. Upon receipt of your letter, the district engineer will evaluate your objections and may: (a) modify the permit to address all of your concerns, (b) modify the permit to address some of your objections, or (c) not modify the permit having determined that the permit should be issued as previously written. After evaluating your objections, the district engineer will send you a proffered permit for your reconsideration, as indicated in Section B below. B: PROFFERED PERMIT: You may accept or appeal the permit •ACCEPT: If you received a Standard Permit, you may sign the permit document and return it to the district engineer for final authorization. If you received a Letter of Permission (LOP), you may accept the LOP and your work is authorized. Your signature on the Standard Permit or acceptance of the LOP means that you accept the permit in its entirety, and waive all rights to appeal the permit, including its terms and conditions, and approved jurisdictional determinations associated with the permit. •APPEAL: If you choose to decline the proffered permit (Standard or LOP) because of certain terms and conditions therein, you may appeal the declined permit under the Corps of Engineers Administrative Appeal Process by completing Section II of this form and sending the form to the division engineer (address on reverse). This form must be received by the division engineer within 60 days of the date of this notice. C:PERMIT DENIAL: You may appeal the denial of a permit under the Corps of Engineers Administrative Appeal Process by completing Section II of this form and sending the form to the division engineer (address on reverse). This form must be received by the division engineer within 60 days of the date of this notice. D:APPROVED JURISDICTIONAL DETERMINATION: You may accept or appeal the approved JD or provide new information. •ACCEPT: You do not need to notify the Corps to accept an approved JD. Failure to notify the Corps within 60 days of the date of this notice, means that you accept the approved JD in its entirety, and waive all rights to appeal the approved JD. •APPEAL: If you disagree with the approved JD, you may appeal the approved JD under the Corps of Engineers Administrative Appeal Process by completing Section II of this form and sending the form to the division engineer (address on reverse). This form must be received by the division engineer within 60 days of the date of this notice. E: PRELIMINARY JURISDICTIONAL DETERMINATION: You do not need to respond to the Corps regarding the preliminary JD. The Preliminary JD is not appealable. If you wish, you may request an approved JD (which may be appealed), by contacting the Corps district for further instruction. Also you may provide new information for further consideration by the Corps to reevaluate the JD. SECTION II - REQUEST FOR APPEAL or OBJECTIONS TO AN INITIAL PROFFERED PERMIT REASONS FOR APPEAL OR OBJECTIONS: (Describe your reasons for appealing the decision or your objections to an initial proffered permit in clear concise statements. You may attach additional information to this form to clarify where your reasons or objections are addressed in the administrative record.) ' ADDITIONAL INFORMATION: The appeal is limited to a review of the administrative record, the Corps memorandum for the record of the appeal conference or meeting, and any supplemental information that the review officer has determined is needed to clarify the administrative record. Neither the appellant nor the Corps may add new information or analyses to the record. However, you may provide additional information to clarify the location of information that is already in the administrative record. POINT OF CONTACT FOR QUESTIONS OR INFORMATION: If you have questions regarding this decision and/or the appeal process you may contact: Christopher Allen Senior Project Manager Carlsbad Field Office Regulatory Division U.S. Army Corps of Engineers 5900 La Place Court, Suite 100 Carlsbad, California 92008-8832 Phone: 760-602-4836, FAX 760-602-4848 Email: ehristopher.alleng)usace.army.rn il If you only have questions regarding the appeal process you may also contact Thomas J. Cavanaugh Administrative Appeal Review Officer U.S. Army Corps of Engineers South Pacific Division 1455 Market Street, 20528 San Francisco, California 94103-1399 Phone: 415-503-6574, FAX 415-503-6646) Email: Thomas.J.Cavanaugh@usace.army.mil RIGHT OF ENTRY: Your signature below grants the right of entry to Corps of Engineers personnel, and any government ' consultants, to conduct investigations of the project site during the course of the appeal process. You will be provided a 15 day notice of any site investigation, and will have the opportunity to participate in all site investigations. Date: - ___ Telephone number: Signature of appellant or agent. Appendix 2 - PRELIMINARY JURISDICTIONAL DETERMINATION (PJD) FORM BACKGROUND INFORMATION A.REPORT COMPLETION DATE FOR PJD: March 2020 B.NAME AND ADDRESS OF PERSON REQUESTING PJD: Brandon Miles C.DISTRICT OFFICE, FILE NAME, AND NUMBER: SPL-2020-00282 D. PROJECT LOCATION(S) AND BACKGROUND INFORMATION: (USE THE TABLE BELOW TO DOCUMENT MULTIPLE AQUATIC RESOURCES AND/OR AQUATIC RESOURCES AT DIFFERENT SITES) State: CA County/parish/borough: San Diego City: San Diego Center coordinates of site (lat/long in degree decimal format): Lat.: 33.149180 Long.: 117.297093 Universal Transverse Mercator: Name of nearest waterbody: Agua Hedionda Lagoon E.REVIEW PERFORMED FOR SITE EVALUATION (CHECK ALL THAT APPLY): Office (Desk) Determination. Date: November 13, 2020 I. Field Determination. Date(s): October 15, 2019 TABLE OF AQUATIC RESOURCES IN REVIEW AREA WHICH "MAY BE" SUBJECT TO REGULATORY JURISDICTION. Site number Latitude (decimal degrees) Longitude (decimal degrees) Estimated amount of aquatic resource in review area (acreage and linear feet, if applicable) Type of aquatic resource (i.e., wetland vs. non-wetland waters) Geographic authority to which the aquatic resource "may be" subject (i.e., Section 404 or Section 10/404) R-1 33.149180 117.297093 0.59-acre Non-Wetland 404 1)The Corps of Engineers believes that there may be jurisdictional aquatic resources in the review area, and the requestor of this PJD is hereby advised of his or her option to request and obtain an approved JD (AJD) for that review area based on an informed decision after having discussed the various types of JDs and their characteristics and circumstances when they may be appropriate. 2)In any circumstance where a permit applicant obtains an individual permit, or a Nationwide General Permit (NWP) or other general permit verification requiring "pre- construction notification" (PCN), or requests verification for a non-reporting NWP or other general permit, and the permit applicant has not requested an AJD for the activity, the permit applicant is hereby made aware that: (1) the permit applicant has elected to seek a permit authorization based on a PJD, which does not make an official determination of jurisdictional aquatic resources; (2) the applicant has the option to request an AJD before accepting the terms and conditions of the permit authorization, and that basing a permit authorization on an AJD could possibly result in less compensatory mitigation being required or different special conditions; (3) the applicant has the right to request an individual permit rather than accepting the terms and conditions of the NWP or other general permit authorization; (4) the applicant can accept a permit authorization and thereby agree to comply with all the terms and conditions of that permit, including whatever mitigation requirements the Corps has determined to be necessary; (5) undertaking any activity in reliance upon the subject permit authorization without requesting an AJD constitutes the applicant's acceptance of the use of the PJD; (6) accepting a permit authorization (e.g., signing a proffered individual permit) or undertaking any activity in reliance on any form of Corps permit authorization based on a PJD constitutes agreement that all aquatic resources in the review area affected in any way by that activity will be treated as jurisdictional, and waives any challenge to such jurisdiction in any administrative or judicial compliance or enforcement action, or in any administrative appeal or in any Federal court; and (7) whether the applicant elects to use either an AJD or a PJD, the JD will be processed as soon as practicable. Further, an AJD, a proffered individual permit (and all terms and conditions contained therein), or individual permit denial can be administratively appealed pursuant to 33 C.F.R. Part 331. If, during an administrative appeal, it becomes appropriate to make an official determination whether geographic jurisdiction exists over aquatic resources in the review area, or to provide an official delineation of jurisdictional aquatic resources in the review area, the Corps will provide an AJD to accomplish that result, as soon as is practicable. This PJD finds that there "may be" waters of the U.S. and/or that there "may be" navigable waters of the U.S. on the subject review area, and identifies all aquatic features in the review area that could be affected by the proposed activity, based on the following information: SUPPORTING DATA. Data reviewed for PJD (check all that apply) Checked items should be included in subject file. Appropriately reference sources below where indicated for all checked items: El Maps, plans, plots or plat submitted by or on behalf of the PJD requestor: map:Jurisdictional Delineation Report El Camino Real at Cannon, 2020 El Data sheets prepared/submitted by or on behalf of the PJD requestor. •Office concurs with data sheets/delineation report. fl Office does not concur with data sheets/delineation report. Rationale: ▪Data sheets prepared by the Corps: Li Corps navigable waters' study: •U.S. Geological Survey Hydrologic Atlas: USGS NHD data. fl USGS 8 and 12 digit HUC maps. •U.S. Geological Survey map(s). Cite scale & quad name: USGS 7.5' Quad - San Luis Rey (1975), CA Juractictional Delineation Report E Camino Real at Cannon. 2020 111 Natural Resources Conservation Service Soil Survey. Citation: National wetlands inventory map(s). Cite name: NWI, El Camino at Cannon Review Area 2, 2020 LI . 111 State/local wetland inventory map(s): fl FEMA/FIRM maps: O 100-year Floodplain Elevation is: .(National Geodetic Vertical Datum of 1929) •Photographs: • Aerial (Name & Date): Jurisdictional Delineation Report El Camino Real at Cannon, 2020 or Other (Name & Date): ▪Previous determination(s). File no. and date of response letter: •Other information (please specify): IMPORTANT NOTE: The information recorded on this form has not necessarily been verified by the Corps and should not be relied upon for later jurisdictional determ inations. Signature and date of Regulatory staff member completing PJD Signature and date of person requesting PJD (REQUIRED, unless obtaining the signature is impracticable)1 1 Districts may establish timeframes for requestor to return signed PJD forms. If the requestor does not respond within the established time frame, the district may presume concurrence and no additional follow up is necessary prior to finalizing an action. FEET SOVHCF: Bine (2D161; Klienreider(t0/2019) LEGEND 011 Biological Study Area Impact Type I=1 CDFW Streambed/Banks and Riparian Vegetation -•• • Project Boundary 12a Permanent Construction Impact Corps Nonwetland Waters of the U.S. - Project Features Ma Temporary Construction Impact NB Corps Wetland Waters of the U.S. Temporary Placement of Scaffolding Mats I=1 CCC Wetlands II • VS 15 = = Coastal Zone Boundary ItAHC1117031,051,MX0J3T11\fguaCcPriourmIrrtpactrarocd {SP1/2020} Scaffolairig El Camino Real at Cannon Road Intersection Improvements Project Proposed Pedestrian Bridge and Temporary GENERAL PROVISIONS FOR EL CAMINO REAL BRIDGE IMPROVEMENTS AT CANNON ROAD CONTRACT NO. 6042/6056 CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 - TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS — Unless otherwise stated, the words directed, required, permitted, ordered, in- structed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "sched- uled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood 'that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be un- derstood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the ap- proval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its ex- pense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. 1-2 DEFINITIONS. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. tai, Revised 6/15/17 Contract No. 6042/6056 Page 49 of 193 Addendum — Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bul- letins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency — The City of Carlsbad, California. Agreement — See Contract. Assessment Act Contract — A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base —A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid — The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder — Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board — The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad or the Board of Directors of Carlsbad Municipal Water District. Bond — Bid, performance, and payment bond or other instrument of security. City Council — the City Council of the City of Carlsbad. City Manager — the City Manager of the City of Carlsbad or his/her approved representative. Cash Contract — A Contract financed by means other than special assessments. Change Order — A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code — The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager— the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. Contract — The written agreement between the Agency and the Contractor covering the Work. Contract Documents — Including but not limited to; the Contract, any Addendum (which pertain to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documen- tation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, permits from other agencies, the Technical Specifications, the Supplemental Provisions, the Plans, Stand- ard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. 4P-Yr u, Revised 6/15/17 Contract No. 6042/6056 Page 50 of 193 Contractor — The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime contrac- tor" shall mean Contractor. Contract Price — The total amount of money for which the Contract is awarded. Contract Unit Price — The amount stated in the Bid for a single unit of an item of work. County Sealer — The Sealer of Weights and Measures of the county in which the Contract is let. Days — Days shall mean consecutive calendar's days unless otherwise specified. Deputy City Engineer, Construction Management & Inspection —The Construction Manager's immediate supervisor and second level of appeal for informal dispute resolution. Dispute Board — Persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier — Street light assembly complete, including foundation, standard, luminaire arm, lumi- naire, etc. Engineer — The City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile — Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer — A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer — A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire — The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm — The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item — A single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Modification — Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Notice of Award — The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. 40), t at Revised 6/15/17 Contract No. 6042/6056 Page 51 of 193 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 line and an individual consumer. Sewer— Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Specifications — General Provisions, Standard Specifications, Technical Specifications, Refer- ence Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Standard — The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. Standard Plans — Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. *-1), Revised 6/15/17 Contract No. 6042/6056 Page 52 of 193 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. 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. t am. 01- Revised 6/15/17 Contract No. 6042/6056 Page 53 of 193 1-3.2 Common Usage Abbreviation Word or Words ABAN Abandon ABAND Abandoned ABS Acrylonitrile — butadiene — styrene AC Asphalt Concrete ACP Asbestos cement pipe ACWS Asphalt concrete wearing surface ALT Alternate APTS Apartment and Apartments AMER STD American Standard AWG American Wire Gage (nonferrous wire) BC Beginning of curve BCR Beginning of curb return BDRY Boundary BF Bottom of footing BLDG Building and Buildings BM Bench mark BVC Beginning of vertical curve B/W Back of wall C/C Center to center CAB Crushed aggregate base CAUOSHA California Occupational Safety and Health Administration CalTrans California Department of Transportation CAP Corrugated aluminum pipe CB Catch Basin Cb Curb CBP Catch Basin Connection Pipe CBR California Bearing Ratio CCR California Code of Regulations CCTV Closed Circuit TV CES Carlsbad Engineering Standards CF Curb face CF Cubic foot C&G Curb and gutter CFR Code of Federal Regulations CFS Cubic Feet per Second CIP Cast iron pipe CIPP Cast-in place pipe CL Clearance, center line CLF Chain link fence CMB Crushed miscellaneous base CMC Cement mortar-coated CML Cement mortar-lined CMWD Carlsbad Municipal Water District CO Cleanout (Sewer) COMM Commercial CONC Concrete CONN Connection CONST Construct, Construction COORD Coordinate CSP Corrugated steel pipe CSD Carlsbad Standard Drawings CTB Cement treated base CV Check valve CY Cubic yard Load of pipe Abbreviation Word or Words dB Decibels DBL Double DF Douglas fir DIA Diameter DIP Ductile iron pipe DL Dead load DR Dimension Ratio DT Drain Tile DWG Drawing DWY Driveway DWY APPR Driveway approach Electric EA Each EC End of curve ECR End of curb return EF Each face EG Edge of gutter EGL Energy grade line El Elevation ELC Electrolier lighting conduit ELT Extra long ton ENGR Engineer, Engineering EP • Edge of pavement ESMT Easement ETB Emulsion-treated base EVC End of vertical curb EXC Excavation EXP JT Expansion joint EXST Existing F . Fahrenheit F&C Frame and cover F&I Furnish and install FAB Fabricate FAS Flashing arrow sign FD Floor drain FDN Foundation FED SPEC Federal Specification FG Finished grade FH Fire hydrant FL Flow line FS Finished surface FT-LB Foot-pound FTG Footing FW Face of wall O Gas GA Gauge GAL Gallon and Gallons GALV Galvanized GAR Garage and Garages GIP Galvanized iron pipe GL Ground line or grade line GM Gas meter GNV Ground Not Visible GP Guy pole GPM gallons per minute GR Grade AIM ‘10 Revised 6/15/17 Contract No. 6042/6056 Page 54 of 193 GRTG Grating GSP Galvanized steel pipe High or height HB Hose bib HC House connection .HDWL Headwall HGL Hydraulic grade line HORIZ Horizontal HP Horsepower HPG High pressure gas HPS High pressure sodium (Light) HYDR Hydraulic IE Invert Elevation ID Inside diameter INCL Including INSP Inspection INV Invert IP Iron pipe JC Junction chamber JCT Junction JS Junction structure JT Joint Length LAB Laboratory LAT Lateral LB Pound LD Local depression LF Lineal foot LH Lamp hole LL Live load LOL Layout line LONG Longitudinal LP Lamp post LPS Low pressure sodium (Light) LS Lump sum LTS Lime treated soil LWD Leucadia Wastewater District MAINT Maintenance MAX Maximum MCR Middle of curb return MEAS Measure MH Manhole, maintenance hole MIL SPEC Military specification MISC Miscellaneous MOD Modified, modify MON Monument MSL.. Mean Sea Level (Reg. Standard Drawing M-12) MULT Multiple MUTCD Manual on Uniform Traffic Control Devices MVL Mercury vapor light NCTD North County Transit District NRCP Nonreinforced concrete pipe CBS Obsolete OC On center OD Outside diameter OE Outer edge OHE Overhead Electric OMWD Olivenhain Municipal Water District OPP Opposite ORIG Original PB Pull box PC Point of curvature PCC • Portland cement concrete or point of compound curvature PCVC Point of compound vertical curve PE Polyethylene PI Point of intersection PL Property line PMB Processed miscellaneous base POC Point on curve POT Point on tangent PP Power pole Point of reverse curve Point of reverse vertical curve Pounds per square inch Point of tangency Polyvinyl chloride Pavement PVT RAN Private right-of-way Rate of flow in cubic feet per second Quadrangle, Quadrant Radius Rock and oil Right-of-way Recycling agent Recycled asphalt concrete Reclaimed asphalt pavement Rubberized asphalt concrete Reinforced concrete Reinforced concrete box Registered civil engineer Reinforced concrete pipe Remote control valve Reference Reinforced or reinforcement Reservoir Registered geotechnical engineer Right-of-Way Railroad Registered traffic engineer Sewer or Slope, as applicable Steel cylinder concrete pipe Storm drain Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD San Diego Regional Standard Drawings SE Sand Equivalent SEC Section SF Square foot SFM Sewer Force Main SI International System of Units (Metric) SPEC Specifications SP PWC Standard Plans for Public Works Construction SSPWC Standard Specifications for Public Works Construction ST HVVY State highway STA Station STD Standard STR Straight STR GR Straight grade STRUC Structural/Structure SW Sidewalk SWD Sidewalk drain SY Square yard Telephone TAN Tangent TO Top of curb TEL Telephone TF Top of footing PRC PRVC PSI PT PVC PVMT QUAD R&O RAN RA RAC RAP RBAC RC ROB ROE RCP RCV REF REINF RES RGE ROW RR RTE SCCP SD SDR ink %IP Revised 6/15/17 Contract No. 6042/6056 Page 55 of 193 TOPO Topography VC Vertical curve TR Tract VC P Vitrified clay pipe TRANS Transition VERT Vertical IS Traffic signal or transition structure VOL Volume TSC Traffic signal conduit VVVD Val lecitos Water District TSS Traffic signal standard Water, Wider or Width, as applicable TW Top of wall WATCH Work Area Traffic Control Handbook TYP Typical WI Wrought iron UE Underground Electric WM Water meter USA Underground Service Alert WPJ Weakened plane joint VAR Varies, Variable XCONN Cross connection VB Valve box XSEC Cross section 1-3.3 Institutions. Abbreviation Word or Words AASHTO American Association of State Highway and Transportation Officials AISC American Institute of Steel Construction ANSI American National Standards Institute API American Petroleum Institute AREA American Railway Engineering Association ASTM American Society for Testing and Materials AWS American Welding Society AVVVVA American Water Works Association FHWA Federal Highway Administration GR I Geosynthetic Research Institute NEMA National Electrical Manufacturers Association NOAA National Oceanic and Atmospheric Administration (Dept. of Commerce) UL Underwriters' Laboratories Inc. USGS United States Geological Survey 1-4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Stand- ard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. tasl Revised 6/15/17 Contract No. 6042/6056 Page 56 of 193 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 foot-pound force per second ([ft-lbfj/s) 1 part per million (ppm) U.S. Customary Unit (Abbreviations) 1 mil (=0.001 in) 1 1 inch in (Equal To) SI Unit (Abbreviations) 25.4 micrometer 0.1m) inch 25.4 millimeter (mm) 2.54 centimeter (cm) foot (ft) 0.3048 meter (m) yard (yd) 0.9144 meter (m) mile (mi) 1.6093 kilometer (km) 0.0929 square meter (m2) 0.8361 square meter (m2) 0.0283 cubic meter (m3) 0.7646 cubic meter (m3) 0.4047 hectare (ha) 3.7854 Liter (L) fluid ounce (fl. oz.) 29.5735 millileter (mL) 0.4536 kilogram (kg) ounce mass (oz) 0.02835 kilogram (kg) 0.9072 Tonne (= 907 kg) 0.1 pascal second (Pa s) 1 square millimeters per second (mm2/s) 4.4482 Newton (N) 6.8948 Kilopascal (kPa) pound force per foot (lbf/ ) 1.4594 Newton per meter (N/m) foot-pound force (ft-lbf) 1.3558 Joules (J) 1.3558 Watt (W) 1 milligram/liter (mg/L) square foot (ft2) square yard (yd2) cubic foot (ft3) cubic yard (yd3) acre U.S. gallon (gal) Ton (=2000 lb avoirdupois) Poise centistoke (cs) pound force (lbf) pounds per square inch (psi) pound mass (lb) (avoirdupois) 1-4.2 Units of Measure and Their Abbreviations. Temperature Units and Abbreviations Degree Fahrenheit (CF): Degree Celsius (°C): °F = (1.8 x °C) + 32 °C = (°F — 32)/1.8 SI Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (Im) 1 second (s) Common Metric Prefixes kilo (k) 103 centi (c) 10-2 milli (m) 10-3 micro (A) 10-6 nano (n) 10-9 pico (p) 10-12 1-5 SYMBOLS. A Delta, the central angle or angle between tangents Angle Percent Feet or minutes Inches or seconds Number per or (between words) 0 Degree PL Property line CL Centerline SL Survey line or station line .1k Aw. Revised 6/15/17 Contract No. 6042/6056 Page 57 of 193 SECTION 2 - SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as provided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the Board, except that the Contractor may assign money due or which will accrue to it under the Contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether as- signed or not, shall be subject to being used by the Agency for completion of the Work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: "(a)The name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), which- ever is greater." "(b)The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid." If the Contractor fails to specify a Subcontractor or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor's total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as otherwise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by procedures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 4110 provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the Con- tractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. til *Sle Revised 6/15/17 Contract No. 6042/6056 Page 58 of 193 Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceed- ings under this section, the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten (10) days in advance of the time and location of said hearing. The deter- mination of the City Council shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract, and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcon- tracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Con- tractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Con- tract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Proce- dure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. Ink tat —1- Revised 6/15/17 Contract No. 6042/6056 Page 59 of 193 The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one-year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1)An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2)A certified copy of the certificate of authority of the insurer issued by the insurance commis- sioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiving notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. 2-6 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, Standard Specifications for Public Works Construction, (SSPWC), 2015 Edition, Parts 2 through 8, as written and promulgated by Joint Cooperative Committee of the Southern California Chapter American Public Works Associ- ation and Southern California Districts Associated General Contractors of California, and as amended by the Supplemental Provisions section of this contract. The construction plan set is designated as "EL CAMINO REAL BRIDGE IMPROVEMENTS AT CANNON ROAD," City of Carlsbad Project No. 6042/6056, Drawing No. 499-5 and consists of 39 sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRS, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Sup- plemental Standard Drawings, hereinafter designated as CSSD, as issued by the City of Carlsbad. elt Ya4v Revised 6/15/17 Contract No. 6042/6056 Page 60 of 193 The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the Speci- fications and not shown on the Plans or shown on the Plans and not specified in the Specifications, 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 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)Traffic Signal Design Guidelines and Standards. f)State of California Department of Transportation Standard Plans. g)State of California Department of Transportation Standard Specifications. h)California Manual on Uniform Traffic Control Devices (CA MUTCD). 8. Standard Specifications for Public Works Construction, as amended. 9. Reference Specifications. 10. Manufacturer's Installation Recommendations Detail drawings shall take precedence over general drawings. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 9) above. Detailed plans and plan views shall have precedence over general plans. 2-5.2.1 Precedence of Contract Documents. Where CALTRANS specifications are used to modify the SSPWC or added to the SSPWC by any of the contract documents the CALTRANS specifications shall have precedence only in reference to the materials and construction materials referred to in the CALTRANS specifications. The Invitation to Bid, Contract for Public Works, and %4P Revised 6/15/17 Contract No. 6042/6056 Page 61 of 193 Part 1 of these Supplemental Provisions, in the order of precedence in Section 2-5.2, shall prevail over the CALTRANS specifications in all other matters. 2-5.3 Submittals. 2-6.3.1 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 transmittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label 4-C' would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submit- tals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of Transmittal shall contain the following: 1.Project title and Agency contract number. 2.Number of complete sets. 3.Contractor's certification statement. 4.Specification section number(s) pertaining to material submitted for review. 5.Submittal number (Submittal numbers shall be consecutive including subsequent submit- tals 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: t.40 Revised 6/15/17 Contract No. 6042/6056 Page 62 of 193 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. 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 Number Title Subject 1 7-10.4.1 Safety Orders Trench Shoring 2 300-3.2 Cofferdams Structure Excavation & Backfill 3 303-1.7.1 General Placing Reinforcement 4 304-2.1 General Metal Hand Railings 5 304-6.4 Shop Drawings Prefabricated Steel Bridge 6 304-7.1 Submittals Steel Gates 7 305-2.1.3.3 Shop Drawings and Calculations Micropiling Operations 8 305-2.1.3.4 Installation Plan Micropiling Operations Working drawings listed above as Items 2, 5, 7, and 8 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-6.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or as- sembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special Provisions. 2-5.3.4 Supporting Information. Supporting information is information required by the Specifi- cations for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Six copies of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the Special Provisions or directed by the Engineer. Supporting information for systems shall be bound together and include all manufactured items for the sys- tem. If resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the following and is required unless otherwise specified in the Special Provisions: 1.List of Subcontractors per 2-3.2. 2.List of Materials per 4-1.4. 3.Certifications per 4-1.5. 4.Construction Schedule per 6-1. 5.Confined Space Entry Program per 7-10.4.4. 6.Concrete mix designs per 201-1.1. 7.Asphalt concrete mix designs per 203-6.1. 8.Data, including, but not limited to, catalog sheets, manufacturer's brochures, technical bulIetins, specifications, diaarams, product samples, and other information necessary to describe a system, product or item. This information is required for irrigation systems, 1% Revised 6/15/17 Contract No. 6042/6056 Page 63 of 193 street lighting systems, and traffic signals, and may also be required for any product, man- ufactured item, or system. 2-5.4 Record Drawings. The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by Section 2-5.4 shall be included in the various bid items and no additional payment will be made therefore. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all ma- terials, equipment, tools, labor, and incidentals necessary to complete the Work. 2-7 SUBSURFACE DATA. All soil and test hole data, water table elevations, and soil analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are available for inspection at the office of the Engineer. Any additional subsurface exploration shall be done by Bidders or the Contractor at their own expense. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor's responsibility to determine and allow for the elevation of groundwater at the date of project construction. A difference in elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for extra work. 2-8 RIGHT-OF-WAY. Rights-of-way, easements, or rights-of-entry for the Work will be pro- vided by the Agency. Unless otherwise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and disposing of additional work areas and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers. The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Con- tractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Sur- veyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by §§ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. Revised 6/15/17 Contract No. 6042/6056 Page 64 of 193 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, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. 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, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (81/2" 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 CALTRANS "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 survey monument. SDRS drawing M-10 type monu- ments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be 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. t.4, Revised 6/15/17 Contract No. 6042/6056 Page 65 of 193 TABLE 2-9.2.2(A) Survey Requirements for Construction Staking Feature Staked Stake De- scription CZ Centerline or Parallel to Centerline Spac- Inge, 6 Lateral Spac- ing CD, ID Setting Tolerance (Within) Street Centerline SDRS M-10 Monument £1000', Street Intersections, Begin and end of curves, only when shown on the plans on street cen- terline 0.02' Horizontal, also see Section 2-9.2.1 herein Clearing Lath in soil, painted line on PCC & AC surfaces lath - Intervisible, s 50' on tangents & < 25' on curves, Painted line - continuous at clearing line 1' Horizontal Slope RP + Marker Stake Intervisible and s 50' Grade Breaks & £ 25' 0.1' Vertical & Hori- zontal Fence RP + Marker Stake < 200' on tangents, £ 50' on curves when R³ 1000' & 25' on curves when R£ 1000' N/A ( constant off- set) 0.1' Horizontal Rough Grade Cuts or Fills ³ 10 m (33') RP + Marker Stake £ 50' N/A 0.1' Vertical & Hori- zontal Final Grade (in- cludes top of: Basement soil, subbase and base) RP + Marker Stake, Blue- top in grad- ing area < 50' on tangents & curves when R³_ 1000' & s 25' on curves when R £ 1000' _s 22' 3/8" Horizontal & 1/4" Vertical Asphalt Pave- ment Finish Course RP, paint on previous course < 25' or as per the intersection grid points shown on the plan whichever provides the denser information edge of pave- ment, paving pass width, crown line & grade breaks 3/8" Horizontal & 1/4" Vertical Drainage Struc- tures, Pipes & similar Facili- ties0, 0 RP + Marker Stake intervisible & s. 25', beginning and end, BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities (except plumbing), Skewed cut-off lines as appropriate 3/8" Horizontal & 1/4" Vertical Curb RP + Marker Stake < 25', BC & EC, at %A,1/2A & 'AA on curb returns & at beginning & end ( constant off- set) 3/8" Horizontal & 1/4" Vertical Traffic Signal 0 Vertical locations shall be based on the ulti- mate elevation of curb and sidewalk Signal Poles & Controller 0 RP + Marker Stake at each pole & controller location as appropriate 3/8" Horizontal & 1/4" Vertical. Junction Box .0 RP + Marker Stake at each junction box location as appropriate 3/8" Horizontal & 1/4" Vertical Conduit 0 RP + Marker Stake < 50' on tangents & curves when R> 1000 & £ 25' on curves when R £ 1000' or where grade s 0.30% as appropriate 3/8" Horizontal & when depth cannot be measured from exist- ing pavement 1/4" Vertical Minor Structure 0 RP + Marker Stake + Line Stake for catch basins: at centerline of box, ends of box & wings & at each end of the local depression 0 as appropriate 318 Horizontal & 1/4" Vertical (when vertical data needed) Abutment Fill RP + Marker Stake + Line Stake £ 50' & along end slopes & conic transitions as appropriate 0.1' Vertical & Hori- zontal Wall 0 RP + Marker Stake + Line Point +Guard Stake £ 50' and at beginning & end of: each wall, BC & EC, layout line angle points, changes in footing dimensions &/or elevation & wall height as appropriate 1/4" Horizontal & 1/4" Vertical 4P-s, —1- Revised 6/15/17 Contract No. 6042/6056 Page 66 of 193 Feature Staked Stake De- scription CD Centerline or Parallel to Centerline Spac- ing®, 0 Lateral Spac- ing 0, 0 Setting Tolerance (Within) Major Structure 0 ' _ Footings, Bents, Abut- ments & Wingwalls RP + Marker Stake + Line Point +Guard Stake _ 10' to 33' as required by the Engineer, BC & EC, transition points & at beginning & end. Elevation points on footings at bottom of columns as appropriate /8" Horizontal &1/.4" Vertical Superstruc- tures RP 10' to 33' sufficient to use string lines, BC & EC, transition points & at beginning & end. Elevation points on footings at bottom of columns as appropriate 3/8" Horizontal &1/4" Vertical Miscellaneous 0 _ Contour Grad- ing 0 RP + Marker Stake £ 50' along contour line 0.1' Vertical & Hori- zontal Utilities 0, 0 RP + Marker Stake £ 50' on tangents & curves when R> 1000' & £ 25' on curves when R £ 1000' or where grade £ 0.30% as appropriate 3/8" Horizontal & 1/4" Vertical • Channels, Dikes & Ditches 0 RP + Marker Stake intervisible & s_ 100', BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities as appropriate 0.1' Horizontal &1/4" Vertical Signs 0 RP + Marker Stake + Line Point +Guard Stake At sign location Line point 0.1' Vertical & Hori- zontal Subsurface Drains 0 RP + Marker Stake intervisible & s 50', BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar fa- cilities as appropriate 0.1' Horizontal &1/4" Vertical Overside Drains 0 RP + Marker Stake longitudinal location At beginning & end 0.1' Horizontal & 1/4" Vertical Markers 0 RP + Marker Stake .for asphalt street surfacing £ 50' on tan- gents & curves when R³ 1000' & £ 25' on curves when R £ 1000'. At marker lo- cation(s) 1/4" Horizontal Railings & Bar- riers ® RP + Marker Stake At beginning & end and £ 50' on tangents & curves when R ³ 1000' & < 25' on curves when R £ 1000' at railing & barrier loca- tion(s) 3/8" Horizontal & Verti- cal AC Dikes 0 RP + Marker Stake At beginning & end as appropriate 0.1' Horizontal & Ver- tical Box Culverts • 10' to 33' as required by the Engineer, BC & EC, transition points & at beginning & end. Elevation points on footings & at invert as appropriate 3/8" Horizontal & 1/4" Vertical Pavement Markers0 •RP 200' on tangents, 50' on curves when R ³ 1000' & 25' on curves when R £ 1000'. For PCC surfaced streets lane cold joints will suffice at pavement marker loca- tion(s) 1/4" Horizontal r 0 Stakina for feature may be omitted when adiacent marker stakes reference the offset and elevation of those fea- tures and the accuracy requirements of the RP meet the requirements for the feature CD 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 0.) Perpendicular to centerline. CD Some features are not necessarily parallel to centerline but are referenced thereto (S) Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the feature 0 ³ means greater than, or equal to, the number following the symbol. £ means less than, or equal to, the number following the symbol. O 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 Engineer flagging, paint and marking cards shall bc tho :".:alor specified in TABLE 2-9.2.2(B) 4p-my fa*" Revised 6/15/17 Contract No 6042/6056 Page 67 of 193 TABLE 2-9.2.2(B) Survey Stake Color Code for Construction Stakin Type of Stake Description Color* Horizontal Control Coordinated control points, control lines, control reference points, center- line, alignments, etc. White/Red Vertical Control Bench marks White/Or- ange Clearing Limits of clearing Yellow/Black Grading Slope, intermediate slope, abutment fill, rough grade, contour grading, ti- nal grade, etc. Yellow Structure Bridges: sound and retaining walls, box culverts, etc. White Drainage, Sewer, Curb Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, storm drains, slope protection, curbs, gutters, etc. Blue Right-of-Way Fences, R/ W lines, easements, property monuments, etc. White/Yellow Miscellaneous Signs, railings, barriers, lighting, etc. Orange * Flagging and marking cards, if used. 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 compen- sation 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 se.t on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the fin- ished work. Grades for underground conduits will be set at the surface of the ground. The Contractor shall transfer them to the bottom of the trench. 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all mat- ters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce compliance with the Plans and Specifications. The Contractor shall promptly comply with instruc- tions from the Engineer or an authorized representative. The decision of the Engineer is final and binding on all questions relating to: quantities; accepta- bility of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless otherwise ordered by the Board. (PS' Revised 6/15/17 Contract No. 6042/6056 Page 68 of 193 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 business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcon- tractors 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 rec- ords, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor's ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Con- tractor shall notify the Engineer before noon of the working day before inspection is required. Work shall be done only in the presence of the Engineer, unless otherwise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized rep- resentatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and workmanship are in accordance with these specifications. Inspection of the Work shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract. P 41V f kUI Revised 6/15/17 Contract No. 6042/6056 Page 69 of 193 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 granting a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitation, the change shall be by written Supplemental Agreement between the Con- tractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are in- volved, shall provide for the Contractor's signature indicating acceptance. 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in con- formance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 50 percent, payment will be made per Section 3-2.2.2 or 3- 2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of work cov- ered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 150 per- cent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. fest Revised 6/15/17 Contract No. 6042/6056 Page 70 of 193 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifica- tions, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Con- tract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the 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 cannot be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for handling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Section 3-3. 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as "extra work" when the Engineer determines that it is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. tei, Revised 6/15/17 Contract No. 6042/6056 Page 71 of 193 3-3.2.2 Basis for Establishing Costs. (a)Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers com- pensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equip- ment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Sec- tion 3-3.2.3 (a). (b)Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c)Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" pub- lished by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of- way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all inci- dentals. Necessary loading and transportation costs for equipment used on the extra work shall be included. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Con- tractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer's ratings and approved modifications shall be used to classify equipment and it shall be powered by a unit of at least the minimum rating rec- ommended by the manufacturer. Irk Revised 6/15/17 Contract No. 6042/6056 Page 72 of 193 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. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1)Labor 20 2)Materials 15 3)Equipment Rental 15 4)Other Items and Expenditures 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Sub- contractor, the markup established in Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcon- tracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting doc- uments to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1.Show names of workers, classifications, and hours worked. 2.Describe and list quantities of materials used. 4/f. fkai, Revised 6/15/17 Contract No. 6042/6056 Page 73 of 193 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 discovery and before they are disturbed: 1.Subsurface or latent physical conditions differing materially from those represented in the Contract; 2.Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being per- formed; and 3.Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engineer determines that conditions are changed conditions and they will materially affect perfor- mance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor's failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the hap- pening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the par- ticular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed 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. At ev- Revised 6/15/17 Contract No. 6042/6056 Page 74 of 193 "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 response to the City's proposed final estimate in order for it to be further considered." By: Title: Date: Company Name: The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim sub- sequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1 Project Inspector 2.Construction Manager 3.Deputy City Engineer, Construction Management & Inspection 4.City Engineer 5.City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or re- quest that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a reso- lution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in tha contract. 41Plfr: fa4 Revised 6/15/17 Contract No. 6042/6056 Page 75 of 193 All claims by the -Contractor shall be resolved in accordance with Public Contract Code section 9204, which is set forth below: 9204. (a) The Legislature finds and declares that it is in the best interests of the state and its citizens to ensure that all construction business performed on a public works project in the state that is complete and not in dispute is paid in full and in a timely manner. (b) Notwithstanding any other law, including, but not limited to, Article 7.1 (commencing with Sec- tion 10240) of Chapter 1 of Part 2, Chapter 10 (commencing with Section 19100) of Part 2, and Article 1.5 (commencing with Section 20104) of Chapter 1 of Part 3, this section shall apply to any claim by a contractor in connection with a public works project. (c) For purposes of this section: (1) "Claim" means a separate demand by a contractor sent by registered mail or certified mail with return receipt requested, for one or more of the following: (A)A time extension, including, without limitation, for relief from damages or penalties for delay assessed by a public entity under a contract for a public works project. (B)Payment by the public entity of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public works project and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled. (C)Payment of an amount that is disputed by the public entity. (2) "Contractor" means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who has entered into a direct contract with a public entity for a public works project. (3) (A) "Public entity" means, without limitation, except as provided in subparagraph (B), a state agency, department, office, division, bureau, board, or commission, the California State Univer- sity, the University of California, a city, including a charter city, county, including a charter county, city and county, including a charter city and county, district, special district, public authority, polit- ical subdivision, public corporation, or nonprofit transit corporation wholly owned by a public agency and formed to carry out the purposes of the public agency. (B) "Public entity" shall not include the following: (i)The Department of Water Resources as to any project under the jurisdiction of that department. (ii)The Department of Transportation as to any project under the jurisdiction of that department. (iii)The Department of Parks and Recreation as to any project under the jurisdiction of that de- partment. (iv)The Department of Corrections and Rehabilitation with respect to any project under its juris- diction pursuant to Chapter 11 (commencing with Section 7000) of Title 7 of Part 3 of the Penal Code. (v)The Military Department as to any project under the jurisdiction of that department. (vi)The Department of General Services as to all other projects. (vii)The High-Speed Rail Authority. (4) "Public works project" means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. (5) "Subcontractor" means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who either is in direct contract with a contractor or is a lower tier subcontractor. (d) (1) (A) Upon receipt of a claim pursuant to this section, the public entity to which the claim applies shall conduct a reasonable review of the claim and, within a period not to exceed 45 days, shall provide the claimant a written statement identifying what portion of the claim is disputed and t.41" Revised 6/15/17 Contract No. 6042/6056 Page 76 of 193 what portion is undisputed. Upon receipt of a claim, a public entity and a contractor may, by mutual agreement, extend the time period provided in this subdivision. (B)The claimant shall furnish reasonable documentation to support the claim. (C)If the public entity needs approval from its governing body to provide the claimant a written statement identifying the disputed portion and the undisputed portion of the claim, and the gov- erning body does not meet within the 45 days or within the mutually agreed to extension of time following receipt of a claim sent by registered mail or certified mail, return receipt requested, the public entity shall have up to three days following the next duly publicly noticed meeting of the governing body after the 45-day period, or extension, expires to provide the claimant a written statement identifying the disputed portion and the undisputed portion. (D)Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. If the public entity fails to issue a written statement, paragraph (3) shall apply. (2) (A) If the claimant disputes the public entity's written response, or if the public entity fails to respond to a claim issued pursuant to this section within the time prescribed, the claimant may demand in writing an informal conference to meet and confer for settlement of the issues in dis- pute. Upon receipt of a demand in writing sent by registered mail or certified mail, return receipt requested, the public entity shall schedule a meet and confer conference within 30 days for set- tlement of the dispute. (B)Within 10 business days following the conclusion of the meet and confer conference, if the claim or any portion of the claim remains in dispute, the public entity shall provide the claimant a written statement identifying the portion of the claim that remains in dispute and the portion that is undisputed. Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. Any disputed portion of the claim, as identified by the contractor in writing, shall be submitted to nonbinding mediation, with the public entity and the claimant sharing the associated costs equally. The public entity and claimant shall mutually agree to a mediator within 10 business days after the disputed portion of the claim has been identified in writing. If the parties cannot agree upon a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate with regard to the disputed portion of the claim. Each party shall bear the fees and costs charged by its respective mediator in connection with the selection of the neutral mediator. If mediation is unsuccessful, the parts of the claim remaining in dispute shall be subject to applicable procedures outside this section. (C)For purposes of this section, mediation includes any nonbinding process, including, but not limited to, neutral evaluation or a dispute review board, in which an independent third party or board assists the parties in dispute resolution through negotiation or by issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this section. (D)Unless otherwise agreed to by the public entity and the contractor in writing, the mediation conducted pursuant to this section shall excuse any further obligation under Section 20104.4 to mediate after litigation has been commenced. (E)This section does not preclude a public entity from requiring arbitration of disputes under pri- vate arbitration or the Public Works Contract Arbitration Program, if mediation under this section does not resolve the parties' dispute. (3) Failure by the public entity to respond to a claim from a contractor within the time periods described in this subdivision or to otherwise meet the time requirements of this section shall result in the claim being deemed rejected in its entirety. A claim that is denied by reason of the public entity's failure to have responded to a claim, or its failure to otherwise meet the time requirements of this section, shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. (4) Amounts not paid in a timely manner as required by this section shall bear interest at 7 percent per annum. f oul% —T- Revised 6/15/17 Contract No. 6042/6056 Page 77 of 193 (5) If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim against a public entity because privity of contract does not exist, the contractor may present to the public entity a claim on behalf of a subcontractor or lower tier subcontractor. A subcontractor may request in writing, either on his or her own behalf or on behalf of a lower tier subcontractor, that the con- tractor present a claim for work which was performed by the subcontractor or by a lower tier subcontractor on behalf of the subcontractor. The subcontractor requesting that the claim be pre- sented to the public entity shall furnish reasonable documentation to support the claim. Within 45 days of receipt of this written request, the contractor shall notify the subcontractor in writing as to whether the contractor presented the claim to the public entity and, if the original contractor did not present the claim, provide the subcontractor with a statement of the reasons for not having done so. (e)The text of this section or a summary of it shall be set forth in the plans or specifications for any public works project that may give rise to a claim under this section. (f)A waiver of the rights granted by this section is void and contrary to public policy, provided, however, that (1) upon receipt of a claim, the parties may mutually agree to waive, in writing, mediation and proceed directly to the commencement of a civil action or binding arbitration, as applicable; and (2) a public entity may prescribe reasonable change order, claim, and dispute resolution procedures and requirements in addition to the provisions of this section, so long as the contractual provisions do not conflict with or otherwise impair the timeframes and procedures set forth in this section. (g)This section applies to contracts entered into on or after January 1, 2017. (h)Nothing in this section shall impose liability upon a public entity that makes loans or grants available through a competitive application process, for the failure of an awardee to meet its con- tractual obligations. (i)This section shall remain in effect only until January 1, 2020, and as of that date is repealed, unless a later enacted statute, that is enacted before January 1, 2020, deletes or extends that date. In addition, all claims by Contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the •11, UØ t Revised 6/15/17 Contract No. 6042/6056 Page 78 of 193 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. 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. 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. The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. This article does not apply to tort claims and nothing in this article is intended nor shall be con- strued to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Divi- sion 3.6 of Title 1 of the Government Code. Revised 6/15/17 Contract No. 6042/6056 Page 79 of 193 20104.4. The following procedures are established for all civil actions filed to resolve claims sub- ject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time re- quirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Proce- dure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2)Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators ap- pointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a differ- ent division. In no event shall these fees or expenses be paid by state or county funds. (3)In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. 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. Revised 6/15/17 Contract No. 6042/6056 Page 80 of 193 SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the gener- ally accepted standards. Material and work quality shall be subject to the Engineer's approval. Materials and work quality not conforming to the requirements of the Specifications shall be con- sidered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so di- rected by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable no- tice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Spec- ifications. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facilities and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Con- tractor shall also adequately protect new and existing work and all items of equipment for the duration of the Contract. The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be neces- sary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrica- tion, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are accepta- ble upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed electrical panel boards, large pumps, sewage plant equipment, etc., are subject to in- spection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, riewatedno and all elements perfainino fn the Qafety of persons aQ nontained 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 fik*: Revised 6/15/17 Contract No. 6042/6056 Page 81 of 193 regulations as may apply. Contractor shall furnish Engineer with such information as may be nec- essary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to pur- chase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory (ap- proved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. 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 Engineer. Unless otherwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor's responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the require- ments indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after im- proper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. fad: Revised 6/15/17 Contract No. 6042/6056 Page 82 of 193 Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made nec- essary by noncompliance with the specifications shall be borne by the Contractor. 4-1.6 Certification. The Engineer may waive materials testing requirements of the Specifica- tions and accept the manufacturer's written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words or equal. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any mate- rial, process, or equipment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the contract documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durabil- ity, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended 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. 41p), Revised 6/15/17 Contract No. 6042/6056 Page 83 of 193 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 operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator's platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other oper- ating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pres- sure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain- measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Cal- ibration certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Mod- ified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials' tests, as de- fined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The inves- tigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional in- formation in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the co- operative investigation concluded. Whenever the cooperative investigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the implementation of a resolution process by committee. 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 acknowl- edgement, 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 re- quest notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 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 cooperative 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 1% "1- Revised 6/15/17 Contract No 6042/6056 Page 84 of 193 committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1.Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 2.Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or 3.At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, the Contractor shall bear and maintain a record for all the investigative costs until resolution. Should the investigation discover assignable causes for the contradiction, the assignable party, the Agency or the Contractor, shall bear all costs associated with the investigation. Should assignable causes for the contradiction extended to both parties, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assignable cause, the inves- tigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradiction, the initiator of the investigation shall bear all investigative costs. All claim notification requirements of the contract pertain- ing to the contradiction shall be suspended until the investigation is concluded. 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in Section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency's boundaries the Contractor shall provide the Engi- neer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. 41P11, tadt Revised 6/15/17 Contract No. 6042/6056 Page 85 of 193 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 property parcel will be served by a service connection for each type of utility. As provided in Section 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Under- ground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installations. The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its operations. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the sup- port of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accordance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1.Furnish and install a 2-inch cushion of expansion joint material or other similar resilient material; or 2.Provide a sleeve or other opening which will result in a 2-inch minimum-clear annular space between the concrete and the utility; or 3.Provide other acceptable means to prevent embedment in or bonding to the concrete. Or- Revised 6/15/17 Contract No. 6042/6056 Page 86 of 193 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. 6-3 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. Utilities which are relocated in order to avoid inter- ference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and prop- erty line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3- 3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect in- terfering service connections. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. .1k Revised 6/15/17 Contract No. 6042/6056 Page 87 of 193 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 temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-6 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time avail- able for protection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Sec- tion 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unrea- sonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not iden- tified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or altera- tions not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor's actual loss as was unavoidable and the Contractor may be granted an extension of time. 5-6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. Traffic Signal (City of Carlsbad): Prior to beginning demolition or grading work upstream of the existing bridge, Contractor shall remove or relocate the traffic signal conduit (currently affixed to the upstream edge of the existing bridge) if it cannot be protected in place. After the new pedes- trian bridge is installed, and prior to installation of approaching hardscape, Contractor will relocate the conduit to the utility hangers along the south edge of the new pedestrian bridge or may main- tain its existing alignment along the outside edge of the existing bridge, at the City's discretion. Contractor shall coordinate with the City for the relocation of their utility, including new locations of pull boxes. Contractor shall protect the existing cable during all phases of the contract. Telecommunication (AT&T): Prior to beginning demolition or grading work upstream of the existing bridge, AT&T will remove or relocate their conflicting telecommunication lines and cabinet if they cannot be protected in place. After the new pedestrian bridge is installed, and prior to installation of approaching hardscape, AT&T may relocate their lines to the utility hangers along the south edge of the new pedestrian bridge, or they may maintain their existing alignment along the outside north edge of the existing bridge. Contractor shall coordinate with AT&T for the relocation of their utility. Contractor shall protect the existing lines during all phases of the contract. art TS"' Revised 6/15/17 Contract No. 6042/6056 Page 88 of 193 Overhead Cable (Spectrum): After the new pedestrian bridge is installed, and prior to removal of utility poles and installation of approaching hardscape, Spectrum will relocate their overhead ca- ble from the existing poles to the utility hangers along the south edge of the new pedestrian bridge. A portion of this utility is currently underground. Contractor shall coordinate with Spectrum for the relocation of their utility. Contractor shall protect the existing cable during all phases of the con- tract. Overhead Electric and Poles (SDG&E): After the new pedestrian bridge and walls are installed, and prior to installation of approaching hardscape, San Diego Gas and Electric (SDG&E) will remove the two utility poles and guy wires located near each end of the existing north bridge barrier. A portion of this utility is currently underground. Contractor shall coordinate with SDG&E for the removal of the poles upon completion of the wiring and powering of the lines along the north edge of the new pedestrian bridge by SDG&E. Contractor shall protect the existing power lines during all phases of the contract. —1- Revised 6/15/17 Contract No. 6042/6056 Page 89 of 193 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 15 calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's man- agement personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6-4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion of the precon- struction meeting. 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Base- line Construction Schedule shall include each item and element of Sections 6-1.2 through 6-1.2.9 and shall be on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media. 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities re- quired to represent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Schedule shall include detail of all project phasing, staging, and se- quencing, including all milestones necessary to define beginning and ending of each phase or stage. 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprising the schedule. 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 1 % 01- Revised 6/15/17 Contract No. 6042/6056 Page 90 of 193 6-1.2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows 2000 compatible "Suretrak" program by Primavera or "Project" program by Microsoft Corporation to prepare the Baseline Construction Schedule and all updates thereto. The Contrac- tor shall submit to the Agency a CD-ROM data disk with all network information contained thereon, in a format readable by a Microsoft Windows 2000 system. The Agency will use a "Suretrak", "Project" or equal software program for review of the Contractor's schedule. Should the Contractor elect to use a scheduling program other than the "Suretrak" program by Primavera or "Project" program by Microsoft Corporation the Contractor shall provide the Engineer three copies of the substituted program that are fully licensed to the Agency and 32 class hours of on-site training by the program publisher for up to eight Agency staff members. The classes shall be presented on Mondays through Thursdays, inclusive, between the hours of 8:00 a.m. and 5:00 p.m. The on-site training shall be held at 1635 Faraday Avenue, Carlsbad, California. The dates and times of the on-site training shall be submitted to the Engineer for approval five working days before the start of the on-site training. The on-site training shall be completed prior to the submittal of the first Baseline Construction Schedule. 6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activi- ties, including submittals, interfaces between utility companies and other agencies, project milestones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the Contractor's plan for project execution, to ac- curately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity's description shall accurately define the work planned for the activity and each activity shall have recognizable beginning and end points. 6-1.2.6 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. 6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity's construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. 6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per Section 6-4. 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor's plan to support and maintain the project for the entire contractual time span of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline Con- struction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of Section 6-1. The Engineer may choose to accept the Contrac- tor's proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency's acceptance of a shortened du- ration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. aw. 01- Revised 6/15/17 Contract No. 6042/6056 Page 91 of 193 6-1.2.10 Engineer's Review. The Construction Schedule is subject to the review of the Engineer. The Engineer's determination that the Baseline Construction Schedule proposed by the Contrac- tor complies with the requirements of these supplemental provisions shall be a condition precedent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the 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. 6-1.2.10.2 "Accepted with Comments." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments. 6-1.2.10.3 "Not Accepted." The Contractor must resubmit the schedule incorporating the cor- rections and changes of the comments. 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 "Ac- cepted" or "Accepted with Comments" by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" by the Engineer. 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon each activity's schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media per the submittal requirements of Section 2-5.3 and will include each item and element of Sections 6-1.2 through 6-1.2.9 and 6-1.3.1 through 6-1.3.7. 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed dur- ing the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Contractor shall report the percentage determined by the Engineer as complete for the activity. 6-1.3.3 Electronic Media. The schedule data disk shall be a CD-ROM, labeled with the project name and number, the Contractor's name and the date of preparation of the schedule data disk. The schedule data disk shall be readable by the software specified in Section 6-1.2.4 "Schedule Software" and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. % 1 .2e01 Revised 6/15/17 Contract No. 6042/6056 Page 92 of 193 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. 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. 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. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked "Accepted" by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor's responsibility. 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent "Accepted" Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the "Accepted" schedule. 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substan- tially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list 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 .7k toil/ —1- Revised 6/15/17 Contract No. 6042/6056 Page 93 of 193 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, 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. The work includes replacing bridge barriers, widening a sidewalk overhang, constructing a new single-span pedestrian bridge and foundations, removing and constructing masonry sound walls, and performing associated sidewalk, curb, and landscape improvements. Aside from traffic staging requirements, project phasing is not specified for this contract except as indicated for various items of work. The Contractor is responsible to coordinate and perform the work in accordance with the plans and specifications. Some portions of work may overlap each other and/or occur during the same time period for work. Weekend and night work is anticipated for some items of work per Section 6-7. 6-2.2 Project Meetings. The Engineer will establish the time and location of regular 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 TIII4V Revised 6/15/17 Contract No. 6042/6056 Page 94 of 193 Representative". No separate payment for attendance of the Contractor, the Contractor's Repre- sentative 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, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for that part and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 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 4/1fr to4, Revised 6/15/17 Contract No. 6042/6056 Page 95 of 193 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 Agency under law. 6-6 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own dis- cretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contrac- tor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. No extension of time will be granted for a delay caused by the Contractor's inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof. the proof must be provided in a timely manner in accordance with the sequence of the Contractor's operations and the approved construction schedule. If delays beyond the Contractor's control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interests of the Agency. The Con- tractor will not be entitled to damages or additional payment due to such delays, except as provided in Section 6-6.3. If delays beyond the Contractor's control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor p- s • el- Revised 6/15/17 Contract No. 6042/6056 Page 96 of 193 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 classi- fication 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 Contractor 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 185 working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1.Saturday, 2.Sunday, 3.any day designated as a holiday by the Agency, 4.any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor associa- tion, 5.any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6.any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:30 a.m. and 3:30 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work out- side said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work. The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. Contingent upon the results of the bat maternity season survey, no work involving high vibrations or loud noise (e.g., structural demolition, pile driving) shall be performed by the contractor during the bat maternity season between April 1 and August 31. The Contractor shall incorporate the dates, areas and types of work prohibited in this section in the Construction Schedule required by Section 6.1. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the prohibition of work being performed within the dates, areas and/or types of work prohibited in this section. Contractor is hereby advised that the Engineer will require after hours and weekend work on an interim basis to accomplish traffic control work. t.s, Revised 6/15/17 Contract No. 6042/6056 Page 97 of 193 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 Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the com- pleted Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one-year warranty period. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor's sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of five hundred Dollars ($500.00). 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 $500 per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 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 47k. ayS Revised 6/15/17 Contract No. 6042/6056 Page 98 of 193 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. .1fr Revised 6/15/17 Contract No. 6042/6056 Page 99 of 193 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or otherwise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with ap- plicable provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimination because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. In accordance with the Labor Code, the Board has on file and will publish a schedule of prevailing wage rates for the types of work to be done under the Contract. The Contractor shall not pay less than these rates. Each worker shall be paid subsistence and travel as required by the collective bargaining agree- ment on file with the State of California Department of Industrial Relations. The Contractor's attention is directed to Section 1776 of the Labor Code which imposes respon- sibility upon the Contractor for the maintenance, certification, and availability for inspection of such records for all persons employed by the Contractor or Subcontractor in connection with the project. The Contractor shall agree through the Contract to comply with this Section and the re- maining provisions of the Labor Code. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 10 of the Public Works Contract. The cost of this insurance shall be included in the Contractor's Bid. 7-4 WORKERS' COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to un- dertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." 1117S, 1%0 Revised 6/15/17 Contract No. 6042/6056 Page 100 of 193 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 req uirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-5.1 Resource Agency Permits. The following resource agency permits may pertain to this project: 1.California Department of Fish and Wildlife Streambed Alteration - Agreement No. 1600- 2020-0158-R5 2.United States Army Corps of Engineers Clean Water Act Section 404 Nationwide Permit 33 - SPL-2019-00282 3.Regional Water Quality Control Board Clean Water Act Section 401 Water Quality Certifi- cation - Application Place ID No. 868175 4.California Coastal Commission Coastal Development Permit - CDP 2018-0031 Permits are contingent on resource agency determination and no work shall begin without re- quired and approved permits. Contractor shall implement permit conditions at all times. 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 n.ecessitate its pres- ence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor "Li Revised 6/15/17 Contract No. 6042/6056 Page 101 of 193 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 companies during the relocation or construction of their lines. The Contractor may be granted a time exten- sion if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. When required by the Plans or Specifications, the Contractor shall furnish and operate a self- loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is incom- plete. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor's Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed imme- diately and the area cleaned. 0S' 1%0 Revised 6/15/17 Contract No. 6042/6056 Page 102 of 193 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 cleanup and dust control that, in his/her sole dis- cretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Con- tract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of em- ployees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condition. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sew- age shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. fe14, Revised 6/15/17 Contract No. 6042/6056 Page 103 of 193 Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall comply with the California State Water Resources Control Board (SWRCB) Order Number R9-2013-0001, Construction General Permit and amendments thereto, Waste Dis- charge Requirements (WDR's) for Discharges of Stormwater 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. A Tier 2 Storm Water Pollution Prevention Plan (SWPPP) is provided to the Contractor, in Appen- dix A, for use in preparing the Project SWPPP for approval by the City. The Contractor shall be responsible for the preparation and implementation of the SWPPP and coordination with the City and the Regional Water Quality Control Board. All costs for preparing and implementing the Storm Water Pollution Prevention and Monitoring Plans and coordination with the City and the Regional Water Quality Control Board shall be included as part of the contract price bid. A Notice of Intent (N01) is not required for this project. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installa- tions, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a portion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. Maintenance of street and traffic signal systems that are damaged, temporarily removed or relo- cated shall be done in conformance with 307-1.5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor's operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the Work. 411,` te14: Revised 6/15/17 Contract No 6042/6056 Page 104 of 193 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 authorized, 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. 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. 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 completion 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 4Plfr t Revised 6/15/17 Contract No. 6042/6056 Page 105 of 193 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, 5) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. The Contractor shall secure approval, in advance, from authorities concerned for the use of any bridges proposed by it for public use. Temporary bridges shall be clearly posted as to load limit, with signs and posting conforming to current requirements covering "signs" as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and these provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option, install the traffic signs, markings, delin- eation or devices and charge the Contractor twenty-five dollars ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and con- trol devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of Section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of Section 214-5.1.et seq. All temporary reflective channelizers shall conform to the provisions of Section 214-5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb mark- ing shall conform to the provisions of Section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to Section 210-1.6 for materials and Section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Con- tractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect un- derground 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 traveled 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 Revised 6/15/17 Contract No. 6042/6056 Page 106 of 193 the provisions in Section 206-7.2 et seq. If illuminated traffic cones rather than post-type delinea- tors are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS "Standard Specifications", except the sleeves shall be 7" long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, in- cluding any Section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 6' of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equip- ment and along the edge of the pavement at not less than 25' intervals to a point not less than 25' past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20-1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. 7-10.3.2 Maintaining Traffic. The Contractor's personnel shall not work closer than 6' nor operate equipment within 2' from any traffic lane occupied by traffic. For equipment the 2' shall be meas- ured 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 adjacent traffic lane or provide barriers. During the entire construction, a minimum of two paved traffic lanes, not less than 11` 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 (FHWA MUTCD 2003 Revision 1, as amended for use in California) and provisions under "Maintaining Traffic" elsewhere in these Provisions. The pro- visions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. 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 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 most recent edition of the California Manual on Uniform Traffic Control Devices (MUTCD, as amended t 4, —1- Revised 6/15/17 Contract No. 6042/6056 Page 107 of 193 for use in California) published by CALTRANS. Whenever the work causes obliteration of pave- ment delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to estab- lish 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 removed, 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 in the project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the 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 re- view 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 sub- mittals 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. The Contractor may choose to modify, add to or supplement the TCP shown on the contract plans or substitute TCP to further its own interests. The level of detail, format, and graphics shall be of quality and size no less than shown on the contract plans. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and the MUTCD. 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 Engi- neer's sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modification, addition, supplement, and/or new design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such modification, addition, sup- plement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or ink "r• Revised 6/15/17 Contract No. 6042/6056 Page 108 of 193 new designs to TCP shall conform to the requirements of Section 2-5.3 Shop Drawings and Sub- mittals. 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 as a part of the Lump Sum Amount for "Traffic Control." 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 in Section 5194 of the California Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. ink tool Revised 6/15/17 Contract No. 6042/6056 Page 109 of 193 Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Ma- terial Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe condi- tions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, admin- istering and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and con- tain procedures for safe entry into confined spaces, including, but not limited to the following: 1.Training of personnel 2.Purging and cleaning the space of materials and residue 3.Potential isolation and control of energy and material inflow 4.Controlled access to the space 5.Atmospheric testing of the space 6.Ventilation of the space 7.Special hazards consideration 8.Personal protective equipment 9.Rescue plan provisions The Contractor's submittal shall include the names of its personnel, including subcontractor per- sonnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Title 8, OCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit- required confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit-required con- fined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and person- nel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 1% 01- Revised 6/15/17 Contract No. 6042/6056 Page 110 of 193 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall indemnify and hold the Agency harmless from any legal action that may be brought for infringe- ment of patents. 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer's approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and Na- tional laws and County and Municipal ordinances and regulations which in any manner affect those employed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: "In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the par- ties." Revised 6/15/17 Contract No. 6042/6056 Page 111 of 193 SECTION 8 - ENVIRONMENTAL STEWARDSHIP 8-1 ENVIRONMENTAL REQUIREMENTS. The project must adhere to the Biological Re- sources Technical Report prepared by LSA, dated May 2018, revised June 2020, Section 6.5, "Avoidance and Minimization Measures," sheet 27 of the plans, and Appendix B "Revegetation Specifications". 8-2 PRE-CONSTRUCTION SURVEYS. 8-2.1 Bat Survey. The City will conduct a nighttime bat survey prior to construction activities to determine the need for humane bat eviction/exclusion or other avoidance and minimization measures. The City will employ both acoustic and visual techniques to determine the presence and species composition of bats. The City will develop a species list and avoidance minimization measures based on the results of the nighttime survey. If humane eviction/exclusion will be necessary to minimize or avoid impacts to bats, then the City will install exclusionary devices to the bridge, as necessary. The City may require assistance from the contractor to reach areas under the bridge. Eviction/exclusion activities must occur outside of the bat maternity season (April 1 through Au- gust 31). 8-2.2 Nesting Bird Survey. The City will perform pre-construction nesting bird surveys if vege- tation disturbance is scheduled to occur during the bird breeding season (between January 15 and September 15). The nesting bird surveys will occur no more than 72 hours prior to vegetation disturbance. If nesting birds are found, the City's biologist shall establish an adequate buffer zone based on a species-by-species, case-by-case basis, in accordance with city policies and guide- lines. 8-3 ENVIRONMENTAL MONITORING. 8-3.1 Environmental Awareness Training and General Biological Resources Monitoring. The City's biologist will prepare an Environmental Awareness Training Program to be provided to all project personnel prior to commencement of project-related activities. The program will include information concerning special-status plants, wildlife, and aquatic resources, including, but not limited to, descriptions, locations of suitable habitat, reasons for avoidance, and avoidance and minimization measures. The City's biologist will provide the program prior to work in a tailgate training format. The City will have a biological resources monitor on site intermittently during construction. 8-3.2 Archeological Monitoring. The City's archaeologist will monitor ground-disturbing con- struction activities with a reasonable likelihood to disturb areas of archaeological sensitivity. If archaeological material is identified at any point of construction, work in that location will be di- verted, and the City's archaeologist will evaluate the nature and significance of the find. The Contractor may be entitled to an extension of time under Section 6-3. til4 Revised 6/15/17 Contract No. 6042/6056 Page 112 of 193 SECTION 9 — MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from meas- urements or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sec- tions involved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with dupli- cate licensed weighmaster's certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Stand- ard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated "Lump Sum", "L.S.", or "Job", shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accord- ance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it t al) Revised 6/15/17 Contract No. 6042/6056 Page 113 of 193 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 expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of owner- ship shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equip- ment required to be provided under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6-10. Guarantee periods shall not be affected by any payment but shall commence on the date of re- cordation of the "Notice of Completion." If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor's failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with appli- cable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as pre- scribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency's payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete •-s•1 4 , e, Revised 6/15/17 Contract No. 6042/6056 Page 114 of 193 the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engi- neer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If pay- ment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. From each progress estimate, 10 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from re- maining progress estimates and from the final estimate may be limited to $500 or 10 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liqui- dated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substi- tute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Engineer will make a Final Payment Estimate and process a corre- sponding payment. This, estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Esti- mate. 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 t Revised 6/15/17 Contract No. 6042/6056 Page 115 of 193 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 Condi- tions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or 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. 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. The Contract lump-sum price paid for mobilization shall not exceed one hundred fifty thousand dollars ($150,000.00), and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and inci- dentals, and for doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization and Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. Progress payments for Mobilization and Preparatory Work will be made as follows: 1% Revised 6/15/17 Contract No. 6042/6056 Page 116 of 193 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. Bid Item No. *I - Mobilization (Lump Sum) The contract lump sum price paid for this bid item shall be in accordance with Section 9-3.4, "Mobilization," of these special provisions. Bid Item No. 2 - Cold Mill AC Pavement (2-inch) (Square Yard) The contract unit price paid for this item shall constitute full compensation to cold mill existing AC pavement in accordance with the plans and contract documents. Bid Item No. 3 - 2-Inch Asphalt Concrete Overlay (Square Yard) The contract unit price paid for this item shall constitute full compensation to overlay AC pavement in accordance with the plans and contract documents. Bid Item No. 4 - Concrete Sidewalk (Cubic Yard) The contract unit price paid for this item shall constitute full compensation to construct concrete sidewalk in accordance with the plans and contract documents. Bid Item No. 5 - Remove and Replace Asphalt Concrete (Full Depth) (Ton) The contract unit price paid for this item shall constitute full compensation to remove and replace full depth asphalt concrete in accordance with the plans and contract documents. Bid Item No. 6 - Remove and Dispose Existing Sidewalk (Square Yard) The contract unit price paid for this item shall constitute full compensation to remove existing concrete sidewalk in accordance with the plans and contract documents. This includes, but is not limited to, saw cutting and disposal of concrete and rebar. Bid Item No. 7 - Remove and Dispose Curb and Gutter (Lineal Feet) The contract unit price paid for this item shall constitute full compensation to remove existing concrete curb and gutter in accordance with the plans and contract documents. This includes, but is not limited to, saw cutting and disposal of concrete and rebar. Bid Item No. 8 - Remove and Dispose Existing Guard Rail (Lineal Feet) The contract unit price paid for this item shall constitute full compensation to remove and dispose of existing guard rail in accordance with the plans and contract documents. Bid Item No. 9 - Curb and Gutter (Lineal Feet) The contract unit price paid for this item shall constitute full compensation to construct curb and gutter in accordance with the plans and contract documents. tae. —1- Revised 6/15/17 Contract No. 6042/6056 Page 117 of 193 Bid Item No. 10 - Type A Curb Ramp (Each) The contract unit price paid for this item shall constitute full compensation to construct Type A curb ramp in accordance with the plans and contract documents. Bid Item No. 11 - Embankment Fill (Cubic Yard) The contract unit price paid for this item shall constitute full compensation to furnish, place, and compact embankment fill approaching the new bridge in accordance with the plans, contract doc- uments, and Section 300-3.5.3, "Embankment Fill," of these special provisions. Bid Item No. 12 - Erosion and Sediment Controls (Lump Sum) The contract lump sum price for this bid item shall constitute full compensation to meet storm water requirements with best management practices (BMPs) and erosion control measures as outlined in the City BMP Manual for Construction Activities (2016 Edition), and in accordance with the plans. This item includes, but is not limited to, implementation, maintenance, management and compliance of erosion control activities per the plans and contract documents. Bid Item No. 13 - Rip-Rap Stone (Cubic Yard) The contract unit price paid for this item shall constitute full compensation to furnish and install rip-rap stone in accordance with the plans, contract documents, and Section 300-11, "Stonework for Erosion Control," of these special provisions. Bid Item No. 14 - Rock Slope Protection Fabric (Square Yard) The contract unit price paid for this item shall constitute full compensation to furnish and install rock slope protection fabric in accordance with the plans, contract documents, and Section 300-12, "Rock Slope Protection Fabric," of these special provisions. Bid Item No. 15 - Clear and Grub, Including Trees (Lump Sum) The contract lump sum price paid for this bid item shall constitute full compensation for clearing and grubbing, including trees, in accordance with Greenbook Section 300-1, the plans and con- tract documents. This includes, but is not limited to, removal and disposal of abandoned utilities not otherwise specifically paid for. Bid Item No. 16 - Stabilized DG (Landscaping) (Ton) The contract unit price paid for this bid item shall constitute full compensation to furnish and install stabilized decomposed granite for landscaping in accordance with the plans and contract docu- ments. Bid Item No. 17 - Cobble (2"-3") (Square Foot) The contract unit price paid for this bid item shall constitute full compensation to furnish and install cobble hardscape in accordance with the plans and contract documents. Bid Item No. 18 - Concrete Mow Curb (Lineal Feet) The contract unit price paid for this bid item shall constitute full compensation for constructing concrete mow curb in accordance with the plans and contract documents. Bid Item No. 19 - Plant Trees (24" Box) (Each) The contract unit price paid for this bid item shall constitute full compensation for furnishing and planting trees in accordance with the plans and contract documents. Irk tui4: Revised 6/15/17 Contract No. 6042/6056 Page 118 of 193 Bid Item No. 20 - Furnish Trees (24" Box) (Lump Sum) The contract lump sum price paid for this bid item shall constitute full compensation for furnishing and maintaining eight (8) trees (not shown on the plans) in 24" boxes, consisting of four (4) coast live oak trees (Quercus agrifolia) and four (4) Brisbane Box trees (Tristania conferta (Lo- phostemon)), to be delivered onsite, protected, and maintained until pickup by the Carlsbad Parks and Recreation Department. Bid Item No. 21 - Cut and Cap Existing Irrigation System (Lump Sum) The contract lump sum price paid for this bid item shall constitute full compensation for cutting and capping existing irrigation systems in accordance with the plans and contract documents. Bid Item No. 22 - Extend Existing Irrigation System (Lump Sum) The contract lump sum price paid for this bid item shall constitute full compensation for extending existing irrigation systems in accordance with the plans and contract documents. This includes, but is not limited to, coordination with private property owners, checking and testing system and valves, making repairs as needed, adjusting locations and/or installing new line pipe, fittings, sleeves, pop-up spray heads and nozzles, miscellaneous parts, and cement. Bid Item No. 23 - Recompact 12" Top Soil (Fine Grading) (Square Foot) The contract unit price paid for this bid item shall constitute full compensation for recompacting top soil in accordance with the plans and contract documents. Bid Item No. 24 - Erosion Control Mulch (Cubic Yard) The contract unit price paid for this bid item shall constitute full compensation to furnish and install erosion control mulch in accordance with the plans and contract documents. Bid Item No. 25 - Hydroseeding (Square Foot) The contract unit price paid for this bid item shall constitute full compensation for hydroseeding in accordance with the plans and contract documents. This includes, but not limited to, LSA Memo- randum of Revegetation Specifications dated September 17, 2020 as provided in Appendix B outlining revegetation notes, temporary irrigation, seed mix, application procedures, and mainte- nance requirements. Bid Item No. 26 - Reset Chain Link Fence (includes removal) (Lineal Feet) The contract unit price paid for this bid item shall constitute full compensation for removing and replacing chain link fence in accordance with the plans and contract documents. This includes, but is not limited to, removal and disposal of chain link fence not designated to be replaced. Measurement shall be made along length of reinstalled fence. Bid Item No. 27 - 42-inch Pedestrian Railing at Top of Slopes (Lineal Feet) The contract unit price paid for this bid item shall constitute full compensation to furnish and install 42-inch-high metal railings at the top of slopes in accordance with the plans and contract docu- ments. 411 Revised 6/15/17 Contract No. 6042/6056 Page 119 of 193 Bid Item No. 28 - Traffic Control (Lump Sum) The contract lump sum price for this bid item shall constitute full compensation for all traffic control in accordance with the plans and contract documents and Sections 7-10 and 604-6 of these spe- cial provisions. This includes, but is not limited to, preparing modified traffic control plans, implementing traffic control, supplying, installing and removing k-rail, signing, striping, flagging operations, arrow boards, resident notification letters, door hanger, installation, maintenance, and removal of cones, delineators, advanced warning signs, barricades, flagmen, temporary traffic stripe application and sandblasted removal, traffic rerouting and "NO PARKING" signs. Traffic control shall be phased in accordance with the plans. Bid Item No. 29 - Reset Pipe Handrailing (Lineal Feet) The contract unit price paid for this item shall constitute full compensation to remove and install existing pipe handrailing along the south edge of the bridge sidewalk in accordance with the plans, contract documents, and Section 304-2, "Metal Hand Railings," of these special provisions. Bid Item No. 30 - Remove Bridge Rail (Type 9-11) (Lineal Feet) The contract unit price paid for this item shall constitute full compensation to remove existing concrete bridge barrier (Type 11) and metal bridge railing (Type 9) in accordance with the plans and contract documents, and Section 303-9, "Concrete Removal," of these special provisions. This includes, but is not limited to, working platforms and protective covers, saw cutting, disposal of concrete, metal, and rebar, and refinishing the bridge deck. Bid Item No. 31 - Remove Bridge (Portion) (Lump Sum) The contract lump sum price paid for this item shall constitute full compensation to remove the upper portion of existing concrete bridge wingwalls and abutment backwalls along the edge of the northbound roadway in accordance with the plans and contract documents, and Section 303-9, "Concrete Removal," of these special provisions. This includes, but is not limited to, saw cuffing, disposal of concrete and rebar, and refinishing. Bid Item No. 32 - Remove Masonry Sound Wall (Square Feet) The contract unit price paid for this item shall constitute full compensation to remove existing masonry walls and concrete footings in accordance with the plans and contract documents, and Section 303-9, "Concrete Removal," of these special provisions. This includes, but is not limited to, excavation, saw cutting, backfill, and disposal of concrete, masonry, and rebar. Bid Item No. 33 - Remove Concrete Vault (Portion) (Lump Sum) The contract lump sum price paid for this item shall constitute full compensation to remove the upper portion of the existing concrete vault adjacent to Abutment 2 in accordance with the plans and contract documents, and Section 303-9, "Concrete Removal," of these special provisions. This includes, but is not limited to, excavation, saw cutting, dewatering, slurry backfill, and dis- posal of concrete, metal, and rebar. Bid Item No. 34 - Structure Excavation (Bridge Abutments) (Lump Sum) The contract lump sum price paid for this bid item shall constitute full compensation to excavate for the new truss bridge abutments in accordance with the plans, contract documents, and Section 300-3, "Structure Excavation and Backfill" of these special provisions. This includes, but is not limited to, dewatering, cofferdams if required, and removal of unsuitable material such as rip rap. fj, el- Revised 6/15/17 Contract No. 6042/6056 Page 120 of 193 Bid Item No. 35 - Micropile (Each) The contract unit price paid for this bid item shall constitute full compensation to furnish and install micropiles in accordance with the plans, contract documents, and Section 305-2, "Micropiles," of these special provisions. Bid Item No. 36 - Structural Concrete, Bridge (Cubic Yard) The contract unit price paid for this item shall constitute full compensation to construct the canti- levered sidewalk along the southbound edge of the existing bridge deck, return walls and wingwalls at the end of the cantilevered sidewalk, barrier moment slabs at each northbound end of the existing bridge, abutment footings and stems for the new pedestrian bridge, and the deck of the new pedestrian bridge, in accordance with the plans and contract documents. This includes, but is not limited to, excavation and backfill except as noted, bar reinforcing steel, drill and bond dowels, falsework, formwork, and expansion joint material. Concrete for masonry sound wall foot- ings, Type 80 barriers, and minor concrete for at-grade pavement, curbs, gutters, and ramps is paid for separately. Structure excavation for new truss bridge abutments is paid for separately. Bid Item No. 37 - Furnish Prefabricated Steel Bridge (Each) The contract unit price paid for this bid item shall constitute full compensation to furnish prefabri- cated steel bridges in accordance with the plans, contract documents, and Section 304-6, "Prefabricated Steel Bridge," of these special provisions. Bid Item No. 38 - Erect Prefabricated Steel Bridge (Lump Sum) The contract lump sum price paid for this bid item shall constitute full compensation to erect pre- fabricated steel bridges in accordance with the plans, contract documents, and Section 304-6, "Prefabricated Steel Bridge," of these special provisions. This includes, but not limited to, coordi- nation with utility companies to relocate and provide new facilities and conduits. Bid Item No. 39 - Sound Wall (Masonry Block) (Square Feet) The contract unit price paid for this bid item shall constitute full compensation to construct ma- sonry walls of various sizes and colors in accordance with the plans and contract documents. This includes, but is not limited to, excavation and backfill, concrete footings, bar reinforcing steel, doweled connections to existing footings, pilasters, cap stones, architectural treatment, paint, wa- terproofing, drainage systems, and joint materials. Bid Item No. 40 - Steel Swing Gate (Each) The contract unit price paid for this bid item shall constitute full compensation to furnish and install steel swing gates in accordance with the plans, contract documents, and Section 206-10, "Steel Gates," of these special provisions. Bid Item No. 41 - Tubular Bicycle Railing (Lineal Feet) The contract unit price paid for this bid item shall constitute full compensation to furnish and install tubular bicycle railing mounted to concrete barrier, including color requirements, in accordance with the plans, contract documents, and Sections 206-11 and 304-8, "Tubular Bicycle Railings," of these special provisions. Bid Item No. 42 - Alternative Crash Cushion System (Each) The contract unit price paid for this bid item shall constitute full compensation to furnish and install permanent crash cushion systems in accordance with the plans, contract documents, and Section 312-1, "Permanent Crash Cushions," of these special provisions. dwe "1- Revised 6/15/17 Contract No. 6042/6056 Page 121 of 193 Bid Item No. 43 - Concrete Barrier (Type 80) (Lineal Feet) The contract unit price paid for this bid item shall constitute full compensation to construct con- crete barrier (Type 80) in accordance with the plans and contract documents. This includes, but is not limited to, excavation and backfill, integral color pigment, and drilling holes and bonding dowels into the existing concrete bridge. The quantities of bar reinforcing steel required in con- crete barriers, including the length extending into decks, walls, or footings, will not be paid for as a separate pay item and full compensation therefor will be considered as included in the contract price paid per lineal foot for Concrete Barrier (Type 80). Bid Item No. 44 - Bridge Lighting (Lump Sum) The contract lump sum price paid for this item shall constitute full compensation to furnish and install lighting for the new pedestrian bridge in accordance with the plans and contract documents. This includes, but is not limited to, luminaires, outlet boxes, conduit, wire, controls, connections and acceptance testing. to0, Revised 6/15/17 Contract No. 6042/6056 Page 122 of 193 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS Add the following section: 200-2.9 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 compacted 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 1 1/2-inch maximum or 3/4 inch maximum shall be used, except that once a grading is selected it shall not be changed without the Engineer's written approval. AGGREGATE GRADING REQUIREMENTS Percentage Passing 11/2 Maximum 3/4" Maximum Sieve Sizes 2" 11/2" Operating Range 100 90-100 Operating Range — — 1" — 100 3/4" 50-85 90-100 No. 4 25-45 35-60 No. 30 10-25 10-30 No. 200 2-9 2-9 QUALITY REQUIREMENTS Operating Tests Range Resistance (R-value) 78 Min. Sand Equivalent 25 Min. Durability Index 35 Min. The aggregate shall not be treated with lime, cement or other chemical material before the Dura- bility Index test is performed. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Operating Range" but meet the "Contract Compliance" requirements, placement of the aggregate base may be continued for the remainder of that day. However, an- other day's work may not be started until tests, or other information, indicate to the satisfaction of the Engineer that the next material to he used in the work will comply with the requirements spec- ified for "Operating Range." If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Contract Compliance," the aggregate base which is represented by F ,, Revised 6/15/17 Contract No. 6042/6056 Page 123 of 193 these tests shall be removed. However, if requested by the Contractor and approved by the En- gineer, the aggregate base may remain in place and the Contractor shall pay to the City $2.25 per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. If both the aggregate 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. SECTION 201 - CONCRETE, MORTAR AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE. Modify Table 201-1.1.2 as follows: TABLE 201-1.1.2 (3) PORTLAND CEMENT CONCRETE Type of Construction Concrete Class Maximum Slump (Inches) Cantilevered Sidewalk (southbound edge of deck) 650-CW-4000 4" All Concrete Used Within the Right-of-Way 560-C-3250 (1) (2) Trench Backfill Slurry 190-E-400 8" Street Light Foundations and Survey Monuments 560-C-3250 4" Traffic Signal Foundations 590-C-3750 4" Concreted-Rock Erosion Protection 520-C-2500P per Table 300-11.3.1 (1)Except that concrete required to be of higher strength by Table 201-1.1.2 SSPWC shall be as per Table 201- 1.1.2 SSPWC. (2)As per Table 201-1.1.2 SSPWC. (3)Portions of Table 201-1.1.2 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 Chemical Admixtures. (d) Air-Entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-1/2 per- centage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504. Add the following: 201-1.2.7 Integral Colored Concrete. Integral color shall consist of colored admixtures devel- oped 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 pigments shall meet or ex- ceed 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 architec- tural concrete. Pigment shall be a permanent coloration, uniform throughout the concrete surface and interior, and shall be highly UV and fade resistant. t At -1- Revised 6/15/17 Contract No. 6042/6056 Page 124 of 193 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 in- stallation on identical surfaces for approval by Resident Engineer. Contractor shall provide a maintenance schedule for integral colored concrete. Admixture for all integral colored concrete in barriers and other integral colored concrete shall be the following: Color: C-15 "Coachella Sand" by Scofield Curing: 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 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). Add the following: 201-1.6 Not Used 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. Install 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 Gray.:1.03 Density: 8.6 pounds per gallon Drying Time: 30 minutes to 60 minutes Cure Time: 24 to 48 hours VOC Content: None (0 g/l) excluding water t at, Revised 6/15/17 Contract No. 6042/6056 Page 125 of 193 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: Airless sprayer. Application Manufacturer: Scofield Chromix Admixtures for color-conditioned concrete, or approved equal L.M. Scofield Company 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. Add the following: 201-1.8 Refinishing Bridge Decks. Concrete for refinishing bridge decks must be either portland cement concrete or rapid setting concrete. 201-1.8.1 Portland Cement Concrete. Portland cement concrete shall conform to 201-1 and the following: 1.Concrete must contain at least 675 pounds of cementitious material per cubic yard. 2.Free water must not exceed 280 lb/cu yd. 3.Aggregate must contain from 50 to 55 percent fine aggregate. The remaining portion must be pea gravel. Grade pea gravel such that 100 percent passes the 1/2-inch sieve and at most 5 percent passes the no. 16 sieve. 4.Engineer may request that admixtures be used. 201-1.8.2 Rapid Setting Concrete. Rapid setting concrete shall comply with section 201-1.9. You may extend rapid setting concrete using a clean, uniform, and rounded aggregate filler with a moisture content of no more than 0.5 percent. Aggregate gradation must comply with the re- quirements shown in the following table: TABLE 201-1.8.2(A) RAPID SETTING CONCRETE AGGREGATE GRADATION SIEVE SIZE PERCENTAGE PASSING 1/2" 100 No. 16 0-5 The amount of aggregate filler must comply with the manufacturer's instructions. Concrete strengths for extended concrete must be at least as specified for magnesium phosphate concrete. Combine components of dual-component magnesium phosphate by mixing only complete units supplied by the manufacturer. Do not add water to dual-component magnesium phosphate. 201-1.8.3 Epoxy Adhesive. Epoxy adhesive for bonding freshly mixed concrete to hardened concrete must comply with ASTM C881/C881M, Type V, Grade 2, Class B or C. t4Fs,.t a, —T- Revised 6/15/17 Contract No. 6042/6056 Page 126 of 193 Use Class B whenever the surface temperature is from 40 to 60 degrees F or if a faster cure is required. Use Class C whenever the surface temperature is above 60 degrees F. Add the following: 201-1.9 Bonding Materials. Bonding materials must be magnesium phosphate concrete, modi- fied high-alumina-based concrete, or portland-cement-based concrete. Magnesium phosphate concrete must be either single component that is water activated or dual component with prepackaged liquid activator. Modified high-alumina-based concrete and portland-cement-based concrete must be water acti- vated. Bonding materials must comply with the requirements in Table 201-1.9(A). TABLE 201-1.9(A) BONDING MATERIALS Quality Characteristic Test Method Requirement Compressive strength (psi, min): at 3 hours at 24 hours California Test 551 3000 5000 Flexural strength at 24 hours (psi, min) California Test 551 500 Bond strength at 24 hours (psi, min): Saturated surface dry concrete Dry concrete California Test 551 300 400 Water absorption (percent, max) California Test 551 10 Abrasion resistance at 24 hours (g, max) California Test 550 25 Drying shrinkage at 4 days (percent, max) ASTM 0596 0.13 Soluble chlorides by weight (percent, max) California Test 422 0.05 Water soluble sulfates by weight (percent, max) California Test 417 0.25 Magnesium phosphate concrete must be formulated for a minimum initial set time of 15 minutes and minimum final set time of 25 minutes at 70 degrees F. Store the materials in a cool, dry environment before use. The mix water used with water-activated material shall conform to 201-1.2.3. The quantity of water for single-component type or liquid activator for dual-component type to be blended with the dry component, must be within the limits recommended by the manufacturer and must be the least quantity required to produce a pourable batter. If authorized, you may add retarders to magnesium phosphate concrete. The addition of retarders must comply with the manufacturer's instructions. Magnesium phosphate concrete must not be mixed in containers or worked with tools containing zinc, cadmium, aluminum, or copper metals. Modified high alumina-based concrete must not be mixed in containers or worked with tools containing aluminum. 4fs, tv0 Revised 6/15/17 Contract No. 6042/6056 Page 127 of 193 201-2 REINFORCEMENT FOR CONCRETE. 201-2.2.1 Reinforcing Steel. Replace the first sentence with: Unless otherwise specified, rein- forcing steel shall be deformed bars conforming to ASTM A615/A615M or ASTM A706/A706M, Grade 60, except Grade 40 may be used in curbs, gutters, and curb inlets. Add the following section: 201-2.2.2 Epoxy-Coated Prefabricated Reinforcing Steel. Epoxy coat the following: a)Reinforcement in Structural Concrete (Bridge) b)Reinforcement in concrete barriers c)Reinforcement in sidewalks integral with concrete barriers Epoxy-coated prefabricated bar reinforcement shall comply with ASTM A934/A934M. Coating shall be purple or gray. 201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS. 201-3.4 Type "A" Sealant (Two-Part Polyurethane Sealant). Add the following: All finished concrete surfaces shall have a %" 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 submit samples for initial selection purposes in form of manufacturer's standard bead samples, consisting 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. 41". tat Revised 6/15/17 Contract No. 6042/6056 Page 128 of 193 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. Plastic foam joint fillers shall be pre-formed, compressible, resilient, nonstaining, nonwaxing, non- extruding strips of flexible plastic foam either open-cell polyurethane foam or closed-cell polyethylene foam, subject to approval of sealant manufacturer, for cold-applied sealants only. Polystyrene foam is not acceptable. 201-3.7 Type "D" Joint Sealant. Add the following: 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 201-3.7(A). TABLE 201-3.7(A) CURED HOT-MELT RUBBERIZED ASPHALT Property Measuring Standard (ASTM Designation) Results Conditions Cone Penetration ASTM D 3407, Sec. 5 3.5 mm, 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 Softening Point, ASTM D 36 82 °C, min. Ductility, ASTM D 113 300 mm, min. 25°C, 50 mm/min Flash Point, COC, °C ASTM D 92 288 °C, min. Viscosity, Brookfield Thermosel, ASTM D 4402 2.5-3.5 Pa.s No. 27 Spindle, 20 rpm, 190°C, Add the following section: 201-10 CONCRETE ANCHORS. 201-10.1 Drill and Bond Dowel. Bonding materials for drill and bond dowels shall comply with section 201-1.9. 201-10.2 Drill and Bond Dowel (Chemical Adhesives). Chemical adhesives for bonding dowels shall be on the Caltrans Authorized Material List for chemical adhesive/cartridge epoxies (http://www.dot.ca.gov/hq/esc/approved_products_list/). The chemical adhesive shall be appro- priate for the installation conditions. 201-10.3 Anchorage Devices. Concrete anchorage devices shall comply with Section 75-3.02C, "Anchorage Devices," of the 2015 Caltrans Standard Specifications. ita Revised 6/15/17 Contract No. 6042/6056 Page 129 of 193 SECTION 203 - BITUMINOUS MATERIALS 203-5 SLURRY SEAL. 203-5.5 Rubberized Emulsion Aggregate Slurry (REAS). 203-5.5.2 Materials. 203-5.5.2.1 Aggregate. replace with the following: Aggregate shall be Type I conforming to 203- 5.3. 203-6 ASPHALT CONCRETE. Add the following: 203-6.2.7 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 203-6.4.4. Deviations in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Stabilometer Value per Table 203-6.4.4. 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 203-6.4.4. 203-6.4 Asphalt Concrete Mixtures. Add the following: Conventional Asphalt concrete shall be class C2-PG64-10-RAP for surface course, and B-PG64-10-RAP for base course. Asphalt con- crete shall be class D2-PG70-10 for dikes and class E-PG70-10 ditches. 203-6.4.4 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be determined from samples of asphalt concrete taken after completion of all processing pet 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 concrete 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 Stabilityl in accordance with the Asphalt Institute's MS-2 fabricated and tested for traffic volume and shall be the average of three specimens. lOnly 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. 4PS' —1- Revised 6/15/17 Contract No. 6042/6056 Page 130 of 193 203-6.8 Storage. Add the following: Open graded or Gap graded asphalt concrete stored in ex- cess of 2 hours, and any other asphalt concrete stored in excess of 10 hours, shall not be used in the work. 203-11 ASPHALT RUBBER HOT MIX (ARHM). 203-11.3 Composition and Grading. Add the following: Asphalt Rubber Hot Mix shall be Gap Graded class ARHM-GG-C. SECTION 204 - LUMBER AND TREATMENT WITH PRESERVATIVES 204-1 LUMBER AND PLYWOOD TABLE 204-1.2 add the following: TABLE 204-1.2 USES GRADES 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") Construction grade Redwood or preserva- tive treated construction grade Douglas Fir Number 1 grade Redwood, or preservative treated number 1 grade Douglas Fir SECTION 205 - PILES 205-2 STEEL PILES. 205-2.1 General. Add the following: For micropile special provisions, see Section 305-2. SECTION 206 - MISCELLANEOUS METAL ITEMS 206-1 STRUCTURAL STEEL, RIVETS, BOLTS, PINS, AND ANCHOR BOLTS Add the following section: 206-1.6 Stainless Steei Fasteners. Stainless steel fasteners for general applications shall be Type 304 or Type 316. Bolts, screws, studs, threaded rods, and nonheaded anchor bolts shall conform to ASTM F593 or F738M. Nuts shall conform to ASTM F594 or F836M. 206-6 CHAIN LINK FENCE. 206-6.3.2 Polyvinyl Chloride (PVC) Coated Fabric, add the following: PVC coated chain link fabric shall be Class 2. Add the following section: 206-7 TRAFFIC SIGNS. 206-7.1 Roadside Signs. This work shall consist of furnishing and installing roadside signs in accordance with details shown on the plans, the California Sign Specifications and these special provisions. Permanent and temporary signs shall be free from blemishes that may affect the 4f11.• t4.1 —1- Revised 6/15/17 Contract No. 6042/6056 Page 131 of 193 serviceability and detract from the general sign color and appearance when viewing during day- time and nighttime from a distance of 25 feet. The face of each finished sign shall be uniform, flat, smooth, and free of defects, scratches, wrinkles, gel, hard spots, streaks, extrusion marks, and air bubbles. The front, back and edges of the sign panels shall be free of router chatter marks, burns, sharp edges, loose rivets, delaminated skins, excessive adhesive overspray, and alumi- num marks. 206-7.1.2 Sign Identification. The following notation shall be placed on the lower right side of the back of each sign where the notation shall not be blocked by the sign post or frame: A.PROPERTY OF THE CITY OF CARLSBAD, B.Name of the sign manufacturer, C.Month and year of fabrication, D.Type of retroreflective sheeting, and E.Manufacturer's identification and lot number of retroreflective sheeting. The above notation shall be applied directly to the aluminum sign panels in 1/4-inch upper case letters and numerals by die-stamp and applied by similar method to the fiberglass reinforced plas- tic signs. Painting, screening, or engraving of the notation will not be allowed. The notation shall be applied without damaging the finish of the sign. 206-7.1.3 Drawings. Standard signs shall be as per the most recently approved California Sign Specifications. The date of approval shall be the date most closely preceding the date of manu- facture of the sign(s) or the date of the "Notice to Proceed" of this contract, whichever is most recent. 206-7.1.4 Reflective Sheeting. All advisory signs, warning signs and all regulatory signs shall be fabricated with Type IV prismatic sheeting (High Intensity Prismatic or equivalent) or Type IX prismatic cube lens sheeting (Diamond Grade VIP or equivalent) in accordance to ASTM Desig- nation D4956 and conforming to the requirements of these special provisions. 206-7.1.5 Sign Panel. Sign panels shall be fabricated from sheet aluminum in accordance with ASTM Designation B209. Sheet aluminum shall be pretreated in accordance to ASTM Designa- tion B449. The surface of sheet aluminum shall be cleaned, deoxidized, and coated with a light and tightly adherent chromate conversion coating free of powdery residue. The conversion coat- ing shall be Class 2 with a mass between 10 milligrams per square foot. Following the cleaning and coating process, the sheet aluminum shall be protected from exposure to grease, oils, dust, and contaminants. Sheet aluminum shall be free of buckles, warps, dents, cockles, burrs, and defects resulting from fabrication. 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 pro- vided 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. 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. Revised 6/15/17 Contract No. 6042/6056 Page 132 of 193 206-7.2 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 porta- ble signs. 206-7.2.1 General. This work shall consist of furnishing and installing temporary signs in accord- ance with details shown on the plans, the California Sign Specifications and these special provisions. Permanent and temporary signs shall be free from blemishes that may affect the serviceability and detract from the general sign color and appearance when viewing during day- time and nighttime from a distance of 25 feet. The face of each finished sign shall be uniform, flat, smooth, and free of defects, scratches, wrinkles, gel, hard spots, streaks, extrusion marks, and air bubbles. The front, back and edges of the sign panels shall be free of router chatter marks, burns, sharp edges, loose rivets, delaminated skins, excessive adhesive overspray, and alumi- num marks. 206-7.2.2 Drawings. Standard signs shall be as per the most recently approved California Sign Specifications. The date of approval shall be the date most closely preceding the date of manu- facture of the sign(s) or the date of the "Notice to Proceed" of this contract, whichever is most recent. 206-7.2.3 Reflective Sheeting. All advisory signs, warning signs and all regulatory signs shall be fabricated with Type IV prismatic sheeting (High Intensity Prismatic or equivalent) or Type IX prismatic cube lens sheeting (Diamond Grade VIP or equivalent) in accordance to ASTM Desig- nation D4956 and conforming to the requirements of these special provisions. 206-7.2.4 Sign Panel. Sign panels shall be fabricated from sheet aluminum in accordance with ASTM Designation B209. Sheet aluminum shall be pretreated in accordance to ASTM Designa- tion B449. The surface of sheet aluminum shall be cleaned, deoxidized, and coated with a light and tightly adherent chromate conversion coating free of powdery residue. The conversion coat- ing shall be Class 2 with a mass between 10 milligrams per square foot. Following the cleaning and coating process, the sheet aluminum shall be protected from exposure to grease, oils, dust, and contaminants. Sheet aluminum shall be free of buckles, warps, dents, cockles, burrs, and defects resulting from fabrication. 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 RS1, RS2, 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 panels 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 of these special provisions. 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 4plk t y- Revised 6/15/17 Contract No. 6042/6056 Page 133 of 193 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. 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 these special provisions, or shall be cotton drill fabric, flexible industrial nylon fabric, or other approved fabric. Fabric signs shall not be used during the hours of darkness. Size, color, and legend requirements for portable signs shall be as described for stationary mounted sign panels in section 206-7.2 of these special 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 tub- ing 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 446, Grade A. Galvanizing shall conform to ASTM 525, Designation G-90. Galvanizing shall be performed after all forming and punching operations have been completed. Cold-rolled steel perforated tubing shall be perforated on all four faces with llmm (7116") 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(B). Ink ta r. --r- Revised 6/15/17 Contract No. 6042/6056 Page 134 of 193 TABLE 206-8.2(A) LIGHT GAGE STEEL TUBING SIZE TOLERANCE Nominal Outside Dimensions mm (inches) Outside Tolerance for All Sides at Corners 111111 (inches) 25 x 25 (1 x 1) 0.13 0.005 32 x 32 (11/4 x 11/4) 0.15 0.006 38 x 38 (11/2 x 11/2) 0.15 0.006 44 x 44 (13/4 x 13/4) 0.20 0.008 51 x 51 (2 x 2) 0.20 0.008 56 x 56 (23/16 x 23/16) 0.25 0.010 57 x 57 (21/4 x 21/4) 0.25 0.010 64 x 64 (21/2 x 21/2) 0.25 0.010 51 x 76 (2 x 3) 0.25 0.010 TABLE 206-8.2(B) LIGHT GAGE STEEL TUBING SQUARENESS OF SIDES AND TWIST Nominal Outside Dimension mm (Inches) Squarenesso) mm (Inches) Twist Permissible in 900 mm (3") mm(2) (Inches)(2) 25 x 25 (1 x 1) 0.15 0.006 1.3 0.050 32 x 32 (1-1/4 x 1-1/4) 0.18 0.007 1.3 0.050 38 x 38 (1-1/2 x 1-1/2) 0.20 0.009 1.3 0.050 44 x 44 (1-3/4 x 1 -3/4) 0.25 0.010 1.6 0.062 51 x 51 (2 x2) 0.30 0.012 1.6 0.062 56 x 56 (2-3/16 x 2-3/16) 0.36 0.014 1.6 0.062 57 x 57 (2-1/4 x 2-1/4) 0.36 1.014 1.6 0.062 64 x 64 (2-1/2 x 2-1/2) 0.38 0.015 1.9 0.075 51 x 76 (2 x 3) 0.46 0.018 1.9 0.075 (1)Tubing may have its sides failing to be 90 degrees to each other by the tolerance listed. (2)Twist is measured by holding down the edge of one end of a square tube on a surface plate with the bottom side of the tube parallel to the surface plate and noting the height that either corner on the opposite end of the bottom •side is above the surface plate. 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 B-633, Type III. Add the following section: 206-9 PREFABRICATED STEEL BRIDGE. 206-9.1 General. For prefabricated steel bridge special provisions, see Section 304-6. Add the following section: 206-10 STEEL GATES. 206-10.1 General. Swing gates must comply with ASTM F900 for gate posts and single swing gate types. Gates must have welded frame corner construction. 1% -I- Revised 6/15/17 Contract No. 6042/6056 Page 135 of 193 206-10.2 Pipe and Tubing. Zino-coated steel must comply with ASTM F1043 and ASTM F1083, and must include the manufacturer's standard protective coating and black finish. Gate posts, gate frames, and gate pickets must consist of rectangular tubular steel. 206-10.3 Hardware. Hinges must be 180-degree outward swinging type. A standard internal lock- ing device must be furnished in lieu of a gate latch. Locks must permit operation from both sides of gate. Add the following section: 206-11 TUBULAR BICYCLE RAILINGS. 206-11.1 General. Welding must comply with AWS D1.1. Grind welds on exposed surfaces flush with the adjacent surfaces. Galvanize completed steel parts and hardware for railings under 210-3. After galvanizing, the railing elements must be free of fins, abrasions, rough or sharp edges, and other surface defects and must not be kinked, twisted, or bent. If straightening is necessary, use an authorized method. Elements with kinks, twists, or bends may be rejected. Clean and regalvanize (1) abraded or damaged galvanized surfaces of steel rail elements and posts and (2) ends of steel rail elements cut after galvanizing. If authorized, you may repair the surfaces under 210-3.5 instead of regalvanizing. After assembly, cleaning, and any necessary repair and regalvanizing, paint all railing compo- nents under 210-1. The finish coat color must match color no. 30215 of FED-STD-595 (brown). 206-11.2 Rail, Post Tubes, Bars, and Plates. Rail and post tubes must comply with ASTM A500, Grade B. Rolled bars and plates and rail splice sleeves must comply with ASTM A36. If the vertical radius of the tubular handrailing is 30 feet or less, that portion of the railing must be either shop bent or built up from %-inch-thick structural steel plates. The built-up tubular rail ele- ments must match the seamless tubing in appearance. The difference between out-to-out rail splice sleeve dimensions and the clear inside dimensions of the tubular steel rail elements must not exceed 3/16 inch after galvanizing. 206-11.3 Hardware. Bolts must comply with ASTM F3125, Grade A325. Threaded rods must conform to ASTM A449. Nuts for bolts and threaded rods must comply with ASTM A563. Washers for bolts and threaded rods must comply with ASTM F436. Bolts and threaded rods furnished under ASTM A449 must comply with the mechanical require- ments specified in ASTM A449 after galvanizing. t at Revised 6/15/17 Contract No. 6042/6056 Page 136 of 193 SECTION 210 - PAINT AND PROTECTIVE COATINGS 210-1 PAINT. 210-1.6 Paint Systems. Add the following to Table 210-1.5 TABLE 210-1.6 Surface to be Painted Pre-Treatment / Surface Prep- aration Primer Finish Coats Temporary Railing type (K) Abrasive Blast Cleaning to a Roughened, Textured Appear- ance None 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. 210-3 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, shall conform to the specifications of ASTM Designation: A 123, except that complete seal welding of tightly contacting surfaces of these products prior to galvanizing is required only where seal welding is shown on the plans or specified in 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 galvanizing 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 .7inc qnaterl in P ccordance with the requirements of the ASTM Designations. Unless 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 fk,.41 Revised 6/15/17 Contract No. 6042/6056 Page 137 of 193 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 Coatings." Aerosol cans shall not be used. Add the following section: 210-6 METHACRYLATE RESIN BRIDGE DECK TREATMENT. 210-6.1 General. Add the following: For special provisions for methacrylate resin bridge deck treatment, see Section 311-2. SECTION 213 - ENGINEERING GEOSYNTHETICS 213-5 GEOTEXTILES AND GEOGRIDS. Add the following: Geotextile types shall be used for the applications listed in Table 213-5.1. TABLE 213-5.1 GEOTEXTILE APPLICATIONS Application of Geotextile Type Designation Separation of Soil and Street Structural Section 9OWS Separation of Soil and Subsurface Aggregate Drain 180N Reinforcement of Street Structural Section 200WS Remediation and Separation of Soil 270WS Reinforcement of Soil 270WS Drainage at the Interface of Soil Structures N/A Drainage at the Interface of Soil and Structures N/A Rock Slope Protection Fabric for Rock Sizes Below 225 kg (1/4 Ton) 180N Rock Slope Protection Fabric for Rock Sizes Including and Above 225 kg (% Ton) 250N Plant Protection Covering 90N Erosion Control Fence with 14 AWG - 150 mm x 150 mm (6"x6") Wire and 3 m (10') Post Spacing 9OWS Erosion Control Fence with 1.8 m (6') Post Spacing and No Wire Fencing 200WS Add the following section: 213-6 EROSION CONTROL SPECIALTIES. Add the following section: 213-6.1 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 (3/4 ) crushed rock and securely tied closed. Plastic bags are not acceptable. ink eme U r - Revised 6/15/17 Contract No. 6042/6056 Page 138 of 193 SECTION 214 - TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 214-4 PAINT FOR STRIPING AND MARKINGS. Add the following section: 214-4.3 Green Bike Lane Paint. Green bike lane paint shall be Ennis-Flint 985206 green standard fast dry waterborne traffic paint or approved equal. Glass Beads associated with green bike lane paint shall meet the following specifications: a.Beads suitable for inter-mix or drop-on applications and produced to meet all Federal, State, County and City specifications. b.Size range shall be 20-325 US mesh or 45-850 microns. c.Roundness shall be greater than or equal to 70%. d.Refractive Index shall be greater than or equal to 1.51. e.Specific gravity shall be approximately 2.5. 214-6 PAVEMENT MARKERS Add the following section: 214-6.5 Temporary Reflective Pavement Markers. Temporary pavement markers shown on the plans and required in the specifications shall be one of the types shown in Table 214-6.5, or equal thereto. TABLE 214-6.5 TEMPORARY REFLECTIVE PAVEMENT MARKERS Type Manufacturer of Distributor TOM- Temporary Overlay Davidson Traffic Control Products, 3110 70th Avenue East, Ta- Markers coma, WA 98424, (877) 335-4638 Add the following section: 214-6.7 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 m at night under illumina- tion 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 214-6.7, or equal thereto. 411-W to4: Revised 6/15/17 Contract No. 6042/6056 Page 139 of 193 TABLE 214-6.7 REFLECTIVE CHANNELIZER Type Manufacturer of Distributor Safe-Hit SH336SMA Safe-Hit, A Division of Energy Absorption Systems, Inc. 35 East Wacker Drive, Suite 1100 Chicago, IL 60602 (800) 537-8958 Carsonite "Super Duck" SDR3036 Carsonite Composites, LLC 605 Bob Gifford Boulevard Early Branch, SC 29916 (800) 648-7916 Repo "The Replaceable Post" Western Highway Products 10680 Fern Avenue Stanton, CA 90680 (800) 854-3360 The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of Section 2-5.3 "Submittals". Said certificate shall certify that the permanent reflective 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. Add the following section: SECTION 215 - ENVIRONMENTAL FENCING 215-1. Environmental Fencing. Environmental fence shall be minimum 4' high, orange colored plastic construction fencing installed prior to performing any work. Environmental fence shall be constructed of non-toxic, non-conductive polyethylene capable of withstanding temperatures from —58F degrees 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 ma- terials may be installed providing the used materials are good, sound, and are suitable for the purpose intended, as determined by the Engineer. Materials may be commercial quality providing the dimensions and sizes of the materials are equal to, or greater than, the dimensions and sizes specified herein. Posts shall be either metal or wood at the Contractor's option. Galvanizing and painting 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. 'm1w Revised 6/15/17 Contract No. 6042/6056 Page 140 of 193 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 removal and disposal of existing street poles and lights, metal guard rail, fences, asphalt concrete and aggregate base, concrete curb and gutter, concrete sidewalk, existing gate, existing headwalls, rip-rap, 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 underground pipes and conduits that are shown on the plans and desig- nated 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 utilities shall be included in the lump-sum bid for Clear and Grub, and no additional payment will be made. 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 encoun- tered below grade as directed by the Engineer. Add the following section: 300-3.5.3 Embankment Fill. Embankment fill shall conform to 217-4. Embankment fill shall be placed in accordance with 300-4.5 and shall be mechanically compacted to a minimum reiative compaction of 95 percent. Payment shall be made in accordance with 300-4.10. 300-3.6 Payment. Add the following: Dewatering and cofferdams, if required, shall be paid for as Ink Revised 6/15/17 Contract No. 6042/6056 Page 141 of 193 • an incidental to structure excavation and no additional compensation will be made therefore. Un- suitable material encountered below grade will be paid for at the lump sum price bid for structure excavation. 300-5 BORROW EXCAVATION. Add the following section: 300-5.2.1 Imported Borrow Properties. The Contractor shall provide imported borrow that is clean well graded soil consisting of material conforming to all of the requirements in Table 300-5.2.1(A) and the following requirements. Rock included in the top 3 feet of imported bor- row shall be particles of less than 75 mm (3"). Rock included below the top 3 feet of imported borrow shall be particles of less than 150 mm (6"). TABLE 300-5.2.1(A) IMPORTED BORROW PROPERTIES Tests Test Method No. Requirements R-Value Calif. 301 40 Min. Expansion "Index UBC Standard 18-2 10 Max. Plasticity Index ASTM D 424 4 Max. Sieve Analysis ASTM D 422 Percent Passing 75µ (No. 200) 15 Max. 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 onsite 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. All direct impacts to wetlands (including dis- turbed forms) shall be avoided during construction through the placement of temporary fencing and monitoring by a qualified biologist. The criteria used to determine the appropriate erosion control measures shall be the "Best Management Practices", hereinafter BMP, defined and de- scribed in the "Stormwater Best Management Practices Handbook, Construction", January 2015 edition as published by the California Stormwater Quality Association. The Contractor shall main- tain a copy of the "Stormwater Best Management Practices Handbook, Construction", January 2015 edition on the project site and shall conduct its operations in conformity to said Handbook. "'mat Revised 6/15/17 Contract No. 6042/6056 Page 142 of 193 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 ouffall 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 Erosion and Sediment Controls, and no additional com- pensation will be allowed therefore. 300-11 STONEWORK FOR EROSION CONTROL. 300-11.4 Payment. Delete and replace as follows: Rock protection will be paid for at the contract bid price for rip-rap stone, complete and in place, in accordance with the details and requirements of the plans and specifications. Add the following section: 300-12 ROCK SLOPE PROTECTION FABRIC. 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. 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 manufacturer's recommendations, these specifications and as directed by the Engineer. The Con- tractor 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 overlapped joints or stitched seams. When fabric is joined with overlapped joints, all adjacent Inr• Revised 6/15/17 Contract No 6042/6056 Page 143 of 193 borders of the fabric shall be overlapped not less than 610 mm (24"). The fabric shall be placed such that the fabric being placed shall overlap the adjacent section of fabric in the direction the cover material is being placed. When the fabric is joined by stitched seams, the fabric shall be stitched with yarn of a contrasting color. The size and composition of the yarn shall be as recom- mended 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 3 feet for overlap joints. If the new fabric joints at the damaged areas are joined by stitching, the stitched joints shall conform to the re- quirements 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. 300.12.3 Measurement and Payment. Measurement and payment for rock slope protection fab- ric shall conform to the requirements of section 300-8.1.2. 300-13 STORM WATER POLLUTION PREVENTION PLAN Add the following section: 300-13.1 Storm Water Pollution Prevention Plan. As part of the storm water pollution preven- tion work, the Contractor shall prepare and submit Storm Water Pollution Prevention Plan, hereafter referred to as the "SWPPP,". The SWPPP shall conform to the requirements of the "Greenbook" Standard Specifications for Public Works Construction, the requirements in the Cal- ifornia Storm Water Quality Association, Stormwater Best Management Practice Handbook, Construction ("Handbook's), the requirements of the Permit, the requirements in the plans and these supplemental provisions. 300-131.1 SWPPP Document Within 15 calendar days after the execution of the contract, the Contractor shall submit 3 copies of the SWPPP to the Engineer, in accordance with Section 2-5.3.3 of these Special Provisions. Contractor will be provided the digital format for SWPPP to complete required sections. If revi- sions are required, as determined by the Engineer, the Contractor shall revise and resubmit the SWPPP within 15 days of receipt of the Engineer's comments and shall allow 5 days for the Engineer to review the revisions. Upon the Engineer's acceptance of the SWPPP, 3 additional copies of the SWPPP, incorporating the required changes, shall be submitted to the Engineer. In order to allow construction activities to proceed, the Engineer may conditionally approve the SWPPP while minor revisions are being completed. The objectives of the SWPPP shall be to identify pollution sources that may adversely affect the quality of storm water discharges associated with the project and to identify, construct, implement and maintain storm water pollution prevention measures, hereafter referred to as control measures, to reduce to the extent feasible pollutants in storm water discharges from the construc- tion site both during and after construction is completed under this contract. The SWPPP shall incorporate control measures in the following categories: 1.Soil stabilization practices; 2.Sediment control practices; 3.Wind erosion control practices; and 4.Non-storm water management and waste management and disposal control practices. t41%,l a Revised 6/15/17 Contract No. 6042/6056 Page 144 of 193 Specific objectives and minimum requirements for each category of control measures are con- tained in the Handbook. The Contractor shall designate a Water Pollution Control Manager who will have the responsibil- ities outlined in the SWPPP. The SWPPP shall include, but not be limited to, the following items as described in the SWPPP: 1.Source Identification; 2.Erosion and Sediment Controls; 3.Non-Storm Water Management; 4.Waste Management and Disposal; 5.Maintenance, Inspection and Repair; 6.Training; 7.List of Contractors and Subcontractors; 8.Post-Construction Storm Water Management; 9.Preparer; 10.Copy of the local permit; 11.BMP Consideration Checklist; 12.SWPPP Checklist; 13.Schedule of Values; and 14.Storm Water Pollution Prevention Drawings. The Contractor shall amend the SWPPP, graphically and in narrative form, whenever there is a change in construction activities or operations which may affect the discharge of significant quan- tities of pollutants to surface waters, ground waters, municipal storm drain systems, or when deemed necessary by the Engineer. The SWPPP shall also be amended if it is in violation of any condition of the Permit or has not effectively achieved the objective of reducing pollutants in storm water discharges. Amendments shall show additional control measures or revised operations, including those in areas not shown in the initially accepted SWPPP, which are required on the project to control water pollution effectively. Amendments to the SWPPP shall be submitted for review and acceptance by the Engineer in the same manner specified for the initially accepted SWPPP. Accepted amendments shall be dated and logged in the SWPPP. Upon acceptance of the amendment, the Contractor shall implement the additional control measures or revised oper- ations. The Contractor shall keep a copy of the accepted SWPPP and accepted amendments at the project site. The SWPPP shall be made available upon request of a representative of the Regional Water Quality Control Board, State Water Resources Control Board, U.S. Environmental Protec- tion Agency or local storm water management agency. Requests by the public shall be directed to the Engineer. By June 15 of each year, the Contractor shall submit an annual certification to the Engineer stating compliance with the requirements governing the Permit. If the project is in non-compliance at any time, the Contractor shall make a written report to the Engineer within 15 days of identification of non-compliance. Add the following section: 300-13-1.2 Availability of SWPPP template. A site-specific draft document intended for use as a template for the required SWPPP document will be made available for use at the Contractor's option, at no cost to the Contractor. The document is available for review in Appendix B. The •r• Revised 6/15/17 Contract No. 6042/6056 Page 145 of 193 Contractor shall review the template and modify it as necessary to reflect the Contractor's opera- tions. Add the following section: 300-13.1.3 Payment. Preparation, implementation and management of SWPPP shall be consid- ered incidental to the items of work 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 removing and disposing of temporary control measures. Unless otherwise directed by the Engi- neer or specified in these supplemental provisions, the Contractor's responsibility for SWPPP implementation shall continue throughout any temporary suspension of work ordered in accord- ance with Section 6-3, "Suspension of Work". Requirements for installation, construction, inspection, maintenance, removal and disposal of control measures are specified in the "Hand- book" 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 SWPPP 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 con- struction site; 4,11fr tat Revised 6/15/17 Contract No. 6042/6056 Page 146 of 193 3.At 24 hour intervals during extended precipitation events; and 4.Routinely, at a minimum of once every week. 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 - SUBGRADE PREPARATION, TREATED MATERIALS, 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 the 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 Replace Section 302-3 with the following section: 302-3 GENERAL. 302-3.1 Vegetation Control. The Contractor shall be responsible for tree trimming along the curb line as noted in Section 300-1 Clearing and Grubbing — so as to provide a clear travel way during the construction of the roadway resurfacing. The Contractor shall treat all vegetation within the limits of the paved area to be surfaced with a post emergent herbicide. Herbicide shall be applied at least 2 (two) working days prior to surfacing the street. Allowance for the two-day period shall be shown in the schedule required per section 6-1. Payment for pavement surfacing shall include tree trimming and post emergent herbicide treat- ment of the areas to be surfaced and no extra payment will be made therefore. 302-3.2 Public Convenience and Traffic Control. The Contractor shall schedule the work so as to prevent damage by all traffic. 4p-s, —r- Revised 6/15/17 Contract No. 6042/6056 Page 147 of 193 302-4 SLURRY SEAL SURFACING. 302-4.8 Spreading and Application, add to the first paragraphs: No slurry shall be applied until the provisions of subsection 800-1.2.6, Herbicide Application, Section 302-5 Asphalt Concrete Pavement, Section 314-2 Removal of Traffic Striping and Curb and Pavement Markings have all been satisfied. The Contractor shall remove all existing markings, legends and striping, either permanent or tem- porary in those areas to be slurried. Removal of striping by high velocity water jet may be permitted when there is neither potential of the water and detritus from the high velocity water jetting to damage vehicles or private property nor to flow from the street into any storm drain or water course and when approved by the Engineer. The Contractor shall vacuum all water and detritus resulting from high velocity water jet striping removal from the pavement immediately after the water jetting and shall not allow such materials to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitations for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sand- blasting in any areas. All cracks and areas between existing curb and gutter and edge of pavement that contain weeds or plant growth of any kind shall be treated with herbicides. Herbicides shall be applied at least 2 (two) working days prior to sealing of street. Allowance for the two-day period shall be shown in the schedule required per section 6-1. Contractor shall remove any visible plant growth prior to placement of Herbicide. Full compensation for removal of striping and herbicide application shall include but not be limited to: furnishing all labor, tools, equipment, and materials necessary for doing the work and shall be considered as included in the contract unit price bid for Rubberized Emulsion Aggregate Slurry and no additional compensation will be allowed therefore. 302-5 ASPHALT CONCRETE PAVEMENT. Add the following: 302-5.2 Pavement Transitions. 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 306-13.1. Ramps shall be con- structed the same day as cold milling and removed the same day as permanent paving. Ramp dimensions and compaction shall be as approved by the Engineer. 302-6.6.1 General. Modify as follows: Second paragraph, Part (2), add: Pinched joint rolling pro- cedures 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: When placing the overlay the Contractor shall pave over appurtenances in the roadway which includes sanitary and storm access covers, water valve boxes, air vents, sewer dead end boxes and survey monument boxes. 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. The contractor shall adjust all CMWD water valve boxes per tat) Revised 6/15/17 Contract No. 6042/6056 Page 148 of 193 CMWD Standard Drawing No. W11 or CMWD Standard Drawing No. W13. All City of Carlsbad 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. Raising and adjusting to grade all 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 and plans. 302-6.9 Measurement and Payment. Add the following: Payment for asphalt concrete shall be at the unit price bid per ton. No additional payment shall be made for any tack coat or sand blotter. Add the following section: 302-14 ASPHALT PAVEMENT REPAIRS AND REMEDIATION Add the following section. 302-14.1 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-1h emulsified asphalt and the placement of asphalt concrete base and wearing courses as specified herein Add the following section. 302-14.2 Full Depth Asphalt Concrete Patch. Full depth asphalt concrete patch shall consist of removing asphalt concrete and/or aggregate base/subgrade to 300 mm (1') below existing asphalt surface and placing replacing the material so removed with asphalt concrete. The area shown on the plans or set forth in the bid item are for estimating purposes only, final quantity will be as measured in the field. The Engineer will designate and mark the final limits of the asphalt patch area by outlining the area to be patched. The Contractor shall cut such areas to straight lines in square or rectangular areas as marked. The area so cut shall have two of the sides at right angles to the direction of traffic. The excavated faces of the base/subgrade shall be straight and vertical. The Contractor shall compact the upper 300mm (1') of subgrade to 95% relative compaction. A tack coat of SS-1h emulsified asphalt shall be applied uniformly to all asphalt to asphalt contact surfaces at a rate of 0.25 L/m2 to 0.45 L/m2 (0.05 to 0.10gallons per square yard) in accordance with subsection 302-5.4, SSPWC. The Contractor shall fill and compact areas designated to be removed with 300 mm (1.0') full depth asphalt concrete. Asphalt concrete for full depth asphalt concrete patch shall be B-AR-4000. The asphalt concrete so constructed shall have a finish sur- face and density conforming to subsection 302-5.6.2 SSPWC. Add the following section. 302-14.3 Crack Sealing Contractor shall wash, blow out and thoroughly dry all cracks designated to be sealed before installing hot poured rubber-asphalt joint sealant material. The sealant shall conform to the requirements of ASTM D1190. 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). Application of the hot- melt sealant shall be made with a pressure feed applicator or pour pot. Sealant shall be applied when the pavement surface temperature is greater than 4°C (40°F). Containers of hot-melt seal- ant 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 manufacturer's batch number 111111, —1- Revised 6/15/17 Contract No. 6042/6056 Page 149 of 193 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 overlap onto adjacent pave- ment. Add the following section: 302-14.4. Measurement and Payment. Quantities of full depth asphalt concrete patch and crack sealing set forth in the bid item are for estimating purposes only, final quantity will be as desig- nated 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 resurfacing shall include post emergent herbicide treatment. Full compensation for conforming to the requirements of con- structing full depth asphalt concrete patch shall include but not be limited to: furnishing all labor, tools, equipment, and materials necessary for doing the work including, saw cutting and removing and disposing 300 mm (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-1h 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. SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-1 CONCRETE STRUCTURES. 303-1.3 Forms. Add the following: Concrete barriers must present a smooth, uniform appearance in its final position, conforming closely to the horizontal and vertical lines shown or ordered. The barrier must be free of lumps, sags, or other irregularities. Both the top and face must not vary more than 0.02 foot from the edge of a 10-foot straightedge. 303-1.4.3 Miscellaneous Structures. Add the following: Forms for Type 80 series concrete bar- rier railing shall remain in place for a minimum of 36 hours after the concrete is placed. 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. tag, Revised 6/15/17 Contract No. 6042/6056 Page 150 of 193 Add the following section: 303-1.7.5 Installing Prefabricated Epoxy-Coated Reinforcement. Do not bend epoxy-coated prefabricated reinforcement after coating application. Job site and PC plant practices must comply with sections X2.3.1 through X2.3.15 of appendix X2 of ASTM A934/A934M for bar reinforcement. 303-1.8.6 Joints. Add the following: Locate expansion joints in the barrier at deck, pavement, and principal wall joints. Expansion joint filler material must be the same size as the joint or 1/2 inch minimum. 303-4 MASONRY CONSTRUCTION. 303-4.2.4 Measurement and Payment. Add the following: Masonry walls are measured by the area of wall and pilaster, above the footing, projected on a vertical plane between the elevation lines and wall length. 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS. 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 Markings Type of underground facilities Marking Water Service Lateral Sewer Service Lateral Irrigation Water Lateral or Sleeve RW 303-5.9 Measurement and Payment. Add the following: Curb and gutter, and curb, shall be con- sidered as continuing across driveways and access ramps when constructed adjacent thereto. Neither curb and gutter nor curb will be paid for across the length of local depressions, except that which occurs in gutter transitions at each side of an inlet. Add the following section: 303-9 CONCRETE REMOVAL. 303-9.1 General. Backfill trenches, holes, depressions, and pits caused by removing existing concrete structures. In an unsurfaced area, backfill with embankment material under section 300- 3. In a surfaced area, backfill with material equal to or better than the surrounding material. Grade backfilled areas to drain and blend in with the surrounding area. Clean earth and other foreign material, including concrete, from material to be salvaged or incor- porated into the work. Dispose :.)f rei-hoved ;'ao;lities hot to be 6aivaged or incorporated dotire work. If you damage a facility or a portion of a facility to remain in place, repair or replace it. The repair or replacement must be equal or better in quality than the original portion. 4111k, —1- Revised 6/15/17 Contract No. 6042/6056 Page 151 of 193 Where abrasive blasting is performed within 10 feet of a lane open to traffic, remove residue with a vacuum attachment operating concurrently with the blast cleaning equipment. 303-9.2 Removing Concrete. Where concrete is described to be removed, remove the concrete to a depth of at least 3 feet below finished grade. Concrete removal includes removal of any steel embedded in the concrete. Before removing a portion of a monolithic concrete element, make a 1-inch-deep saw cut to a true line along the limits of removal on faces of the element that will be visible in the completed work. Protect existing reinforcement to be incorporated into the new work from damage. Where new concrete is to join existing concrete, remove enough concrete to allow splicing of new reinforcement. 303-9.3 Work Platforms and Protective Covers. Provide working platforms and protective co- vers for removal work over water and revetments. Protective covers must: 1.Be constructed before starting removal activities. 2.Prevent any materials, equipment, or debris from falling into water or onto revetments. 3.Be supported using shoring, falsework, or fastened to the existing structure. 4.Remain clear of the variable water surface at all times. 5.Not restrict the openings in the existing box culvert. 6.Be cleaned of debris and fines before being removed. Add the following section: 303-10 CONCRETE ANCHORS. 303-10.1 Drill and Bond Dowels. For drill and bond dowels, drill the holes without damaging the adjacent concrete. Holes for bonded dowels must be 1/2 inch larger than the nominal dowel di- ameter. If reinforcement is encountered during drilling before the specified depth is attained, notify the Engineer. Unless coring through the reinforcement is authorized, drill a new hole adjacent to the rejected hole to the depth shown. Each drilled hole must be clean and dry when placing the bonding material and dowel. The bond- ing material and dowel must completely fill the drilled hole. The surface temperature must be at least 40 degrees F when magnesium phosphate concrete is placed. Thoroughly dry finishing tools cleaned with water before working magnesium phosphate concrete. Leave dowels undisturbed for 3 hours or until the dowels can be supported by the concrete. Cure modified high-alumina-based concrete and portland-cement-based concrete using the cur- ing compound method. Do not cure magnesium phosphate concrete. Replace dowels that fail to bond or are damaged. 303-10.2 Drill and Bond Dowels (Chemical Adhesive). For drill and bond dowel (chemical ad- hesive), the drilled hole diameter and depth must comply with the ICB0 evaluation report for the Ink tat --r- Revised 6/15/17 Contract No. 6042/6056 Page 152 of 193 size of dowel being installed unless otherwise shown. Increase the drilled hole depth specified in the ICB0 evaluation report by 50 percent when dowels are epoxy coated. Drill the holes without damaging the adjacent concrete. If reinforcement is encountered during drilling before the specified depth is attained, notify the Engineer. Unless coring through the rein- forcement is authorized, drill a new hole adjacent to the rejected hole to the depth shown. Immediately after inserting the dowels into the chemical adhesive, support the dowels as neces- sary to prevent movement until the epoxy has cured the minimum time specified in the Ca'trans Authorized Material List for chemical adhesive/cartridge epoxies (http://www.dot.ca.gov/hg/esc/approved products list/). Replace dowels that fail to bond or are damaged. Drill new holes adjacent to rejected dowels and install replacement dowels. 303-10.3 Anchorage Devices. Install mechanical expansion anchors, resin capsule anchors, and CIP inserts under the manufacturer's instructions, and such that the attached equipment or fixture bears firmly against the concrete. Add the following section: 303-11 REFINISHING BRIDGE DECKS. 303-11.1 General. Make a 3/4-inch-deep saw cut around the perimeter of the deck to be refin- ished. Remove concrete in areas to be refinished to a depth of approximately 3/4 inch. Do not damage concrete to remain in place. Clean prepared areas of dust and loose and deleterious materials by brooming, abrasive blast cleaning, and using high-pressure air. Re-blast contaminated areas before starting concrete placement activities. Cut off dowels 1 inch below the existing deck surface or at the bottom of concrete removal, which- ever is lower. You may refinish isolated high areas by cutting the concrete down flush with adjoining deck sur- faces. Use abrasive sawing, grinding, impact tool cutting, or other authorized methods. Fill prepared areas flush with the plane of the adjoining deck using concrete. Transversely score fresh concrete surfaces to a uniform texture consistent with the adjoining deck. Use a stiff-bristled broom or other suitable device. Refinished surfaces must (1) be flush with the adjoining surface and (2) not vary more than 0.02 foot from the lower edge of a 12-foot straightedge placed in. the longitudinal direction. 303-11.2 Placing Concrete. Abrasive-blast clean concrete surfaces to be refinished. Sweep blast-cleaned surfaces and blow them clean using high-pressure air. Apply an epoxy adhesive to cleaned surfaces immediately after cleaning. Surfaces must be dry and have a temperature of at least 40 degrees F when applying the adhesive. The Engineer determines the application rate. Irk tm4w. Revised 6/15/17 Contract No. 6042/6056 Page 153 of 193 Place concrete on fresh epoxy adhesive. Consolidate concrete immediately after placement until voids are filled and free mortar appears on the surface. Strike off concrete to the required grade. Cure concrete in accordance with 303-1.10. Do not apply loads of any type to the concrete until at least 7 days after placement. 303-11.3 Placing Rapid Setting Concrete. Blow surfaces to be refinished with high-pressure air immediately before placing rapid setting concrete. Abrasive-blast clean concrete surfaces that are contaminated before the concrete is placed. Do not allow traffic on concrete until 24 hours after final set unless authorized. 303-11.4 Payment. Refinishing surfaces shall be considered incidental to the items of work and no additional payment will be made therefore. SECTION 304 METAL FABRICATION AND CONSTRUCTION 304-2 METAL HAND RAILINGS. 304-2.1 General. Add the following: Where plans indicate to reset existing railing, carefully re- move the railing and sleeves, clean, and store in a protected location until ready to attach to new anchor assemblies. The layout of new anchor assemblies must be carefully measured to match existing railing post spacings. Install railing at the same station location as previously installed. If the Engineer concurs that portions of the railing cannot be reset, furnish and install matching new railing conforming to 206-5.1 and 304-2. If railing cannot be reset due to documented pre- existing conditions, construction of new railing will be extra work. The Contractor is responsible to repair or replace railing damaged during construction. Section 304-2 does not pertain to tubular bicycle railings. Tubular bicycle railings shall conform to the requirements of section 304-8. 304-3 CHAIN LINK FENCE. 304-3.2 Fence Construction. Add the following: Unless otherwise shown in the plans, replaced fence portions, including vinyl cladding, securing slats, and barbed wire, shall closely match the height, color, and style of existing fencing within and/or adjacent to the project area. Add the following section: 304-6 PREFABRICATED STEEL BRIDGE. 304-6.1 General. The structural steel bridge fabricator shall be AISC certified for Simple Steel Bridges with Fracture Critical endorsement. The bridge supplier shall have at least ten years of experience designing and fabricating these types of structures and a minimum of ten successful bridge projects, of similar construction, each of which has been in service at least seven years. The fabricator of the prefabricated bridge shall directly employ the design engineer. Ink twat —r Revised 6/15/17 Contract No. 6042/6056 Page 154 of 193 The bridge manufacturer shall warrant the steel structure to be free of design, material, and work- manship defects for a period of ten years from the date of delivery. 304-6.2 Bridge Type. The bridge shall consist of unpainted self-weathering (Corten) steel Pratt trusses. The bridge deck shall consist of reinforced concrete cast into galvanized steel forms. Bridge width shall be 8'-0" measured from the inside face of structural elements. Maximum depth from top of concrete deck to lowest steel shall be 1'-7". Other dimensions shall be as required to satisfy design requirements and foundation layout geometry. Minimum railing height shall be 4'-6". Maximum railing opening size shall be 4". IPE hardwood rub rails shall be provided from 36" to 44" above concrete deck elevation. The concrete deck shall be cast without transverse cross-slope and cast not lower than the side forms such that water is free to flow off the sides of the bridge deck. 304-6.3 Design Criteria. Bridge design shall be in accordance with the Sixth Edition of the Amer- ican Association of State Highway and Transportation Officials (AASHTO) Load and Resistance Factor (LRFD) Bridge Design Specifications (BDS) with Ca[trans Amendments, and as supple- mented by the AASHTO LRFD Guide Specifications for the Design of Pedestrian Bridges, Second Edition. The design live load shall be 90 psf uniform live load or one H5 vehicle, whichever governs for any bridge member. 304-6.4 Shop Drawings. The Contractor shall, in accordance with 2-5.3, submit working draw- ings and calculations. Drawings and calculations shall include design information necessary to construct the bridge and demonstrate its structural adequacy. Submittal documents shall be signed and stamped by a professional engineer registered in the state of California. 304-6.6 Concrete Deck. Concrete deck shall conform to 201-1. Concrete shall be Class 560-C- 3250 or Class 565-C-3250P. Placement of concrete shall conform to 303-1. 304-6.6 Reinforcing Steel. Unless otherwise specified, concrete reinforcement shall conform to and 201-2 and 303-1.7. Reinforcing bars shall conform to ASTM A615 or A706, Grade 60. When one continuous reinforc- ing bar cannot be used, a lap splice of 48 bar diameters is required. Welding of reinforcing steel is not permitted. Minimum concrete clear cover to reinforcing steel shall be 2" unless noted oth- erwise. 304-6.7 Miscellaneous Metal. All materials and fittings shall be new and shall be galvanized in accordance with 210-3. Unless otherwise specified, steel parts shall conform to the requirements in ASTM A36. Anchor rods shall conform to ASTM F1554, Grade 36 or better. Nuts and washers shall conform to ASTM A563 and ASTM F436. Nuts shall be locked to prevent unauthorized removal. —1- Revised 6/15/17 Contract No. 6042/6056 Page 155 of 193 Grease used under bearing plates shall be recommended by manufacturer for corrosion protec- tion which will not melt or run at a temperature of 300 degrees F. 304-6.8 Payment. The contract unit price paid for Furnish Prefabricated Steel Bridge includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in furnishing the prefabricated steel bridge, including shop drawings and calculations, anchor rods, bearing pads and plates, and rails, as shown on the plans, as specified in the specifications and these special provisions, and as directed by the Engineer. The contract lump sum price paid for Erect Prefabricated Steel Bridge includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in erecting the prefabricated steel bridge, including offloading and assembling, as shown on the plans, as specified in the specifications and these special provisions, and as directed by the Engineer. The concrete deck of the steel bridge will be measured and paid for as Structural Concrete, Bridge under 303-1.11. Reinforcing steel in the concrete deck will be measured and paid for as Bar Reinforcing Steel (Bridge) under 303-1.11. Add the following section: 304-7 STEEL GATES. 304-7.1 Field Measurements. Verify layout information for gates shown on Drawings in relation to property survey and adjacent structures. Verify dimensions by field measurements. 304-7.2 Submittals. Submit shop drawings including plans, elevations, sections, details, hard- ware and attachments to other work. Provide a standard form warranty in which manufacturer agrees to repair or replace components of gates that fail in materials or workmanship within a 5- year period from date of installation. 304-7.3 Installation. Install gates according to manufacturer's written instructions, level, plumb, and secure for full opening without interference. Gate posts may be mounted on pilasters or in concrete foundations. Attach hardware using tamper-resistant or concealed means. Install ground-set items in concrete for anchorage. Adjust hardware for smooth operation and lubricate where necessary. 304-7.4 Payment. The contract unit price paid for Steel Gate includes full compensation for fur- nishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in furnishing the steel gate, including submittals, foundations, posts, hardware, and locks, as shown on the plans, as specified in the specifications and these special provisions, and as di- rected by the Engineer. Add the following section: 304-8 TUBULAR BICYCLE RAILINGS. 304-8.1 General. The materials for tubular bicycle railings shall conform to 206-11. 304-8.2 Construction. Tubular bicycle railings must present a smooth, uniform appearance in their final position, conforming closely to the horizontal and vertical lines shown or ordered. 4PIP —1- Revised 6/15/17 Contract No. 6042/6056 Page 156 of 193 Before the tubular bicycle railing parts are assembled, clean the bearing surfaces and surfaces to be in permanent contact. If the railing is mounted on a concrete surface, the post bases must be true and flat to provide uniform bearing. Carefully handle the materials such that no parts are bent, broken, abraded, or otherwise dam- aged. Do not use manufacturing, handling, or installation methods that damage or distort the members or damage the galvanizing. Adjust the vertical position of the tubular bicycle railing to compensate for the camber and dead load deflection of the superstructure. Where necessary, install shims at posts and rail elements to provide uniform bearing and con- formance with the horizontal lines and vertical grade lines. Shims at steel posts must be commercial-quality, galvanized sheet steel. 304-8.3 Payment. The contract unit price paid for Tubular Bicycle Railing includes full compen- sation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in furnishing the railing, as shown on the plans, as specified in these special provi- sions, and as directed by the Engineer. SECTION 305 - PILE DRIVING AND TIMBER CONSTRUCTION Add the following section: 305-2 MICROPILES. 305-2.1 General. 305-2.1.1 Summary. This section includes specifications for constructing micropiles. HS thread bars and couplers must comply with the specifications for HS steel prestressing bars in section 303-3.3. Bar reinforcing steel must comply with ASTM A615/A615M, Grade 60. 305-2.1.2 Definitions. micropile: Small-diameter, bored, CIP composite pile, in which the applied load is resisted by steel reinforcing elements, grout, and frictional ground-grout bond. steel reinforcing element: Steel element used to strengthen or stiffen a micropile, such as bar reinforcing steel, HS thread bar, pipe, hollow structural section (HSS), or casing. 306-2.1.3 Submittals. 305-2.1.3.1 General. Do not order materials nor install micropiles until the experience qualifica- tions, shop drawings and calculations, and installation plan are authorized. 305-2.1.3.2 Experience Qualifications. Submit the following experience qualification infor- mation: 1.Summary of the micropile subcontractor's experience that demonstrates compliance with section 305-2.1.4.2. 2.Construction details, structural details, and load test results from at least 3 completed mi- cropile installations performed by the micropile subcontractor in the last 5 years. The ink —1- Revised 6/15/17 Contract No. 6042/6056 Page 157 of 193 installations must be from 3 separate projects of similar scope to this Contract. Include a project description and the owner's name and current phone number. 3.List of on-site foremen and drill rig operators who will perform the micropile work and a summary of each individual's experience that demonstrates compliance with section 305- 2.1.4.2. 306-2.1.3.3 Shop Drawings and Calculations. Submit micropile shop drawings and calculations to the Engineer for review. Allow 20 days for review. After the review, resubmit final shop drawings and calculations. The shop drawings and calculations must be sealed and signed by an engineer who is registered as a civil engineer in California. The shop drawings and calculations must in- clude: 1.Name, address, and phone number of the micropile subcontractor 2.Plan view, including: 2.1. Station and offset at the beginning and end of the micropile structure and at any change in the structure's horizontal alignment 2.2. Identification and location of each exploratory borehole 2.3. Location of any existing utilities, adjacent existing structures, and other potential interferences 2.4. Micropile layout and spacing 2.5. Unique identification number for each micropile 3.Typical sections, including: 3.1. Micropile inclination 3.2. Drilled hole diameter 3.3. Micropile tip elevation 3.4. Micropile cutoff elevation 3.5. Steel reinforcing element details, including sizes, lengths, splice or joint types, and splice or joint locations 3.6. Centralizers and any spacers 3.7. Micropile anchorage details 3.8. Bond length 3.9. Corrosion protection details 4.Material properties 5.General notes for constructing the micropiles, including overall construction sequencing 6.Data demonstrating the adequacy of any threaded joints in the pipe, HSS, or casing for the tension load specified in section 305-2.2.2.2 7.Calculations for the bond length If you propose alternative steel reinforcing elements, include with the shop drawings and calcula- tions: 1.Calculations for the structural capacity of the micropile with the alternative steel reinforcing elements 2.Calculations for the structural capacity of the micropile shown 3.Details and calculations for any anchorage changes needed to accommodate the alterna- tive steel reinforcing elements 305-2.1.3.4 Installation Plan. Submit a micropile installation plan, sealed and signed by an en- gineer who is registered as a civil engineer in California, including: 1.Detailed construction procedures, including personnel, materials, testing, and equipment. 2.Layout drawing showing the micropile installation sequence. ip‘ —1- Revised 6/15/17 Contract No. 6042/6056 Page 158 of 193 3.Information on headroom and space requirements for installation equipment that verifies that the equipment can perform at the job site. 4.Provisions for constructing micropiles near underground facilities. 5.Drilling or coring methods and equipment, including methods to: 5.1. Provide drilled hole support 5.2. Drill a straight hole 5.3. Advance through boulders and other obstructions 5.4. Prevent detrimental ground movements 6.Not Used 7.Length of steel reinforcing element sections to be used, splice or joint locations, and any splice or joint location restrictions. 8.Methods for placing, positioning, and supporting steel reinforcing elements. 9.Grouting plan, including: 9.1. Grout mix design. Include test results from an authorized laboratory for the com- pressive strength of the mix at 3, 7, 14, and 28 days and the density of the mix. 9.2. Procedures for monitoring grout quality. 9.3. Placement procedures and equipment, including details for post-grouting, if used. 9.4. Methods and equipment for monitoring and recording grout depth, volume, and pressure as the grout is placed. 9.5. Grouting rate calculations, upon request. Base the calculations on the initial pump pressures or static head on the grout and losses throughout the placing system, including anticipated head of drilling fluid to be displaced, if applicable. 9.6. Minimum cure time and strength requirements for performing load testing. 10.Plan for the control and disposal of surface and groundwater, drill flush, and waste grout. 11.Load testing plan, including drawings and calculations that describe: 11.1. Testing procedures. 11.2. Reaction load system capacity and equipment setup. 11.3. Types and accuracy of the primary and secondary instrumentation equipment to be used for applying and measuring the test loads and top of micropile movements. 11.4. Installation details for the instrumentation to be used for applying and measuring the test loads and measuring the top of micropile movements. 12.Calibration reports and data for each test jack, pressure gauge, load cell, and electronic displacement transducer to be used. The load cell calibration chart must show applied load versus millivolts per volt. 305-2.1.3.5 Mill Test Reports. Submit certified mill test reports for each heat number of bar rein- forcing steel or HS thread bar to be used within the micropile at least 7 days before using the materials in the work. The certified mill test reports must include ultimate strength, yield strength, elongation, and chemical composition. 305-2.1.3.6 Installation Logs. Submit each installation log as an informational submittal within one (1) business day of the micropile installation. The installation log must include: 1.Micropile identification number and location 2.Names of superintendent, drill rig operator, grout plant operator, and any other personnel involved in the micropile installation 3.Date, time, and duration of drilling, steel reinforcing element installation, and grout place- ment 4.Drilling or coring method and speed 5.Details of any hole stabilization method used 6.Description of soil or rock encountered 7.Quantity of groundwater encountered 41frIb' —1- Revised 6/15/17 Contract No 6042/6056 Page 159 of 193 8.Description of any unusual installation behaviors or conditions 9.Drilled hole diameter 10.Micropile tip elevation 11.Log of grout quantities and pressures, including the time and micropile depth 12.Lengths of steel reinforcing elements 13.Details of splicing operations, including locations of the splices or joints 14.Bond length 305-2.1.3.7 Grout Test Results. Submit grout test results for density, efflux time, and compres- sive strength within 1 business day of testing. 305-2.1.3.8 Load Test Data. Submit load test data within 1 business day of the completion of a verification or proof load test. Load test data must be sealed and signed by an engineer who is registered as a civil engineer in California. Load test data must include: 1.Micropile identification number and location 2.Installation date 3.Load test date 4.Testing personnel 5.Load testing equipment 6.Raw data from the electronic data acquisition system 7.Readings from the secondary load and displacement measurement systems recorded at each load increment 8.Specified curves plotted using data from the electronic data acquisition system 9.Comparison of the load test results and the acceptance criteria 306-2.1.4 Quality Assurance. 305-2.1.4.1 General. Not Used 305-2.1.4.2 Experience Qualifications. Each on-site foreman and drill rig operator must have experience installing micropiles on at least 3 projects completed in the last 5 years. The micropile subcontractor must: 1.Be experienced in micropile construction and load testing 2.Have successfully constructed at least 5 projects in the last 5 years involving a combined total of at least 100 micropiles 3.Have previous micropile drilling and grouting experience in soil or rock similar to the soil or rock for this Contract 305-2.1.4.3 Preconstruction Meeting. Not Used 306-2.1.4.4 Quality Control. 305-2.1.4.4.1 General. Not Used 305-2.1.4.4.2 Grout Testing. Before placing grout into each micropile, test the grout density un- der API RP 13B-1 using the Baroid mud balance. Take the grout test samples directly from the grout plant. Test the grout compressive strength under ASTM C109/C109M at an authorized laboratory. Test at least 1 set of three 2-inch grout cubes from each grout plant each day of operation or for every (ink Revised 6/15/17 Contract No. 6042/6056 Page 160 of 193 10 micropiles installed, whichever occurs more frequently. Take the grout test samples directly from the grout plant. 306-2.1.4.4.3 Load Testing. 305-2.1.4.4.3.1 General. The grout for each load test micropile must attain the compressive strength shown before you perform the load test. Notify the Engineer at least 10 days before you perform each load test. Perform each load test in the Engineer's presence. Perform proof load testing in tension under ASTM D3689, except do not use the loading apparatus described as "Tensile Load Applied by Hydraulic Jack(s) Acting Upward at One End of Test Beam(s)." The tension load test results will be used to prove the required compression loads shown on the plans. For load testing: 1.FTL in the load test schedule must be equal to 200 kips 2.SL in the load test schedule must be equal to 100 kips Apply the test loads for tension load testing to the center bar only. Do not use an existing structure as part of the reaction system unless authorized. Test the pile loads using a calibrated jack and dial gauges as the primary load measurement system. Alternatively, use a load cell as the primary load measurement system. The load cell must: 1.Be of the bonded electrical resistance strain gauge type. 2.Have a full-scale range no greater than 150 percent of the maximum test load. 3.Be moisture resistant. 4.Be temperature compensated. The maximum temperature sensitivity at zero load must be ±0.05 percent of full scale per degree F. 5.Have a resolution within ±0.025 percent of full scale. 6.Have an accuracy within ±0.25 percent of full scale. Use electronic displacement transducers as the primary movement measurement system. Dis- placement transducers must be capable of measuring to 0.001 inch and have enough travel to allow the load test to be performed without resetting. Apply the test loads using a hydraulic jack. Use the gauge in the jack and pressure gauge assem- bly as the secondary load measurement system. Jack ram travel must be sufficient to allow the load test to be performed without resetting the equipment. The pressure gauge must be graduated in 100 psi increments or less. The load cell, if used, the electronic displacement transducers, and the jack and gauge assembly must be calibrated by an authorized laboratory accredited for calibration services using equipment traceable to NIST. The jack and gauge assembly must be calibrated as a unit. Use an electronic data acquisition system to simultaneously monitor and record readings from the primary load and displacement measurement systems. The electronic data acquisition system must continuously take readings at regular intervals from the load cell and electronic displacement transducers. 305-2.1.4.4.3.2 Verification Load Testing. Not used 41Plfr Revised 6/15/17 Contract No. 6042/6056 Page 161 of 193 306-2.1.4.4.3.3 Proof Load Testing. Perform proof load tests on 1 micropile per footing. The Engineer selects each micropile to be proof load tested. The Engineer does not notify you of which micropile is to be proof load tested until after all the micropiles have been installed. Perform proof load testing as follows: 1. Incrementally load and unload the micropile as shown in the following table: Proof Load Test Schedule Load increment Hold time (minutes) AL Until stable 0.25SL 1-2 0.50SL 1-2 0.75SL 1-2 1.00SL 10 or 60 0.80SL + 0.20(0.80FTL) 1-2 0.60SL + 0.40(0.80FTL) 1-2 0.40SL + 0.60(0.80FTL) 1-2 0.20SL + 0.80(0.80FTL) 1-2 0.80FTLa 5 AL Until stable NOTES: AL = alignment load, 0.10SL SL = service load FTL = factored test load aMaximum test load 2.At each load increment: 2.1. Apply the load in less than 1 minute. 2.2. Maintain a constant load for the hold time shown in the load test schedule. Start the hold time as soon as the load increment is fully applied. 2.3. Measure and record the top of micropile movement at the end of the hold time. 3.At the 1st application of 1.00SL, perform the creep test as follows: 3.1. Hold the load for 10 minutes. 3.2. Measure and record the top of micropile movement at 1, 2, 3, 4, 5, 6, and 10 minutes. 3.3. If the movement measured from 1 to 10 minutes is greater than 0.04 inch, continue the creep test as follows: 3.3.1. Hold the load for an additional 50 minutes. 3.3.2. Measure and record the top of micropile movement at 15, 20, 25, 30, 45, and 60 minutes. 3.3.3. Plot the top of micropile movement as a function of the logarithm of time from 6 to 60 minutes. 4.Plot the applied test load versus the top of micropile movement at each load increment. 305-2.1.4.5 Proof Load Test Acceptance. Each proof load test must comply with the following acceptance criteria: 1. For tension testing, the axial movement at the top of the micropile measured from the initial alignment load to the 1st application of 1.00SL must not exceed 1 inch at the end of the 1.00SL hold time. A1,0 u,- Revised 6/15/17 Contract No. 6042/6056 Page 162 of 193 2.For compression testing, the axial movement at the top of the micropile measured from the initial alignment load to the 1st application of 1.00SL must not exceed 1 inch at the end of the 1.00SL hold time. 3.Slope of the applied test load versus the top of micropile movement must not exceed 0.025 inch per kip at the maximum test load. 4.Creep test movement must comply with one of the following: 4.1. For a 10-minute load hold, the movement measured from 1 to 10 minutes must be less than 0.04 inch. 4.2. For a 60-minute load hold, the movement measured from 6 to 60 minutes must be less than 0.08 inch and the rate of movement must be linear or decreasing in time logarithmic scale from the 6- to the 60-minute reading. If a proof load test fails to comply with the acceptance criteria, the micropile is rejected. Suspend micropile construction and comply with one of the following procedures: 1.Post-grout and retest the rejected micropile. If the post-grouted micropile complies with the acceptance criteria when retested, post-grout all of the micropiles in the footing using identical methods. Any proof load test performed on a micropile before the post-grouting does not count toward the total proof load tests required for the footing. 2.Proof load test all the micropiles in the footing that have been constructed unless other- wise authorized. Submit a plan for replacing rejected micropiles or for installing additional micropiles, including details for any micropile or footing changes required to provide the total micropiling support capacity shown. Suspend micropile construction until the plan is authorized. 306-2.2 Materials. 305-2.2.1 General. Welding must comply with AWS D1.1. 305-2.2.2 Steel Reinforcing Elements. 306-2.2.2.1 General. You may use alternative steel reinforcing elements if: 1.Structural capacity of the micropile with the alternative steel reinforcing elements is greater than or equal to the structural capacity of the micropile shown 2.Alternative elements comply with the specifications for steel reinforcing elements 3.Drilled hole diameter is adjusted to provide at least the same grout cover as the micropile section shown and does not exceed the smaller of 13 inches or 1/3 of the micropile center- to-center spacing Alternative steel reinforcing elements must consist of pipe, round HSS, casing, bar reinforcing steel, HS thread bars, or a combination of these. You may use pipe, HSS, or casing complying with one of the following specifications or another authorized specification: 1.ASTM A53/A53M, Type E or S, Grade B 2.ASTM A500/A500M 3.ASTM A501 4.ASTM A618/A618M 5.ASTM A106/A106M, Grade B 6.API N80 7.API P110 8.API 5L, minimum Grade B, PSL1 tirk 0 1- Revised 6/15/17 Contract No. 6042/6056 Page 163 of 193 305-2.2.2.2 Pipe, Hollow Structural Sections, and Casing. Casing must comply with API N80. 305-2.2.2.3 Bar Reinforcing Steel. Bar reinforcing steel splices must be service splices. For anchorages that require threading nuts and plates onto bar reinforcing, you may cut threads into the bar reinforcing steel if you provide the next larger bar number designation from that shown. 305-2.2.3 Anchorage Components. Steel plates for the micropile anchorage must comply with ASTM A709/A709M, Grade 50, or ASTM A572/A572M, Grade 50. Nuts and washers for the mi- cropile anchorage must be capable of holding the bar at a load producing a tensile stress of at least the specified minimum ultimate tensile strength of the bar. 305-2.2.4 Grout. Grout must be a stable, neat grout consisting of cement and water. Cement must comply with section 201-1.2.1. Water must comply with section 201-1.2.3. If authorized, you may use an admixture in the grout. The admixture must be on Caltrans Authorized Material List and must comply with section 201-1.2.4, except the admixture must not contain chloride ions in excess of 0.25 percent by weight nor be an accelerating admixture. If authorized, you may add fine aggregate to the grout. Fine aggregate must comply with section 200-1.5. Grout with fine aggregate must: 1.Have a slump of at least 7 inches when measured under ASTM C143/C143M 2.Have an air content of no more than 2 percent when measured under California Test 504 3.Not contain air-entraining admixtures Mix the grout as follows: 1.Add the water to the mixer followed by the cement and any admixtures or fine aggregate. 2.Mix the grout with mechanical mixing equipment that produces a uniform and thoroughly mixed grout. 3.Agitate the grout continuously until the grout is pumped. 4.Do not add water after the initial mixing. Grout must comply with the following requirements: 1.Density must be greater than or equal to the density submitted with the authorized mix design. 2.Efflux time must be at least 11 seconds. 3.Compressive strength must be at least that shown at 28 days. 306-2.2.5 Centralizers and Spacers. Centralizers and spacers must be fabricated from plastic, steel, or other material that is not detrimental to the steel reinforcing elements. Do not use wood centralizers or spacers. Centralizers and spacers must be strong enough to support the steel reinforcing elements during construction activities. 305-2.2.6 Corrosion Protection. Not Used 306-2.3 Construction. 305-2.3.1 General. Determine the bond length and installation methods necessary to comply with the micropile load test acceptance criteria. You may perform additional geotechnical investigation for the purpose of determining the bond length and installation methods. Do not drill, pressure tay. -,-- Revised 6/15/17 Contract No. 6042/6056 Page 164 of 193 grout, or post-grout a micropile that is within a center-to-center spacing of 5 feet from an open micropile hole or a micropile in which the initial grout has set for less than 12 hours. 305-2.3.2 Verification Test Micropiles. Not Used 305-2.3.3 Proof Test Micropiles. Throughout proof load testing, maintain the test site in a con- dition that is level and free of water. 306-2.3.4 Drilling. Select drilling equipment and methods that are suitable for drilling through the conditions to be encountered without causing damage to any overlying or adjacent structure or service and without causing detrimental ground movements. Use temporary casing or another authorized drilled hole support method in caving or unstable ground. Do not use vibratory pile- driving hammers to advance casing. Each drilled hole must comply with the following tolerances: 1.Centerline of the drilled hole must not deviate from the micropile location shown by more than 3 inches. 2.Center-to-center spacing of the drilled holes must not deviate from the micropile spacing shown by more than 3 inches. 3.Axis of the drilled hole must not deviate from the alignment shown by more than 1-1/2 inches per 10 feet of length. Remove any material dislodged or drawn into the hole during micropile construction. The drilled hole must be open along its full length to the hole diameter shown before placing grout or any steel reinforcing elements not used to case the drilled hole. Dispose of drill cuttings under section 300-2.6. 305-2.3.6 Placing and Splicing Steel Reinforcing Elements. Place the steel reinforcing ele- ments before withdrawing any temporary casing. Splice the steel reinforcing elements such that the axes of the 2 spliced lengths are aligned. If bar reinforcing steel or HS thread bar is used with pipe, HSS, or casing and the pipe, HSS, or casing has threaded joints, locate the bar splices at least 2 pipe, HSS, or casing diameters from any threaded joint. Use spacers to separate steel reinforcing elements if more than one type of steel reinforcing ele- ment is used. Place the spacers at 10-foot maximum intervals. For steel reinforcing elements not used to case the drilled hole, use centralizers to support the element in the center of the hole and to provide at least the specified grout cover. Place the centralizers at 10-foot maximum intervals, with the uppermost centralizer a maximum of 5 feet from the top of the micropile and the lower- most centralizer from 2 to 5 feet from the bottom of the micropile. Attach centralizers and spacers to the steel reinforcing elements such that the centralizers and spacers (1) are secure enough to withstand installation stresses and (2) allow the free flow of grout without misalignment of the steel reinforcing elements. Before you insert each steel reinforcing element into a drilled hole, clean the surface of the ele- ment of deleterious substances, such as soil, mud, grease, and oil. If you cannot insert a steel reinforcing element into the drilled hole to the required depth without difficulty, remove the rein- forcing element, clean any grout from the surface of the reinforcing element, clean or redrill the hole, and reinsert the reinforcing element. Do not force or drive a reinforcing element into a drilled hole. Micropiles with partially inserted steel reinforcing elements are rejected. 305-2.3.6 Grouting. Grout each micropile the same day the hole is drilled. You may place the grout before or after placing the steel reinforcing elements. Place the grout within 1 hour of mixing. Inject the grout at the lowest point of the drilled hole. Continue the injection until uncontaminated 47* tam*. —I- Revised 6/15/17 Contract No. 6042/6056 Page 165 of 193 grout flows from the top of the micropile. Grout each micropile in one continuous operation. Use grouting procedures that ensure complete continuity of the grout column. If temporary casing is used, extract the casing in stages. After you remove each length of casing, bring the grout level back up to ground level before removing the next length of casing. Maintain the grout at a level above the bottom of the temporary casing adequate to prevent displacement of the grout by material from outside the casing. The tremie pipe or casing must extend at least 10 feet below the grout level in the drilled hole at all times during grout placement. If grout is placed under pressure: 1.Measure and record the grout quantity and pumping pressure 2.Use a grout pump equipped with a pressure gauge 3.Place a 2nd pressure gauge at the point of injection into the top of the micropile 4.Use pressure gauges capable of measuring pressures of at least 150 psi or twice the actual grout pressure used, whichever is greater 5.Do not use compressed air to directly pressurize the fluid grout Grout tubes may remain in the hole after the completion of grouting but must be filled with grout before pile acceptance. Maintain the grout level at or above the micropile cutoff elevation until the grout has set. Provide a positive means of support for maintaining the position of the steel rein- forcing elements until the grout has set. Load test micropiles must remain undisturbed until the grout is strong enough to provide anchorage during load testing. Dispose of material resulting from grouting. 305-2.3.7 Ground Heave and Subsidence. Control the grout pressures and grout takes to pre- vent heave and fracturing of soil or rock formations. If you observe signs of ground heave or subsidence, immediately notify the Engineer and suspend the drilling and grouting operations. If the Engineer determines that the movements require corrective action, take the actions necessary to stop the movement and perform repairs. 305-2.3.8 Installation Logs. Prepare a separate installation log for each micropile. 305-2.4 Payment. The contract unit price paid for Micropile includes full compensation for fur- nishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in installing and testing micropiles, complete in place to the required nominal resistance as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. SECTION 306 - OPEN TRENCH CONDUIT CONSTRUCTION 306-3 TRENCH EXCAVATION. 306-3.3 Removal and Abandonment of Existing Conduits and Structures. Add the following: Unless otherwise 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 aban- doned 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. 4111fr tat —1- Revised 6/15/17 Contract No. 6042/6056 Page 166 of 193 Add the following section: 306-3.7 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 circumstance of use. Add the following section: 306-3.7.1 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 recog- nized that to accommodate excavation work, steel plate bridging may be necessary. All conditions for use of steel plate bridging set forth in the following requirements must be fulfilled as conditions of approval of the use of steel plate bridging. Consideration of steel plate bridging in the review process will take into account the following factors: 1.Traffic volume and composition. 2.Duration 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 4-20 X WEATHER + SPEED (kmhl + SLOPE X 1001X LANES 1000 8 PS = [ADT + EWL + DAYS +10 X WEEKEND + 5X NIGHTS + 20 X WEATHER + SPEED (mph) + SLOPE X 100] X LANES 1000 5 where: PS = ADT = plate score. average daily traffic as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2009 Edition as amended by the MUTCD 2012 California Supplement. equivalent wheel loads as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2009 Edition as amended by the MUTCD 2012 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 Sat- urday, 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 ver- tical and horizontal dimensions shall be measured at the locations spanning a distance of 15 m (50') up and downstream of the position of the proposed steel plate bridging. the nuinixel di lanes where plates will be used. EWL = DAYS = WEEKEND = NIGHTS = WEATHER = SPEED = SLOPE = LANES = 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 4p-ir t ‘t. —1- Revised 6/15/17 Contract No. 6042/6056 Page 167 of 193 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: 306-3.7.2 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 Draw- ings and Submittals. The Contractor shall backfill and resurface excavations in accordance with section 306. Add the following section: 306-3.7.3 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: 1.Steel plate bridging when the plate score exceeds 50 is not allowed except when, at the sole discretion of the Engineer, it is approved as specified hereinbefore. 2.Steel plates used for bridging must extend a minimum of 610 mm (2') beyond the edges of the trench. 3.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)1: 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 surface that the plate shall rest on with no horizontal or vertical movement. Horizontal gaps between the unmilled pavement and the plate shall not ex- ceed 25 mm (1") and shall be filled with elastomeric sealant material which may, at the contractor's option, be mixed with no more that 50%, by volume, of Type I aggregate conforming to the re- quirements of tables 203-5.2(B) and 203-5.3(A). Method 2 [For speeds 70 Km/hr (45 MPH) or less]: Approach plate(s) and ending plate (if longi- tudinal placement) shall be attached to the roadway and shall be secured against displacement 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 3/4") 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. Subsequent 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 taw. Revised 6/15/17 Contract No. 6042/6056 Page 168 of 193 plates. When steel plates are removed, the dowel holes in the pavement section shall be com- pletely 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: 306-3.7.4 Materials. The minimal thickness of steel plate bridging shall be as shown in Table 306-1.1.7.4(A) TABLE 306-3.7.4 REQUIRED PLATE THICKNESS FOR A GIVEN TRENCH WIDTH Maximum Trench Width(1) Minimum Plate Thickness 0.3 m (10") 13 mm CO 0.6 m (23") 19 mm (3/4") 0.8 m (31") 22 mm (7/8") 1.0 m (41") 25 mm (1") 1.6 m (63") 32 mm (1 IA") (1) For spans greater than 1.6 m (5'), a structural design shall be prepared by a registered civil 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 CALTRANS 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 CALTRANS District 11 Materials Engineer to correlate skid resistance results to California Test Method 342. In addition to all other required construction signing, the Contractor shall install Rough Road (W33) sign with black lettering on an orange background in advance of steel plate bridging. Add the following section: 306-3.7.5 Measurement and Payment. Steel plate bridge materials including, but not limited to: steel plates, anchoring devices, cold milling, elastomeric sealant material, asphalt ramping and padding, signage, placing, installation, removal, relocation, preparation and processing of shop drawings and submittals to support the use of steel plate bridging and all other materials, labor, supervision, overhead of any type or description will be paid for as an incidental to the 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. 306-6 BEDDING. Add the following section: 306-6.6 Bedding for Water Mains. 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. 306-13 TRENCH RESURFACING. 30S-13.1 Tamporary th;:.-, fourth and fifth paragraphs and subztitutc thc fci- lowing: Temporary bituminous resurfacing materials 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 4.• Revised 6/15/17 Contract No. 6042/6056 Page 169 of 193 removed and replaced with permanent resurfacing within 7 days of placement. No additional pay- ment will be made for temporary bituminous resurfacing materials. The price bid for the associated conduit or structure shall include full compensation for furnishing, placing, maintaining, removing, - and disposing of such temporary resurfacing materials. 306-13.2 Permanent Resurfacing. Add the following: Except as provided in section 306-13.1, "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. SECTION 311 - SPECIAL PROTECTIVE MATERIALS Add the following section: 311-2 METHACRYLATE RESIN BRIDGE DECK TREATMENT. 311-2.1 General. This section includes specifications for preparing and treating bridge decks with a high-molecular-weight methacrylate resin. 311-2.2 Submittals. Submit a work plan for applying the methacrylate resin treatment. Include in the plan: 1.Schedule of work for the bridge 2.Description of equipment for applying resin 3.Range of gel time and final cure time for resin 4.Description of absorbent material to be used 5.Description of equipment for applying and removing excess sand and absorbent material 6.Procedure for removing resin from the deck and equipment to be used 7.Procedure for storing and handling resin components and absorbent material 8.Procedure for disposing of excess resin and containers Submit a safety data sheet for each resin component and diatomaceous earth shipment before use. Submit test samples of methacrylate resin components at least 15 days before use. Submit a public safety plan. Include with the submittal: 1.Public notification letter describing the work to be performed with treatment work locations, dates and times. Include a list of addresses for delivery and posting of the letter. 2.Airborne emissions monitoring plan. A Certified Industrial Hygienist (CIH) certified in com- prehensive practice by the American Board of Industrial Hygiene must prepare and execute the plan. The plan must have at least 4 monitoring points, including the mixing point, application point, and point of nearest public contact. 3.Action plan for protecting the public if airborne emissions levels exceed permissible levels. 4.Copy of the CIH's certification. Submit results from airborne emissions monitoring of the test area before starting production work. Submit results from production airborne emissions monitoring as an informational submittal after completing treatment activities. *IV tat Revised 6/15/17 Contract No. 6042/6056 Page 170 of 193 311-2.3 Quality Assurance. The Engineer may perform testing under California Test 342 to verify the coefficient of friction of the treated deck surfaces. The coefficient of friction of the treated surface must be at least 0.35 when tested under California Test 342. 311-2.4 Materials. High-molecular-weight methacrylate resin consists of resin, promoter, and in- itiator. High-molecular-weight methacrylate resin must be low odor and comply with the requirements shown in the following table: Quality characteristic Test method Requirement Volatile contenta (max, %) ASTM 02369 30 Viscositya (max, cP, Brookfield RV with UL adaptor, 50 RPM, at 25 °C) ASTM D2196 25 Specific gravitya (min, at 25 °C) ASTM D1475 0.90 Flash pointa (min, °C) ASTM D3278 82 Vapor pressurea (max, mm Hg, at 25 °C) ASTM 0323 1.0 Tack-free time (max, minutes, at 25 °C) Prepare specimens under California Test 551 400 PCC-saturated surface-dry bond strength (min, psi, at 24 hours and 70 ± 2 °F) California Test 551 500 aPerform test before adding the initiator. Sand for the abrasive sand finish must be a commercial-quality, dry-blast sand. The size of the sand must be such that not less than 95 percent passes the no. 8 sieve and not less than 95 percent is retained on the no. 20 sieve when tested under California Test 205. Absorbent material must be diatomaceous earth, abrasive blast dust, or an authorized substitute recommended by the resin supplier. 311-2.5 Construction. 311-2.5.1 General. Before starting deck rehabilitation activities, complete the installation of any concrete barrier and the removal of any traffic stripes, pavement markings, and pavement mark- ers. 311-2.6.2 Prepare Concrete Deck Surface. Prepare concrete bridge decks before applying deck treatments. Perform the following activities in the order listed: 1.Abrasive blast the deck surface with steel shot. Steel shot must comply with Society for Protective Coatings (SSPC)-AB 3. Recycled steel shot must comply with SSPC-AB 2. 2.Sweep the deck surface. 3.Blow the deck surface clean using high-pressure air. The deck surface must be dry when abrasive blasting is performed. Remove all laitance, surface contaminants, and foreign material from the deck surface. If the deck surface becomes contami- nated before placing the deck treatment or overlay, abrasive blast clean the contaminated area aid sweep the deck clean. 111‘' Aw. r- Revised 6/15/17 Contract No. 6042/6056 Page 171 of 193 When abrasive blasting within 10 feet of traffic, remove the residue using a vacuum attachment operating concurrently with the blasting equipment. 311-2.5.3 Methacrylate Treatment. Deliver the public notification letter to residences and busi- nesses within 100 feet of treatment work and to local fire and police officials at least 7 days before starting treatment activities. Post the letter at the job site. Monitor airborne emissions during treatment activities. Notify the Engineer at least 15 days before delivery of methacrylate resin components in contain- ers larger than 55 gallons to the job site. The Engineer determines the exact methacrylate resin application rate at time of placement. High-molecular-weight methacrylate resin applied by machine must be (1) combined in volumetric streams of promoted resin to initiated resin by static in-line mixers and (2) applied without atomi- zation. You may apply resin manually. Mix at most 5 gallons of resin at a time. The deck must be dry before applying resin. The concrete surface must be from 50 to 100 degrees F. Relative humidity must be not more than 85 percent during the work shift. Thoroughly mix all resin components. Apply resin to the deck within 5 minutes of mixing at an approximate application rate of 90 sq ft/gal. Resin that thickens during application is rejected. Uniformly spread the resin. Completely cover surfaces to be treated and fill all cracks. Redistribute excess resin using squeegees or brooms within 10 minutes of application. For textured or grooved deck surfaces, remove excess resin from the texture indentations. Apply the abrasive sand finish no sooner than 20 minutes after applying the resin. The sand application rate must be at least 2 lb/sq yd or until saturation as determined by the Engineer. Apply absorbent material before opening the lane to traffic. Remove excess sand and absorbent material .by vacuuming or power sweeping. Traffic or equipment is not allowed on the treated surface until you have verified that the following conditions have been met and the Engineer has authorized the opening of the treated surface to traffic and equipment: 1.Treated deck surface is tack free and not oily 2.Sand cover adheres and resists brushing by hand 3.Excess sand and absorbent material has been removed 4.No material will be tracked beyond the limits of treatment by traffic Remove resin from the deck surface if the Engineer determines (1) the conditions listed above have not been met and (2) the allowable lane closure time will be exceeded. 311-2.6 Measurement. The payment quantity for furnish bridge deck treatment material is the volume of mixed high-molecular-weight methacrylate resin placed. 311-2.7 Payment. The contract lump sum price paid for Public Safety Plan for Methacrylate Deck Treatment includes full compensation for furnishing all labor, materials, tools, equipment, and 41k Ur- Revised 6/15/17 Contract No. 6042/6056 Page 172 of 193 incidentals, and for doing all the work involved in developing and implementing the public safety plan as specified in these special provisions and as directed by the Engineer. The contract price paid per square foot for Prepare Concrete Bridge Deck Surface includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in preparing the concrete bridge deck surface for overlay, complete in place, as shown on the plans, as specified in these special provisions, and as directed by the Engineer. The contract price paid per square foot for Treat Bridge Deck Surface includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in treating the concrete bridge deck surface with methacrylate resin, complete in place, as shown on the plans, as specified in these special provisions, and as directed by the Engineer. The contract price paid per gallon for Furnish Bridge Deck Treatment Material includes full com- pensation for furnishing mixed high-molecular-weight methacrylate resin, as shown on the plans, as specified in these special provisions, and as directed by the Engineer. SECTION 312 - PERMANENT CRASH CUSHIONS Add the following section: 312-1 PERMANENT CRASH CUSHIONS. 312-1.1 General. Permanent crash cushions must be TL-3 rated (minimum) and supplied by a manufacturer preapproved by Ca!trans. A list of authorized materials is located at https://dot.ca.govNmedia/dot-media/programs/enqineerinci/documents/mets/highwav-safety- features-al lv.docx. Install permanent crash cushions under the manufacturer's instructions. 312-1.2 Submittals. Submit a copy of the manufacturer's plan and parts list. SECTION 314 - TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 314-1 GENERAL. Add the following: The Contractor shall furnish all equipment, materials, labor, and supervision necessary for painting traffic lanes, directional arrows, guidelines, curbs, parking lines, crosswalks, 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 Contractor 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. 411111, tole —1- Revised 6/15/17 Contract No. 6042/6056 Page 173 of 193 314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS. 314-2.1 General. Add 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 1/8" in 10' when meas- ured parallel to the centerline of the street or more than 1/,1" in 10' 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 require- ments of the air pollution control district having jurisdiction. 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS. 314-4.2 Control of Alignment and Layout. 314-4.2.1 General. Modify the first paragraph as follows: The Contractor shall establish the nec- essary control points for all required pavement striping and markings by surveying methods. No layout of traffic striping shall be performed by the Contractor before establishment of the neces- sary control points. The Contractor shall establish all traffic striping between these points by string line or other method to provide striping that will vary less than 1/2 inch per 50 feet from the spec- ified alignment. The Contractor shall obliterate, straight stripes deviating more than 1/2 inch per 50 feet by wet grinding, and then correcting the markings. The Contractor shall lay out (cat track) immediately behind installation of surface course asphalt and as the work progresses. 314-4.3 Painted Traffic Striping and Curb and Pavement Markings. 314-4.3.2 Surface Preparation. Modify the first paragraph as follows: The Contractor shall re- move all existing markings and striping, either permanent or temporary, which are to be abandoned, obliterated or that conflict with the plans by wet grinding methods. Removal of striping by high velocity water jet may be permitted when there is neither potential of the water and detritus from the high velocity water jetting to damage vehicles or private property nor to flow from the street into any storm drain or water course and when approved by the Engineer. The Contractor shall vacuum all water and detritus resulting from high velocity water jet striping removal from the pavement immediately after the water jetting and shall not allow such materials to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitations for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. Alternate methods of paint 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 one-inch-thick asphalt concrete overlay is not per- mitted. SECTION 314-5 PAVEMENT MARKERS. Add the following section: 314-6 Reflective Channelizer Placement and Removal. The Contractor shall place and re- move reflective channelizers the same as for pavement marker placement and removal. The Contractor 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, tJ os, Revised 6/15/17 Contract No. 6042/6056 Page 174 of 193 by the Contractor. When reflective channelizers are removed the pavement surface shall be re- stored to the same color and surface finish as the adjacent pavement. •—v- Revised 6/15/17 Contract No. 6042/6056 Page 175 of 193 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 6, TEMPORARY TRAFFIC CONTROL SECTION 600 - ACCESS 600-1 GENERAL. Add the following: Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Con- tractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly af- fected by the work shall be notified. Add the following section: 600-4 STREET CLOSURES, DETOURS, BARRICADES. The Contractor shall comply with all applicable State, County, and City requirements for closure of streets. The Contractor shall pro- vide 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 Contractor shall furnish and install signs and warning devices and promptly re- move them upon completion 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 760-438-1161 x4411 2. Carlsbad Fire Department Dispatch 760-931-2197 3. Carlsbad Police Department Dispatch 760-931-2197 4. Carlsbad Traffic Signals Maintenance 760-438-2980 x2937 5. Carlsbad Traffic Signals Operations 760-438-1161 x4500 6. North County Transit District 760-743-9346 7. Coast 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. Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices (MUTCD 2014 Revision 1) and these Supplemental Provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. —1- Revised 6/15/17 Contract No. 6042/6056 Page 176 of 193 Add the following section: 600-4.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of section 603 et seq. All temporary reflective pavement markers shall conform to the provisions of section 602-2 et seq. All temporary reflective channelizers shall conform to the provisions of section 602- 3 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to 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, direc- tion and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the travelling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the travelling public during non-working hours. During the hours of darkness, as de- fined 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 Contrac- tor's employees shall not be parked within the traveled way, including any section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 6' of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delinea- tors placed on a taper in advance of the parked vehicles or equipment 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 cones or portable delineators shall be used for the taper. A C23 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a sign post or telescoping flag tree with flags. The sign post or flag tree shall be placed where directed by the Engineer. Add the following section: 600-4.2 Maintaining Traffic. The contractor shall maintain traffic during construction in accord- ance with the traffic control plans included in these contract documents. Add the following section: 600-4.3 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 (MUTCD 2014 Revision 1, as amended for use in California) and provisions under "Maintaining Traffic" elsewhere in these Provisions. The provi- sions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the 401fr ti re —r Revised 6/15/17 Contract No. 6042/6056 Page 177 of 193 Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. Add the following section: 600-4.4 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 start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. Add the following section: 600-4.5 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 (MUTCD 2014 Revision 1) published by CALTRANS. Whenever the work causes obliteration of pavement delineation, temporary or per- manent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the align- ment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the tem- porary 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 removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. Add the following section: 600-4.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the 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 sub- sequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. The Contractor may choose to modify, add to or supplement the TCP shown on sheets 9-10 of Drawing 499-5 of the contract documents ta r. Revised 6/15/17 Contract No. 6042/6056 Page 178 of 193 or substitute TOP to further its own interests. Such modifications, supplements and/or new design of TOP shall meet the requirements of the Engineer and the California Manual on Uniform Traffic Control Devices (MUTCD 2014 Revision 1) as published by CALTRANS. Such modification, ad- dition, 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 TOP. The Engineer may approve any such modifications, supplements, and/or new designs to the TOP when, in the Engineer's sole opinion, such modifications, supplements, and/or new designs to the TOP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modification, addition, supplement, and/or new design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed TOP are approved by the Engineer. The preparation of such modification, addi- tion, supplement, and/or new designs of TOP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TOP shall conform to the requirements of Section 2-5.3 Shop Drawings and Submittals. Add the following section: SECTION 602 - TEMPORARY TRAFFIC PAVEMENT MARKERS 602-1 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. 602-2 TEMPORARY PAVEMENT MARKERS. Temporary reflective raised pavement markers shall be placed in accordance with the manufacturer's instructions. Temporary reflective raised pavement markers shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place temporary reflective raised pave- ment 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 tempo- rary 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 314 "Traffic Striping, Curb and Pavement Markings, and Pavement Markers"; and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be re- quired. 602-3 CHANNELIZERS. Channelizers shall be new surface-mounted type and shall be fur- nished, 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 spe- cial provisions. The reflective sheeting shall be 3" x 12" in size. The reflective sheeting shall be visible at 1000' at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. 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 channelizers shall immediately be replaced or restored to —1- Revised 6/15/17 Contract No. 6042/6056 Page 179 of 193 their original location, by the Contractor. The Contractor shall provide the Engineer with a Certifi- cate of Compliance in accordance with the provisions of section 4-1.5, "Certification". Said certificate 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 manu- factured in accordance with a quality control program approved by the Engineer. Add the following section: SECTION 603 - TEMPORARY TRAFFIC SIGNING 603-1 GENERAL. The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on plans and specified herein. 603-2 MAINTENANCE OF TEMPORARY TRAFFIC SIGNS. If temporary traffic signs are dis- placed 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 discovered during working hours, within 2 hours of such discovery of marking. Add the following section: SECTION 604 - TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS 604-1 TEMPORARY RAILING AND CRASH CUSHIONS. Temporary railing (Type K) shall con- sist 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. 604-2 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 310 "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. 604-3 MANUFACTURE OF TEMPORARY RAILING. In addition to the requirements herein the temporary railing (Type K) shall be manufactured per CALTRANS Standard Drawings T3A and T3B. 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 re- ceive bolts at ends of concrete panels shall conform to ASTM Designation: A 36. The bolts shall conform 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, shall have a minimum length of 660 mm and shall have a 3" diameter. by 3/8" thick plate welded on the upper end with a 3/16" 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 4P-S, —I- Revised 6/15/17 Contract No. 6042/6056 Page 180 of 193 concrete elements shall be cured by the water method, the forms-in-place method, or the pig- mented curing compound method. The pigmented curing compound 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. 604-4 INSTALLATION OF TEMPORARY RAILING. In addition to the requirements herein the temporary railing (Type K) shall be installed per CALTRANS Standard Drawings T3A and T3B. 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 alignment Each rail unit placed within 10' 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 Contractor. A Type P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2009 Edition as amended by the MUTCD 2012 California Supplement 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 roadbed. 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 provi- sions of section 206-7.2, "Temporary 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 con- dition. 604-5 TEMPORARY SAND-FILLED CRASH CUSHIONS. Temporary sand-filled crash cushion units shall be "Energite III" manufactured by Energy Absorption Systems, "Fitch Inertial Barrier System Modules" manufactured by Roadway Safety Service, or equal. Features required to de- termine equivalence of any other temporary sand-filled crash cushion units shall be approval of the system by CALTRANS and that the temporary sand-filled crash cushion units meet NCHRP 350 standards. Other features will be suitability to application, operational characteristics, dura- bility and other such characteristics that the Engineer shall determine. Temporary sand-filled crash cushions (TSFCC) shall be of the type and array configurations shown on plans, and in- stalled at every end of, or gap in, the temporary railing (Type K) whenever the closest point of approach of traffic, regardless of direction, is 15' or less to the end of the temporary railing (Type K) being considered. The TSFCC shall be installed per CALTRANS Standard Draw- ings T1A, Ti B, and T2 for approach speeds no less than the posted speed of the street prior to construction or 35 mph, whichever is the greater. The TSFCC array shall be appropriate to the application as shown on said standard drawings. A Type J and/or P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Con- trol Devices (MUTCD) 2009 Edition as amended by the MUTCD 2012 California Supplement shall also be installed at each TSFCC array as shown in CALTRANS Standard Drawings T1A, Ti B, 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 tempo- rary 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 alignment parallel to the segment of the travel lane that it departed from. 604-6 MEASUREMENT AND PAYMENT. Temporary traffic pavement markers, temporary channelizers, temporary signing, temporary railing (type K), temporary crash cushions and tem- porary appurtenances thereto shown on the plans or required in the specifications are a part of 4fs, Revised 6/15/17 Contract No. 6042/6056 Page 181 of 193 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 applying, installing, maintaining, and removing temporary traffic pavement markers, channeliz- ers, signing, 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 ap- proach 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. Revised 6/15/17 Contract No. 6042/6056 Page 182 of 193 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 7, STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS SECTION 700 - MATERIALS 700-5 TRAFFIC SIGNAL MATERIALS. 700-6.8 DETECTORS. 700-5.8.2 Inductive Loop Detectors. 700-5.8.2.1 Conductors. Add the following: Loop detector lead-in cable shall be Type B Caltrans Standard 16 AWG. Loop detector wire shall by Type 2. Add the following section: SECTION 702 - BRIDGE ELECTRICAL REQUIREMENTS PART 1 - GENERAL 1.1 GENERAL CONDITIONS: A. The Bidding Requirements, Conditions of the Contract, General Provisions, Special Con- ditions and Division 1 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 A. Work Included: All labor, materials, appliances, tools, equipment necessary for and inci- dental to performing all operations in connection with furnishing, delivery and installation of the work of this Section, complete, as shown on the drawings and/or specified herein. Work includes, but is not necessarily limited to the following: 1.Examine all other sections for work related to those other sections and required to be included as work under this section. 2.Examine the general provisions and requirements for electrical work. 1.3 GENERAL SUMMARY OF ELECTRICAL WORK: A.These specifications and drawings are intended to cover a complete operation of sys- tems. The omission of expressed references to any item of labor or material for the proper execution of the work in accordance with present practice of the trade shall not relieve the Contractor from providing such additional labor and materials. B.This specification, the drawings and General Conditions over the complete furnishing and installation of the electrical system and all related work including, but not limited to the following: 1. Furnish and install lighting system for the new pedestrian bridge, including but not limited to luminaires, outlet boxes, conduit, wire, controls, connections and ac- ceptance testing. 1.4 WORK NOT INCLUDED: A. Relocation of existing power and communications utility lines are by the respective utility companies. 1% Revised 6/15/17 Contract No. 6042/6056 Page 183 of 193 1.5 COORDINATION: A. Examine all other sections of these specifications and drawings to determine the com- plete scope of the electrical work and coordinate all of the electrical work required for the entire project. Coordinate placement, routing and supports of electrical systems on the pedestrian bridge with the bridge fabricator. 1.6 INTERPRETATION OF CONTRACT DOCUMENTS: A. These drawings showing the layout of the electrical system indicate approximate loca- tions of outlets, apparatus and equipment. The runs of feeders and branch circuits shown on the drawings are schematic only and are not intended to show the exact routing and location of conduits and conduit termination. 1.7 ORDINANCES AND REGULATIONS: A.All work and materials shall be in full accordance with the latest requirements of the City of Carlsbad and the State of California Department of Transportation (Caltrans). B.Nothing in these plans and specifications is to be construed as permitting work not con- forming to these codes. 1.8 PERMITS AND INSPECTIONS: A. Apply and pay for all permits required by any of the legally constituted public authorities for the installation or construction of the work included under this Division. 1.9 REFERENCE STANDARDS: A.Materials and workmanship shall conform to the editions of the following standards, codes, or specifications in effect on the date of this specification, unless otherwise spec- ified. B.Codes and Regulations: CCR California Code of Regulations (CCR) Title 24 Parts 1 through 13. CEC California Electrical Code (CCR Title 24 Part 3) G.O. 128 California Public Utilities Commission — General Order 128 IEEE C2 National Electrical Safety Code NEMA National Electrical Manufacturers Association - applicable stand- ards NFPA National Fire Protection Association — applicable sections refer- enced by CCR Title 24 UL Underwriter's Laboratories, Inc. - applicable standards C.UL Label: All electrical materials and equipment falling within the scope of the underwrit- ers' standards shall bear the UL Label. 1.10 EXAMINATION OF DRAWINGS AND SITE: A. Contractor shall carefully examine the site and existing building(s), shall compare the drawings with the existing electrical installations, and shall thoroughly familiarize himself with all existing conditions within the scope of this work. 1.11 SEQUENCING AND SCHEDULING OF WORK: A. Coordinate work with the work of the other trades, so that the work may proceed as expeditiously as possible. .S• —r- Revised 6/15/17 Contract No. 6042/6056 Page 184 of 193 1.12 ELECTRICAL CHARACTERISTICS: A. Electrical characteristics for this project are 480Y/277 volts, three phase, 4 wire, 60 Hertz. 1.13 INTERRUPTION OF SERVICE: A.Electrical systems including feeders and branch circuits, shall remain in service at all times. Coordinate connection to existing power source with the City of Carlsbad. Where interruption of any electrical service or feeder is necessary, prepare a written Method of Procedure (MOP) for review by the City of Carlsbad. B.All cutovers shall be conducted between the hours specified in the MOP. Once a cutover is started the work shall continue uninterrupted until the electrical services are restored to the satisfaction of the City of Carlsbad. 1.14 QUALITY ASSURANCE A.Luminaire Photometric Data Testing Laboratory Qualifications: Provided by an independent agency, with the experience and capability to conduct the testing indicated, that is an NRTL as defined by OSHA in 29 CFR 1910.7, accredited under the NVLAP for Energy Efficient Lighting Products and complying with applicable IFS testing standards. B.Provide luminaires from a single manufacturer for each luminaire type. C.Each luminaire type shall be binned within a three-step MacAdam Ellipse to ensure color consistency among luminaires. 1.15 WARRANTY A. Warranty: Manufacturer and Installer agree to repair or replace components of luminaires that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a.Structural failures, including luminaire support components. b.Faulty operation of luminaires and accessories. c.Deterioration of metals, metal finishes, and other materials beyond normal weathering. 2. Warranty Period: Five year(s) from date of Substantial Completion. 1.16 RECORD DRAWINGS: A.On one (1) set of contract drawings, kept at the site during construction, mark all work that is installed differently from that shown on plans, including revised circuitry, material or equipment. Sufficient dimensions shall be provided to locate all materials installed beneath and outside the building including, but not limited to, underground conduits, ca- bling, ground rods and stubouts. B.All changes or revisions to the contract drawings including, but not limited to, those indi- cated by amendment, change order, field order, written response to RFI or other contractual means shall be kept current as the work progresses and shall be incorpo- rated onto the final record drawings. C.Accurately locate and dimension all underground and embedded conduit runs on the record drawings. D.The marked drawings shall be kept current as the work progresses and shall be available for inspection upon request. At the close of construction, prepare a set of accurate re- producible record drawings and turn them over to the Engineer. The correct and completed record drawings are a prerequisite to final contract payment. tat • Revised 6/15/17 Contract No. 6042/6056 Page 185 of 193 PART 2 - PRODUCTS 2.1 MATERIALS: A. All material shall be new unless specifically noted otherwise. 2.2 OUTLET BOXES: A. All outlet boxes shall be accurately placed and securely fastened to the structure inde- pendent of the conduit. 2.3 CAST BOXES: A. Outlet boxes shall be cast metal with threaded plugged conduit openings and a.gasket cover plate specifically designed for the box use and intend function. Cast boxes other than those supplied by the luminaire manufacturer shall be ferrous alloy ("feraloy"). 2.4 PULL BOXES A.Pullboxes (less than 24" X 36") for exterior underground use shall be reinforced, precast, concrete electrical type. B.Boxes shall consist of a body, cover, extension and base, with clear interior dimensions as shown on the drawings. C.Covers shall be concrete bolt down traffic type. Concrete covers shall fit flush and without rocking. Chipped, cracked, or badly fitting covers will not be acceptable. All bolts shall be 304 stainless steel, pentahead. D.Mark all covers with permanent raised or depressed letters reading "Electrical", "Parking Lighting", "Ground Rod", "Signal" or applicable designation unless noted otherwise on drawings. No abbreviations. 2.5 CONNECTORS TERMINAL LUGS AND FITTINGS: A.All connectors shall be UL listed for the intended use. B.Terminals: For #10 AWG and smaller conductor cable: Tin-plated copper pressure con- nectors with nonflammable, self-extinguishing insulation grip with temperature rating equal to that of conductor insulation. C.For #8 AWG to #4/0 AWG conductor cable: Tin-plated copper compression connectors and terminal lugs with nylon insulating sleeve for insulation grip. D.For #14 to #10: Wire connector bodies shall consist of a cone shape expandable coil spring insert, insulated with Teflon or plastic shell. All connectors shall be waterproof, listed for wet locations. E.Push-in connectors are not acceptable. 2.6 INSULATING TAPE: A.Plastic tape: Vinyl plastic tape with rubber-based pressure-sensitive adhesive, pliable at zero degrees F. B.Rubber tape: Silicone-rubber tape with silicone pressure-sensitive adhesive. C.Acceptable Manufacturers: Minnesota Mining and Minerals Co. (3M) #33 or equal. 2.7 METAL CONDUITS, TUBING, AND FITTINGS A.Listing and Labeling: Metal conduits, tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B.Galvanized Rigid Steel Conduit (GRC): Comply with ANSI C80.1 and UL 6. C.PVC-Coated Steel Conduit: PVC-coated rigid steel conduit. 1.Comply with NEMA RN 1. 2.Coating Thickness: 0.040 inch, minimum. 4frir —1- Revised 6/15/17 Contract No 6042/6056 Page 186 of 193 D. Fittings for Metal Conduit: Comply with NEMA FB 1 and UL 514B. Fittings for GRC shall be threaded type. 2.8 RIGID NON-METALLIC CONDUIT A.RNC: Type EPC-40-PVC, complying with NEMA TO 2 and UL 651. B.Fittings for RNC: Comply with NEMA TC 3; primed and cemented, match to conduit or tubing type and material. 2.9 WIRE AND CABLE: A.All wire shall be delivered to the job in unbroken packages, and each package shall bear the Underwriters' and Manufacturer's labels, showing the date of manufacture and the maximum allowable voltage. B.Wire smaller than #10 AWG may be solid or stranded conductor. #10 AWG and larger wire shall be stranded conductor. C.Conductors shall be soft drawn annealed copper, ninety-eight (98%) percent conductiv- ity, continuous from outlet to outlet, without welds, splices or joints. D.All conductors shall be copper. E.The minimum conductor size shall be #10 AWG for all power and lighting systems unless specifically noted otherwise on drawings or in other sections of this specification. 2.10 INSULATION: A.Conductor insulation shall be Type "XHHW-2" 90 degree C rated. B.All conductors supplied under the scope of this project shall be insulated for 600 volts minimum. Wire and cable shall meet the applicable requirements of CEO and UL 83 for the type of insulation, jacket, and conductor specified or indicated. Wires and cables manufactured more than 12 months prior to date of delivery to the site shall not be used. C.Temperature rating: comply with CEC 110.14(C). D.Color-Coding of Secondary Phase Conductors: Use the following colors: 1. 208Y/120-V Conductors: a.Phase A: Black b.Phase B: Red c.Phase C: Blue d.Neutral: White e.Ground: Green 2. 480Y/277-V Conductors: a.Phase A: Brown b.Phase B: Orange c, Phase C: Yellow d.Neutral: Gray e.Ground: Green 2.11 LUMINAIRE REQUIREMENTS A.Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B.UL Compliance: Comply with UL 1598 and listed for wet location. C.CRI of minimum 80. CCT of 4100 K. D.L70 lamp life of 50,000 hours. E.Lamps dimmable from 100 percent to 10 percent of maximum light output. F.Internal driver. G.Nominal Operating Voltage: 277 V ac. H.In-line Fusing: Separate in-line fuse for each luminaire. l Vif ta Revised 6/15/17 Contract No. 6042/6056 Page 187 of 193 Lamp Rating: Lamp marked for outdoor use. J. Source Limitations: For luminaires, obtain each color, grade, finish, type, and variety of luminaire from single source with resources to provide products of consistent quality in appearance and physical properties. 2.12 WIRE MARKERS A. Heat shrinkable, flame-retarded, crosslinked polyolefin wire marker. Wire tags shall have a dielectric strength of 500 Willil minimum and a temperature range from 16 degrees F to 228 degrees F. Thermoplastic or wraparound tags shall not be used. All tags shall be printed using a 9 or 24 pin dot matrix printer. PART 3 - EXECUTION 3.1 INSTALLATION: A. All work shall be in conformance with recognized practices of the National Electrical Contractors Association (NECA) NECA 1 — Standard Practice of Good Workmanship in Electrical Contracting. 3.2 LOCATIONS AND DIMENSIONS: A.Install all material and equipment in such a manner as to avoid obstructions, preserve clearances, maintain code spacing and avoid modification of structural members. B.These drawings are diagrammatic to the extent that many offsets, bends, fittings and exact locations are not shown. Determine the best methods, exact locations and routes for installation and note any conflicts or obstructions. The locations shown for conduits, outlets, materials and equipment may be refined to meet the structural conditions with the approval of the Engineer. 3.3 RACEWAY APPLICATION A. Apply raceway products as specified below unless otherwise indicated: 1.Exposed Conduit: GRC. 2.Concealed Conduit, in masonry or poured-in-place concrete walls, aboveground: RNC, Type EPC-40-PVC. 3.Underground Conduit: RNC, Type EPC-40-PVC, direct buried. 4.Boxes and Enclosures, Aboveground: NEMA 250, Type 4. 5.Application of Handholes and Boxes for Underground Wiring: a.Handholes and Pull Boxes in Driveway, Parking Lot, and Off-Roadway Locations, Subject to Occasional, Non-deliberate Loading by Heavy Vehicles: Polymer concrete SCTE 77, Tier 15 structural load rating. b.Handholes and Pull Boxes in Sidewalk and Similar Applications with a Safety Factor for Non-deliberate Loading by Vehicles: Polymer-concrete units, SCTE 77, Tier 8 structural load rating. 3.4 OUTLET BOXES: A.Outlet boxes shall be used as pull boxes wherever possible, and junction boxes or pull boxes shall be installed only as required by the drawings or specifications, or as directed B.Outlet boxes shall be installed. All devices shall be installed in outlet boxes sized per CEC according to the conductor fill. Where oversized boxes are necessary due to the number of conductors, the contractor shall furnish the required box size. C.Outlet boxes shall be independently supported to structures in an approved manner. Conduit shall not be the sole support of outlet boxes. Revised 6/15/17 Contract No. 6042/6056 Page 188 of 193 3.5 INSTALLATION A.Pullboxes and ducts shall be assembled and installed in strict conformance with the manufacturer's instructions. B.Pullboxes with open bottoms shall be set on a minimum of 12 inches deep sand base to allow for drainage. Top of covers shall be flush with final grade or paving and shall be perfectly level. C.Backfilling around structures shall consist of earth, loam, sand clay, or sand and gravel, free from large clods of earth or stones over 1 inch in size. Backfill materials shall be placed symmetrically on all sides in loose layers not more than 9 inches deep. Each layer shall be moistened, if necessary, and compacted with mechanical or hand tampers to 90% compaction. Surfaces disturbed during the installation of pullboxes shall be replaced. D.After installation, pullboxes shall be cleaned of dirt, sand and debris and the covers set in place. Pull ropes leaving ducts shall be suitably tagged to allow future identification and use. Location of duct entry shall be marked clearly on as built plans for pullboxes. 3.6 LUMINAIRE INSTALLATION A.Install LED/drivers in each luminaire. B.Fasten luminaire to indicated structural supports. 1. Use fastening methods and materials defined for the application and approved by the luminaire manufacturer. 3.7 EQUIPMENT GROUNDING: A.Comply with CEC and local amendments. B.A green insulated copper ground wire, sized per CEC 250.166, shall be provided with each feeder and branch circuit of operating over 50 volts to ground. This ground wire shall be used for the grounding of all equipment. C.Ground conductors for branch circuit wiring shall be attached at each outlet to the back of the box using drilled and tapped holes and washer head screws, 6-32 or larger. 3.8 INSTALLING WIRE: A.All branch circuit and feeder wires shall be continuous from switch to terminal or farthest outlet. No joints shall be made except in pull, junction or outlet boxes, or in panel or switchboard. B.All branch circuit and fixture wiring joints, splices and tapes for conductors #10 and smaller shall be made with Ul. listed connectors listed for 600 volts. C.Make all connections and splices necessary to properly install and complete the work. All splices shall be taped. All connections and splices shall be electrically and mechani- cally complete, and in strict accordance with all Code requirements. 3.9 CORROSION PREVENTION A.Aluminum: Do not use in contact with earth or concrete. When in direct contact with a dissimilar metal, protect aluminum by insulating fittings or treatment. B.Steel Conduits: Comply with Section 26 05 33 "Raceways and Boxes for Electrical Systems." In concrete foundations, wrap conduit with 0.010-inch-thick, pipe-wrapping plastic tape applied with a 50 percent overlap. 3.10 FIELD QUALITY CONTROL A. Inspect each installed luminaire for damage. Replace damaged luminaires and components. ts4: Revised 6/15/17 Contract No. 6042/6056 Page 189 of 193 B. Engage a Certified Acceptance Technician to perform acceptance tests and inspections as required by CBC Title 24 Part 6. These tests and inspections are in addition to the tests and inspections listed below. C. Perform the following tests and inspections: 1. Operational Test: After installing luminaires, switches, and accessories, and after electrical circuitry has been energized, test units to confirm proper operation. a.Verify operation of photoelectric controls. b.Verify operation of motion/occupancy sensors. 2. Illumination Tests: Measure light intensities at night. Use photometers with calibration referenced to NIST standards. Comply with the following IES testing guide(s): a.IES LM-5. b.IES LM-50. c.IES LM-64. d.IES LM-72. D. Luminaire will be considered defective if it does not pass tests and inspections. Prepare a written report of tests, inspections, observations, and verifications indicating and interpreting results. If adjustments are made to lighting system, retest to demon- strate compliance with standards. tat —1- Revised 6/15/17 Contract No. 6042/6056 Page 190 of 193 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 8, LANDSCAPE AND IRRIGATION SECTION 800 - MATERIALS 800-1 LANDSCAPE MATERIALS. 800-1.2.3 Commercial Fertilizer. Add the following: Hydroseed fertilizer shall be long-lasting, controlled-release, plastic-coated, uniform in composition, free-flowing, suitable for application with approved equipment, and shall contain the minimum available percentages of nitrogen, phos- phoric acid, potash and sulfur required by Table 800-1.2.5.1(A). 800-1.2.4 Organic Soil Amendment. Add the following: For all types of Organic Soil Amendment mulch materials produced from pine trees grown in Alameda, Monterey, Santa Clara, Santa Cruz or San Mateo Counties shall not be used in the Work. Type 1A Organic Soil Amendment shall conform to the requirements for type 1 Organic Soil Amendment except as modified hereinafter. Type 1A Organic Soil Amendment shall be a wood or rice residual product derived from the bark of pine, white fir, or red fir or cedar or redwood shavings or rice hulls. Type 1A Organic Soil Amendment shall be manufactured from clean wood, free from clods coarse objects and rocks and shall conform to the properties shown in Table 800-1.2.4(A): TABLE 800-1.2.4(A) SOIL AMENDMENT PROPERTIES Property Minimum Maximum Dry Weight Nitrogen (1) (1) Dry Weight Passing 25 mm (1") Sieve 100% 100% Dry Weight Passing #4 Sieve 95% 100% Dry Weight Passing #16 Sieve 45% 65% Dry Weight Passing #30 Sieve 30% 40% Dry Weight Passing #50 Sieve 0% 10% Dry Weight Passing #100 Sieve 0% 2% Salinity (1) (1) Iron (Dilute acid soluble on dry weight basis) 0.08% --- Ash (dry weight basis) 0% 6.0% pH 6.0 7.0 Wettability (1) (1) (1) (As Required by Table 800-1.2.4 SSPWC) 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 labora- tory certifying compliance to the requirements herein. Qualified agricultural laboratories shall have an on-going quality assurance program that fulfills the requirements of the most recent version of the "Western States Laboratory Proficiency Testing Program Soil and Plant Analytical Methods". Certificates a statement al.Z61.iviy tai chgaiiiu soii meets the requirements of these specifications and that the testing agricultural laboratory 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. Aim t ma P —r- Revised 6/15/17 Contract No. 6042/6056 Page '191 of 193 800-1.2.5 Mulch. Add the following: The terms Hydroseeding and Hydroseed shall be synony- mous with Hydraulic for the purposes of Section 800. Disturbed Areas, planting areas shall be mulched, fertilized and seeded using method B. Mulch shall be manufactured from virgin wood cellulose fiber mulch and shall not contain growth or germination inhibitors. When mixed with water, the mulch shall remain in uniform suspension and when blended with the seed, fertilizer, and other approved additives, shall form a homogeneous slurry. When applied, the fibers shall form a moisture absorbing membrane with adequate percolation properties sufficient to allow one hundred percent of water applied at the rate of 3.1 liters per minute per square meter (0.075 gallons per minute per square foot) onto a surface inclined at a 2:1 (horizontal: vertical) slope to pass through the membrane. A non-phyto-toxic wetting agent shall be added to the slurry mixture. A water soluble, non-toxic green dye shall be added in sufficient quantity to clearly delineate the planted areas. When required, binder shall be added to the slurry mixture and shall be "CPA 4000", "AZTAC", "Ecology Control", "M-Binder", or approved equal. Add the following section: 800-1.2.5.1 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 800-1.2.5.1(A) TABLE 800-1.2.5.1(A) DISTURBED AREA MULCH FERTILIZER AND ADDITIVES Component Application Rate grams per sq. meter Application Rate (pounds per acre) Virgin Wood Cellulose Fiber Mulch 225 (2000) Binder (1) 7 (60) Fertilizer (16-20-0) Ammonium Phosphate Sulfate, Plus 15% Soil Sulfur 35 (300) Wetting Agent 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: 800-1.2.6 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. Pre-emergent herbicide for shrubs and ground- cover areas planted from flats shall be Treflan, SurfIan, Eptan, or approved equal. Add the following section: 800-1.2.7 General Soil Conditioners. Agricultural-grade gypsum shall be a calcium sulfate (CaSO4 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. •frir t at. —,- Revised 6/15/17 Contract No. 6042/6056 Page 192 of 193 Add the following section: 800-1.2.8 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 nonflam- mable and shall have an effective life of at least one year. Stabilizing emulsion shall be nontoxic to plant and animal life and non-thinning to concrete or painted surfaces. In the cured state the stabilizing emulsion shall not be re-emulsifiable. The material shall be registered with, and li- censed 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. 800-1.3 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 ap- plied 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: 800-1.3.1 Seed for Disturbed Areas. Hydroseeding mix for Disturbed Areas shall be consistent with plans on sheet 7 and Appendix B, "Revegetation Specifications". Add the following section: 800-1.6 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: 800-1.7 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. t at., —1- Revised 6/15/17 Contract No. 6042/6056 Page 193 of 193 APPENDIX A STORM WATER POLLUTION PREVENTION PLAN APPENDIX A - SWPPP The attached Tier 2 Storm Water Pollution Prevention Plan (SWPPP) is provided to the Contractor for use in preparing the Project SWPPP for approval by the City. The Contractor shall be respon- sible for the preparation and implementation of the SWPPP and coordination with the City and the Regional Water Quality Control Board. All costs for preparing and implementing the Storm Water Pollution Prevention and Monitoring Plans and coordination with the City and the Regional Water Quality Control Board shall be included as part of the contract price bid. Contract No. 6042/6059 ' 1• POPM 4.1.> kw. 96 efal.../ •AA to& J1 f•S!.;,./ "'AVM, , iN AC rA.! tin twain CAAACM riA1PAIWAft. ,S •AA,AA• ' Aye' 01.47 rt,,,,,.61.,,f4 sKao Cox•Me. ett{resSat. !, WI& A.)).34 aN UMMIC....Wft. m! AAA r +.‘.41; WIN ,4..g metom 0,1 7.$41Mi, fie 1,1 etwlert0 erNle oar tort PnwIIM,... aff,e;,?/;ik 6.:6-04,3.- WA, •vrt,proa y. A ... vri .0,00 p0, '0,, ht., 0.0▪ NALO ••• 133 ..11 .0110*V.'"4 '.42•11 j•'.41,1-t 74%1" 40.1.1 4,0 •,..,F11. .t . 00344 .3•6Z. ; pluYe •6. NW( ar•fr. 'kW .t>4. , tbIL, •yvtiot•EN.. e476.V.0..clou 10.CFP• 1•14.010•0 WWI OA N, 43-01, e Wake 4.4Cr LAW' AA rtf raant rZer-ArXMCAZ ..." 000433.1 IN of 41 pale her Otaii, 6 , sycOl 4...0 PP Or 51 431,1 WW1 :MP .3 $1 ow/ wiittt, RI* +17110,S.,W3 FM M 30,3".0. fiVD, rut gArrACAKAI (Vs Ma a.: .,36/ •I'.,..3...At,k0.1",1 •et0i AlA14•24,A r:45ra, .1003 3. 430. 0,3.• •.4..S.1,c cot( 0 ;AZ ;; T.0 , tr ••04.1•412,.04;04 nvezr, 41 re ro. A ANAZ: AAKAAA 7 XPIM . AM' •'ea AAA*, •30 • NS A.M.?, 0? •Vl 310 430 • eNteNt13 . I lIAC • 3 0,V •...013.0, •Car 01.1,1 Carr I P.P.P PPM> MACAW& S.A.U1,3 •• 3 V,. 3303.0, Ate..i.41c A QIN". .0' ..3••• . f1000 rd1,7 ,. .6.,,d;r4 .1.,, , ,al Al .111ef4A,.., 215,1.1053 7 MIA NAVAto,A, CLAMAJA....Z 5rAgrm., Az A AnWr. S. 033•V1C v.rt1 Arm., I, Iq NA, r PA. •tet. EMERGENCY CONTACT: MAO Ac▪ om Ar, AkWe ▪— •••• /rich ••••.• .••••••• WIN •••1, 0•0. 30.0 ••••el. SIHNERy Cylt77PISATION: eVst1A14;10 4.0 034.3.0. Vol • 4,/, 1.1:ORBIT, :Mem • 33030. rc. Av-e. ALAA,4 -WA ANA,14, M., 5151.11. Sa* p•vAuf W-4 W.' 04 0. at..114,11 A.M., 4+, W .117 .Fs AWN▪ , oN 40.0 :Wr SP.` . ..1•1330:043 40•..30:*3 et.eppt.e. NrAe A 104d5 . Sr 31,4,0 TIER 2 CITY STORM WATER POLLUTION PREVENTION PLAN (TIER 2 SWPPP) STORM UTION PREVENTION NOTES SW BEST MANAGEMENT PRACTICES(tIMP)SELECTION TABLE .1 .............• I ......,‘,,, ...11,....... „... , ft.......n...S NaMmvorall,mlbe i1,107000071 —) . ! $ ' a •Ik 7 .k. '7 • 7, -) ,. 1 i ' . , i: . 1 .' ' 1 • Ill Z 1 ''' .i ;i i i ! : t • 1 • • •,, 7 7 i 1. I I! I 1 —...........—.. '7 ?I I ,. , .f..., -4-- 4- — i- - • z 1 . . . I 1. _____ _ _ . _ ... i ,F.,..,V.7...,I, , •••••.• ,_,...,,,,...._,A• ... • ...,_. -1 • _+_,.. ' _A.. _ .. . •h : ......7 . " .. . .. . I 1-- • ' -. Awe,. Avor A.A.; ,sfax.A., COT Al WOOLS Vtc7NITY MAP SHEET INITEK. $ea f •••31 CO,t3 PONS ARV: MA SITE ADDRESS: AREA OP DISTURRANCE AV,S.,,,,e 45545.5 3•04 VIIC.P.F OW 3 MOT /./e. 044'OW P.S. A WA PPAP owAmenai4,1' OM Pr. AS' $ll.:10 A•10 1,340000 SAM, 6,EkeA al,SM.< ANNeAl (53' 757511, SU...A.& Arai. vrcAir P., ma UP.P.M4,1: CONSTRUCTION THREAT: OWNERIAPPLICANT: 6.1.11y 'On •••• •NAAniAe? •-• X P .2.= H. Pk: • . . „ .1.1 3(330 e0. AV '4,1 ,A,, , W.," n Iat WIN. Aly WO: .1,1 301 AA WU WO 01 030/. 3 ... • ••••••0 p O.t.t s wt. WEATHER TRIGGERED ACTION PLAN IN 41..../.21 1111.... N¼, , erleni 4.1.Mftrr.o. A•ANA OAAA1A,,,g, AISAVI :AAA few!, a P.M. (MVO NSA f,V1t'ittN ,At 11.111.1,". .67,0m. Mills'', NJ11.N4 WW1 ...1.11 .114. 1,00, MO. 11,49. fitC.V4.51 *LW etifiefrt A...A A NA% MAMA! ‘1,1A,Aala AAIINZ,VA (ON, i• /7,0A grAv./.. Allch .vta.r..17.M1 51111515 Nt., SAWA' A, FAVIA A.14: XN We0,,,/,11 II Ate MI N..: Of., ee4A et *AO ,4•:Ae 00.1•Z ..0.4 11•01( 4.43` "WI NOW.1,14£•1100033NI 13.03..V400303 . iraflANAA AAA•1 WILWAVAA, AY 01 tr. AA ca,ea.:, A.6•Kr, 3310.30.,1714A... •:•33•0 a3•••• • 00.0.03 031 it' AV,thiS 0,6 AVM ,a,AC.nre,g•raiD 1.va f£ • I ACV. AV Ai A.., 44•A'A. A,41.WIAKK,A, e RV, 11,tk. soh, AllOSAI nAlti 1.• ,CrAtce ; ,C.).4TS n.,/{4 I./ 0 ..prs Yr Yi ,Nor. ...how F., 41.56,46 7,314144 75(1(07 1pO,5,VA 1`.NA ANtIke,,,,,, as,e,..a. Re <nu:. 6.S.1 mu, NW, F Oftstr.• V.Pfu, ritvelf., • 0.0,..0 3.1.4 WM, ak.Rf 031, NI Fasts!., " Ill te../rt 4.411/10. .40.1V ...w.nnova Att ”*.A6.- 9,001.4V Sq 14-1.10, Z.WAV / cfrkp II 7113 laOS'S lN(E1t11_AtIt9N O .1. .4, ifVf0,6•000 13k, ..."...1.1/0{ 4141411,. V.P 7107!! 11154 ANN_SAM ; ArgFven.7....., 5,1;tr. 4,0 5421 13 NAarlaOt Ar: A.Ato .00•10.0 INN AR A: atri.C.01 ft 04 et 4.0.NUN> te A•04..f..0,. 0,1 0•5 !NV, IA+ •ciii—Or i I M Mkt str. MM. M.P. UM ,frarel i . TIER2 I f. . ;. Monk', N41141,..trum;d010.4. 44.11....., /0.4. 1. TITLESHEta . lliA47ex.: N, rr.,Fm-z -7,77,-a-4- •-lArr 441400 • r'7‘ 0411GASS, • tln bit CAR1iAL IIe .... . YAM MUM. 1•1111.14:0•1• Maw (7") t 17ER 2 MO/LCI NAN% . EROSION CONTROL PLAN PLAN REPRODUCTION WARNING • - • i ! / 44104 ..43.110 I -, ”..47, --- ..m.......r.,....••••••',..v.+9•3••8 92deiSHR••••111.01T/MWA..Z.E9---5071.9--.*— .•••1`,42..1.-.77..-4‘ .... .—,.....,71 .":".? 1.-7.'''r=1.•-•. ,..t .??.../.....7:: ..."4""M.t."1.".".......A0.74....... _. . _ . •- • - / • .----1;;;;; 1.4. •11.•••-••• !T•1=Lr- '="1=11-.1tMIS -1-74ti,:7 5,. — 4,W00 APPENDIX B REVEGETATION SPECIFICATIONS Contract No. 6042/6059 LSA MEMORANDUM DATE: September 17, 2020 TO: Brandon Miles, Associate Engineer, City of Carlsbad FROM: Jaime Morales, Senior Biologist, LSA CARLSBAD FRESNO . IRVINE LOS ANGELES PALM SPRINGS POINT RICHMOND RIVERSIDE ROSEVILLE SAN LUIS OBISPO SUBJECT: El Camino Real at Cannon Road Intersection Improvements Project — Revegetation Area Maintenance and Monitoring Specifications and Success Criteria (LSA Project No. HCR1905) The following information supplements the Erosion Control Notes and Hydroseed Mixture Notes listed in the Construction Plans for the El Camino Real Bridge Improvements at Cannon Road —Phase 1 (Construction Plans). Where differences occur, this document takes precedence. General Revegetation Notes 1.The Revegetation Areas specified in the construction plans shall be maintained and monitored for a 25-month period following acceptance of installation (or until success criteria are met). 2.All required revegetation and erosion control shall be completed within 30 calendar days of the completion of grading or disturbance. 3.The Contractor shall correct all soil erosion and shall repair and/or replace all aboveground erosion control Best Management Practices (BMPs) implements damaged throughout the 25- month maintenance and monitoring period. Any aboveground erosion control measures such as, but not limited to, silt fencing, gravel bags, fiber rolls, and/or hay bales shall be removed by the Contractor following acceptance of the 25-month maintenance and monitoring period by the Project Biologist. All hay/straw products shall be un-decaying, clean and free of weeds, seeds, and debris. 4.The Contractor shall remove all trash and/or debris from the Revegetation Area prior to • revegetation installation and until the end of the 25-month maintenance and monitoring period. Temporary Irrigation 1.Temporary irrigation is not required; however, the contractor may elect to install temporary irrigation to meet the success criteria listed in Table A, at the end of this memo. 2.The Contractor may choose the temporary irrigation method. The temporary irrigation method must be accepted by the Project Biologist and City Staff. 3.If employed, temporary irrigation shall be installed prior to seed application. Irrigation shall be provided by the Contractor for a period sufficient to establish plant material and to provide vegetative cover that prevents soil erosion. 9/17/20 (P:\HCR1905 - ECR at Cannon Rd ImprovementAReveg Plan \ Revegetation Specifications.docx) 703 Palomar Airport Road, Suite 280, Carlsbad, California 92011 760.931.5471 www.lsa.net LSA is o business name of LSA Associates, Inc. LSA 4.Irrigation shall be performed in a manner that avoids runoff, seepage, and overspray onto adjacent properties, non-irrigated areas, walls, roadways, or structures. 5.The water delivery rate shall be matched to the slope gradient and the percolation rate of the soil. 6.Irrigation shall deliver water sufficiently and uniformly, and shall be appropriate to the needs of the plant materials. 7.Overwatering as evidenced by soggy soils, standing water, runoff in street gutters, and other similar conditions shall be managed and prevented. Seed Mix 1.The specified seed mix shall be applied only to the areas specified in the construction plans. The seed shall be installed via hydroseed method. 2.Seed shall be applied between October 1 and March 1 during the rainy season, if temporary irrigation is not implemented. If temporary irrigation is implemented, then seed application is not limited to that date range. 3.All seed shall meet the minimum number of live seed per pure live pound, percent purity, and percent germination figures, as noted in the seed mix tables provided in the construction plans. If these figures cannot be met, the Contractor will coordinate and obtain approval from the Project Biologist for alternative cornpliance. 4.The Contractor shall retain and submit all seed tags for seed products to be used to the Project Biologist prior to application. Seed Application Procedures 1.Bonded Fiber Matrix (BFM) shall be applied at the minimum rate of 1,500 pounds per acre; hydropost premium compost, or equal, shall be applied at the minimum rate of 1,000 pounds per acre; Biosol mix 7-2-3 organic fertilizer, or equal, shall be applied at the minimum rate of 800 pounds per acre; AM 120 Mycorrhizal inoculum, or equal, shall be applied at the minimum rate of 60 pounds per acre. 2.BFM and hydropost compost shall be uniformly spread and "tacked" with Type 10 mulch (stabilizing emulsion) binder at a minimum rate of 150 pounds per acre. The binder shall be an organic derivative or processed organic adhesive, or as directed by the Project Biologist. 3.A wetting agent consisting of one ton per acre agricultural gypsum (95% Alkyl Polyethylene Glycol Ether or as approved by the Biologist) shall be applied as per manufacturer's recommendations. 4.Equipment used for the application of slurry shall have a built-in agitation system to suspend and homogenously mix the slurry, the slurry mix shall be dyed green. The equipment must have a pump capable of applying slurry uniformly. 5.AN hydioseej io;;;;;-$.4 shaii L pei loi riled lii a clears tank. it is the Contractor's responsibility to locate a source of clean water and a washout area where rinsing can legally be carried out. The hydroseeder must be equipped with a built-in continuous agitation and recirculation system of 9/17/20 (P:\I-ICR1905 - ECR at Cannon Rd Improvements\ Reveg Plan \ Revegetation Specifications.docx) 2 LSA sufficient operating capacity to produce homogeneous slurry, as well as a discharge system that will apply slurry to the designated areas at a continuous and uniform rate. 6.The Contractor shall spray the Revegetation Area with the slurry in a sweeping motion and in an arched stream until a uniform coat is achieved, with no slumping or shadowing, as the material is spread at the required rate. The hydroseed slurry should float down from the arched stream, as opposed to being shot directly at the ground. Excessive mulch coating on adjacent vegetation must be removed before the end of the day. 7.The tank must be emptied completely during each stage of hydroseeding. Any slurry mixture that has not been applied by the Contractor within 1 hour after mixing shall be rejected and replaced at the Contractor's expense. In addition, all cost incurred for repair or replacement of bare, sparse, or damaged areas shall be the sole responsibility of the Contractor. Following application, all activity on the mulch layer must be kept at a minimum. Maintenance Requirements 1.The Revegetation Area shall be maintained for a period of not less than 25 months or as determined by the Project Biologist. All revegetated areas shall be maintained by the Contractor until final approval by the Project Biologist and City Staff. The maintenance period begins on the first day following the acceptance of the installation. 2.Prior to final approval, City Staff may require corrective action including, but not limited to, weed eradication and removal and the repair of any soil erosion or slope slippage, in consultation with the Project Biologist. 3.Weed removal shall be conducted at a minimum frequency of every 2 months during the 25- month maintenance period, unless a greater frequency is warranted. Weeds shall be properly disposed of off site. As required by the City's Integrated Pest Management Plan (IPM), treatment of non-native vegetation will be conducted by using hand tools or with organic herbicides. No synthetic herbicides can be used without conducting other measures first and obtaining permission from the City, which may not be granted. To fulfill tracking and reporting requirements for the City's IPM, the Contractor shall keep detailed notes regarding weed control methods and materials and will submit this information to the City. 4.The Contractor shall control weeds as identified by the Project Biologist such that no weed cover exceeds 10 percent of the project site, before they exceed 12 inches in height, and before they set seed. Areas where weeding creates in excess of 25 square feet of bare soil shall be reseeded and maintained by the Contractor. Table A: Success Criteria Native Cover Nonnative Cover Bare Ground At least 80 percent No more than 10 percent No more than 20 percent 9/17/20 (MI-SCR/905 - ECR at Cannon Rd Improvements '16 Reveg Plan \ Revegetation Specifications.docx) 3 LSA Table B: Summary of Schedule for Maintenance, Monitoring, and Reporting for the Project Period Activity for Project Biologist/Contractor Project Biologist Site Visit Frequency Submittals/ Checklist Reporting Frequency Revegetation Installation Project Biologist will be responsible for monitoring; Contractor will be responsible for installation and maintenance As needed Memo prepared by the Project Biologist One memo at completion of successful installation (as determined by the Project Biologist) 25-Month Maintenance and Monitoring Period Project Biologist will be responsible for monitoring and reporting; Contractor will be responsible for maintenance Every 3 months Memos and annual reports prepared by the Project Biologist Monitoring memos will be submitted every 3 months; annual reports at 12 and 25 months 9/17/20 (PAHCR1905 ECR at Cannon Rd I mprovementAReveg Plan \ Revegetation Specifications.docx) 4 APPENDIX C SDG&E PLANS Contract No. 8042/6059 City of Carlsbad www.carlsbadca.gov April 27, 2020 Keenon Holmes SDG&E Governmental Liaison Planner 8315 Century Park Court, Suite 210 San Diego, CA 92123 SUBJECT: UTILITY NOTICE TO RELOCATE LETTER FOR EL CAMINO REAL BRIDGE IMPROVEMENTS AT CANNON ROAD (CIP NO. 6042/6056) Dear SDG&E Coordinator: The City of Carlsbad (City) has reached a major milestone for the subject project with Final 100% plans now complete. Over the past year and a half, the project encountered a significant setback related to easement acquisitions and permitting. During this time, the City and the design consultant, Kleinfelder, Inc. (KLF), held various coordination calls and field meetings with franchise companies to review and confirm conflict utilities. These Final 100% plans reflect those discussions and findings. The City proposes to improve pedestrian and vehicular operations across the Agua Hedionda Creek Bridge at the intersection of El Camino Real (KR) and Cannon Road. Major components of the proposed project include sidewalk improvements, bridge and barrier rail improvements, and constructing a new pedestrian bridge across Agua Hedionda Creek along the north side of the existing roadway bridge. For reference, details of this work is described in the attached Project Description with the Limits of Work boundary depicted on sheet 2 of the Final 100% plans. On behalf of the City. KLF has previously sent Information Request and Verification letters to the affected utility owners to further identify conflicts. This is the City's Notice to Owner letter to relocate conflict utilities. See instructions below. Sincerely, Karibia Bail largeon, Project Manager, KLF for Brandon Miles, P.E., T.E. City of Carlsbad www.carlsbadca.gov Return this letter, signed, to both e-mail addresses listed here no later than May 29, 2020. Karibia Bailiargeon, KBaillargeon(alleinfelder.com Brandon Miles, Brandon.Milcs(ricarlsbadca.00v Utility agreements to be coordinated directly with Brandon Miles at the City of Carlsbad. Please check all statements that apply: Facilities shown within limits of proposed work DO NOT belong to our company/agency. Facilities within the limits of proposed work BELONG to our company/agency. •If facilities are correct, sign this letter acknowledging the relocation ancl'or disposition noted on these plans and matrix. •If facilities are different than shown on these plans and matrix, provide mark ups in red. Verify facility location, offset dimensions, type, size, depth if known, new owner name and contact if it has changed. Return scaled mark-up and matrix to KLF before the due date below. D Other, please explain: SDG&E has electric facilities on utility poles P119777 and P209678. These poles will be removed and replaced with a new underground system that will attach to the new I bridge. There are communications cables on the existing poles that need to be I detached by the respective owner utility before the poles can be removed. Relocation work will be completed by utility Owner, BEFORE, DURING, or AFTER construction, please explain: The removal of the OH poles will likely start before the City's construction begins. The UG work will be done in conjunction with the OH removal job and will be coordinated with the City's contractor. The bridge conduit work will be completed after the bridge is installed. 2 Contact information: ViVine- sel &/1-676-& e/COntraC,75,r. Cep.? 11. 3 (1 City of Carlsbad www.carlsbadca.gov Tentative Schedule: June 2020 - Planning Commission approval Fall 2020 - Advertise for Bid Winter 2021 - Award Contract Spring-Summer 2021 - Construction rof Briefly describe how the work will be performed, approximate duration, special inspections, City coordination, etc. See attached preliminary final OH and UG designs for description of work. The bridge design will be completed after SDG&E receives the bridge manufacturer's specs. All three designs will then be issued as a package to our construction desk. Anticipated construction dates: May-July 2021. Typical permits, inspections and City coordination expected. Sfrtsi PleFiD 64-& yrubt Roitley.... Name of Owner/Agency Representative '7A 7/2P Date EL CAMINO REAL 45 CENTER LINE PROPOSED SIDEWALK PER SORSO 0-07 711//11h PROPOSED FULL DEPTH AC REMOVAL PER DETAIL ON SHEET 3 SEE SHEET 12 FOR BRIDGE IMPROVEMENTS _ . • FLOODWAY PROPOSED .. PEDESTRIAN • BRIDGE, SEE SHEET 18 MAP 15608 LOT 7 160-360-06 PLAN REPRODUCTION WARNING THE PLANS HAVE BEEN CREATED ON ARCH DIZ•Ex36") SHEETS. FOR REDUCTIONS, REFER TO GRAPHIC SCALE. CDP2018-0031/SUP2018-0005/SUP2018-0006 LEGEND PROPOSED 2.0" MILL AND OVERLAY PER DETAIL ON SHEET 3 NORTHBOUND CURB LINE BEGIN CRASH CUSHION NOATICN STA. 441+34.97 IC: 44.89, FL: 44.55 TOP CE CURB CURB DATA TABLE 0 LENGTH (FT) BEARING/DELTA () RADIUS (FT) CURB TYPE 1 51.48 N67' 35 03.0401 G 2 16.50 N66' 36' 4o.e.4-w G 3 36.01 N65 22' 28.21"W G 4 37.36 060.59 35.33 G PROPOSED EX. BRIDGE DECK OX. GUTTER rce OF CURB FLOW UNE APPROY !Cu-4_110N FX 19" • ; DI ABANDONED SEWER UNE. ' CONTRACTOR TO VERIFY • FLOW UNE OF CURB .APPROX. LOCATION EX. COMMUNICATIONS CONDUIT, CONTRACTOR TO VERIFY APPROX LOCATION EX. 12" DI ABANDONED SEWER UNE, CONTRACTOR TO VERIFY BURIED CONDUIT, CONTRACTOR TO VERIFY 12" DOMESTIC WATER LINE, CONTRACTOR TO VERIFY APPROX. LOCATION EX. ELECTRICAL CONDUIT, CONTRACTOR TO VERIFY \ ABANDONED 20" STEEL WATER MAIN, CONTRACTOR TO VERIFY APPROX. LOCATION EX. 36" DI WATER MAIN, CONTRACTOR TO VERIFY AEPROX LOCATION FX 36" DI WATER MAIN, CONTRACTOR TO VERIFY APPROX. LOCATION EX 14" WATER UNE, CONTRACTOR TO VERIFY .--•••,•APPROX LOCATION EX. ABANDONED 20" STEEL WATER MAIN, CONTRACTOR TO VERIFY APPROX LOCATION EX. 441+00 621.4 wivitAtt. T orrwilartg.0 tins PROFILE VIEW - EL CAMINO REAL (NORTHERN SIDE) HORIZ. SCALE: 1" = 20' VERT. SCALE: 1" = 4' FEMA FLOODPLAIN ROPOSED FU). DEPTH AC EMOVAL, SEE DETAIL ON SHEET 3 _7.7 7 77-7.7.77 =777 77 7 - •51.72' RI PROPOSED WRE5 AN ) MATCH EX.- - PER SDRSO G- OF qu.rrek 44.24) MATCH EX. , GUTTER, SIDEWALK. EX. GUARD RAIL OVAL OF F WAI L •PROPOSED WALL 2.44±, 69.79± RI SEE DETAIL SHEET 6 . / •/ PM 17985 168-050-38 168-050-38//0 LEINFELDER treat Surto 1280 San Diego. CA 82181 9) 8314600 Fax. (610 232.1039 / PROPOSED 2.0" MILL Alijo OVERLAY. SEE DETAIL ON SHEET 3 518. 441+34.97. 5.7.32' RT IC 45.05. FL 44.55 END CURB AND GUTTER, SIDEWATX/ BEGIN CRASH CUSHION FOUNDATION EDASTAI ZONE . CRASH CUSHION PER BOUNDARY —/ •ETAIL SHEET 16 STA. 441+5147. 50.82' RI (FS 44.78) MATCH EX. EDGE OF GUTTER STA. 441+51.47. 52,32' RI IC 45.03. FL 44.69 -END CRASH CUSHION FOUNDATION 1. I S. P.:, PROPf)SED RAIUNG EE DETAIL SHEET 61, PROlq/SED WALL PER SOUND WALL DETAILS SHEETS 23-26 / PERMANENT 120W SEE SHEET 23 FOR UMITS OF REMOVAL • REPLACE WITH BLACK. • VINYL COATED. • CHAIN-UNK FENCE' PLAN VIEW - EL CAMINO REAL (NORTHERN SIDE) SCALE: 1" = 20' NOTES. 1.FOR EXISTING UTIUTIES AND UTILITY DISPOSITIONS SEE SHEET 5. 2.UNLESS OTHERWISE STATED ON THE PLANS ALL COSTING UTILITIES TO BE PROTECTED IN PLACE. CONTRACTOR TO VERIFY ISITUTY LOCATION PRIOR TO CONSTRUCTION. 3.SEE SHEET 6 FOR THE GRADING PLAN OF THE NORTHBOUND SIDE IMPROVEMENTS. EWALT< Iti".-41.) "AS BUILT" RCE EXP. DATE 0 20 ao REVIEWED BY: SCAL E- 1'.90' SCALE IN FEET INSPECTOR DATE SHEETS SHEET 4 CITY OF CARLSBAD 39 TRANSPORTATION DEPARTMENT fl4FROVOIENT PIM FOR: EL CAMINO REAL BRIDGE WPROYEIVENTS AT CANNON ROAD CIVIL IMPROVEMENT RAN S)DE) (NORTHERN APPROVED HOSSEIN AJIDEH ENGINEERING MANAGER PE 75991 EXPIFES 6/30/2020 DATE DM BY: __JP_ PRIXECT NO. DRAWING NO. DATE PLITIAL DATE Del& DATE INMAL CHKD BY: RD DLIGINEER OF woRx REVISION DESCRIPTION 011eR ApPROVAL CITY APPROVAL RVWD BY: _81,_ 6042/6056 499-5 •10 44.10, 43.60, pow Of CURVE' STA 443+34.41' 51.45' RI (FS 43.70) MATCH EX. EDGE OF GUTTER_ - • - PROPOSED 2.0" 1.01 t AND OVERLAY, SEE DETAIL ON SHEET 3 -....4.43+.67' '- PROPOSED CURR AND • GUTTER PER SDRSD G-02. TYPE G STA 440+8' - (FS 44. EC REMOVAL, SEE DETAIL ON SHEET 3 .41M4;iw. gi;-;161-kiig.:4,1;;Ta Num oilleftatagett CURB RAMP PER ;. ORSO G-27 OF EX. WALL AND COLUMN •(FS 42.75) MATCH EX. EDGE OF GUTTER Fft4tAg'tgr MATCH EX. END CURB, GUTTER, SI P 0 OSF ,..1/ PER SIDE'S°. G-07' •,/ PROPOSED WALL PER SOUND WALL DETAILS SHEETS 23-26, •/ • •'446 PROPOSED \ PROPOSE() RARING NEAREST JOI BEGIN RI CONNECT STA: 440, 168-050-3) PROPOSED GATE SEE DETAILS SHEET 24 OPERTY NE TIP. 1,17,19 BEGIN REMOVAL OF lEX WALL CONNECT TO PROPOSED WALL STA: 442+67.95*, 111,07* RT • i NA IMO I 166-050-39 550 West 4.14-20 CDP2018-003VSUP2018-0005/SUP2018-0006 MAP 13715 • --• •—• - LOT 148 — ?IX-162-34 FT. RIO. j - OF-WAY IAAP 13189 LOT 195 212-152-0I FE. 18" RCP STORM DRAIN \9 1 " LATERAL, CMWD I EX, ?" WATER I \L. 11=I —7 EX. 24" VCP SEWER, CMWD PROPOSED AT-MADE —9-9-9 —FOOTINGS, SEE SHEET 12 FOR99 —9 —9 DETAILS —1— • I •C 0-0 ---• —0 — 0 —41 ,-0—,—.—I__., —5 EX. 6" WATER LINE. CMWD I \ \ I \ • PROPOSED BRIDGE PROPOSED AT-GRADE FOOTINGS, SEE SHEET 12 FOR DETAILS I IMPROVEMENTS, SEE SHEET 9 LINE, SOG&E - 0 • on • I _ WATER LINE, CAIRO FIBER OPTIC, CROWN CASTLE V — • —11 — 11-4, TX 10" OUT OF SERVICE GAS LINE —0- —0 --• —0-0 —.-,—o -- p= MEI \pit \ 441+00 N —._•—• CAMINO REAL I ' ---------- I I ES. 16' ACTiVE lION PRESSURE REFINED I PETROLEUM PIPELINE. • - I j I . 1 KINDER MORGAN II I la __.__• —0 —5 —1111-0 5+ -.—.5 • —0 ...,,, 0 ‘ .--..4,•,art , /0_V —) —11,-- • HT 11-111 —IV —1,-• — .....—_—__!.1—..—H, 7 / / \ 11 11. ( I I I , • 8 "R--m-7.A.m--m-- --N--.,,-01-_,,,, 1 INV —111--• Pao -I-1-1- • / A •,• -- no -No.-a. • \At . 1- et III EX. STREET SION. SEE A SH N EE D T ST LF I O N R G SIGNING Z * a , al • • "? 11 ' [ 11 '1'2')-117* -• —I — , 11-- f - ii.--7--•:•V;IZ H- 44.3+00 442+00, I . —• _.• EX, 16" GAS LINE, SDG&E _s _._._.___.—• —• —T • —• —• —0 —0 —.1-0 —• —0 —0 —•—•—•-•••,(1,....-.-0 FT UNDERGROUND FIBER OPTIC, CROWN CASTLE ABANDONED SEWER, C?A'ND CURD, SEE NOTE 3 THIS SHEET CONDUIT, AT&T N. TO BE RELOCATED BY SPECTRUM FT. WATER METER ROT. CMWD. TO BE REMOVED BY cqtriKAg.TOR.. EX. VENT/CAP RISER. C 1WD, TO BE REMOVED BY CONTRACTOR CONCRETE PAD *ORO 14010 (M.9 — UNDERGROUND FIBER OP11C, CROWN CASTLE N. —99 EX, TRAFRC SIGNAL CONDUIT- . —TO HE PROTECTED IN PLACE OR RELOCATED TO NEW PED. BRIDGE BY THE CONTRACTOR To 110 FO — ro 10 — TX IRRIGATION METER TO BE RELOCATED BY THE CONTRACTOR CE.R ID CABLE RELOC ED BY SPECTIII*11.9 PROPOSED AT-GRADE FOOTINGS. SEE SHEET 12 FOR DETAILS BE REMOVED BY SOG&E TO BE PROTECTED N PLACE OR RELOCATED TO NEW PED, BRIDGE BY AT&T TO cE REMOVED BY CONTRACTOR EX UNDERGROUND CABLE, TO BE RELOCATED BY SPECTRUM —r — FOOTINGS, SEE SHEET 12 FOR DETAILS SHEET 8 FOR SIGNING AND STRIPING PLAN BE REMOVED BY S0080 \. - FX, IFTilITY PO IE AND - GUY WIRE TO BE REMOVED BY SOU& —T "''=.'TEX, rei6om: - CABINET, TO BE _RELOCATED BY AT&T —9-9 4,..m4-,Zot4«mJ9 T —1 1 T—T —1--T 1—f —T T —.• — • —.• C 0 't C • C C 5 C t • — BCOEMRMELUNOCICAATETIODNBYW SPECTRUM ILI re II 1 11 PIR ,, OE . III. tq' 51! --= 1M—rirs-t— UNDERGROUND ELECTRIC CONDUIT, 50G&E TO BE REMOVED BY SOME • — \ EX. 38" DI WATER MAIN. , CLWYD PROTECT IN PLACE . SIGNAL TO BE RELOCATED UNDERGROU ELECTRIC, TO". BE RELOCATED SPECTRU CARO, TO BE CROENNOTRVEDACTOBYR, SEE Non 5 THIS SHEET / MONUMENT •V ,1 COLUMN TX SEWER • MANHOLE EX. OVERHEAD ELECTRIC TO BE RELOCATED TO NEW FED. BRIDGE BY SDG&E •-• • CML110, TO BE REMOVED BY CONTRACTOR, SEE NOTE 3 THIS SHEET :1' ADJUST TO GRADE OR TO BE RELOCATED BY SPECTRUM EX. OVERHEAD'CABLE TO BE RELOCATED TO NEW "')( RIGHT-OF-WAY PED. BRIDGE BY SPECTRUM NOTES: 1.UNLESS 011iRWISE STATED ON THE PLANS ALL • • EXISTING UTThES TO BE PROTECTED IN PLACE. , CONTRACTOIE VERIFY UNUT( LOCANON PRIOR IL TO CONIFER ON. UNDERGROUNDING OF UTILITIES S COMPLY WRH CRY OF CARLSBAD I, POUCY NO. 1. / 2.SEE SHEET FOR SIGNING AND STRIPING. * / 3.0890 TO P -SSURE TEST 12" STEEL WATER UNE PORT! AND RISER, CONFIRM IF WATER UNE IS IN MICE OR REDUNDANT PER AS-BUILT . D-1081, SHEET 9. WATER LINE PORTION NV RISER TO BE REMOVED FOR CONSTRUCT! 9 OF ABUTMENT AND CURTAIN WALL 4.gAWCEFTO ISURE TEST 14" DI WATER UNE, CONE! A IF IN SERVICE PER AS-BUST DWG. D-10, SHEET 9. IF IN • SERVICE, WATER LINE TO BE -7ROTECTED IN PLACE. 5.MISCELLANE S APPURTENANCES RELATED TO t2 AN 14" WATER UNES LISTED ABOVE TO BE REMO FOR CONSTRUCTOR OF ABUTMENT. CURTAIN W AND GRADING. CONTRACTOR TO RELOCATE URTENANCES IN SERVICE. 6 14" ABAN ED WATER LINE PER CMWD ASSET MAP MAY N .D TO BE RECAPPED AND SLURRY BY CONTRAIXOOR. 7. TWO (2), 61 VENT RISERS ON CONCRETE SLAB TO BE REM ED FOR CONSTRUCTION OF ABUTMENT D CURTAIN WALL. ASSEMBLY IS PART OF CONED VAULT PER AS-BUILT DWG. 921-1, SH 22. CMWD, TO BE REMOVED BY CONTACTOR, SEE NOTE 5 THIS SHEET PVC SEWER, CMWD Ex (2) 6" VENT RISERS CONCRETE SLAB, CAIN) TO B REMOVED, SEE NOTE 7 THIS SHEET ADJUST TO GRADE OR TO BE RELOCATED BY AT&T EX. SFV/ER LIMITS OF WORK 1 I PROPOSED PEDESTRIAN MANHOLE, CMWD /4k- LINE, C/AWD, „. RISER, CMWD TO 'SEE NOTE 4 it BE REMOVED. RISER SEE NOTE 5 THIS N B 0 Y .T C05NTRTHAICsTOR sHEE . SEE ,. " /EX TH. 155 SHUNEKETNOWN CMWO TO BE REMO EX. 9* UNKNOWN •7____ LEE-1. -1---FT0X BAEIRREmVFNoTvEDF.Mry hap 1,5608 SEWER, CMWD 41111k CONTRACTOR, SEE NOTE 5 THIS SHEET 16812375j-0N "AS BUILT" REMOVED BY CONTRACTOR' MANHOLE, CIAM TO B) SEE SHEET 1 BRIDGE, SEE SHEET 18, EX. ARANO:MED .20" STEEL WATER LINE. CMWD, TO REMAIN WITHIN THE CREEK. REMOVE AS NECESSARY NEAR THE PROPOSED ABUTMENTS : I ES. TELECOMMUNICATION TQ BE RELOCATED BY AT&T SEE SHEET 37 FOR PROPOSED BRIDGE UGHTING RAP. DATE ROE REVIEWED BY: EASEMENT INSPECTOR DATE • 1149 WATER UNE, 0,11VD, SEE NOTE 6 THIS SHEET : . / CITY OF CARLSBAD SHEETS 39 SHEET 5 • TRANSPORTATION DEPARTMENT AUPROVEMENTFIAN FOlt EL 04041110 REAL BRIDGE IMPROVEMEMS AT CAMON ROAD CIVIL ISVISTING UTILITY PLAN PLI 17985 16E-050-38 / •I PM 17985 168-050-39 1 550 West Tel. I APPROVED HOSSEIN AJIDEH LE1NFELDER C.Ott ENGINEERING MANAGER PE 75991 EXPIRES 6/30/2020 DATE PLAN VIEW RANI REPRODUCTION WARNING THE PLAN a HAVE BEEN CREATED ON ARCH 0 (24"x36") SHEETS. FOR REDUCTIONS, REFER TO GRAPHIC SCALE. OWN BY CHKD BY: RVWD BY: _EL_ 0 10 20 sCALE: 1' IP SCALE tN FEET PROLECT NO. 6042/6056 DRAYANG NO. 499-5 INIRAL ENGINEER OF 0061 DAIS !NM& DATE INITIAL treet Suite 1200 San Diego, CA 92101 9)831-4600 Fax. (6191 23.2-1039 SCALE: 1" = 10' REVISION DESCRIPTION RCE "AS BUILT" Exp, DATE CDP2018-0031/SUP2018-0005/SUP2018-0006 EL CAMINO REAL IC 44.88 ITC 44741 MATCH DC 6' CURB RAMP TC 43.12 I DETAIL ON THIS SHEET PROPOSED RAIUNG SEE DETAIL ON THIS SHEET be. 5' FS 44 MATCH EX. FLARE LENGTH... Pram arm. CONNECT 1 STA: 440+8 PROPOSED WALL 441, 69.791 RT MATCH EX. PROPOSED SOFIYA I PER SDRSD G-07 CURB RAMP PER SORSD G-27. SIDE I< TO TH NE EST JOINT SHEETS 23-26 WALL. SEE SHEET 20 AND 21 FOR DETAILS PROPOSED PEDESTRIAN : BRIDGE, SEE SHEET 18 0 i f I clr ,• / i i FFMA FLOOOPLAIN /. PROPOSED -e TE / I 00 DETAILS SHEET 24 PROPOW) WALL PER SOUN.' WALL PERMANENT ROW DETAIL ON THIS SHEET . LIMITS OF WORK 13ETAIL ON THIS SH REGO: REMOVAI OF TX. WAIL CONNECT TO PROPOSED WALL I STA: 442+67.95*, 111.071 RT f TX CHAIN UNK FENCE. SET SHEET 93 FOR LIMITS OF REMOVAL REPLACE WITH BLACK VINYL COATED CHAIN-UNK FENCE 44, • 168-050-39-70 ETAILS SHEETS 23-26 ;P917995 168-050-38 MAP 15609 LOT 7 168-360-06 PM 17985 168-050-39 LINE TIP. i PLAN SCALE: 1° = EW W1w& uicatc. tots 4. 601AUOR Tie (APOJRACV 14111 etoPo30) wearoc. e. 51*. wri"1- LEGEND 10' PROPOSED EMBANKMENT FILL SCALE iNFEET 3-1/2" Min i3" Hole MOUOING DETAIL Post sh81 be grouted in place using non—shrink grout 10' MAX. GAP, TIP. BOSH ENDS OF SWUNG NOTES. 1.FOR EXISTING UTILITIES AND UTILITY DISPOSMONS SEE SHEET 5. 2.UNLESS OTHERWISE STATED ON THE PLANS ALL EXISTING UTILITIES TO BE PROTECTED IN PLACE. CONTRACTOR TO VERIFY UTIUTY LOCATION PRIOR TO CONSTRUCTION. PROPOSED PEDESTRIAN BRIDGE CURTAIN WALL BRIDGE POST POCKET IN WINGWALL EXISTING STREAM FILTER FABRIC. TYPE 250N PER GREEN BOOK SECTION 213-5 BED/EMBANKMENT 1.r EXPANSION JOINTS IS 16' ± CENTERS. 2.WELD AND GRIND SMOOTH ALL CONNECTIONS. 3.PIPE SHALL BE CORTEN STEEL TIP. IN GROUND CONCRETE POST FOOTING •/\ GREEN 800K SECTION 200-1.6.2 PEDESTRIAN PROTECTIVE RAILING RENEWED BY: ABUTMENT SLOPE PROTECTION TYPICAL SECTION INSPECTOR DATE CITY OF CARLSBAD TRANSPORTATION DEPARTMENT SHEETS SHEET ARPROVE1SVTPLAN EL GAMING REAL BRIDGE IMPROVEMENTS AT CANNON ROAD CNA GRADING PLAN APPROVED HOSSEIN AJIOEH PLAN 1REPRODUCTION WARNING THE FLAIAVE BEEN CREATED ON ARCH D (2,x36") SHEETS FOR IrmOUCTIO S. REFER TO GRAPHIC SCALE LEINFELDER &VW pdrylo. ENGINEERING MANAGER FS 75991 MIRES 6/30/2020 DATE OWN BY: _0_ CHO BY: —0_0_ BM BY: _EL_ PROJECT NO. 6042/6056 DRAWING NO. 499-5 REVISION DESCRIPTION INIDAL EVONEER OF WORK 0A1E DATE MAL DATE INIMAL 550 West Ireet Suite 1200 San Oleg", CA 92101 Tel. ) 931-4600 Fax. R519)232-1039 OTHER APPROVAL OTY APPROVAL 4-14-20 N?651N4 . 01.,i, fl Fr_ I ' L tk; IRA/ REY 991 D2032711 LY 907991 12. MSS 53/V s ‘ x, :•.,. . SiY47 ; . . ii...",:•.: , . -...?..,:,_ ,'",.:,-:_..:.. . -7-,:-.."- : - - -, -*-, - • ..',..-L:.. ....:•7'.."??..:...g..7---;,7,—;.:..:.:',..3._.-.' --'--,.....= i._r -- ••177-1 REM: 44-636 ACSR PRI. 155 RFS 30 CP 584-565 P119777 RFS 30 CP 584-564 P209678 TO AVOID CULTURAL IMPACTS CUT POLE OFF AT GROUND SURFACE & LEAVE IN PLACE AT&T g g 8 re 2 01 03 Csi 6 Coll 811: Two Working Days Before You Dig! EL CAMINO REAL BRIDGE IMPROVEMENT OH JOB FOR REFERENCE ONLY. NOT ISSUED FOR CONSTRUCTION. (V. Romek 09/08/2020) SCALE fammint 0 20' VICINITY MAP NO SCALE 1 107-B7 NO TES D'CONSTRUCT THIS JOB IN CONJUNCTION WITH UG WORKORDER #2063460. NEW UG TO BE ROUTED THROUGH NEW PEDESTRIAN BRIDGE ON NORTH SIDE OF EXISTING BRIDGE. p'CAUTION: ELECTRIC STAND BY LINEMAN REQUIRED FOR ALL WORK AROUND ENERGIZED FACILITIES. ° .ALL QUESTIONS SHOULD BE DIRECTED TO THE APPROPRIATE LIAISON PLANNER. NAME: KEENON HOLMES PHONE: 858-654-8602 Copyright 2003 San Diego Gas & Electric Company. All rights reserved. Removal of this copyright notice without permission is not permitted under low. EL CAMINO REAL OFF-SITE WORK I I FIELD OPERATIONS 141 w109525 LOCATED NEAR 1699 FARADAY AVE. / EX. 03590767991 584 1-40A EL CAMINO REAL BRIDGE IMPROVEMENT UG JOB FOR REFERENCE ONLY. NOT ISSUED FOR CONSTRUCTION. (V. Romek 09/08/2020) EX. 4-5" PRI STUBS INSTALLED ON WO/0063461 CONVECT TO 4-5' PRI STUBS 1-5" PRI INSTALL CABLE .' • L.DESTR!AN BRIoCE CROSSING . •••••••1•41.10•••.• N L gy k n , 44v SCALE Inewomi 0 20' EX. D20271 1 . DO I 1 EX. H126514 3316PC 141-1 3-5" PRI ii CONVECT TO 4-5 PRI STUBS 4-5 PRI INT dc CONNECT NEW 3-5' PRI EXISTING 1-5 SPARE Lii EX. 0203274 I 584-1059 -25 NTS E6 .6•864q IETER 4-5" PRI T8cC CREW: INT SPARE 3-5" C&C, CREW: TO INT ENERGIZED 1-5" •` / / •/ EX. M3590767991 3321 MH OCC14 s.19 - 4-5" PRI SEE DETAIL 'A' 4-5" PRI edci ; 1 7 •- 1 / •t•-•- EL CAMINO REAL DETAIL'A' •So FENCE •1'r. •;1 I 1 • t. 1 ,./-1.-; • I H • I j 1 , ; r /I \ I t6b91799(899) g . 565 C.P. TO BE RFS'11k: GUARD RAIL 4-5" PRI. •r)Y;IA EX 4-5" Oki:1,?••,/,-1•.:3 REMOVE CBLE EX. P209678 584-564 C.P. TO ,I8E RFS'D ON W.0.#2588311 EX 2-5" PRI REMOVE CABLE, ABANDON 1-5 DUCT EX. P119777 584-535 C.P. TO BE RFS D ON W.0.#2588311 EX 4-5" PRI REMOVE CABLE p!•-• •• • A Or. "") I _ I I • • 1,7 I •• 1\91 :•1,•—••••••V.,•-••••••,•• 1. •. = 1 •i \ s- I . - • • 1 1 I 7 •• k •• " ••". • • --- g -5% PRI STUBS NORTH 1-5", 3-1000. 0584 0202711, WAY41 1 -5", 3-1000, C783 (0202711, WAY2 NO TES ZCONSTRUCT THIS JOB IN CONJUNCTION WITH 01-1 WORKORDER #2588311. AND BRIDGE CONDUIT INSTALL WORKORDER #2063461. RrMAINTAIN A MINIMUM OF 5' SEPARATION WHEN PARALLELING WET UTILITIES AND 6" WHEN CROSSING. grCLOUDED AREAS IDENTIFY POINT OF INTERCEPT/RE—ROUTE OF EXISTING UNDERGROUND FACILITIES. ('CAUTION: ELECTRIC STAND BY LINEMAN REQUIRED FOR ALL WORK AROUND ENERGIZED FACILITIES. 2.ALL QUESTIONS SHOULD BE DIRECTED TO THE APPROPRIATE LIAISON PLANNER. NAME: KEENON HOLMES PHONE: 858-654-8602 Copyright 2003 San Diego Coo 84 Electric Company. All rights reserved. Remomf of this copyright notice without permission is not permitted under law. _ _ _ • 3-5" PRII a INTERCEPT tc CONNECTL__I 00300 0 LON1*C4 6517411 [Ti fr X! Di 128035 PL EX. 3321MH -5', 3-1000, C783 [0202711. WAY1] 2-5", 3-1000, 0783 _J TEES M3590767991 4-5", 142, C58 [03590767991, F.0.] \ -5'. 3-1000, 0584 [M3588568042] ST -5" 3-1000, C733 Hi 154O] Coll 811: Two Working Days 9efore You Dig! 9-5". 3-1000, C5.34 I.M3590767991, A1 J 4-5", 3-1000 0581 Li-112654, A2 j