Loading...
HomeMy WebLinkAbout2020-11-03; City Council; ; Plans and specifications approval and authorization to advertise for bids for the Lake Calavera Outlet Improvements ProjectMeeting Date: Nov. 3, 2020 To: Mayor and City Council From: Scott Chadwick, City Manager Staff Contact: Vicki Quiram, Utilities Director vicki.quiram@carlsbadca.gov, 760-438-2722 Dave Padilla, Interim Engineering Manager dave.padilla@carlsbadca.gov, 760-603-7356 Subject: Plans and specifications approval and authorization to advertise for bids for the Lake Calavera Outlet Improvements Project Recommended Action Adopt a resolution approving the plans and specifications and authorizing the city clerk to advertise for bids for the Lake Calavera Outlet Improvements, Capital Improvement Program Project No. 5054. Executive Summary The project will construct improvements and repair or replace components of the existing Lake Calavera Dam outlet facilities to comply with requirements of the California Department of Water Resources, Division of Safety of Dams. Carlsbad Municipal Code Section 3.28.080(E) requires the City Council to approve plans and specifications for all construction projects that are to be formally bid when the value exceeds the limits established by the Public Contract Code Section 22032(c), including the alternative provisions of the Uniform Public Construction Cost Accounting Act. The Public Contract Code limit is $200,000. The construction contract cost estimate including contingency funds for the project is $760,000, so this requirement applies. Staff recommends approval of the plans, specifications and contract documents, and authorization for the city clerk to advertise for construction bids for the project. Discussion The project is located in northern Council District 2 east of Tamarack Avenue (Exhibit 2). Construction of Lake Calavera Dam was completed in 1941 and was originally used as a water source for city residents. The lake is now primarily used for stormwater retention for flood control. The lake is located on a parcel owned by the city. The dam and the water outlet system are maintained and operated by the city’s Utilities Department, Water Operations Division. The surface area of the lake is approximately 21 acres when full, with a maximum storage capacity of approximately 540 acre-feet. The average depth of the lake is between 12 to 16 feet with a maximum depth of 54 feet. The height of the dam is 67 feet from the crest to the outfall structure. Nov. 3, 2020 Item #2 Page 1 of 6 In 2006, remedial improvements to the original outlet structures were completed to comply with the Division of Safety of Dams requirements. That project included repairs to the existing outlet structure and improvements to the control valves, spillway and access road, and rehabilitation of the existing outlet pipe and construction of a control building. Since then, the valves and their hydraulic and pneumatic control systems have experienced corrosion and the valves and related system components must be repaired or replaced to meet Division of Safety of Dams requirements. The replacement components of the project are designed to prolong the useful life and provide operational improvements to the existing outlet system. The construction process will not require alteration of the lake’s water level and provisions are included to minimize impacts on public access to the hiking trails of Lake Calavera. Fiscal Analysis The available General Capital Construction Fund appropriation is sufficient to complete the project. The estimated construction contract and contingency cost is $760,000. Services for construction management, inspection, material testing and communications are estimated at $100,000 for a total project cost of $860,000. A summary of the estimated costs and available funds is shown in the table below: Next Steps If this resolution is approved by the City Council, the city clerk will advertise a request for bids to construct the Project. Staff will evaluate the bids received, and the lowest responsive and responsible bidder will be identified. Staff will then return to City Council with a recommendation to award the contract to the identified bidder, which is expected to be in early 2021. Environmental Evaluation (CEQA) The project classifies as a maintenance project and is exempt from environmental review per California Environmental Quality Act Guidelines sections 15302 - replacement or reconstruction of existing facilities, 15303 - new construction and 15304 - minor alteration to land and vegetation. None of the exceptions described in CEQA Section 15300.2 are applicable to this project. A notice of exemption was filed with the San Diego County clerk on March 2, 2017, in compliance with Section 21152(b) of Public Resources Code. LAKE CALAVERA OUTLET IMPROVEMENTS, CIP PROJECT NO. 5054 Total appropriation to date $1,220,000 Total expenditures and encumbrances to date $187,779 TOTAL AVAILABLE FUNDING – CIP PROJECT NO. 5054 $1,032,221 Construction contract (estimated) $660,000 Construction contingency (estimated) $100,000 Construction management, inspection, material testing and communications services (estimated) $100,000 TOTAL ESTIMATED PROJECT COSTS – CIP PROJECT NO. 5054 $860,000 REMAINING BALANCE AFTER CIP PROJECT NO. 5054 $172,221 ADDITIONAL APPROPRIATION NEEDED $0 Nov. 3, 2020 Item #2 Page 2 of 6 Public Notification Public notice of this item was noticed in accordance with the Ralph M. Brown Act and it was available for public viewing and review at least 72 hours prior to the scheduled meeting date. Exhibits 1.Resolution 2.Location map 3.Plans and specifications (on file in the Office of the City Clerk) Nov. 3, 2020 Item #2 Page 3 of 6 RESOLUTION NO. 2020-211 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, APPROVING THE PLANS AND SPECIFICATIONS AND AUTHORIZING THE CITY CLERK TO ADVERTISE FOR BIDS FOR THE LAKE CALAVERA OUTLET IMPROVEMENTS, CAPITAL IMPROVEMENT PROGRAM (CIP) PROJECT NO. 5054 (PROJECT) WHEREAS, Lake Calavera Dam is owned by the city and provides stormwater retention for flood control; and WHEREAS, certain components of the outlet facilities on the dam require maintenance, replacement or improvement for their continued operation and also to comply with requirements of the California Department of Water Resources, Division of Safety of Dams (DSOD); and WHEREAS, the City Council has determined it necessary, desirable, and in the public interest to construct the Project; and WHEREAS, the plans, specifications and contract documents for the Project have been prepared, are on file at the city clerk's office and are incorporated by reference; and WHEREAS, there are sufficient funds appropriated to the General Construction Capital Funds, CIP Project No. 5054, to complete construction of the Project; and WHEREAS, the city planner has determined that the Project is exempt from the California Environmental Quality Act (CEQA) per State CEQA Guidelines Sections 15302 (replacement or reconstruction of existing facilities), 15303 (new construction) and 15304 (minor alterations to the land and vegetation). None of the exceptions described in CEQA Section 15300.2 are applicable to this project. A notice of exemption was filed in the office of the San Diego County Clerk on March 2, 2017 in compliance with Section 21152 (b) of Public Resources Code (CEQA). NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. That the plans, specifications and contract documents for the Project to maintain, replace or improve components of the outlet facilities on the Lake Calavera Dam are approved for bidding and are on file at the office of the city clerk. 3. That sufficient funds are available for completion of the Project. Nov. 3, 2020 Item #2 Page 4 of 6 4. That the city clerk of the City of Carlsbad is authorized and directed to publish, in accordance with state law, a Notice Inviting Bids for construction of the Project in accordance with the referenced plans, specifications and contract documents. 5. That the city planner has determined that the Project is exempt from the California Environmental Quality Act (CEQA) per State CEQA Guidelines Sections 15302 (replacement or reconstruction of existing facilities), 15303 (new construction) and 15304 (minor alterations to the land and vegetation). None of the exceptions described in CEQA Section 15300.2 are applicable to this project. A notice of exemption was filed in the office of the San Diego County Clerk on March 2, 2017 in compliance with Section 21152 (b) of Public Resources Code (CEQA). PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City of Carlsbad on the 3rd day of November, 2020, by the following vote, to wit: AYES: Hall, Blackburn, Bhat-Patel, Schumacher. NAYS: None. ABSENT: None. MATT HALL, Mayor J\Aw/hi,DgilAa BARBARA ENGLESON, City Clerk (SEAL) 0..CA,ir.4 - /-. ... - ._-- . .-0,--- 7 "a 2 U . --.----'"7—.-7 ' 0 = a- /;•4 \ ' i .- ,_= . .„ iiii\ OVA' Nov. 3, 2020 Item #2 Page 5 of 6 LAKE CALAVERA OUTLET IMPROVEMENTS 2COLLEGEBLVD.CARLSBADVILLAGE DR.TAMARACKAVE.PENINSULAD R .SADDLEDR.STR A T A D R .KNOLLWOODDR.STONERIDGE RD. LAKECALAVERA CITY OF OCEANSIDECITY OF CARLSBAD GLASGOW DR.HARWIC H DR. TAMAR A C K AV E . FOOTHILL AVE. SITE SITE CITY OF CARLSBADCITY OF OCEANSIDE 5054 Exhibit 2 Nov. 3, 2020 Item #2 Page 6 of 6 CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS AND TECHNICAL SPECIFICATIONS FOR LAKE CALAVERA OUTLET IMPROVEMENTS CONTRACT NO. 5054 BID NO. PWS21-1257UTIL Revised 6/12/18 Contract No. 5054 Page i TABLE OF CONTENTS Item Page Notice Inviting Bids ................................................................................................................ 1 Contractor's Proposal ............................................................................................................. 8 Bid Security Form ................................................................................................................ 13 Bidder’s Bond to Accompany Proposal ................................................................................ 14 Guide for Completing the “Designation Of Subcontractors” Form ......................................... 15 Designation of Subcontractor and Amount of Subcontractor’s Bid Items ............................. 17 Bidder's Statement of Technical Ability and Experience ....................................................... 18 Bidder’s Certificate of Insurance for General Liability, Employers’ Liability, Automotive Liability and Workers’ Compensation ................................................................................... 19 Bidder’s Statement Re Debarment ....................................................................................... 20 Bidder's Disclosure of Discipline Record …………………………………………… ................. 21 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid ........................ 23 Contract Public Works .......................................................................................................... 24 Labor and Materials Bond .................................................................................................... 31 Faithful Performance/Warranty Bond ................................................................................... 33 Optional Escrow Agreement for Surety Deposits in Lieu of Retention .................................. 35 Revised 6/12/18 Contract No. 5054 Page ii GENERAL PROVISIONS Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms .......................................................... ................................................ 38 1-2 Definitions .................................................... ................................................ 38 1-3 Abbreviations ............................................... ................................................ 38 1-4 Units of Measure .......................................... ................................................ 42 1-5 Symbols ....................................................... ................................................ 46 Section 2 Scope and Control of The Work 2-1 Award and Execution of Contract ................. ................................................ 47 2-2 Assignment .................................................. ................................................ 47 2-3 Subcontracts ................................................ ................................................ 47 2-4 Contract Bonds ............................................ ................................................ 48 2-5 Plans and Specifications .............................. ................................................ 49 2-6 Work to be Done .......................................... ................................................ 53 2-7 Subsurface Data .......................................... ................................................ 53 2-8 Right-of-Way ................................................ ................................................ 53 2-9 Surveying ..................................................... ................................................ 53 2-10 Authority of Board and Engineer .................. ................................................ 57 2-11 Inspection .................................................... ................................................ 58 Section 3 Changes in Work 3-1 Changes Requested by the Contractor ........ ................................................ 59 3-2 Changes Initiated by the Agency .................. ................................................ 59 3-3 Extra Work ................................................... ................................................ 60 3-4 Changed Conditions .................................... ................................................ 63 3-5 Disputed Work ............................................. ................................................ 64 Section 4 Control of Materials 4-1 Materials and Workmanship ......................... ................................................ 70 4-2 Materials Transportation, Handling and Storage ........................................... 74 Section 5 Utilities 5-1 Location ....................................................... ................................................ 75 5-2 Protection .................................................... ................................................ 75 5-3 Removal ...................................................... ................................................ 76 5-4 Relocation .................................................... ................................................ 76 5-5 Delays .......................................................... ................................................ 77 5-6 Cooperation ................................................. ................................................ 77 Section 6 Prosecution, Progress and Acceptance of the Work 6-1 Construction Schedule and Commencement of Work ................................... 78 6-2 Prosecution of Work ..................................... ................................................ 82 6-3 Suspension of Work ..................................... ................................................ 84 6-4 Default by Contractor ................................... ................................................ 85 6-5 Termination of Contract................................ ................................................ 85 6-6 Delays and Extensions of Time .................... ................................................ 86 6-7 Time of Completion ...................................... ................................................ 87 6-8 Completion, Acceptance, and Warranty ....... ................................................ 88 Revised 6/12/18 Contract No. 5054 Page iii 6-9 Liquidated Damages .................................... ................................................ 88 6-10 Use of Improvement During Construction .... ................................................ 88 Section 7 Responsibilities of the Contractor 7-1 Contractor’s Equipment and Facilities .......... ................................................ 90 7-2 Labor ........................................................... ................................................ 90 7-3 Liability Insurance ........................................ ................................................ 90 7-4 Workers' Compensation Insurance .............. ................................................ 90 7-5 Permits ........................................................ ................................................ 91 7-6 The Contractor’s Representative .................. ................................................ 91 7-7 Cooperation and Collateral Work ................. ................................................ 92 7-8 Project Site Maintenance ............................. ................................................ 92 7-9 Protection and Restoration of Existing Improvements ................................... 95 7-10 Public Convenience and Safety ................... ................................................ 95 7-11 Patent Fees or Royalties .............................. .............................................. 102 7-12 Advertising ................................................... .............................................. 102 7-13 Laws to be Observed ................................... .............................................. 102 7-14 Antitrust Claims ............................................ .............................................. 102 Section 8 Facilities for Agency Personnel 8-1 General ........................................................ .............................................. 104 8-2 Field Office Facilities .................................... .............................................. 104 8-3 Field Laboratories ........................................ .............................................. 105 8-4 Bathhouse Facilities ..................................... .............................................. 106 8-5 Removal of Facilities .................................... .............................................. 106 8-6 Basis of Payment ......................................... .............................................. 106 Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work .......................................... 107 9-2 Lump Sum Work .......................................... .............................................. 107 9-3 Payment ...................................................... .............................................. 107 9-4 Bid Items ...................................................... .............................................. 107 Revised 6/12/18 Contract No. 5054 Page iv TECHNICAL SPECIFICATIONS Division 1 General Requirements 01660 Equipment Testing and Start-Up Division 2 Site Work 02050 Demolition 02140 Dewatering Division 3 Concrete 03300 Cast-in-Place Concrete Division 4 Masonry (not used) Division 5 Metals 05120 Miscellaneous Metalwork Division 6 Wood and Plastics 06100 Rough Carpentry Division 7 Thermal and Moisture Protection 07920 Caulking and Sealants Division 8 Doors and Windows (not used) Division 9 Finishes 09800 Painting and Coatings Division 10 Specialties 10100 Under Water Simi-Submerged Construction/Divers Operations 10500 Identification Devices Division 11 Equipment (not used) Division 12 Furnishings (not used) Division 13 Special Construction (not used) Division 14 Conveying Systems (not used) Division 15 Mechanical 15000 General Piping Systems and Appurtenances 15044 Hydrostatic Testing 15045 Cleaning and Testing Hydraulic and Pneumatic Lines 15052 Piping Installation 15059 Compressed Air Nylon Tubing & Fittings and Galvanized Pipe & Fittings 15065 Polyvinyl Chloride (PVC) Pipe 15068 Stainless Steel Pipe and Tubing 15100 Valves, General 15110 Plug Valves Revised 6/12/18 Contract No. 5054 Page v Division 16 Electrical 16050 General Electrical Provisions Division 17 Instrumentation 17010 Instrumentation and Controls General Requirements 17329 Primary Sensors and Field Instruments Appendices Appendix A Permits and Environmental Documents Appendix B SWPPP Template Appendix C Record Drawings Revised 6/12/18 Contract No. 5054 Page vi (BLANK) Revised 6/12/18 Contract No. 5054 Page 1 of 114 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 11 a.m. on December 8, 2020, the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work identified as the Lake Calavera Outlet Improvements as follows: 1) remove, modify and reinstall the 24” stainless steel lake outlet piping header from the upstream side of the Lake Calavera Dam and replace the existing valves with two 18” and one 24” eccentric plug valves with pneumatic actuators and associated pneumatic control tubing and valve position signal wiring, 2) modify the air piping within the on-site control building, 3) demolish the existing hydraulic actuation unit and certain hydraulic fluid piping and tubing within the control room and outlet valve control cabinet, and clean and reuse the hydraulic hoses between the control panel and the new outlet valves for pneumatic service, 4) inspect and repair the existing air dryers and air compressors within the control room and modify the pneu- matic control tubing within the control panel, 5) remove certain electrical wiring within the control panel and rewire and furnish and install a new panel face and labels, 6) modify the pneumatic piping in Pull Box F located near the top of the dam, 7) modify the valve vault at the downstream toe of the dam and furnish and install a new 24” butterfly valve for temporary control of the lake water during construction. Portions of the work will require underwater divers and/or the use of barges to complete. Control programming is not a part of this contract. LAKE CALAVERA OUTLET IMPROVEMENTS CONTRACT NO. 5054 BID NO. PWS21-1257UTIL 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: https://www.carlsbadca.gov/services/depts/finance/contracting/default.asp 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. Revised 6/12/18 Contract No. 5054 Page 2 of 114 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 submitter, 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. 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. Revised 6/12/18 Contract No. 5054 Page 3 of 114 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 to the provisions of law (Public Contract Code section 10263), appropriate securities may be sub-stituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another juris-diction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans, provisions, and specifications as approved by the City Council of the City of Carlsbad on file with the City Clerk’s Office. The spec-ifications for the work include City of Carlsbad Technical Specifications, Project Technical Speci-fications and General Provisions. Specification Reference is hereby made to the plans and spec-ifications 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. SUMMARY OF BIDDING SCHEDULE An overview of the bidding schedule is included in the following table. Details for each activity can be found in relevant section. ACTIVITY SCHEDULE TIME Released for bid November 5, 2020 5 p.m. Mandatory pre-bid meeting and site visit November 17, 2020 9 a.m. Deadline for questions November 24, 2020 5 p.m. Final addendum/Q&A posted December 1, 2020 5 p.m. Bid opening December 8, 2020 11 a.m. Revised 6/12/18 Contract No. 5054 Page 4 of 114 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 volun-teers 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 $660,000. TIME OF COMPLETION: The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submit-ted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: A - General Engineering. 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: https://www.carlsbadca.gov/services/depts/finance/contracting/bids.asp . Pa-per copies will not be sold. Revised 6/12/18 Contract No. 5054 Page 5 of 114 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. 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 is identified in the bidding schedule. No questions will be entertained after that date. The answers to questions submitted during the bidding period will be published in an addendum and provided to those bidding on the project no later than the date specified in the bidding sched-ule. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute the Con-tract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. 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 Revised 6/12/18 Contract No. 5054 Page 6 of 114 pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The Prime Contractor and all subcontractors shall comply with Section 1776 of the Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. PRE BID MEETING A mandatory pre-bid meeting and tour of the project site will be held at November 17, 2020. Interested contractors will meet at the Carlsbad Municipal Water District Office located at 5950 El Camino Real, Carlsbad CA 92008 and then be escorted to the project site. The Contractor must attend and sign in at the pre-bid meeting. Bids submitted without the Contractor having attended and signed in at the pre-bid meeting will be determined to be non-responsive. 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. 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. 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. Revised 6/12/18 Contract No. 5054 Page 7 of 114 Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No. ______________, adopted on the ________day of ______________________, 20_____. ___________________________ ____________________________________ Date Graham Jordan, Deputy Clerk Revised 6/12/18 Contract No. 5054 Page 8 of 114 CITY OF CARLSBAD LAKE CALAVERA OUTLET IMPROVEMENTS CONTRACT NO. 5054 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. 5054 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” Item No. Description Approximate Quantity And Unit Unit Price (Figures) Total Amount (Figures) 1 Mobilization (not to exceed 5% of Total Bid) LS $___________ $___________ 2 Storm Water Pollution Pre- vention Plan LS $___________ $___________ 3 Excavation Support System LS $___________ $___________ 4 Outlet Box Modification LS $___________ $___________ 5 Outlet Valve Header Modifi-cation LS $___________ $___________ 6 Butterfly Valve – 20-Inch 1 EA $___________ $___________ 7 Eccentric Plug Valve – 18-Inch 2 EA $___________ $___________ Revised 6/12/18 Contract No. 5054 Page 9 of 114 Item No. Description Approximate Quantity And Unit Unit Price (Figures) Total Amount (Figures) 8 Eccentric Plug Valve – 24- Inch 1 EA $___________ $___________ 9 Hydraulic System Demolition LS $___________ $___________ 10 Air Dryer & Compressor Testing and Repair LS $___________ $___________ 11 Control Cabinet Pneumatic Control Modifications LS $___________ $___________ 12 Electrical Improvements LS $___________ $___________ 13 Drain and Flush Existing Hy-draulic Lines LS $___________ $___________ 14 Air Dryer & Compressor Testing and Repair Allowance $___________ $ 3,000.00 15 Vault F Modifications LS $___________ $___________ 16 Outlet Valve Piping, Tubing and Supports LS $___________ $___________ Total amount of bid in words for Schedule “A”: ______________________________________ ___________________________________________________________________________ Total amount of bid in numbers for Schedule “A”: $___________________________________ The City shall determine the low bid based on the above dollar values. Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). ____________________ has/have been received and is/are included in this proposal. The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. 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 Revised 6/12/18 Contract No. 5054 Page 10 of 114 City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number _________________________, classification ________________ which expires on _______________________, and Department of Industrial Relations PWC registration num-ber ________________________ which expires on _______________________, and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is ______________________________(Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-in-surance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. Revised 6/12/18 Contract No. 5054 Page 11 of 114 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted _____________________________________ (2) Signature (given and surname) of proprietor ____________________________________ (3) Place of Business ________________________________________________________ (Street and Number) City and State _______________________________________________________________ (4) Zip Code ___________________ Telephone No. __________________________________ (5) E-Mail _____________________________________________________ IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is con-ducted_________________________________________ (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) _________________________________________________________________________ _________________________________________________________________________ (3) Place of Business ___________________________________________________________ (Street and Number) City and State ______________________________________________________________ (4) Zip Code ___________________ Telephone No. __________________________________ (5) E-Mail _____________________________________________________ Revised 6/12/18 Contract No. 5054 Page 12 of 114 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted ________________________________________ __________________________________________________________________________ (2) ____________________________________________________________________________ (Signature) _________________________________________________________________________ (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of _______________________________________ (4) Place of Business ________________________________________________________ (Street and Number) City and State ______________________________________________________________ (5) Zip Code ______________________ Telephone No. _______________________________ (6) E-Mail _____________________________________________________ NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: __________________________________ __________________________________ __________________________________ __________________________________ __________________________________ __________________________________ __________________________________ __________________________________ __________________________________ __________________________________ __________________________________ __________________________________ __________________________________ __________________________________ __________________________________ __________________________________ Revised 6/12/18 Contract No. 5054 Page 13 of 114 BID SECURITY FORM (Check to Accompany Bid) LAKE CALAVERA OUTLET IMPROVEMENTS CONTRACT NO. 5054 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashier’s check payable to the order of CITY OF CARLSBAD, in the sum of _______________________________________________________ ___________________________________________________ dollars ($________________), this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insur-ance coverage within the stipulated time; otherwise, the check shall be returned to the under- signed. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to an-other bidder. _______________________________________ _______________________________________ BIDDER _________________ *Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed--the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) Revised 6/12/18 Contract No. 5054 Page 14 of 114 BIDDER'S BOND TO ACCOMPANY PROPOSAL LAKE CALAVERA OUTLET IMPROVEMENTS CONTRACT NO. 5054 KNOW ALL PERSONS BY THESE PRESENTS: That we, ____________________________________________________, as Principal, and ___________________________________, as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) __________________________ for which payment, well and truly made, we bind 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: LAKE CALAVERA OUTLET IMPROVEMENTS CONTRACT NO. 5054 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. SIGNED AND SEALED, this ____________ day of ___________________________, 20_____ ________________________________(SEAL) _____________________________(SEAL) (Principal) (Surety) By: __________________________________ By: ________________________________ (Signature) (Signature) __________________________________ ________________________________ (Print Name/Title) (Print Name/Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY – ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CELIA A. BREWER City Attorney By: _________________________________ Assistant City Attorney Revised 6/12/18 Contract No. 5054 Page 15 of 114 GUIDE FOR COMPLETING THE “DESIGNATION OF SUBCONTRACTORS” FORM REFERENCES Prior to preparation of the following “Subcontractor Disclosure Form” Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, “Bid”, “Bidder”, “Contract”, “Contractor”, “Contract Price”, “Contract Unit Price”, “Engineer”, “Own Organization”, “Subcontractor”, and “Work”. Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes perfor-mance of more than 50 percent of the work by subcontractors or otherwise to be performed by forces other than the Bidder’s own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the “Contractor’s Proposal” are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of Cali-fornia whom the Bidder proposes to specially fabricate and install any portion of the work or im-provement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder’s total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder’s sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcon-tractor-installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter “NONE” in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Revised 6/12/18 Contract No. 5054 Page 16 of 114 Determination of the subcontract amounts for purposes of award of the contract shall be deter-mined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be final. Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. Revised 6/12/18 Contract No. 5054 Page 17 of 114 DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) LAKE CALAVERA OUTLET IMPROVEMENTS CONTRACT NO. 5054 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder’s total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR’S BID ITEMS Portion of Work Subcontractor Name and Location of Business Phone No. and Email Address DIR Registration No. Subcontractor’s License No. and Classification Amount of Work by Subcontractor in Dollars* Page _____ of _____ pages of this Subcontractor Designation form _________________ * Pursuant to section 4104 (a)(3)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the “Notice Inviting Bids.” Revised 6/12/18 Contract No. 5054 Page 18 of 114 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) LAKE CALAVERA OUTLET IMPROVEMENTS CONTRACT NO. 5054 The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. Date Contract Com-pleted Name and Address of the Employer Name and Phone No. of Person to Contract Type of Work Amount of Con-tract Revised 6/12/18 Contract No. 5054 Page 19 of 114 BIDDER’S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS’ LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS’ COMPENSATION (To Accompany Proposal) LAKE CALAVERA OUTLET IMPROVEMENTS CONTRACT NO. 5054 As a required part of the Bidder’s proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: Comprehensive General Liability Automobile Liability Workers Compensation Employer’s Liability 2) Statement with an insurance carrier’s notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer’s Liability in conformance with the requirements herein and Certificates of in- surance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Revised 6/12/18 Contract No. 5054 Page 20 of 114 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) LAKE CALAVERA OUTLET IMPROVEMENTS CONTRACT NO. 5054 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? ______ ______ yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debar- ments. _____________________________________ party debarred _____________________________________ agency _____________________________________ period of debarment _____________________________________ party debarred _____________________________________ agency _____________________________________ period of debarment BY CONTRACTOR: _____________________________________ (name of Contractor) By: __________________________________ (sign here) ___________________________________ (print name/title) Page _____ of _____ pages of this Re Debarment form Revised 6/12/18 Contract No. 5054 Page 21 of 114 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) LAKE CALAVERA OUTLET IMPROVEMENTS CONTRACT NO. 5054 Contractors are required by law to be licensed and regulated by the Contractors’ State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors’ State License Board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor’s license suspended or revoked by the California Contrac-tors’ State license Board two or more times within an eight year period? ______ ______ yes no 2) Has the suspension or revocation of your contractor’s license ever been stayed? ______ ______ yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor’s license suspended or revoked by the California Contractors’ State license Board two or more times within an eight year period? ______ ______ yes no 4) Has the suspension or revocation of the license of any subcontractor’s that you propose to perform any portion of the Work ever been stayed? ______ ______ yes no 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. (If needed attach additional sheets to provide full disclosure.) Page _____ of _____ pages of this Disclosure of Discipline form Revised 6/12/18 Contract No. 5054 Page 22 of 114 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) LAKE CALAVERA OUTLET IMPROVEMENTS CONTRACT NO. 5054 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who’s discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: _______________________________________ (name of Contractor) By: ____________________________________ (sign here) _______________________________________ (print name/title) Page _____ of _____ pages of this Disclosure of Discipline form Revised 6/12/18 Contract No. 5054 Page 23 of 114 NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 LAKE CALAVERA OUTLET IMPROVEMENTS CONTRACT NO. 5054 The undersigned declares: I am the ____________ of ______________, the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, com-pany, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partner-ship, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby repre-sents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on ___________________________, 20____ at _________ [city], ________ [state]. ________________________________________________ Signature of Bidder Revised 6/12/18 Contract No. 5054 Page 24 of 114 CONTRACT PUBLIC WORKS This agreement is made this ____________ day of ________________________________, 2020, by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and ________________________________________________ whose principal place of business is ___________________________________________________________________ (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract docu-ments for: LAKE CALAVERA OUTLET IMPROVEMENTS CONTRACT NO. 5054 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Noncollusion Declaration, Designation of Subcontrac- tors, Technical Ability and Experience, Bidder’s Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contrac-tor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compli-ance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress pay-ments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that Revised 6/12/18 Contract No. 5054 Page 25 of 114 may be done by Contractor, whether anticipated or not, in order to overcome underground condi-tions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inher-ent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the require- ments of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligi-bility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. Contractor shall comply with Cali-fornia Labor Code, section 1776, which generally requires keeping accurate payroll records, ver- ifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. Revised 6/12/18 Contract No. 5054 Page 26 of 114 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. Revised 6/12/18 Contract No. 5054 Page 27 of 114 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. Revised 6/12/18 Contract No. 5054 Page 28 of 114 (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be in-cluded in the Contractor's bid. 11. Claims and Lawsuits. All claims by Contractor shall be resolved in accordance with Public Contract Code section 9204, which is incorporated by reference. A copy of Section 9204 is in-cluded in Section 3 of the General Provisions. In addition, all claims by Contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by ref- erence. A copy of Article 1.5 is included in Section 3 of the General Provisions. In the event of a conflict between Section 9204 and Article 1.5, Section 9204 shall apply. Notwithstanding the pro-visions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in antici-pation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate igno-rance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 11 above. ________ init ________ init 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's prin- cipal place of business as specified above, Contractor shall so inform the City by certified letter Revised 6/12/18 Contract No. 5054 Page 29 of 114 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. /// /// /// /// /// /// /// /// /// /// /// /// /// Revised 6/12/18 Contract No. 5054 Page 30 of 114 17. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: (name of Contractor) By: (sign here) (print name and title) By: (sign here) (print name and title) CITY OF CARLSBAD a municipal corpora-tion of the State of California By: Matt Hall, Mayor ATTEST: Barbara Engleson, City Clerk President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER City Attorney By: Assistant City Attorney Revised 6/12/18 Contract No. 5054 Page 31 of 114 LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to ____________________________________________________ (hereinafter designated as the "Principal"), a Contract for: LAKE CALAVERA OUTLET IMPROVEMENTS CONTRACT NO. 5054 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, __________________________________________, as Principal, (hereinafter designated as the "Contractor"), and ______________________________________ as Surety, are held firmly bound unto the City of Carlsbad in the sum of _____________________ ____________________________________________________________________________ Dollars ($________________), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontrac-tors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Develop-ment Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attor-ney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Revised 6/12/18 Contract No. 5054 Page 32 of 114 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 ______________ day of __________________________, 20____ _______________________________(SEAL) _____________________________(SEAL) (Principal) (Surety) By: _________________________________ By: ________________________________ (Signature) (Signature) __________________________________ ________________________________ (Print Name & Title) (Print Name & Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY – ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CELIA A. BREWER City Attorney By: ________________________________ Assistant City Attorney Revised 6/12/18 Contract No. 5054 Page 33 of 114 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to ____________________________________________________ (hereinafter designated as the "Principal"), a Contract for: LAKE CALAVERA OUTLET IMPROVEMENTS CONTRACT NO. 5054 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, __________________________________________, as Principal, (hereinafter designated as the "Contractor"), and ______________________________________ as Surety, are held firmly bound unto the City of Carlsbad in the sum of _____________________ ____________________________________________________________________________ Dollars ($________________), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Revised 6/12/18 Contract No. 5054 Page 34 of 114 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 ______________ day of __________________________, 20____ _______________________________(SEAL) _____________________________(SEAL) (Principal) (Surety) By: _________________________________ By: ________________________________ (Signature) (Signature) __________________________________ ________________________________ (Print Name & Title) (Print Name & Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY – ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CELIA A. BREWER City Attorney By: ________________________________ Assistant City Attorney Revised 6/12/18 Contract No. 5054 Page 35 of 114 OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and ________________________________________________________________whose address is __________________________________________________________________hereinafter called "Contractor" and ___________________________________________________ whose address is ___________________________________________________________ hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as fol- lows: 1. Pursuant to section 22300 of the Public Contract Code of the State of California, the Contrac- tor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for LAKE CALAVERA OUTLET IMPROVEMENTS CONTRACT NO. 5054 in the amount of ___________________________ dated ______________ (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make pay-ments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into secu-rities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Es-crow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. Revised 6/12/18 Contract No. 5054 Page 36 of 114 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Con-tractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and com-plete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pur-suant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the secu- rities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title ___________FINANCE DIRECTOR________ Name ____________________________________ Signature _________________________________ Address 1635 Faraday Avenue, Carlsbad, CA 92008 For Contractor: Title _____________________________________ Name ____________________________________ Signature _________________________________ Address __________________________________ For Escrow Agent: Title _____________________________________ Name ____________________________________ Signature _________________________________ Address __________________________________ At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. Revised 6/12/18 Contract No. 5054 Page 37 of 114 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 Village Drive, Carlsbad, CA 92008 For Contractor: Title _____________________________________ Name ____________________________________ Signature _________________________________ Address __________________________________ For Escrow Agent: Title _____________________________________ Name ____________________________________ Signature _________________________________ Address __________________________________ Revised 6/15/17 Contract No. 5054 Page 38 of 114 GENERAL PROVISIONS FOR LAKE CALAVERA OUTLET IMPROVEMENTS CONTRACT NO. 5054 CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS – Unless otherwise stated, the words directed, required, permitted, ordered, in-structed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown”, "indicated”, "detailed”, "noted”, "sched- uled”, or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed”, "designated”, "selected”, or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be un-derstood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. 1-1.3 Equals and Approvals. Where the words "equal”, "approved equal”, "equivalent”, and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer”, unless otherwise stated. Where the words "approved”, "approval”, "acceptance”, or words of similar import are used, it shall be understood that the ap-proval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its ex-pense, shall perform all operations, labor, tools and equipment, and further, including the furnish- ing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. 1-2 DEFINITIONS. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. 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. Revised 6/15/17 Contract No. 5054 Page 39 of 114 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. 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 Revised 6/15/17 Contract No. 5054 Page 40 of 114 by the Agency, the permittee shall be constructed to be the Contractor. The term “prime contrac-tor” shall mean Contractor. Contract Price – The total amount of money for which the Contract is awarded. Contract Unit Price – The amount stated in the Bid for a single unit of an item of work. County Sealer – The Sealer of Weights and Measures of the county in which the Contract is let. Days – Days shall mean consecutive calendar’s days unless otherwise specified. Deputy City Engineer, Construction Management & Inspection – The Construction Manager’s immediate supervisor and second level of appeal for informal dispute resolution. Dispute Board – Persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier – Street light assembly complete, including foundation, standard, luminaire arm, lumi-naire, etc. Engineer – The City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile – Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer – A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer – A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire – The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm – The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item – A single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Modification – Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Notice of Award – The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. Notice to Proceed – A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. Revised 6/15/17 Contract No. 5054 Page 41 of 114 Own Organization - When used in Section 2-3.1 – Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Fur- ther, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 “own organization” means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3.1. Person – Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans – The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract – Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector – The Engineer’s designated representative for inspection, contract admin-istration and first level for informal dispute resolution. Proposal – See Bid. Reference Specifications – Those bulletins, standards, rules, methods of analysis or test, codes, and specifications of other agencies, engineering societies, or industrial associations referred to in the Contract Documents. These refer to the latest edition, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specifically referred to by edition, volume, or date. Roadway – The portion of a street reserved for vehicular use. Service Connection – Service connections are all or any portion of the conduit, cable, or duct, including meter, between a utility distribution line and an individual consumer. Sewer – Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Specifications – General Provisions, Standard Specifications, Technical Specifications, Refer-ence Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Standard – The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. Standard Plans – Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. Standard Specifications – The Standard Specifications for Public Works Construction (SSPWC), the “Greenbook”. State – State of California. Revised 6/15/17 Contract No. 5054 Page 42 of 114 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. Revised 6/15/17 Contract No. 5054 Page 43 of 114 1-3.2 Common Usage Abbreviation Word or Words Abbreviation Word or Words ABAN .............................................................Abandon ABAND .......................................................Abandoned ABS ........................ Acrylonitrile – butadiene – styrene AC .................................................... Asphalt Concrete ACP ........................................... Asbestos cement pipe ACWS ..................... Asphalt concrete wearing surface ALT ................................................................Alternate APTS ................................. Apartment and Apartments AMER STD ................................... American Standard AWG ............... American Wire Gage (nonferrous wire) BC .................................................. Beginning of curve BCR ....................................... Beginning of curb return BDRY ............................................................Boundary BF ..................................................... Bottom of footing BLDG ........................................ Building and Buildings BM ............................................................. Bench mark BVC .................................... Beginning of vertical curve B/W ........................................................... Back of wall C/C ..................................................... Center to center CAB ...................................... Crushed aggregate base CAL/OSHA ............ California Occupational Safety and Health Administration CalTrans ....... California Department of Transportation CAP .................................... Corrugated aluminum pipe CB ............................................................. Catch Basin Cb ........................................................................ Curb CBP ............................... Catch Basin Connection Pipe CBR ....................................... California Bearing Ratio CCR ............................ California Code of Regulations CCTV ............................................... Closed Circuit TV CES .......................... Carlsbad Engineering Standards CF ................................................................ Curb face CF ................................................................ Cubic foot C&G .................................................... Curb and gutter CFR ................................ Code of Federal Regulations CFS ......................................... Cubic Feet per Second CIP ......................................................... Cast iron pipe CIPP ................................................ Cast-in place pipe CL ............................................. Clearance, center line CLF .................................................... Chain link fence CMB ............................... Crushed miscellaneous base CMC ......................................... Cement mortar-coated CML ............................................ Cement mortar-lined CMWD .................... Carlsbad Municipal Water District CO .................................................... Cleanout (Sewer) COL ..................................................................Column COMM ....................................................... Commercial CONC ........................................................... Concrete CONN ........................................................ Connection CONST .................................. Construct, Construction COORD ...................................................... Coordinate CSP ............................................ Corrugated steel pipe CSD ............................... Carlsbad Standard Drawings CTB ............................................ Cement treated base CV ............................................................ Check valve CY ............................................................... Cubic yard D .............................................................. Load of pipe dB ................................................................... Decibels DBL .................................................................. Double DF ............................................................... Douglas fir DIA ................................................................ Diameter DIP ..................................................... Ductile iron pipe DL ................................................................Dead load DR ...................................................... Dimension Ratio DT .................................................................Drain Tile DWG ............................................................... Drawing DWY .............................................................. Driveway DWY APPR ................................... Driveway approach E ....................................................................... Electric EA ........................................................................ Each EC ............................................................ End of curve ECR ................................................ End of curb return EF ................................................................ Each face EG ......................................................... Edge of gutter EGL .................................................. Energy grade line EI ................................................................... Elevation ELC ..................................... Electrolier lighting conduit ELT ........................................................ Extra long ton ENGR ....................................... Engineer, Engineering EP ................................................... Edge of pavement ESMT ........................................................... Easement ETB .......................................... Emulsion-treated base EVC ............................................... End of vertical curb EWA ............................... Encina Wastewater Authority EXC ............................................................ Excavation EXP JT ................................................. Expansion joint EXST ............................................................... Existing F .................................................................. Fahrenheit F&C ................................................... Frame and cover F&I .................................................. Furnish and install FAB ............................................................... Fabricate FAS ............................................... Flashing arrow sign FD ............................................................... Floor drain FDN ............................................................ Foundation FED SPEC ................................. Federal Specification FG ........................................................ Finished grade FH ............................................................. Fire hydrant FL ................................................................... Flow line FS ...................................................... Finished surface FT-LB .........................................................Foot-pound FTG .................................................................. Footing FW ............................................................ Face of wall G ........................................................................... Gas GA ..................................................................... Gauge GAL ............................................... Gallon and Gallons GALV ......................................................... Galvanized GAR ........................................... Garage and Garages GIP .............................................. Galvanized iron pipe GL ........................................ Ground line or grade line GM .............................................................. Gas meter GNV ............................................... Ground Not Visible GP ..................................................................Guy pole Revised 6/15/17 Contract No. 5054 Page 44 of 114 GPM ................................................ gallons per minute GR ...................................................................... Grade GRTG ............................................................... Grating GSP ........................................... Galvanized steel pipe H ............................................................ High or height HB .................................................................. Hose bib HC ................................................... House connection HDWL ........................................................... Headwall HGL .............................................. Hydraulic grade line HORIZ .......................................................... Horizontal HP ............................................................. Horsepower HPG ................................................ High pressure gas HPS ................................ High pressure sodium (Light) HYDR ............................................................ Hydraulic IE ......................................................... Invert Elevation ID ........................................................ Inside diameter INCL ...............................................................Including INSP .............................................................Inspection INV ...................................................................... Invert IP .................................................................... Iron pipe JC ..................................................... Junction chamber JCT .................................................................Junction JS ..................................................... Junction structure JT ......................................................................... Joint L ........................................................................ Length LAB ............................................................. Laboratory LAT ................................................................... Lateral LB ...................................................................... Pound LD ..................................................... Local depression LF ................................................................ Linear foot LH ............................................................... Lamp hole LL ...................................................................Live load LOL .............................................................Layout line LONG ........................................................Longitudinal LP ................................................................ Lamp post LPS ................................. Low pressure sodium (Light) LS ................................................................ Lump sum LTS .................................................... Lime treated soil LWD ............................... Leucadia Wastewater District MAINT ..................................................... Maintenance MAX ............................................................. Maximum MCR ............................................ Middle of curb return MEAS ............................................................. Measure MH ................................... Manhole, maintenance hole MIL SPEC .................................... Military specification MISC ..................................................... Miscellaneous MOD ................................................... Modified, modify MON ............................................................ Monument MSL .. Mean Sea Level (Reg. Standard Drawing M-12) MTBM ......................... Microtunneling Boring Machine MULT ...............................................................Multiple MUTCD .....Manual on Uniform Traffic Control Devices MVL ............................................... Mercury vapor light NCTD .............................. North County Transit District NRCP .............................. Nonreinforced concrete pipe OBS ...............................................................Obsolete OC ................................................................ On center OD ..................................................... Outside diameter OE .............................................................. Outer edge OHE ................................................ Overhead Electric OMWD ................. Olivenhain Municipal Water District OPP ...............................................................Opposite ORIG ................................................................Original PB ................................................................... Pull box PC .................................................... Point of curvature PCC ....................... Portland cement concrete or point of compound curvature PCVC ....................... Point of compound vertical curve PE ........................................................... Polyethylene PI .................................................. Point of intersection PL ............................................................. Property line PMB ............................ Processed miscellaneous base POC ...................................................... Point on curve POT .................................................... Point on tangent PP .............................................................. Power pole PRC .......................................... Point of reverse curve PRVC ............................ Point of reverse vertical curve PSI ......................................... Pounds per square inch PT .................................................... Point of tangency PVC .................................................. Polyvinyl chloride PVMT ........................................................... Pavement PVT R/W ....................................... Private right-of-way Q ........................ Rate of flow in cubic feet per second QUAD ....................................... Quadrangle, Quadrant R ....................................................................... Radius R&O ......................................................... Rock and oil R/W .......................................................... Right-of-way RA ...................................................... Recycling agent RAC ................................... Recycled asphalt concrete RAP ................................ Reclaimed asphalt pavement RBAC ............................. Rubberized asphalt concrete RC ................................................ Reinforced concrete RCB ...................................... Reinforced concrete box RCE ...................................... Registered civil engineer RCP ..................................... Reinforced concrete pipe RCV ........................................... Remote control valve REF ............................................................. Reference REINF ..............................Reinforced or reinforcement RES ...............................................................Reservoir RGE ........................ Registered geotechnical engineer ROW ....................................................... Right-of-Way RR ...................................................................Railroad RSE .............................. Registered structural engineer RTE .................................... Registered traffic engineer S .................................... Sewer or Slope, as applicable SCCP ............................... Steel cylinder concrete pipe SD ............................................................. Storm drain SDNR .............................. San Diego Northern Railway SDR ....... Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD ......... San Diego Regional Standard Drawings SE ...................................................... Sand Equivalent SEC .................................................................. Section SF ............................................................. Square foot SFM ................................................ Sewer Force Main SI ....................... International System of Units (Metric) SPEC ..................................................... Specifications SPPWC .......................................... Standard Plans for Public Works Construction SSPWC ............................. Standard Specifications for Public Works Construction ST HWY ................................................ State highway STA ................................................................... Station STD ............................................................... Standard STR ..................................................................Straight STR GR ................................................ Straight grade STRUC .......................................... Structural/Structure SW .................................................................Sidewalk SWD ...................................................... Sidewalk drain SY ............................................................ Square yard Revised 6/15/17 Contract No. 5054 Page 45 of 114 T .................................................................. Telephone TAN ................................................................. Tangent TC .............................................................. Top of curb TEL ............................................................. Telephone TF ........................................................... Top of footing TOPO ........................................................ Topography TR ........................................................................ Tract TRANS ......................................................... Transition TS ......................... Traffic signal or transition structure TSC ............................................. Traffic signal conduit TSS ........................................... Traffic signal standard TW ..............................................................Top of wall TYP .................................................................. Typical UE .............................................. Underground Electric USA .................................... Underground Service Alert VAR ..................................................... Varies, Variable VB ................................................................ Valve box VC .......................................................... Vertical curve VCP ................................................... Vitrified clay pipe VERT ............................................................... Vertical VOL .................................................................. Volume VWD ....................................... Vallecitos Water District W ........................ Water, Wider or Width, as applicable WATCH .............. Work Area Traffic Control Handbook WI ............................................................ Wrought iron WM ........................................................... Water meter WPJ .......................................... Weakened plane joint XCONN ............................................ Cross connection XSEC ..................................................... Cross section 1-3.3 Institutions. Abbreviation Word or Words AASHTO ................. American Association of State Highway and Transportation Officials AISC ....................................................................American Institute of Steel Construction ANSI ...................................................................... American National Standards Institute API ...................................................................................... American Petroleum Institute AREA ............................................................ American Railway Engineering Association ASTM ............................................................ American Society for Testing and Materials AWPA................................................................. American Wood Preservers Association AWS ........................................................................................ American Welding Society AWWA ....................................................................... American Water Works Association FHWA.............................................................................. Federal Highway Administration GRI ................................................................................. Geosynthetic Research Institute NEMA ......................................................... National Electrical Manufacturers Association NOAA ................ National Oceanic and Atmospheric Administration (Dept. of Commerce) UL .................................................................................... Underwriters’ Laboratories Inc. USGS ............................................................................. United States Geological Survey 1-4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Stand-ard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. Revised 6/15/17 Contract No. 5054 Page 46 of 114 1-4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) SI Unit (Abbreviations) (Abbreviations) 1 mil (=0.001 in) ....................................................................................25.4 micrometer (µm) 1 inch (in) ..............................................................................................25.4 millimeter (mm) 1 inch (in) ..............................................................................................2.54 centimeter (cm) 1 foot (ft) ................................................................................................0.3048 meter (m) 1 yard (yd) .............................................................................................0.9144 meter (m) 1 mile (mi) .............................................................................................1.6093 kilometer (km) 1 square foot (ft2) ..................................................................................0.0929 square meter (m2) 1 square yard (yd2) ................................................................................0.8361 square meter (m2) 1 cubic foot (ft3) .....................................................................................0.0283 cubic meter (m3) 1 cubic yard (yd3) ..................................................................................0.7646 cubic meter (m3) 1 acre ....................................................................................................0.4047 hectare (ha) 1 U.S. gallon (gal) .................................................................................3.7854 Liter (L) 1 fluid ounce (fl. oz.) ..............................................................................29.5735 millileter (mL) 1 pound mass (lb) (avoirdupois) ...........................................................0.4536 kilogram (kg) 1 ounce mass (oz) .................................................................................0.02835 kilogram (kg) 1 Ton (=2000 lb avoirdupois) ................................................................0.9072 Tonne (= 907 kg) 1 Poise ..................................................................................................0.1 pascal . second (Pa . s) 1 centistoke (cs) ....................................................................................1 square millimeters per second (mm2/s) 1 pound force (lbf) .................................................................................4.4482 Newton (N) 1 pounds per square inch (psi) .............................................................6.8948 Kilopascal (kPa) 1 pound force per foot (lbf/ft) .................................................................1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf).......................................................................1.3558 Joules (J) 1 foot-pound force per second ([ft-lbf]/s) ...............................................1.3558 Watt (W) 1 part per million (ppm) .........................................................................1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit (°F): ........................................................................Degree Celsius (°C): °F = (1.8 x °C) + 32 ...............................................................................°C = (°F – 32)/1.8 SI Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (lm) 1 second (s) Common Metric Prefixes kilo (k) ....................................................................................................103 centi (c)..................................................................................................10-2 milli (m) ..................................................................................................10-3 micro (µ) ................................................................................................10-6 nano (n) .................................................................................................10-9 pico (p) ..................................................................................................10-12 1-5 SYMBOLS ∆ Delta, the central angle or angle between tangents ∠ Angle % Percent ‘ Feet or minutes “ Inches or seconds 1 Number / per or (between words) ° Degree PL Property line CL Centerline SL Survey line or station line Revised 6/15/17 Contract No. 5054 Page 47 of 114 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. Revised 6/15/17 Contract No. 5054 Page 48 of 114 Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 per-cent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor’s own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceed-ings under this section, the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten (10) days in advance of the time and location of said hearing. The deter-mination of the City Council shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated “Specialty Items” may be performed by subcontract, and the amount of any such “Specialty Items” so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. “Specialty Items” will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcon-tracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Con-tractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Con-tract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Proce-dure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. Revised 6/15/17 Contract No. 5054 Page 49 of 114 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 warranty period specified in 6-8 and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commis-sioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiving notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifica-tions, to which the Engineer shall have access at all times. The specifications for the work include the General Provisions, project technical specifications, and Carlsbad Engineering Standards (CES), Standard Specifications for Public Works Construc-tion, (SSPWC), Part 2 & 3, and the latest supplements thereto, current edition at the time of bid opening as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter designated "SSPWC", as amended. The construction plans are designated as City of Carlsbad Drawing No. 518-8 and consists of 31 sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Depart-ment of Public Works Regional Standards Committee, together with the most recent editions of the City of Carlsbad Engineering Standards and Carlsbad Standard Drawings, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES and Revised 6/15/17 Contract No. 5054 Page 50 of 114 CSD, respectively. The Contractor shall obtain copies of these standards and keep a bound copy at the job site for reference during the course of the Work. The Plans, Specifications, and other reference documents comprising the Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooper- ative. Anything specified in the Specifications 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. Technical Specifications. 6. Supplemental Provisions. 7. Carlsbad General Provisions. 8. Plans. 9. 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). 10. Standard Specifications for Public Works Construction, as amended. 11. Reference Specifications. 12. Manufacturer’s Installation Recommendations Detail drawings shall take precedence over general drawings. Revised 6/15/17 Contract No. 5054 Page 51 of 114 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. 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor’s expense, as required in 2-5.3.2, 2-5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engineer. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required by performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 20 working days for review of submittals unless other-wise specified in the Special Provisions. Each submittal shall be accompanied by a letter of trans- mittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label ‘4-C’ would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submit-tals shall be accompanied by a letter of transmittal on the Contractor’s letterhead. The Letter of Transmittal shall contain the following: 1. Project title and Agency contract number. 2. Number of complete sets. 3. Contractor’s certification statement. 4. Specification section number(s) pertaining to material submitted for review. 5. Submittal number (Submittal numbers shall be consecutive including subsequent sub- mittals for the same materials.) 6. Description of the contents of the submittal. 7. Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval.” By: _________________________________ Title: ______________________________ Date: _______________________________ Company Name: ______________________________________________________________ Revised 6/15/17 Contract No. 5054 Page 52 of 114 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 2 207-2.5 Joints Reinforced Concrete Pipe 3 207-8.4 Joints Vitrified Clay Pipe 4 207-10.2.1 General Fabricated Steel Pipe 5 300-3.2 Cofferdams Structure Excavation & Backfill 6 303-1.6.1 General Falsework 7 303-1.7.1 General Placing Reinforcement 8 303-3.1 General Prestressed Concrete Construction 9 304-1.1.1 Shop Drawings Structural Steel 10 304-1.1.2 Falsework Plans Structural Steel 11 304-2.1 General Metal Hand Railings 12 306-2.1 General Jacking Operations 13 306-3.1 General Tunneling Operations 14 306-3.4 Tunnel Supports Tunneling Operations 15 306-6 Remodeling Existing Sewer Facilities Polyethylene Liner Installation 16 306-8 Microtunneling Microtunneling Operations 17 307-4.3 Controller Cabinet Wiring Diagrams Traffic Signal Construction Working drawings listed above as Items 5, 6, 8, 9, 10, 12, 13, 14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or as-sembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special Provisions. 2-5.3.4 Supporting Information. Supporting information is information required by the Specifi-cations for the purposes of administration of the Contract, analysis for verification of 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: Revised 6/15/17 Contract No. 5054 Page 53 of 114 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 bulletins, specifications, diagrams, product samples, and other information necessary to describe a system, product or item. This information is required for irrigation systems, street lighting systems, and traffic signals, and may also be required for any product, 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 Revised 6/15/17 Contract No. 5054 Page 54 of 114 monument before it is disturbed. The Contractor shall have the monument replaced by the Sur-veyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by §§ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.2 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 Revised 6/15/17 Contract No. 5054 Page 55 of 114 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. TABLE 2-9.2.2(A) Survey Requirements for Construction Staking Feature Staked Stake De-scription  Centerline or Parallel to Centerline Spac-ing,  Lateral Spac-ing ,  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, ≤ 50’ on tangents & ≤ 25’ on curves, Painted line - continuous at clearing line 1’ Horizontal Slope RP + Marker Stake Intervisible and ≤ 50’ Grade Breaks & ≤ 25’ 0.1’ Vertical & Hori-zontal Fence RP + Marker Stake ≤ 200’ on tangents, ≤ 50’ on curves when R≥ 1000’ & 25’ on curves when R≤ 1000’ N/A (constant off-set) 0.1’ Horizontal Rough Grade Cuts or Fills ≥ 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 R≥ 1000’ & ≤ 25’ on curves when R ≤ 1000’ ≤ 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-ties,  RP + Marker Stake intervisible & ≤ 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 ¼∆, ½∆ & ¾∆ on curb returns & at beginning & end (constant off-set) 3/8” Horizontal & 1/4” Vertical Traffic Signal  Vertical locations shall be based on the ulti-mate elevation of curb and sidewalk Signal Poles & Controller  RP + Marker Stake at each pole & controller location as appropriate 3/8” Horizontal & 1/4” Vertical Junction Box  RP + Marker Stake at each junction box location as appropriate 3/8” Horizontal & 1/4” Vertical Conduit  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 & when depth cannot be measured from exist-ing pavement 1/4” Ver-tical Revised 6/15/17 Contract No. 5054 Page 56 of 114 Feature Staked Stake De-scription  Centerline or Parallel to Centerline Spac-ing,  Lateral Spac-ing ,  Setting Tolerance (Within) Minor Structure  RP + Marker Stake + Line Stake for catch basins: at centerline of box, ends of box & wings & at each end of the local depression  as appropriate 3/8” 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  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 Major Structure  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 3/8” 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  Contour Grad-ing  RP + Marker Stake ≤ 50’ along contour line 0.1’ Vertical & Hori-zontal Utilities ,  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  RP + Marker Stake intervisible & ≤ 100’, BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities as appropriate 0.1’ Horizontal & 1/4” Vertical Signs  RP + Marker Stake + Line Point +Guard Stake At sign location Line point 0.1’ Vertical & Hori-zontal Subsurface Drains  RP + Marker Stake intervisible & ≤ 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  RP + Marker Stake longitudinal location At beginning & end 0.1’ Horizontal & 1/4” Vertical Markers  RP + Marker Stake for asphalt street surfacing ≤ 50’ on tan-gents & curves when R≥ 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 ≥ 1000’ & ≤ 25’ on curves when R ≤ 1000’ at railing & barrier loca-tion(s) 3/8” Horizontal & Verti-cal AC Dikes  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 Mark-ers RP 200’ on tangents, 50’ on curves when R ≥ 1000’ & 25’ on curves when R ≤ 1000’. For PCC surfaced streets lane cold joints will suffice at pavement marker lo-cation(s) 1/4” Horizontal  Staking for feature may be omitted when adjacent marker stakes reference the offset and elevation of those fea-tures and the accuracy requirements of the RP meet the requirements for the feature  Reference points shall be sufficiently durable and set securely enough to survive with accuracy intact throughout the installation & inspection of the features or adjacent facilities for which they provide control. RP means reference point for the purposes of this table  Perpendicular to centerline.  Some features are not necessarily parallel to centerline but are referenced thereto Revised 6/15/17 Contract No. 5054 Page 57 of 114  Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the fea-ture  ≥ means greater than, or equal to, the number following the symbol. ≤ means less than, or equal to, the number following the symbol.  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 be the color specified in TABLE 2-9.2.2(B) TABLE 2-9.2.2(B) Survey Stake Color Code for Construction Staking 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, fi-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/Yel-low 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 re-placement of disturbed monuments and the filing of records of survey and/or corner records, in-cluding filing fees, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made. 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the qual-ity and practice required by the Engineer. 2-9.4 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the fin-ished work. Grades for underground conduits will be set at the surface of the ground. The Contractor shall transfer them to the bottom of the trench. 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all matters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce compliance with the Plans and Specifications. The Contractor shall promptly comply with instruc- tions from the Engineer or an authorized representative. Revised 6/15/17 Contract No. 5054 Page 58 of 114 The decision of the Engineer is final and binding on all questions relating to: quantities; accepta- bility of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless otherwise ordered by the Board. 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor’s or subcontractor’s possession pertaining to the work that the Engineer may request. 2-10.2 Audit and Inspection, Contractor agrees to maintain and/or make available, to the Engi-neer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor’s and its subcontractors’ performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Con- tractor’s staff and the staff of all subcontractors to this contract. At any time during normal busi-ness hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relat- ing to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor’s ongoing business operations. Con-tractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Con-tractor shall notify the Engineer before noon of the working day before inspection is required. Work shall be done only in the presence of the Engineer, unless otherwise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized rep-resentatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and workmanship are in accordance with these specifications. Inspection of the Work shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract. In addition to the Work being subject to inspection and approval by the Engineer, field inspection by the Department of Water Resources (DWR), Division of Safety of Dams (DSOD) will be re-quired during construction, including inspection of materials incorporated into the work and review and approval of submittals, test results and other documentation associated with the Project. The Contractor shall allow DSOD representative’s access to the project site. All communication with DSOD pertaining to the project shall be coordinated through the Engineer or designated repre-sentative. DSOD requires a 72-hour notice from the Engineer to schedule a field inspection. Therefore, the Contractor shall provide at least five (5) Working Days’ notice prior to conducting any Work that is subject to DSOD inspection. Revised 6/15/17 Contract No. 5054 Page 59 of 114 SECTION 3 – CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the inter-ests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as grant-ing a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitation, the change shall be by written Supplemental Agreement between the Con-tractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are in-volved, shall provide for the Contractor’s signature indicating acceptance. 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in con-formance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 50 percent, payment will be made per Section 3-2.2.2 or 3-2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of work cov- ered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 150 per-cent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. Revised 6/15/17 Contract No. 5054 Page 60 of 114 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifica-tions, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Con-tract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contrac-tor. Stipulated Unit Prices may be used for the adjustment of Contract changes when so specified in the Special Provisions. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement cannot be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise spec-ified in Sections 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construction, Contractor shall provide a schedule of values for all lump sum bid items that shall be used for the purpose of progress payments. The prices shall be valid for the purpose of change orders to the project. The Engineer shall approve the description, quantity and value of each item comprising each lump sum bid item. If, in the opinion of the Engineer, greater detail is necessary to support the lump sum bid item prices, the Contrac-tor shall add the additional items or provide substantiating data as requested by the Engineer. 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notifi-cation in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material cannot be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for handling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Section 3-3. 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as “extra work” when the Engineer determines that it is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. Revised 6/15/17 Contract No. 5054 Page 61 of 114 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. Revised 6/15/17 Contract No. 5054 Page 62 of 114 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. Revised 6/15/17 Contract No. 5054 Page 63 of 114 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 follow- ing 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 be-lieves additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. Revised 6/15/17 Contract No. 5054 Page 64 of 114 “The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-12655. The undersigned further under- stands and agrees that this potential claim, unless resolved, must be restated as a claim in re-sponse to the City’s proposed final estimate in order for it to be further considered.” By: ___________________________________ Title: ______________________________ Date: _________________________________ Company Name: ______________________________________________________________ The Contractor’s estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim sub-sequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor’s report and respond with a position, request additional information or re-quest that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor’s presentation of its report. The Contractor may appeal each level’s position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a reso-lution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. Revised 6/15/17 Contract No. 5054 Page 65 of 114 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 Revised 6/15/17 Contract No. 5054 Page 66 of 114 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. Revised 6/15/17 Contract No. 5054 Page 67 of 114 (5) If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim against a public entity because privity of contract does not exist, the contractor may present to the public entity a claim on behalf of a subcontractor or lower tier subcontractor. A subcontractor may re-quest in writing, either on his or her own behalf or on behalf of a lower tier subcontractor, that the contractor present a claim for work which was performed by the subcontractor or by a lower tier subcontractor on behalf of the subcontractor. The subcontractor requesting that the claim be pre-sented to the public entity shall furnish reasonable documentation to support the claim. Within 45 days of receipt of this written request, the contractor shall notify the subcontractor in writing as to whether the contractor presented the claim to the public entity and, if the original contractor did not present the claim, provide the subcontractor with a statement of the reasons for not having done so. (e) The text of this section or a summary of it shall be set forth in the plans or specifications for any public works project that may give rise to a claim under this section. (f) A waiver of the rights granted by this section is void and contrary to public policy, provided, however, that (1) upon receipt of a claim, the parties may mutually agree to waive, in writing, mediation and proceed directly to the commencement of a civil action or binding arbitration, as applicable; and (2) a public entity may prescribe reasonable change order, claim, and dispute resolution procedures and requirements in addition to the provisions of this section, so long as the contractual provisions do not conflict with or otherwise impair the timeframes and procedures set forth in this section. (g) This section applies to contracts entered into on or after January 1, 2017. (h) Nothing in this section shall impose liability upon a public entity that makes loans or grants available through a competitive application process, for the failure of an awardee to meet its con-tractual obligations. (i) This section shall remain in effect only until January 1, 2020, and as of that date is repealed, unless a later enacted statute, that is enacted before January 1, 2020, deletes or extends that date. In addition, all claims by Contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the Revised 6/15/17 Contract No. 5054 Page 68 of 114 claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifica-tions for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (com-mencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. Revised 6/15/17 Contract No. 5054 Page 69 of 114 20104.4. The following procedures are established for all civil actions filed to resolve claims sub-ject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time re-quirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Proce-dure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators ap-pointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a differ-ent division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undis-puted except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. Revised 6/15/17 Contract No. 5054 Page 70 of 114 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 relocate the storage area as necessary or as ordered by the Engineer to allow for the operation of existing or new facilities. No additional payment will be made for such relocation. 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. Vitrified clay and cast iron pipe in all sizes are acceptable upon certification as to compliance with the Specifications; however, the Agency reserves the right to conduct tests or inspections to eval- uate compliance subject to sampling and testing by the Agency upon delivery. 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 inspection at the source, nor-mally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. Revised 6/15/17 Contract No. 5054 Page 71 of 114 The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be nec-essary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to pur-chase materials, fabricated products, or equipment from sources located more than 50 miles out-side the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equip-ment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its ex-pense, shall deliver the materials for testing to the place and at the time designated by the Engi-neer. Unless otherwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor’s responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the require-ments indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Revised 6/15/17 Contract No. 5054 Page 72 of 114 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. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made nec-essary by noncompliance with the specifications shall be borne by the Contractor. 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifica-tions and accept the manufacturer’s written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words or equal. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any mate-rial, process, or equipment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the contract documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durabil-ity, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its in-tended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer’s findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, ap-pearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for propor- tioning materials shall be inspected for accuracy and certified within the past 12 months by the Revised 6/15/17 Contract No. 5054 Page 73 of 114 State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regula- tions pertaining to weighing devices. A certificate of compliance shall be presented, prior to oper-ation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator’s platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other oper-ating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pres-sure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain-measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Cal-ibration certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Mod-ified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials’ tests, as de-fined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The inves-tigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional in- formation in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the co- operative investigation concluded. Whenever the cooperative investigation is unable to reach res-olution, the investigation may then either conclude without resolution or continue by written noti-fication of one party to the other requesting the implementation of a resolution process by com- mittee. The continuance of the investigation shall be contingent upon recipient’s agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledge-ment, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will 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 Con-tractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notification. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the coop- erative investigation and will re-consider all available information and if necessary gather new and Revised 6/15/17 Contract No. 5054 Page 74 of 114 additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its writ-ten 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 oth-erwise agreed, the Contractor shall bear and maintain a record for all the investigative costs until resolution. Should the investigation discover assignable causes for the con-tradiction, the assignable party, the Agency or the Contractor, shall bear all costs as-sociated with the investigation. Should assignable causes for the contradiction ex- tended to both parties, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction with-out assignable cause, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a con-tradiction, the initiator of the investigation shall bear all investigative costs. All claim notification requirements of the contract pertaining to the contradiction shall be sus- pended 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. Revised 6/15/17 Contract No. 5054 Page 75 of 114 SECTION 5 – UTILITIES 5-1 LOCATION. The Agency and affected utility companies have, by a search of known rec-ords, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utili-ties indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, tele-phone, or cable television are shown on the Plans, the Contractor shall assume that every prop- erty parcel will be served by a service connection for each type of utility. As provided in Section 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Under-ground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installations. The Contractor shall determine the location and depth of all utilities by potholing and prior to any excavation, 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. Revised 6/15/17 Contract No. 5054 Page 76 of 114 Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic pro- tection system is exposed or damaged by the Contractor’s operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the proce-dures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering por-tions of utilities shown on the Plans or indicated in the Bid documents as “abandoned” or “to be abandoned in place”. Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. 5-4 RELOCATION. When indicated in the Contract Documents, the owners responsible for utilities within the area affected by the Work will complete their necessary installations, reloca-tions, repairs, or replacements before 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 manhole frame and cover sets to be brought to grade as provided in the CES and the Standard Specifications for Public Works Construction and supplements thereto. Utilities which are relocated in order to avoid interference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and prop-erty line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3-3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect in- terfering service connections. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer’s approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Revised 6/15/17 Contract No. 5054 Page 77 of 114 Such temporary omission shall be for the Contractor’s convenience and no additional compensa-tion will be allowed therefore or for additional work, materials or delay associated with the tempo- rary omission. The portion thus omitted shall be constructed by the Contractor immediately fol-lowing the relocation of the utility involved unless otherwise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time avail-able for protection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Sec-tion 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unrea- sonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not iden-tified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or altera-tions not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor’s actual loss as was unavoidable and the Contractor may be granted an extension of time. 5-6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. Revised 6/15/17 Contract No. 5054 Page 78 of 114 SECTION 6 – PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be re- quired by law the Contractor shall begin work within ten (10) calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor’s man-agement personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor’s responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6-4. No separate payment will be made for the Contractor’s attendance at the meeting. The notice to proceed will only be issued on or after the completion of the precon-struction meeting. 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Base-line Construction Schedule shall include each item and element of Sections 6-1.2 through 6-1.2.9 and shall be on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media. 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities re-quired to represent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Schedule shall include detail of all project phasing, staging, and se-quencing, including all milestones necessary to define beginning and ending of each phase or stage. 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprising the schedule. 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. Revised 6/15/17 Contract No. 5054 Page 79 of 114 6-1.2.4 Schedule Software. The Contractor shall use commercially available software compati-ble with Windows 10 such as Primavera by Oracle Corporation, “Project” by Microsoft Corporation or approved equal to prepare the Baseline Construction Schedule and all updates thereto. The Contractor shall submit to the Agency a data compact disk (CD) with all network information con-tained thereon. 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 all activities of Work, including submittals, interfaces between utility companies and other agencies, project milestones and equipment and material deliveries. The number of activities shall be sufficient, in the judgment of the Engineer, to communicate the Contractor’s plan for project execution, to accurately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity’s description shall accurately define the work planned for the activity and each activity shall have recognizable 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 constraint 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 contract time. Should the Contractor propose a project duration shorter than the contract time, a complete Baseline Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule require-ments of Section 6-1. The Engineer may choose to accept the Contractor’s proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Base-line 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 Con- struction Schedule. The Agency’s acceptance of a shortened duration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised dura- tion. 6-1.2.10 Engineer’s Review. The Construction Schedule is subject to review by the Engineer. The Engineer’s determination that the Baseline Construction Schedule proposed by the Contrac-tor complies with the requirements of these supplemental provisions shall be a condition prece-dent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engi-neer. Failure of the Contractor to obtain the Engineer’s determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental pro-visions within thirty (30) working days after the date of the preconstruction meeting shall be Revised 6/15/17 Contract No. 5054 Page 80 of 114 grounds for termination of the contract per Section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 30 working days. The Engineer will review and return to the Contractor, with any comments, the Baseline Construc-tion Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per Sections 6-1.2.10.1 through 6-1.2.10.3. 6-1.2.10.1 “Accepted.” The Contractor may proceed with the project work upon issuance of the Notice to Proceed and will receive payment for the schedule in accordance with Section 6-1.8.1. 6-1.2.10.2 “Accepted with Comments.” The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per Section 6-1.8.1. 6-1.2.10.3 “Not Accepted.” The Contractor must resubmit the schedule incorporating the cor-rections and changes of the comments prior to receipt of payment per Section 6-1.8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked “Accepted” or “Accepted with Comments” by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked “Accepted” by the Engineer. 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon each activity’s schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media per the submittal requirements of Section 2-5.3 and will include each item and element of Sections 6-1.2 through 6-1.2.9 and 6-1.3.1 through 6-1.3.7. 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed dur-ing the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Contractor shall report the percentage determined by the Engineer as complete for the activity. 6-1.3.3 Electronic Media. The schedule data disk shall be labeled with the project name and number, the Contractor’s name and the date of preparation of the schedule data disk. The sched- ule data disk shall be readable by the software specified in Section 6-1.2.4 “Schedule Software” and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. 6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change. 6-1.3.5 Change Orders. Each monthly update will include the addition of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor’s change orders. Revised 6/15/17 Contract No. 5054 Page 81 of 114 6-1.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.4 Engineer’s Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be returned marked as per Sections 6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked “Accepted with Comments” or “Not Accepted” by the Engineer will be returned to the Contractor for correction. Upon resub-mittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer re-turning a monthly updated construction schedule marked “Not Accepted”. 6-1.4.1 “Accepted.” The Contractor may proceed with the project work and will receive payment for the schedule in accordance with Section 6-1.8.2. 6-1.4.2 “Accepted with Comments.” The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer’s comments prior to receipt of payment per Section 6-1.8.2. 6-1.4.3 “Not Accepted.” The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer’s comments prior to receipt of payment per Section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked “Accepted” by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor’s responsibility. 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent “Accepted” Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the “Accepted” schedule. 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substan-tially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of Section 2-5.3 and per the schedule review and acceptance requirements of Section 6-1, including but not limited to the acceptance and payment provisions. As used in this section “substantially different” means a time variance greater than 5 percent of the number of days of duration for the project. Revised 6/15/17 Contract No. 5054 Page 82 of 114 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. Lowering of the lake level shall not be permitted for the performance of the Work or to access any portion of the reservoir outlet structure or any portion of the project site. The lake receives surface drainage from the surrounding basin and the range of potential lake levels are identified on the plans, being as high as the spillway during the rainy season (October 31 to April 30) and lowering to levels between the spillway and existing Intake #2 at other times. Intake #1 is normally open, and the lake level will draw down to that level following rain events. The Contractor shall not use the lake water level, at any elevation, as a basis for substantiating delays in the Work, as a basis for additional payment or to request a time extension pursuant to 6-6. 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 improvements to the Lake Calavera outlet piping and controls. Specific effort includes: 1. Modification of the outlet box on the downstream side of the dam and adding a new 24-inch butterfly valve to allow temporary control of the lake water during construction, 2. Modification of the 24-inch stainless steel lake outlet piping header including adding new outlet valves (two 18-inch and one 24-inch eccentric plug valves) with pneumatic actuators and associated pneumatic control tubing and valve position signal wiring, all located on Revised 6/15/17 Contract No. 5054 Page 83 of 114 the upstream side of the dam and requiring underwater divers and the use of barges to complete, 3. Modifications of the air piping within the on-site control building, 4. Demolition of the existing hydraulic actuation unit and certain hydraulic fluid piping and tubing within the control room and outlet valve control cabinet, cleaning and reuse of hy- draulic hoses spanning from the control panel to the new outlet valves, 5. Inspection and repair of the existing air dryers and air compressors within the control room and modification of the pneumatic control tubing within the control panel, 6. Removal of selected electrical wiring within the control panel, rewiring, and furnishing and installation of new panel face and labels, and 7. Modification of the pneumatic piping in Pull Box F located near the top of the dam. Portions of the Work will require underwater divers and the use of barges and/or cranes to com-plete. Control programming is not a part of the Work. The following construction phase descriptions are provided for the Contractor’s use in schedul- ing and performance of the Work. The descriptions shall not relieve the Contractor from its re-sponsibilities to coordinate and perform the Work or to develop additional phases necessary to complete the Work in its entirety in accordance with the Contract Documents. The Contractor shall develop a Work Plan describing the phasing, procedures, equipment and materials for all elements of the Work and submit the Work Plan in accordance with Section 2-5.3. Any modifica-tion of the phasing described below shall be approved by the Engineer. 6-2.2 Lake Calavera Outlet Improvements Construction Phasing 6-2.2.1 Phase 1. Modification of the outlet box on the downstream side of the dam to provide control of the lake water during construction. The work includes demolition work, fabrication and installation of special pipe and fittings and a link type seal, reinforced concrete, new butterfly valve, and outlet box subdrain. The work of this phase must be completed before performing any of the subsequent phases. 6-2.2.2 Phase 2. Remove and modify the lake outlet piping header located on the upstream side of the dam and install three, new, pneumatically actuated valves and associated pneumatic control tubing and valve position signal wiring. Demolish and remove the existing piping and ap-purtenances in the lake as shown on Drawing D-2 after the Work Plan and all submittals for ma-terials for this phase have been approved by the Engineer and the new valves and materials comprising the outlet piping header assembly have been delivered for assembly and installation. Initiate this effort immediately after the completion of Phase 1. The outlet piping and valves may be removed using divers, barge(s) and/or crane(s) or other means approved by the Engineer. Install a protective screen or blind flange on the outlet piping after removal of the outlet piping header assembly. The use of coffer dams to isolate and lower the water level for work access is not permitted. Modify the outlet piping header at a fabrication facility specializing in stainless steel pipe fabrication of the sizes required for the Work. With modification complete, reinstall the modified pipe header and pneumatically actuated valves utilizing divers, barge(s) and/or crane(s). After the completion of Phases 3, 4 and 5, extend the pneumatic control tubing and piping from the existing tubing ends to the new valves and install valve “open” and “close” signal wiring to complete the installation. Revised 6/15/17 Contract No. 5054 Page 84 of 114 6-2.2.3 Phase 3. Modify the air piping within the on-site control building which primarily consists of changing the configuration of 1-inch galvanized steel pipe. Modify the piping associated with the 400-gallon compressed air receiver used for barrel screen air backwashing to provide com-pressed air supply for valve control as a back-up to the 90-gallon air receiver. This effort occurs simultaneously with Phase 2. 6-2.2.4 Phase 4. Remove the existing hydraulic system. This work consists of demolishing most of the pneumatic tubing, the existing hydraulic actuation unit, and the existing stainless steel hydraulic tubing within the control cabinet necessary to converting the hydraulic/ pneu-matic system to a purely pneumatic control system as shown on the plans. Clean and repurpose the existing hydraulic lines (six, 200-foot runs) that extend to the lake outlet control valves. This effort occurs simultaneously with Phase 2. 6-2.2.5 Phase 5. Modify the pneumatic control tubing within the control panel in the control building. Demolish most of the pneumatic tubing necessary to convert the hydraulic/pneumatic system to a purely pneumatic control system and inspect and repair the existing air dryers and air compressors within the control room. This effort occurs simultaneously with Phase 2. 6-2.2.6 Phase 6. Remove certain electrical wiring within the control panel, rewire, and furnish and install a new panel face with indicator lights, switches and labels. This effort occurs simulta-neously with Phase 2. 6-2.2.7 Phase 7. Modify the pneumatic piping in Pull Box F located near the top of the dam. Add ¾-inch isolation valves to allow switching to a spare pneumatic line should leaks ever de-velop in the pneumatic control lines between Vault F and the outlet valves. These lines and other pull boxes are encased in concrete and periodically submerged rendering replacement or repair difficult. This effort occurs simultaneously with Phase 2. 6-2.2.8 Phase 8. Start-up and test the valves and controls and conduct maintenance training of staff for the fully installed system. Testing and training shall include all electrical and mechanical systems as specified elsewhere in the Contract Documents. 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project Meetings. The Contractor’s Representative shall attend each Project Meeting. The Project Rep-resentative shall be the individual determined under Section 7-6, “The Contractor’s Representa-tive”. No separate payment for attendance of the Contractor, the Contractor’s Representative or any other employee or subcontractor or subcontractor’s employee at these meetings will be made. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engi-neer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise specified in Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of ar-chaeological or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Revised 6/15/17 Contract No. 5054 Page 85 of 114 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 diligently execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule, 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 Perfor-mance 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 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. 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discre-tion or when conditions encountered during the Work make it impossible or impracticable to pro-ceed, 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. Revised 6/15/17 Contract No. 5054 Page 86 of 114 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contrac-tor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. No extension of time will be granted for a delay caused by the Contractor’s inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof. The proof must be provided in a timely manner in accordance with the sequence of the Contractor’s operations and the approved construction schedule. If delays beyond the Contractor’s control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interests of the Agency. The Con-tractor will not be entitled to damages or additional payment due to such delays, except as pro-vided in Section 6-6.3. If delays beyond the Contractor’s control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the 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 Con-tractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. Revised 6/15/17 Contract No. 5054 Page 87 of 114 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 Contractor shall diligently prosecute the work to completion within one hundred eighty (180) working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor associa- tion, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work. The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Con-tractor is in the best interest of the Agency. The Contractor shall pay the inspection costs of such work. No work shall be performed by the contractor in violation of any permit, ordinance or other re-quirement of the Contract Documents. The Contractor shall incorporate the dates, areas and types of or work prohibited or restricted in the Contract Documents into 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 may require after hours and weekend work where such work is required to protect life or property or to remedy unforeseen conditions. 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. Revised 6/15/17 Contract No. 5054 Page 88 of 114 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the Engineer for acceptance upon receipt of the Contractor’s written assertion that the Work has been completed. The Engineer will not accept the Work or any portion of the Work before all of the Work is com- pleted and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or perma-nent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engi-neer’s judgment, the Work has been completed and is ready for acceptance, the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board’s acceptance of the Work the Engineer will cause a “Notice of Completion” to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. Except where specifically stated otherwise, all work shall be warranted for one (1) year after re- cordation 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 per-cent of the faithful performance bond shall be retained as a warranty bond for the specified war- ranty period. The Contractor shall replace or repair any such defective work in a manner satisfac-tory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor’s sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of One Thousand Five-Hundred Dollars ($1,500.00). 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 the liqui- dated damages per day specified herein 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 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 Revised 6/15/17 Contract No. 5054 Page 89 of 114 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. Revised 6/15/17 Contract No. 5054 Page 90 of 114 SECTION 7 – RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR’S EQUIPMENT AND FACILITIES. The Contractor shall furnish and main-tain in good condition all equipment and facilities as required for the proper execution and inspec-tion of the Work. Such equipment and facilities shall meet all requirements of applicable ordi-nances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or otherwise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with ap- plicable provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimination because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. In accordance with the Labor Code, the Board has on file and will publish a schedule of prevailing wage rates for the types of work to be done under the Contract. The Contractor shall not pay less than these rates. Each worker shall be paid subsistence and travel as required by the collective bargaining agree-ment on file with the State of California Department of Industrial Relations. The Contractor’s attention is directed to Section 1776 of the Labor Code which imposes respon-sibility upon the Contractor for the maintenance, certification, and availability for inspection of such records for all persons employed by the Contractor or Subcontractor in connection with the project. The Contractor shall agree through the Contract to comply with this Section and the re-maining provisions of the Labor Code. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 10 of the Public Works Contract. The cost of this insurance shall be included in the Contractor’s Bid. 7-4 WORKERS’ COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: “I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers’ compensation or to un-dertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract.” Revised 6/15/17 Contract No. 5054 Page 91 of 114 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 comply with the requirements of Resource Agency or other jurisdictional agency permits which are applicable to the Work and the cost of such compliance shall be considered included in the total price bid. 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 permits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-5.1 Resource Agency Permits. Resource agency permits applicable to the Work are in- cluded in Appendix ‘A’ of these supplemental provisions. Resource agency permits pertaining to vegetation removal for this project include: 1. California Department of Fish and Game Streambed Alternation Agreement Notification No. 1600-2013-0241-R5 2. US Dept of Fish and Game, Document No. 20120248 3. EIA 11-03 4. CEQA NOE 2017-03-02 7-6 THE CONTRACTOR’S REPRESENTATIVE. Before starting work, the Contractor shall designate in writing a representative who shall have complete authority to act for it. An alternative representative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its pres-ence to take measures necessary to protect the Work, persons, or property. Any order or com-munication given to this representative shall be deemed delivered to the Contractor. A joint ven-ture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or Revised 6/15/17 Contract No. 5054 Page 92 of 114 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 as-certaining 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 damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility compa-nies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. 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. Revised 6/15/17 Contract No. 5054 Page 93 of 114 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 storm water and non-storm water pollu- tion. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of Revised 6/15/17 Contract No. 5054 Page 94 of 114 said channels, drains, and waters. Water pollution control work shall consist of constructing facil-ities or installing and implementing best management practices to provide prevention, control, and abatement of pollution from any source. The Contractor shall limit the land disturbance area resulting from construction activities to less than 1 acre and prepare and comply with a City of Carlsbad Tier 2 Construction SWPPP. A model Storm Water Pollution Prevention Plan (SWPPP) is provided in Appendix B for the Contractor’s use in preparing the project SWPPP for approval by the City. The Contractor shall comply with the Regional Water Quality Control Board (RWQCB) San Diego Region Order No. R9-2013-0001, as amended by Order Nos. R9-2015-0001 and R9-2015-0100, National Pollutant Discharge Elim-ination System (NPDES) No. CAS0109266, Waste Discharge Requirements for Discharges from the Municipal Separate Storm Sewer Systems (MS4s) Draining the Watersheds within San Diego Region and any amendment, revision or re-issuance thereto. If the Contractor’s land disturbance area is equal to or greater than one acre, the Contractor shall prepare and implement a project SWPPP that complies with the Construction General Permit, Order Number 2009-0009-DWQ (as amended by 2010-0014 DWQ and 2012-0006-DWQ), National Pollutant Discharge Elimination System (NPDES) General Permit for Stormwater Discharges associated with Construction and Land Disturbance Activities. The Contractor shall cooperate with the City during the preparation of the Notice of Intent (NOI), which shall be filed by the City of Carlsbad per the requirements of the applicable Order before a Notice to Proceed is issued. The Contractor shall cooperate with the City and furnish all data and reports necessary to demonstrate compliance with applicable Orders and for the filing of the No-tice of Termination (NOT) by the City and acceptance by the State Water Resources Control Board. At least one Conditional Waiver of the California Water Quality Control Board, San Diego Region, Order No. R9-2014-0041, Conditional Waivers of Waste Discharge Requirements for Low Threat Discharges in the San Diego Region is deemed applicable to the Work. The Contractor shall evaluate its means and methods required to construct the Work in a manner that complies with the conditional waivers and shall notify the Engineer in the event of conflict and prior to mobiliza-tion. Construction activities which create a potential for storm water or non-storm water pollution and which are not authorized by the conditional waivers shall be addressed in the project SWPPP prepared by the Contractor. All costs for preparing and implementing the Storm Water Pollution Prevention and Monitoring Plans in accordance with applicable Orders and coordinating with the City and the Regional Water Quality Control Board shall be included in the bid item for Storm Water Pollution Prevention Plan or, if no such bid item exists, shall be included as part of the total bid price and no separate payment will be made. 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. Revised 6/15/17 Contract No. 5054 Page 95 of 114 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. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor’s operations shall cause no unnecessary inconven-ience. The access rights of the public shall be considered at all times. Unless otherwise author-ized, vehicle traffic and pedestrians 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; public hiking trails; and establishments of similar nature. Access to these facilities shall be continuous and unobstructed unless otherwise approved by the Engineer. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian cross-ings of the Work at intervals not exceeding 90 m (300 feet), shall be maintained unless otherwise approved by the Engineer. Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. If backfill has been completed to the extent that safe access may be provided, and the street is opened to local traffic, the Contractor shall immediately clear the street and driveways and provide and maintain access. The Contractor shall cooperate with the various parties involved in the delivery of mail and the collection and removal of trash and garbage to maintain existing schedules for these services. Revised 6/15/17 Contract No. 5054 Page 96 of 114 Grading operations, roadway excavation and fill construction shall be conducted by the Contractor in a manner to provide a reasonably satisfactory surface for traffic. When rough grading is com- pleted, the roadbed surface shall be brought to a smooth, even condition satisfactory for traffic. Unless otherwise authorized, work shall be performed in only one-half the roadway at one time. One half shall be kept open and unobstructed until the opposite side is ready for use. If one-half a street only is being improved, the other half shall be conditioned and maintained as a detour. The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City’s contracted waste disposal com-pany, Coast Waste Management at (760) 929-9417. During pavement overlay operations, the Contractors schedule for overlay application shall be designated to provide residents and business owners whose streets are to be overlaid sufficient paved parking within an 800- foot distance from their homes or businesses. Seventy-two hours prior to the start of any construction in the public right-of-way or public access areas that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor’s permanent office or field office and the other number shall be a 24-hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief descrip-tion of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and du-rability to 65 lb. card stock. The printing on the notice shall be no smaller than 12 point. An exam-ple of such notice will be provided upon request. For public trails, the notification shall be posted or distributed to pedestrians at each entrance to the work for the duration of the work. In addition to the notifications, the contractor shall post no parking signs 72 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the no parking signs 72 hours in ad-vance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 72 hours in advance of the rescheduled work. Revised 6/15/17 Contract No. 5054 Page 97 of 114 The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional com- pensation for printing and distributing these notices. The contractor shall replace all street markings and striping damaged by construction activities. The Contractor shall include in its Bid all costs for the above requirements. 7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall not be stored in streets, roads, or highways for more than 5 days after unloading. All materials or equipment not installed or used in construction within 5 days after unloading shall be stored else-where by the Contractor at its expense unless authorized additional storage time. Construction equipment shall not be stored at the Work site before its actual use on the Work nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of equip-ment may be authorized by the Engineer. Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless otherwise permitted. After placing backfill, all excess material shall be removed immediately from the site. 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, flag persons, and watch persons. 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 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 4. Carlsbad Traffic Signals Maintenance (extension 2937) ........... 760-438-2980 5. Carlsbad Traffic Signals Operations.......................................... 760-602-2752 6. North County Transit District ..................................................... 760-967-2828 7. Waste Management ................................................................. 760-929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer’s written approval prior to deviating from the requirements of 2) through, and including, 7) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. The Contractor shall secure approval, in advance, from authorities concerned for the use of any bridges proposed by it for public use. Temporary bridges shall be clearly posted as to load limit, with signs and posting conforming to current requirements covering “signs” as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. Revised 6/15/17 Contract No. 5054 Page 98 of 114 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 dollars ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and con-trol devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of Section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of Section 214-5.1.et seq. All temporary reflective channelizers shall conform to the provisions of Section 214-5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb mark- ing shall conform to the provisions of Section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to Section 210-1.6 for materials and Section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Con-tractor. Warning and advisory signs, lights and devices shall be promptly removed by the Con-tractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be re-moved from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the trav-eled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in Section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS “Standard Specifications”, except the sleeves shall be 7” long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, in- cluding any Section closed to public traffic. Whenever the Contractor’s vehicles or equipment are parked on the shoulder within 6’ of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equip-ment and along the edge of the pavement at not less than 25’ intervals to a point not less than 25’ past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20-1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. 7-10.3.2 Maintaining Traffic. The Contractor’s personnel shall not work closer than 1.8 m (6’) nor operate equipment within 0.6 m (2’) from any traffic lane occupied by traffic. For equipment, the distance shall be measured from the closest approach of any part of the equipment as it is Revised 6/15/17 Contract No. 5054 Page 99 of 114 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 or prepared by the Contractor and approved by the Engineer or necessary for the work of installing, maintaining and removing traffic control de- vices. 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. 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 addi-tional 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 latest California Manual on Uniform Traffic Control Devices (CAMUTCD) published by CALTRANS. Whenever the work causes obliteration of pavement delineation, temporary or permanent pave- ment 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 pave-ment delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose 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. Revised 6/15/17 Contract No. 5054 Page 100 of 114 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. Such modifications, supple- ments and/or new design of TCP shall meet the requirements of the Engineer and the latest Cal-ifornia Manual on Uniform Traffic Control Devices (CA MUTCD) as published by CALTRANS. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a regis- tered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such modifications, supplements, and/or new designs to the TCP when, in the Engineer’s sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Con-tractor will be beneficial to the best interests of the Agency. Such modification, addition, supple-ment, and/or new design shall not be implemented and no work shall be commenced that is con-tingent on such approval until the changed TCP are approved by the Engineer. The preparation of such modification, addition, supplement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such mod-ifications, supplements, and/or new designs to TCP shall conform to the requirements of Section 2-5.3 Shop Drawings and Submittals. 7-10.3.7 Payment. The Contractor shall prepare and implement traffic control plans and shall furnish all labor and materials to perform, install, maintain, replace and remove all traffic control as incidentals to the work with which they are associated and no additional compensation will be allowed therefore. 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 in applicable safety orders, the plan shall be prepared by a California registered Civil or Structural Engineer. No excavation shall start until the Engineer has accepted the plan and the Contractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. Revised 6/15/17 Contract No. 5054 Page 101 of 114 Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are pro-vided or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engineer, or as otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Engineer’s approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Section 5194 of the California Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Ma- terial Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe condi- tions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, admin-istering and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and con-tain procedures for safe entry into confined spaces, including, but not limited to the following: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potential isolation and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space 7. Special hazards consideration 8. Personal protective equipment 9. Rescue plan provisions The Contractor’s submittal shall include the names of its personnel, including subcontractor per-sonnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit- Revised 6/15/17 Contract No. 5054 Page 102 of 114 required confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit-required con- fined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and person-nel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall indemnify and hold the Agency harmless from any legal action that may be brought for infringe-ment of patents. 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer’s approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and National 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 reg- ulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grad-ing. 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. 5054 Page 103 of 114 Revised 6/15/17 Contract No. 5054 Page 104 of 114 SECTION 8 – FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. All facilities provided for Agency personnel shall be at suitable locations ap-proved by the Engineer. Such facilities must be in a room, building, or trailer provided for this purpose with acceptable means for locking. A Class “A” Field Office in accordance with Section 8-2.1 shall be provided at any offsite plant facility furnishing pipe subject to Agency inspection during manufacture. A Field Laboratory in accordance with Section 8-3.1 shall be provided at any offsite or project site plant facility furnish- ing Portland cement concrete or asphalt paving material. Any other facilities for Agency personnel shall be provided only when required by the Specifications. Offices and laboratories at plants may be used concurrently by inspection personnel of other agencies provided such use does not seriously conflict with Agency use. When facilities are shared in this manner, at least one locker provided with a hasp for a padlock must be available for the exclusive use of Agency inspectors. Otherwise any facilities furnished are for the exclusive use of Agency personnel. All facilities shall conform to the applicable codes, ordinances, and regulations of the local juris-diction and of the State of California and shall conform to current practice. The interior shall be paneled or suitably lined to provide a facility of good appearance. The Contractor shall provide janitorial and other maintenance services in all types of facilities provided. Such services shall include the supply of the appropriate paper products and dispens-ers. Trash receptacles shall be provided and emptied by the Contractor at weekly intervals or sooner as required. The trash shall be removed from the project site. All costs to furnish, maintain, service, and remove the specified facilities at the project site shall be included in the price bid for such facilities. If no bid item is provided in the proposal, costs shall be included in other items for which bids are entered. The first progress payment will not be approved until all facilities are in place and fully comply with the Specifications. 8-2 FIELD OFFICE FACILITIES. 8-2.1 Class “A” Field Office. Contractor shall furnish the Engineer a "Class A" Field Office. The field office shall be for the exclusive use of the Engineer and such other individuals that the Engineer may designate. The field office shall be a separate structure from any other office facility. The Con-tractor shall maintain the field office throughout the entire duration of the contract unless the Engineer shall otherwise direct. This office shall have a minimum floor space of 600 ft2. All doors and win-dows shall be provided with screens. Furniture shall be provided as follows: one plan table, one standard 5 feet long double-pedestal desk with a drawer suitable for holding files, two chairs, one drafting stool, and one plan rack. Electric power shall be provided to include a minimum of four duplex convenience outlets. The office shall be illuminated at the tables and desk. An outdoor lighting fixture with a 300-watt bulb shall be installed. Revised 6/15/17 Contract No. 5054 Page 105 of 114 Heating and air conditioning of sufficient capacity shall be provided at no expense to the Agency. The Contractor shall provide drinking water within the office and integral sanitary facilities directly adjoining. Sanitary facilities shall include a toilet and wash basin with hot and cold running water. Extended area, non-coin-operated telephone service shall be provided within the office area. The installation shall include sufficient extension cord to serve the plan table and desk. Additionally the "Class A" Field Office shall be provided with: one (1) additional standard 5’ double pedestal desk with two chairs, one (1) electrostatic copier and supplies, copier shall be Xerox Model Document Centre 545, or equal, one (1) FAX machine, Canon Model Faxphone B640 Bubble Jet Facsimile, or equal, one (1) refrigerator, one (1) microwave oven, and one (1) additional plan rack shall be provided. Water cooler to have hot and chilled water. The integral sanitary facilities may be separate enclosed toilets per Section 7-8.4. Furnishings are subject to agency approval. The field office shall be located at a site satisfactory to the Engineer and within or immediately adjacent to the limits of work. Access and three parking spaces for the exclusive use of the Engineer and his/her designees that are convenient and satisfactory to the Engineer shall be provided by the Contractor. The field office shall have a 24" by 36" sign affixed near the entry door. The sign text shall be proportioned as shown below. The Contractor shall affix a City seal to the sign in a centered location. The City seal will be supplied by the Engineer. CITY OF CARLSBAD ENGINEERING INSPECTION 8-2.2 Class “B” Field Office. This office shall be the same as class “A” except that integrated sanitary facilities and air conditioning are not required. A chemical toilet facility shall be provided adjacent to the office. 8-2.3 Class “C” Field Office. The office shall be of suitable proportions with 120 ft2 of floor area. It shall be equipped with one 3 by 5 foot table, four chairs and one plan rack. It shall be adequately air conditioned, heated, ventilated, and lighted and two duplex convenience outlets shall be provided. Telephones, and sanitary facilities are not required. 8-3 FIELD LABORATORIES. 8-3.1 Offsite at Manufacturing Plant. Field laboratories shall conform to the requirements for a Class “C” Field Office specified in Section 8-2.3 except for the following: 1. Telephone service per Section 8-2.1. 2. Chair. 3. Work table, 4 by 10 feet, 3 feet high. 4. Sieves per Section 203-6. Revised 6/15/17 Contract No. 5054 Page 106 of 114 5. Scales and weights. 6. Burner plate for heating supplies. 7. Thermometer, with 90 to 260°C (200 to 400°F) degree range (Asphalt Plants only). 8. Air meter for all concrete in accordance with ASTM C 231 of the type that indicates per-centage of air directly (Precast Concrete Plants only). All sampling and testing equipment shall be maintained in satisfactory operating condition by Contractor or plant owner. Laboratories shall be located immediately adjacent to and with full view of batching and loading operations. 8-3.2 At Project Site. Not used. 8-4 BATHHOUSE FACILITIES. Not used. 8-5 REMOVAL OF FACILITIES. Field offices, laboratories, and bathhouse facilities at the pro-ject site shall be removed upon completion of the Work. Buildings and equipment furnished by the Contractor at the project site under the provisions of this section are the property of the Con-tractor. 8-6 BASIS OF PAYMENT. All costs incurred in furnishing, maintaining, servicing, and remov-ing field offices laboratories, or bathhouse facilities required at the project site shall be included in the bid item for furnishing such facilities. If such facilities are required by the Plans or Specifi- cations and no bid item is provided in the proposal, the costs shall be included in other items for which bids are entered. Such costs incurred in connection with offices and laboratories at plants shall be borne by the plant owners. Payment for field office will be made at the monthly price bid and will include full compensation for installing and removing the field office, relocating it as may be necessary to facilitate the project, obtaining all permits, property rental, providing utilities including, but not limited to, high speed internet service, electrical, telephone, potable water and sanitary facil-ities, and maintenance. The monthly rate will be paid for each full calendar month throughout the duration of the contract that the field office, complete with all facilities and utilities, is available to the Engineer and on the project excepting when the Engineer has ordered that the field office be re-moved from the project. Revised 6/15/17 Contract No. 5054 Page 107 of 114 SECTION 9 – MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from meas-urements or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sec- tions involved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with dupli- cate licensed weighmaster’s certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Stand-ard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated “Lump Sum”, “L.S.”, or “Job”, shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accord-ance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it Revised 6/15/17 Contract No. 5054 Page 108 of 114 has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor’s request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precau-tions which are the Contractor’s responsibility have not been taken and are not reasonably ex-pected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of owner- ship shall remain with the Contractor who shall be obligated to store any fully or partially com-pleted work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6-10. Guarantee periods shall not be affected by any payment but shall commence on the date of re-cordation of the “Notice of Completion.” If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor’s failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with appli- cable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as pre- scribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency’s payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete Revised 6/15/17 Contract No. 5054 Page 109 of 114 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, 5 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 Revised 6/15/17 Contract No. 5054 Page 110 of 114 time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written state- ment required in Section 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in Section 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor’s claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or con- tentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Section 3-5, Disputed Work, for those claims remaining in dispute. 9-3.3 Delivered Materials. When provided for in the Specifications, and subject to the limitation and conditions therein, the cost of materials and equipment delivered but not incorporated into the Work will be included in the progress estimate provided that such materials and equipment comply with the requirements of the Contract Documents and are substantiated with manufactur-er's certificates of compliance, proof of payment of invoices from suppliers and storage and pro-tection in accordance with the Contract Documents. 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 5% of the total contract price and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site or for temporary work or services performed during the course of work, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipu-lated lump sum amount is sufficient for Mobilization and Preparatory Work, as described in this Revised 6/15/17 Contract No. 5054 Page 111 of 114 section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilization and Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatory work will be allowed therefore. 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown on or required by the Contract Documents shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation systems, 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 expense. Bid Item No. 1 - Mobilization Payment for this bid item shall be made in accordance with Section 9-3.4.1 and shall include a Class “C” field office as specified in 8-2.3 installed at a location designated by the City. Bid Item No. 2 – Storm Water Pollution Prevention Plan Payment for this bid item shall constitute full compensation for the preparation of a storm water pollution prevention plan and implementation of the approved plan during construction in accord-ance with applicable storm water regulations. Bid Item No. 3 – Excavation Support System The contract price paid for this bid item shall constitute full compensation to furnish and install sheeting, shoring, and bracing, sloping or equivalent method for the protection of life or limb, which shall conform to applicable safety orders. This includes, but is not limited to, the preparation and submittal of plans by a civil or structural engineer, approval of said plan by the Engineer, and obtaining the required permit from the State Division of Industrial Safety. Bid Item No. 4 – Outlet Box Modification The contract price paid for this bid item shall constitute full compensation to remove the existing 24” butterfly valve and perform all demolition, excavation and backfill; furnish and install fabricated steel thimble, link-seal, reinforced concrete, perforated PVC drain pipe, imported drainage mate-rial and filter fabric; modify the existing grating; and all incidental work. Bid Item No. 5 – Outlet Valve Header Modification The contract price paid for this bid item shall constitute full compensation for removal of the outlet header using human divers and barges or cranes; modification of the header in a stainless steel pipe fabrication facility; new pipe spools, flanges and fittings; reinstallation of the header with three new eccentric plug valves; hydrostatic pressure testing; and all incidental work for a complete header assembly. Bid Item No. 6 – Butterfly Valve – 20-Inch The contract price paid for this bid item shall constitute full compensation to furnish and install valves of the designated type, size and pressure class in accordance with the Contract Docu- Revised 6/15/17 Contract No. 5054 Page 112 of 114 ments, which shall include, but is not limited to, shop testing and certifications; corrosion protec-tion coatings; valve operators; gaskets and hardware; valve stem extensions; valve box assem- blies; field operational testing; and all incidental work. Bid Item No. 7 – Eccentric Plug Valve – 18-Inch The contract price paid for this bid item shall constitute full compensation to furnish and install valves of the designated type, size and pressure class in accordance with the Contract Docu-ments, which shall include, but is not limited to, shop testing and certifications; corrosion protec-tion coatings; valve operators; gaskets and hardware; field operational testing; and all incidental work. Bid Item No. 8 – Eccentric Plug Valve – 24-Inch The contract price paid for this bid item shall constitute full compensation to furnish and install valves of the designated type, size and pressure class in accordance with the Contract Docu-ments, which shall include, but is not limited to, shop testing and certifications; corrosion protec-tion coatings; valve operators; gaskets and hardware; field operational testing; and all incidental work. Bid Item No. 9 – Hydraulic System Demolition The contract price paid for this bid item shall constitute full compensation to remove the existing hydraulic valve actuation equipment from the control building. This shall include removal of exist-ing equipment, piping, and panels as necessary followed by reinstallation; demolition of the hy- draulic tubing, valves, solenoid valves and fittings within the Valve Control Cabinet; and all inci-dental work. Bid Item No. 10 – Control Cabinet Pneumatic Control Modifications The contract price paid for this bid item shall constitute full compensation to modify the existing pneumatic tubing and valves within the Valve Control Cabinet for the conversion of the pneu-matic/hydraulic control system to solely pneumatic and all incidental work. Bid Item No. 11 – Control Building Carbon Steel Air Piping Modifications The contract price paid for this bid item shall constitute full compensation to modify the threaded steel air piping located outside of the Valve Control Cabinet to allow the 400-gallon air backwash receiver to provide redundancy for the 90-gallon pneumatic valve control receiver. This shall in-clude all required piping, fittings and valves and all incidental work. Bid Item No. 12 – Electrical Improvements The contract price paid for this bid item shall constitute full compensation to remove the electri-cal equipment, wiring and conduit associated with the removal of the existing hydraulic actuation system (inside and outside of the Valve Control Cabinet); furnish and install electrical and con-trol wiring inside and outside of the Valve Control Cabinet, a new control panel and labels, and control wiring at the outlet valves; and all incidental work Bid Item No. 13 – Drain and Flush Existing Hydraulic Lines The contract price paid for this bid item shall constitute full compensation to remove and dispose of hydraulic fluid from the existing hydraulic hoses and tubing that span from the valve control panel to the three outlet control valves some 200 feet away, and flush the lines as recommended by the hose and hydraulic fluid manufacturer in preparation for repurposing the lines for pneumatic control. Revised 6/15/17 Contract No. 5054 Page 113 of 114 Bid Item No. 14 – Air Dryer and Air Compressor Testing and Repair This item constitutes an allowance for testing and repair of the existing air dryers and compressors within the Control Building in preparation for long-term use. Services shall be provided by a third-party firm experienced in testing and repairing pneumatic equipment of the same manufacturer and models as the existing equipment. Bid Item No. 15 – Vault F Modifications The contract price paid for this bid item shall constitute full compensation for cutting, modifying and adding tubing and valves as required in Vault F and all incidental work. Bid Item No. 16 – Outlet Valve Piping, Tubing and Supports The contract price paid for this bid item shall constitute full compensation to furnish and install: 1. 3/4" Type 316 stainless steel actuator tubing to outlet valves; 2. 3/4" Type 316 stainless steel fittings including a mixture of splices, tees, elbows, unions and pipe-to-tubing transition pieces; 3. 3/4" Type 316 stainless steel, Schedule 40 pipe, valves, and fittings for the three, eccentric plug outlet valves. 4. Tubing supports including steel shapes, Unistrut, clamps, fasteners and anchors, fabrica- tion and welding, and coating of all supports associated with the 3/4" actuator tubing. Revised 6/15/17 Contract No. 5054 Page 114 of 114 (BLANK) CITY OF CARLSBAD LAKE CALAVERA OUTLET IMPROVEMENTS TECHNICAL SPECIFICATIONS SEPTEMBER 2020 THIS PAGE LEFT INTENTIONALLY BLANK TECHNICAL SPECIFICATION TABLE OF CONTENTS CITY OF CARLSBAD LAKE CALAVERA OUTLET IMPROVEMENTS TOC - i SECTION NO. TITLE DIVISION 1 GENERAL REQUIREMENTS 01660 EQUIPMENT TESTING AND START-UP DIVISION 2 SITE WORK 02050 DEMOLITION 02140 DEWATERING DIVISION 3 CONCRETE 03300 CAST-IN-PLACE CONCRETE DIVISION 4 MASONRY (NOT USED) DIVISION 5 METALS 05120 MISCELLANEOUS METALWORK DIVISION 6 WOOD AND PLASTICS 06100 ROUGH CARPENTRY DIVISION 7 THERMAL AND MOISTURE PROTECTION 07920 CAULKING AND SEALANTS DIVISION 8 DOORS AND WINDOWS (NOT USED) DIVISION 9 FINISHES 09800 PAINTING AND COATINGS DIVISION 10 SPECIALTIES 10100 UNDER WATER SIMI-SUBMERGED CONSTRUCTION/DIVERS OPERATIONS 10500 IDENTIFICATION DEVICES DIVISION 11 EQUIPMENT (NOT USED) DIVISION 12 FURNISHINGS (NOT USED) DIVISION 13 SPECIAL CONSTRUCTION (NOT USED) TECHNICAL SPECIFICATION TABLE OF CONTENTS CITY OF CARLSBAD LAKE CALAVERA OUTLET IMPROVEMENTS TOC - ii SECTION NO. TITLE DIVISION 14 CONVEYING SYSTEMS (NOT USED) DIVISION 15 MECHANICAL 15000 GENERAL PIPING SYSTEMS AND APPURTENANCES 15044 HYDROSTATIC TESTING 15045 CLEANING AND TESTING HYDRAULIC & PNEUMATIC LINES 15052 PIPING INSTALLATION 15059 COMPRESSED AIR NYLON TUBING & FITTINGS, AND GALVANIZED PIPE & FITTINGS 15065 POLYVINYL CHLORIDE (PVC) PIPE 15068 STAINLESS STEEL PIPE AND TUBING 15100 VALVES, GENERAL 15110 PLUG VALVES DIVISION 16 ELECTRICAL 16050 GENERAL ELECTRICAL PROVISIONS DIVISION 17 INSTRUMENTATION 17010 INSTRUMENTATIONS AND CONTROLS GENERAL REQUIREMENTS 17329 PRIMARY SENSORS AND FIELD INSTRUMENTS SECTION 01660 – EQUIPMENT TESTING AND START-UP CITY OF CARLSBAD EQUIPMENT TESTING AND START-UP LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 01660-1 of 6 PART 1 – GENERAL 1.1 DESCRIPTION A. Systems start-up and equipment testing by the CONTRACTOR is requisite to satisfactory completion of the contract and, therefore, shall be completed within the duration of the contract period. B. Additional requirements for specific items may be identified in Divisions 10, 15, and 17. The more stringent requirements shall apply. 1.2 RELATED SECTIONS A. Section 10100 – Under water Simi-Submerged Construction/Divers B. Section 15044 – Hydrostatic Testing of Lake Outlet Pipeline C. Section 15045 – Cleaning of Hydraulic Lines & Pressure Testing Pneumatic Lines D. Section 15059 – Compressed Air Nylon Tubing & Fittings and Galvanized Pipe and Fittings E. Section 15068 – Stainless Steel Pipe and Tubing F. Section 15110 – Plug Valves G. Section 17010 – Instruments and Controls General Requirements H. Section 17329 – Primary Sensors and Field Instruments 1.3 SUBMITTALS A. Start-Up Plans: 1. Provide a System Start-up Plan addressing all aspects of the project not less than sixty (60) calendar days prior to start-up which shall include, but not be limited to, the following: inspection and testing of the existing air compressors and air dryers; control panel pneumatic and pneumatic-electric valves, tubing and fittings; compressed air piping and hoses within the control room; hoses and tubing between the control room, pull boxes, and the three dam outlet valves along with function testing of each of the new ball valves installed with the pull boxes; functionality of each of the three dam outlet valves by means of electrical selector switching between open and closed position and corresponding indication lights (and respective limit switches); SCADA function control of the three dam outlet valves requiring Contractor coordination with the CITY’s Operations representative; pressure transmitter monitoring of the two air receivers providing local indication and remote indication through SCADA; compressor automatic start, lag/lead test and stop; each air receiver capability to be the sole supply of compressed air to the pneumatic control panel; and the lake level transducer providing local and SCADA lake level indication. SECTION 01660 – EQUIPMENT TESTING AND START-UP CITY OF CARLSBAD EQUIPMENT TESTING AND START-UP LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 01660-2 of 6 2. The System Start-Up Plan is the responsibility of the CONTRACTOR who is solely responsible for its means, methods, techniques, sequences, procedures, coordination, completeness, accuracy, and validity. 3. Individual sections of the Start-Up Plan may be submitted separately to the CONSTRUCTION MANAGER for review, with CONSTRUCTION MANAGER'S prior approval. Individual sections must be incorporated into the final accepted Start-Up Plan. 4. Rejection of individual sections of the Start-Up Plan by CONSTRUCTION MANAGER is not a cause for a claim of delay. 5. Identify each person or organization that will have a functional part in the start-up, and identify their duties and responsibilities. 6. Provide contingency plans for operational failure modes that may occur during the start-up process. 7. Coordinate facilities start-up with any other start-up plans at this same CITY facility, if any. B. Temporary Connections: 1. Provide complete information on any necessary temporary connections, by means of shop drawings including complete written descriptions. C. Validation procedures: Provide a complete written description of each test, and start-up procedure, including: 1. Schedule. 2. Listing of components included. 3. Listing of individuals or organizations involved and assigned responsibilities. 4. Test equipment, required accuracy, and calibration information. 5. Detailed listing of procedures necessary to demonstrate compliance with performance requirements specified in this Section and the technical Sections. 6. Forms for recording test and performance data. Include a form for recording manufacturers’ certifications of proper installation (COPI). D. Validation reports: Provide certified validation reports indicating compliance with the requirements of this Section and the technical Sections for CONSTRUCTION MANAGER'S certification. SECTION 01660 – EQUIPMENT TESTING AND START-UP CITY OF CARLSBAD EQUIPMENT TESTING AND START-UP LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 01660-3 of 6 1.4 TESTING A. The CONTRACTOR shall provide the services of an experienced and authorized representative of the manufacturer of items or equipment found in the technical Sections or on the drawings, who shall visit the site of the Work and inspect, check, adjust if necessary, and approve the installation of the items or equipment. In each case, the CONTRACTOR shall arrange to have the manufacturer's representative revisit the job site as often as necessary until any and all deficiencies are corrected, and the equipment installation and operation are satisfactory to the CONSTRUCTION MANAGER. B. The CONTRACTOR shall require that each manufacturer's representative furnish a written report addressed to the CITY certifying that the equipment has been properly installed and lubricated, is in accurate alignment, is free from any undue stress imposed by connecting piping, and has been operated satisfactorily under full-load conditions. This report shall be submitted by the CONTRACTOR to the CONSTRUCTION MANAGER. C. The CONTRACTOR shall be responsible for scheduling all systems testing. The CONTRACTOR is advised that the CONSTRUCTION MANAGER and the CITY’S operating personnel will witness operations testing and that the manufacturer's representative shall be required to instruct the CITY'S operating personnel in correct operation and maintenance procedures. Such instruction shall be scheduled at a time arranged with the CITY at least two (2) weeks in advance and shall be provided while the respective manufacturer's equipment is fully operational. On-Site instruction shall be given by qualified persons who have been made familiar in advance with the equipment and systems, prior to scheduling any operations testing. D. The CONTRACTOR shall notify the CONSTRUCTION MANAGER in writing at least three (3) days in advance of each system or equipment test. E. The CONTRACTOR shall furnish all personnel, cctv equipment, power, water, chemicals, fuel, oil, grease, and all other necessary material, equipment, facilities, and services required for conducting each test. 1.5 SYSTEM START-UP A. Testing of a system or equipment can be a complex operation requiring the combined technical expertise of the CONTRACTOR, manufacturers, SUBCONTRACTORS, the CONSTRUCTION MANAGER, ENGINEER and the CITY. The CONTRACTOR shall provide the effective coordination of all parties necessary for successful system testing. B. It is not the intent of the CONSTRUCTION MANAGER to instruct the CONTRACTOR in the testing of the Work; however, the CONSTRUCTION MANAGER will be available prior to and during start-up to provide technical support to the CONTRACTOR. SECTION 01660 – EQUIPMENT TESTING AND START-UP CITY OF CARLSBAD EQUIPMENT TESTING AND START-UP LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 01660-4 of 6 C. The CONTRACTOR shall be required to start up each system, under direction of the CITY, operate it, and pass a minimum seven (7) day, every day, active test period, followed by a single day of testing after a 14-day inactive period prior to acceptance. During the seven (7) day period all equipment and instruments must properly operate continuously twenty-four (24) hours per day. Dam outlet valve cycling, number of cycles per day and time of day, shall be agreed upon between the CONTACTOR and the CONSTRUCTION MANAGER. On the 14th day of the 14-day period all three of the dam outlet valves shall be cycled (separately) open for 30 minutes and then cycled close. All manual valves having been installed by the CONTRACTOR shall be exercised. There shall be no signs, or instrument indication, of air or water leaks in nylon tubing fittings, hose, or stainless-steel pipe, tubing or fittings or valves. All instruments must function continuously over the period encompassing both the 7 day and 14-day period combined. If any item malfunctions during the test periods, the item shall be repaired and the test restarted at day zero with no credit given for the operating time before the aforementioned malfunction. D. Pre-Start-up Conference: 1. Arrange for a pre-start-up conference scheduled not less than fifteen (15) calendar days prior to submitting the Start-up Plan. 2. The purpose of the conference is to discuss project specific details prior to the Start-up Plan submittal. 3. Conference shall be attended by CITY, ENGINEER, CONSTRUCTION MANAGER, CONTRACTOR, CONTRACTOR'S start-up and installation foremen, and other responsible parties. 4. Prepare an agenda for approval prior to conference, to include as a minimum: a. Start-up and demonstration schedule. b. Facilities examination. c. Problem resolution. d. Coordination with existing facilities. e. Anticipated assistance required from the CITY'S personnel. f. Sample forms and report templates. E. Commissioning: 1. Prior to commissioning of the dam outlet valve system, the CONTRACTOR must perform the following minimum prerequisites: a. Complete the final control systems checkout and demonstrate completion of activities as specified in Division 17. b. Complete all the required installation and testing of all the ancillary tubing, pipe, hoses, valves, equipment, limit switches, and instruments. c. Verify by use of cctv video inspection that installed Valves No. 1, No. 2, and No. 3 are not leaking. This is in addition to visual observation of leak testing at the dam outlet box. Contractor to supply cctv SECTION 01660 – EQUIPMENT TESTING AND START-UP CITY OF CARLSBAD EQUIPMENT TESTING AND START-UP LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 01660-5 of 6 equipment and any special temporary piping to conduct the cctv inspection. 2. After the CONTRACTOR has met the requirements above the following will occur: a. Conduct at a minimum a seven (7) day, every-day, active test period, followed by a single day of testing after a 14-day inactive period prior to acceptance. E. The CONTRACTOR shall provide operating personnel for the duration of the testing periods. Additionally, the CONTRACTOR shall provide all water, power, lubricants, and other consumables required for the testing. F. The start-up shall not be commenced until all required installations have been completed to the satisfaction of the CONSTRUCTION MANAGER. G. Instrumentation and controls shall be tested, calibrated and pre-commissioned prior to start-up. H. All defects in materials or workmanship which appear during the start-up test period shall be immediately corrected by the CONTRACTOR. Time lost for repairs due to leaks, malfunctions, wiring corrections, or other reasons which interrupt the testing program may, at the discretion of the CONSTRUCTION MANAGER, be justifiable cause for extending the system test duration, but at no cost to the CITY. I. During the testing period, the CONTRACTOR shall provide the services of authorized representatives of the various product manufacturers, as necessary, to correct installations or equipment function. J. During the testing period, the CONTRACTOR shall keep records of the system's operations, in accordance with the instructions of the CONSTRUCTION MANAGER. PART 2 – MATERIALS (NOT USED) PART 3 – EXECUTION (NOT USED) **END OF SECTION** SECTION 01660 – EQUIPMENT TESTING AND START-UP CITY OF CARLSBAD EQUIPMENT TESTING AND START-UP LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 01660-6 of 6 THIS PAGE LEFT INTENTIONALLY BLANK SECTION 02050 - DEMOLITIONS CITY OF CARLSBAD DEMOLITIONS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 02050-1 of 4 PART 1 - GENERAL 1.1 DESCRIPTION A. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required for demolitions, removal and disposal Work. B. Included, but not limited to, are demolition and removals of existing materials, equipment, or work necessary to install the new Work as shown and specified. Demolition includes, structural steel, metals, piping, valves, electrical and mechanical equipment. C. Demolitions and removals which may be specified under other Sections shall conform to requirements of this Section. 1.2 RELATED SECTIONS A. General Provisions: 1. Section 2 – Scope and Control of The Work 2. Section 3 – Changes in Work 3. Section 4 – Control of Materials 4. Section 5 – Utilities 5. Section 6 – Prosecution, Progress, and Acceptance of the Work 6. Section 7 – Responsibilities of the Contractor 1.3 REFERENCE SPECIFICATIONS, CODE & STANDARDS (NOT USED) 1.4 SUBMITTALS A. Demolition Procedures: Submit for approval proposed methods used, equipment, and demolition sequences. B. Demolition Schedule: The CONTRACTOR shall submit a schedule to the ENGINEER and coordinate with General Provisions Section 6.1– Construction Schedule and Commencement of Work. 1.5 JOB CONDITIONS A. Review of Existing Conditions: By submitting a Bid, the CONTRACTOR acknowledges that all existing conditions have been reviewed and the CONTRACTOR is familiar with the nature, extent, and quantity of the demolition Work to be performed. SECTION 02050 - DEMOLITIONS CITY OF CARLSBAD DEMOLITIONS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 02050-2 of 4 B. The demolition drawings indicate the general nature and extent of the material to be demolished, or where indicated, materials to be relocated or salvaged to the CITY. They are intended to supplement any original construction drawings. The CONTRACTOR shall obtain original drawings if desired and at no cost to the CITY. C. The demolition notes included with the demolition drawings indicate approximate sizes of items to be demolished only. The CONTRACTOR shall not claim additional work or delays which might result from discrepancies between actual conditions and those summarized on the demolition drawings. D. Protection: 1. Perform all demolition and removal Work to prevent damage or injury to any nearby structures and buildings which might result from airborne debris or other causes, and so as not to interfere with the use, and free and safe passage of pedestrians. 2. Closing or obstructing of walkways, pedestrian paths, and passageways adjacent to the Work by the placement or storage of materials will not be permitted, and all construction related operations shall be conducted with a minimum interference to foot traffic. 3. Erect and maintain barriers, lights, and other necessary protective devices. 4. Repair damage to facilities to remain, or to any property belonging to the CITY. 5. Streets, roads, adjacent property, and other structures shall be protected throughout the entire project. CONTRACTOR shall return to original condition damaged facilities caused by the CONTRACTOR’S operations. E. Scheduling: 1. Carry out operations so as to avoid interference with CITY’S operations and work in the existing facilities. F. Notification: 1. At least ten (10) days prior to commencement of a demolition or removal in a particular area, the CONTRACTOR shall notify ENGINEER in writing of proposed schedule. The CONTRACTOR shall schedule a meeting with the ENGINEER and CITY to review existing conditions, review the demolition schedules, and confirm specific items to be relocated or salvaged. Do not start removals without the permission of the ENGINEER, in writing. G. Explosives: 1. Do not bring explosives on site. SECTION 02050 - DEMOLITIONS CITY OF CARLSBAD DEMOLITIONS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 02050-3 of 4 1.6 SALVAGE A. The CITY does not wish to salvage, other than items so noted or as otherwise listed to be relocated. The CONTRACTOR shall remove all other items of material and equipment from the site. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 GENERAL A. In general, the demolition drawings indicate the nature of the demolition Work to be completed and the extent. B. All materials and equipment removed from existing work shall become the property of CONTRACTOR, except for those which CITY has identified on the Contract Drawings. All materials and equipment designated by the CITY to remain or to be relocated shall be carefully removed by the CONTRACTOR, so as not to be damaged, and shall be cleaned and stored on or adjacent to the site in a protected place specified by the ENGINEER until the material can installed as indicated on the drawings. C. CONTRACTOR shall dispose of all demolition materials, equipment, debris, roots, brush, masonry, metals, and all other items not designated by the CITY to be relocated, off the site and in conformance with all existing applicable laws and regulations. D. Pollution Controls: Use water sprinkling, temporary enclosures, and other suitable methods to limit the amount of dust and dirt rising and scattering in the air to the lowest practical level. Comply with governing regulations pertaining to environmental protection. 1. Do not use water when it may create hazardous or objectionable conditions such as flooding and pollution. 2. Clean adjacent structures, facilities, and improvements of dust, dirt, and debris caused by demolition operations. Return adjacent areas to conditions existing prior to the start of the Work. 3.2 MECHANICAL REMOVALS A. Mechanical removals shall consist of dismantling and removing of existing piping, valves, equipment and other appurtenances required for the completion of the Work. It shall include cutting as required, except that the cutting of existing piping for the purpose of making connections thereto will be included under Division 15, Specification Sections. B. Piping shall be removed in its entirety and as indicated herein unless otherwise noted on Contract Drawings. SECTION 02050 - DEMOLITIONS CITY OF CARLSBAD DEMOLITIONS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 02050-4 of 4 3.3 ELECTRICAL REMOVALS A. Electrical removals shall consist of the removal of existing valve actuators, wire, conduit, and miscellaneous electrical equipment as shown, specified, or required to perform the Work. 3.4 PIPE, UTILITY AND CONDUIT REMOVALS A. The locations where pipes and conduits are to be encountered are generally indicated on the Contract Drawings. Where the location for cutting is not shown, the pipe or conduit shall be cut as directed by the ENGINEER. B. CONTRACTOR shall inform the ENGINEER prior to the cutting of any pipes or conduits leading to or from a structure to be demolished or reconnected. 3.5 DEMOLITION OF SUBMERGED PIPING, VALVES, AND OTHER ITEMS A. The locations where submerged pipe, valves, and other items are to be demolished are generally indicated on the Contract Drawings. Where the location for cutting is not shown, the pipe or conduit shall be cut as directed by the ENGINEER. 3.6 CLEAN-UP A. CONTRACTOR shall remove from the site all debris resulting from the demolition operations as it accumulates. Debris shall be disposed of at a legal point of disposal that is permitted to accept the type of waste being removed. Upon completion of the Demo-related work, all materials, equipment, waste, and debris of every sort shall be removed, and premises shall be left, clean, neat and orderly. 3.7 SALVAGE OF EXISTING EQUIPMENT, PIPING, ETC. A. The salvage of existing items for the CITY as shown on the plans, shall be coordinated by the CONTRACTOR with the ENGINEER and CITY five (5) days prior to beginning demolition and removal. **END OF SECTION** SECTION 02140 – DEWATERING CITY OF CARLSBAD DEWATERING LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 02140-1 of 4 PART 1 – GENERAL 1.1 DESCRIPTION A. The CONTRACTOR shall perform site dewatering necessary to lower and control groundwater levels and hydrostatic pressures to allow excavation and construction to be performed properly under drained and stable conditions. This Section includes materials, installation, maintenance, operation, and removal of temporary dewatering systems. B. The CONTRACTOR shall perform all treatment necessary for the legal disposal of all groundwater encountered. The cost of treatment shall be borne by the CONTRACTOR and no additional compensation will be made for inadequate treatment facilities. C. Dewatering operations shall be adequate to ensure the integrity of the finished project. The responsibility for conducting the dewatering operation in a manner which will protect adjacent structures and facilities rests solely with the CONTRACTOR. The cost of repairing any damage to adjacent structures and restoration of facilities shall be the responsibility of the CONTRACTOR. D. This section does not apply to the performance of in-water work related to the replacement of outlet valves on the upstream side of the dam. 1.2 RELATED SECTIONS A. Section 02223 – Trenching, Excavation, Backfilling, and Compacting B. General Provisions Section 7-8.6 - Water Pollution Control 1.3 REFERENCE SPECIFICATIONS, CODE AND STANDARDS A. The CONTRACTOR shall comply with the site-specific Storm Water Pollution Prevention Plan (SWPPP) and the General Provisions Section 7-8.6). B. The CONTRACTOR shall obtain and comply with California Regional Water Quality Control Board General Waste Discharge Requirements for Groundwater Remediation and Dewatering Waste Discharges. C. The CONTRACTOR shall obtain all required permits and approvals and comply with requirements defined by the County of San Diego. 1.4 SUBMITTALS A. Submit the documents in compliance with General Provisions, Section 2-5.3 and as follows: 1. Before starting excavation, the CONTRACTOR shall submit Shop Drawings including a detailed plan, schedule, and description of the dewatering of excavations. The Shop Drawings shall include: SECTION 02140 – DEWATERING CITY OF CARLSBAD DEWATERING LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 02140-2 of 4 a. The proposed type of dewatering system. b. The arrangement, location, and depths of system components. c. A complete description of the equipment and instrumentation to be used, with installation, operation and maintenance procedures. d. A description of the CONTRACTOR’S means and methods for measuring groundwater levels and piezometric water levels. e. The methods for disposal of dewatering effluent. B. CONTRACTOR shall submit a daily report that includes the following information: 1. Groundwater levels and piezometric water levels in observation wells (if any). 2. Changes in elevation of reference points as stated in subparagraph 1.5C to detect settlement in adjacent structures. 3. The average dewatering flow rate. 4. Water quality testing results as required by the Regional Water Quality Control Board. 1.5 QUALITY ASSURANCE A. The proposed dewatering system shop drawings shall demonstrate, to the satisfaction of the ENGINEER, that adequate personnel, materials and equipment are available for successful dewatering operations. B. The CONTRACTOR shall maintain adequate control to ensure that the stability of excavated and constructed slopes is not adversely affected by water, that erosion is controlled, and that flooding of excavations or damage to structures does not occur. C. Where critical structures or facilities exist immediately adjacent to areas of proposed dewatering, the CONTRACTOR shall establish reference points and shall observe the reference points at frequent intervals to detect any settlement which may occur. Frequency of intervals shall be determined based on recommendations of the soils engineer or CITY, the nature of the critical structure or facility and distance from the excavation. The minimum frequency shall be three times per eight-hour working day (beginning, middle, and end of the work day). 1.6 DEWATERING EXPECTATIONS A. The CONTRACTOR shall assume that groundwater may be present in all excavations near the lake outlet box. The CONTRACTOR shall be prepared for dewatering activities and shall treat and legally dispose of the groundwater in compliance with all Federal, State and Local regulations and the requirements of the permits relating to groundwater discharge. SECTION 02140 – DEWATERING CITY OF CARLSBAD DEWATERING LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 02140-3 of 4 PART 2 – MATERIALS 2.1 MATERIALS AND EQUIPMENT A. Dewatering, where required shall include well points, sump pumps, treatment facilities, temporary pipelines for water disposal, rock or gravel placement, observation wells, and other means including standby pumping equipment maintained on the jobsite continuously. B. The CONTRACTOR shall provide piezometers for monitoring groundwater levels or other instruments and measuring devices, as required. PART 3 – EXECUTION 3.1 GENERAL REQUIREMENTS A. The CONTRACTOR is responsible for compliance with Regional Water Quality Control Board or CITY requirements for any discharge of groundwater to the environment or sanitary sewer, whichever is applicable. The CONTRACTOR shall comply with San Diego Regional Water Quality Control Board Groundwater Discharge permit. Before starting dewatering operations, the CONTRACTOR shall obtain the required permits and authorization, as required, for the disposal of groundwater. The CONTRACTOR shall comply with all applicable sampling, testing, monitoring, and reporting requirements. B. The CONTRACTOR shall maintain an adequate system to lower and control the groundwater to permit excavation, construction of structures, and placement of fill materials to be performed under dry conditions. C. Sufficient dewatering equipment shall be installed to pre-drain the water-bearing strata below the bottom of foundations, drains, pipelines, other subsurface structures or the excavation subgrade. D. The hydrostatic head in water-bearing strata below pipelines, appurtenances, foundations, and all other excavations shall be reduced to ensure that the water level is a minimum of two (2) feet below the excavation surface at all times. E. The system shall be placed into operation before excavation below groundwater level is started. The system shall be operated continuously or intermittently as may be required to sufficiently lower the groundwater levels to allow the construction of the Work. Continue the dewatering operations until construction of the improvements is completed and fill or backfill materials are placed and compacted. F. The site shall be graded to facilitate drainage and runoff shall be diverted from the excavation. Surface runoff shall be collected in shallow ditches around the perimeter of the excavation, drained to sumps, and pumped or drained by gravity away from the excavation. G. Dewatering shall at all times be conducted to preserve the undisturbed bearing capacity of the subgrade soils at proposed bottom of excavation. Provide and SECTION 02140 – DEWATERING CITY OF CARLSBAD DEWATERING LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 02140-4 of 4 maintain means and devices to remove and dispose of all water entering the excavation during the period when concrete is being placed and during the hydration process, when pipe is being laid, and during backfill placement. H. If foundation soils are disturbed or loosened by the upward seepage of water or an uncontrolled flow of water, the affected areas shall be stabilized by dewatering and excavated and replaced with drain rock at no additional cost to the CITY. I. Flotation of structures and facilities shall be prevented by maintaining a positive and continuous removal of water from locations which will not create an adverse hydraulic gradient beneath or adjacent to the structures. J. If well points or wells are used, they shall be adequately spaced to provide the necessary dewatering and shall be sandpacked and/or other means shall be used to prevent pumping of fine sands or silts from the subsurface. A continuous check shall be maintained to ensure that the subsurface soil is not being removed by the dewatering operation. K. Water and debris shall be disposed of in a legal and suitable manner in compliance with permit requirements and SSPWC Subsection 306-3.3 (Greenbook), without damage to adjacent property. No water shall be drained into work built or under construction. Before disposal, water shall be filtered to remove sand and fine-soil particles and treated in accordance with permit requirements. **END OF SECTION** SECTION 03300 - CAST-IN-PLACE CONCRETE (Modified City of Carlsbad Standard Specification) CITY OF CARLSBAD CAST-IN-PLACE CONCRETE LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 03300-1 of 10 PART 1 – GENERAL 1.1 DESCRIPTION This section describes materials and methods for formwork, reinforcement, mixing, placement, curing and repairs of concrete, and the use of cementitious materials and other related products. This section includes concrete, mortar, grout, reinforcement, thrust and anchor blocks, valve support blocks, and manhole bases. 1.2 REFERENCE SPECIFICATIONS, CODE AND STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. ASTM A 185 Specification for Steel Welded Wire Fabric, Plain, for Concrete Reinforcement ASTM A 615/A 615M Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement ASTM C 150 Specification for Portland Cement ASTM C 494 Specification for Chemical Admixtures for Concrete ASTM C 881 Specification for Epoxy-Resin-Base Bonding Systems for Concrete CRSI Recommended Practice for Placing Reinforcing Bars 1.3 RELATED SECTIONS A. Section 15000 – General Piping Systems and Appurtenances B. Section 15044 – Hydrostatic Testing of Lake Outlet Pipeline C. Section 15065 – Polyvinyl Chloride (PVC) Pipe 1.4 APPLICATIONS The following materials, referenced in other sections, shall be provided and installed in accordance with this specification for the applications noted below: A. Concrete for encasements, and other miscellaneous cast-in-place items. B. Mortar for filling and finishing the voids and spaces. Mortar may also be used for repairs of minor surface defects of no more than ¼-inch in depth of ½-inch in width on non-structural, cast-in-place items. Note that large voids, structural concrete and pipe penetrations into vaults shall be repaired with non-shrink grout. C. Epoxy bonding agent for bonding repair mortar to concrete on repairs to damaged surfaces. SECTION 03300 - CAST-IN-PLACE CONCRETE (Modified City of Carlsbad Standard Specification) CITY OF CARLSBAD CAST-IN-PLACE CONCRETE LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 03300-2 of 10 D. Non-shrink grout for general purposes repair of large construction voids, pipe penetrations into vaults and grouting of base plates for equipment or structural members. E. Epoxy adhesives for grouting of anchor bolts. 1.5 SUBMITTALS A. Mix Designs: Before starting the Work and within 14 days of the notice to proceed, the CONTRACTOR shall submit to the ENGINEER, for review by the ENGINEER and DSOD, preliminary concrete mix designs which shall show the proportions and gradations of all materials proposed for the concrete specified herein. The mix designs shall be checked and certified to conform to these specifications by an independent testing laboratory acceptable to the ENGINEER to be in conformance with these Specifications. All costs related to such checking and testing shall be borne by the CONTRACTOR at no increased cost to the CITY. B. Delivery Tickets: Where ready-mix concrete is used, the CONTRACTOR shall furnish delivery tickets at the time of delivery of each load of concrete. Each ticket shall show the state certified equipment used for measuring and the total quantities, by weight, of cement, sand, each class of aggregate, admixtures, and the amounts of water in the aggregate added at the batching plant, and the amount allowed to be added at the site for the specific design mix. In addition, each ticket shall state the mix number, total yield in cubic yards, and the time of day, to the nearest minute, corresponding to the times when the batch was dispatched, when it left the plant, when it arrived at the site, when unloading began, and when unloading was finished. C. The CONTRACTOR shall provide the following submittals in accordance with ACI 301: 1. Mill tests for cement. 2. Admixture certification. Chloride ion content must be included. 3. Aggregate gradation and certification. 4. Materials and methods for curing. D. The CONTRACTOR shall provide catalog cuts and other manufacturer’s technical data demonstrating compliance with the requirements indicated and specified herein for all admixtures used in the concrete mix design. 1.6 DELIVERY, STORAGE AND HANDLING Deliver reinforcing steel to the site bundled and tagged with identification. Store on skids to keep bars clean and free of mud and debris. If contaminated, all bars shall be cleaned by wire brushing, sand blasting, or other means prior to being set in forms. SECTION 03300 - CAST-IN-PLACE CONCRETE (Modified City of Carlsbad Standard Specification) CITY OF CARLSBAD CAST-IN-PLACE CONCRETE LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 03300-3 of 10 PART 2 - MATERIALS 2.1 CONCRETE A. All Portland cement concrete shall conform to the provisions of Sections 201, 202, and 303 of the Standard Specifications for Public Works Construction (Greenbook). B. Class 560-C-3250 concrete, as described in the Greenbook, Section 201, shall be used for all applications unless otherwise directed by the City. The maximum water/cement ratio shall be 0.53 by weight, and the maximum slump shall be 4-inches. C. In certain circumstances, rapid-setting concrete may be required. Accelerating admixtures shall conform to ASTM C494 and may be used in the concrete mix as permitted by the City. Calcium chloride shall not be used in concrete. D At the CONTRACTOR's option, ready-mixed concrete may be used meeting the requirements as to materials, batching, mixing, transporting, and placing as specified herein and in accordance with ASTM C94, including the following supplementary requirements. E. Ready-mixed concrete shall be delivered to the site of the Work, and discharge shall be completed within one hour after the addition of the cement to the aggregates or before the drum has been revolved 250 revolutions, whichever is first. F. Truck mixers shall be equipped with electrically-actuated counters by which the number of revolutions of the drum or blades may be readily verified. The counter shall be of the resettable, recording type, and shall be mounted in the driver's cab. The counters shall be actuated at the time of starting mixers at mixing speeds. G. Each batch of concrete shall be mixed in a truck mixer for not less than 70 revolutions of the drum or blades at the rate of rotation designated by the manufacturer of equipment. Additional mixing, if any, shall be at the speed designated by the manufacturer of the equipment as agitating speed. All materials including mixing water shall be in the mixer drum before actuating the revolution counter for determining the number of revolution of mixing. H. Truck mixers and their operation shall be such that the concrete throughout the mixed batch as discharged is within acceptable limits of uniformity with respect to consistency, mix, and grading. If slump tests, taken at approximately the 1/4 and 3/4 points of the load during discharge, give slumps differing by more than one inch when the specified slump is 3 inches or less, or if they differ by more than 2 inches when the specified slump is more than 3 inches, the mixer shall not be used on the Work unless the causing condition is corrected and satisfactory performance is verified by additional slump tests. All mechanical details of the mixer, such as water measuring and discharge apparatus, condition of the blades, speed of rotation, general mechanical condition of the unit, and clearance SECTION 03300 - CAST-IN-PLACE CONCRETE (Modified City of Carlsbad Standard Specification) CITY OF CARLSBAD CAST-IN-PLACE CONCRETE LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 03300-4 of 10 of the drum, shall be checked before a further attempt to use the unit will be permitted. I. Each batch of ready-mixed concrete delivered at the job site shall be accompanied by a delivery ticket furnished to the ENGINEER in accordance with Section 03300-1.4B. J. The use of nonagitating equipment for transporting ready-mixed concrete will not be permitted. Combination truck and trailer equipment for transporting ready- mixed concrete will not be permitted. The quality and quantity of materials used in ready-mixed concrete and in batch aggregates shall be subject to continuous inspection at the batching plant by the ENGINEER. 2.2 REINFORCING STEEL A. Reinforcing steel shall conform to ASTM A 615, Grade 60. B. Fabricate reinforcing steel in accordance with the current edition of the Manual of Standard Practice, published by the Concrete Reinforcing Steel Institute. 2.3 TIE WIRE Tie wire shall be 16-gage minimum, black, soft annealed. 2.4 FORMS A. Forms shall be accurately constructed of clean lumber. The surface of forms against which concrete is placed shall be smooth and free from irregularities, dents, sags or holes. B. Metal form systems may be used upon City approval. Include manufacturer's data for materials and installation with the request to use a metal form system. 2.5 MORTAR Cement mortar shall consist of a mixture of Portland cement, sand, and water. One part cement and two parts sand shall first be combined, and then thoroughly mixed with the required amount of water. 2.6 EPOXY BONDING AGENT The epoxy bonding agent shall be an epoxy-resin-based product intended for bonding new mortar to hardened concrete and shall conform to ASTM C 881. The bonding agent shall be selected from the Approved Materials List. 2.7 REPAIR MORTAR Repair mortar shall be a two-component, cement-based product specifically designed for structurally repairing damaged concrete surfaces. The repair mortar shall exhibit the properties of high compressive and bond strengths and low shrinkage. A medium- SECTION 03300 - CAST-IN-PLACE CONCRETE (Modified City of Carlsbad Standard Specification) CITY OF CARLSBAD CAST-IN-PLACE CONCRETE LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 03300-5 of 10 slump repair mortar shall be used on horizontal surfaces, and a non-sag, low-slump repair mortar shall be used on vertical or overhead surfaces. Repair mortar shall be selected from the City of Carlsbad Approved Materials List. 2.8 NON-SHRINK GROUT Non-shrink grout shall be a non-metallic cement-based product intended for filling general construction voids or grouting base plates for equipment or structural members. The non-shrink grout shall exhibit the properties of high compressive and bond strengths and zero shrinkage and shall be capable of mixing to a variable viscosity ranging from a dry pack to a fluid consistency as required for the application. The non-shrink grout shall be selected from the Approved Materials List. 2.9 EPOXY ADHESIVE Epoxy adhesive shall be a high-modulus epoxy-resin-based product intended for structural grouting of anchor bolts and dowels to concrete. The epoxy adhesives shall conform to ASTM C 881. A pourable, medium-viscosity epoxy shall be used on horizontal surfaces, and a heavy-bodied, non-sag epoxy gel shall be used on vertical surfaces. The epoxy adhesives shall be selected from the Approved Materials List. PART 3 - EXECUTION 3.1 FORMWORK A. The Contractor shall notify the City a minimum of one working day in advance of intended placement of concrete to enable the City to check the form lines and other required items before placement of concrete. B. The form surfaces shall be cleaned and coated with form oil prior to installation. The form surfaces shall leave uniform form marks conforming to the general lines of the structure. C. The forms shall be braced to provide sufficient strength and rigidity to hold the concrete and to withstand the necessary fluid pressure and consolidation pressures without deflection from the prescribed lines. D. Unless otherwise indicated on the plans, all exposed sharp concrete edges shall be 3/4-inch chamfered. 3.2 REINFORCEMENT A. Place reinforcing steel in accordance with the current edition of Recommended Practice for Placing Reinforcing Bars, published by the Concrete Reinforcing Steel Institute. B. All reinforcing steel shall be of the required sizes and shapes and placed where shown on the drawings or as directed by the City. SECTION 03300 - CAST-IN-PLACE CONCRETE (Modified City of Carlsbad Standard Specification) CITY OF CARLSBAD CAST-IN-PLACE CONCRETE LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 03300-6 of 10 C. Do not use bars with bends not shown on the drawings. Field bending of reinforcement steel bars is not permitted. D. All bars shall be free from rust, scale, oil, or any other coating that would reduce or destroy the bond between concrete and steel. E. Position reinforcing steel in accordance with the Approved Plans and secure by using annealed wire ties or clips at intersections and support by concrete or metal supports, spacers, or metal hangers. Do not place metal clips or supports in contact with the forms. Bend tie wires away from the forms in order to provide the concrete coverage equal to that required of the bars. If required by the Engineer, the Contractor shall install bars additional to those shown on the drawings for the purpose of securing reinforcement in position. F. Place reinforcement a minimum of 2-inches clear of any metal pipe, fittings, or exposed surfaces. G. The reinforcement shall be so secured in position that it will not be displaced during the placement of concrete. H. All reinforcing steel, wire mesh, and tie wire shall be completely encased in concrete. I. Reinforcing steel shall not be welded unless specifically required by the Approved Plans or otherwise directed by the Engineer. J. Secure reinforcing dowels in place prior to placing concrete. Do not press dowels into the concrete after the concrete has been placed. K. Minimum lap for all reinforcement shall be 40 bar diameters unless otherwise specified on the Approved Plans. L. Place additional reinforcement around pipe penetrations or openings 6-inches diameter or larger. Replace cut bars with a minimum of 1/2 of the number of cut bars at each side of the opening, each face, each way, same size. Lap with the uncut bars a minimum of 40 bar diameters past the opening dimension. Place one same size diagonal bar at the four diagonals of the opening at 45° to the cut bars, each face. Extend each diagonal bar a minimum of 40 bar diameters past the opening dimension. 3.3 EMBEDDED ITEMS All embedded items, including bolts, dowels and anchors, shall be held correctly in place in the forms before concrete is placed. 3.4 MORTAR MIXING The quantity of water to be used in the preparation of mortar shall be only that required to produce a mixture sufficiently workable for the purpose intended. Mortar shall be used as soon as possible after mixing and shall show no visible sign of setting prior to SECTION 03300 - CAST-IN-PLACE CONCRETE (Modified City of Carlsbad Standard Specification) CITY OF CARLSBAD CAST-IN-PLACE CONCRETE LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 03300-7 of 10 use. Re-mixing of mortar by the addition of water after signs of setting are evident shall not be permitted. 3.5 HANDLING, TRANSPORTING, AND PLACING OF CONCRETE A. General: Placing of concrete shall conform to the applicable requirements of Chapter 8 of ACI 301 and the requirements of this Section. No aluminum materials shall be used in conveying any concrete. B. Nonconforming Work or Materials: Concrete, which upon or before placing is found not to conform to the requirements specified herein, shall be rejected and immediately removed from the Work. Concrete which is not placed in accordance with these Specifications, or which is of inferior quality, shall be removed and replaced at no additional expense to the CITY. C. Unauthorized Placement: No concrete shall be placed except in the presence of the ENGINEER and DSOD. The CONTRACTOR shall notify the ENGINEER in writing at least 5 working days in advance of placement of any concrete. The ENGINEER shall notify DSOD at least 3 working days in advance of concrete placement. D. Conveyor Belts and Chutes: All ends of chutes, hopper gates, and all other points of concrete discharge throughout the CONTRACTOR's conveying, hoisting and placing system shall be so designed and arranged that concrete passing from them will not fall separated into whatever receptacle immediately receives it. Conveyor belts, if used, shall be of a type acceptable to the ENGINEER. Chutes longer than 50 feet will not be permitted. Minimum slopes of chutes shall be such that concrete of the specified consistency will readily flow in them. If a conveyor belt is used, it shall be wiped clean by a device operated in such a manner that none of the mortar adhering to the belt will be wasted. All conveyor belts and chutes shall be covered. E. Temperature of Concrete: The temperature of concrete when it is being placed shall be not more than 90 degrees F nor less than 55 degrees F for sections less than 12 inches thick nor less than 50 degrees for all other sections. Concrete ingredients shall not be heated to a temperature higher than that necessary to keep the temperature of the mixed concrete, as placed, from falling below the specified minimum temperature. When the temperature of the concrete is 85 degrees F or above, the time between the introduction of the cement to the aggregates and discharge shall not exceed 45 minutes. If concrete is placed when the weather is such that the temperature of the concrete would exceed 90 degrees F, the CONTRACTOR shall employ effective means, such as precooling of aggregates and mixing water using ice or placing at night, as necessary to maintain the temperature of the concrete, as it is placed, below 90 degrees F. The CONTRACTOR shall be entitled to no additional compensation because of the foregoing requirements. F. Hot Weather Placement: SECTION 03300 - CAST-IN-PLACE CONCRETE (Modified City of Carlsbad Standard Specification) CITY OF CARLSBAD CAST-IN-PLACE CONCRETE LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 03300-8 of 10 1. Placement of concrete shall conform to ACI 305R - Hot Weather Concreting, and the following. 2. Only set retarding admixture shall be used in concrete when air temperature is expected to be consistently over 80 degrees F. 3. The maximum temperature of concrete shall not exceed 90 degrees F immediately before placement. 4. From the initial placement to the curing state, concrete shall be protected from the adverse effect of high temperature, low humidity, and wind. G. All concrete shall be placed in forms before taking its initial set. H. No concrete shall be placed in water except with permission of the City. I. As the concrete is placed in forms, or in rough excavations (i.e., thrust or anchor blocks), it shall be thoroughly settled and compacted throughout the entire layer by internal vibration and tamping bars. J. Concrete consolidation equipment shall be operated by trained personnel. Spare concrete consolidation equipment shall be onsite during concrete placement. K. Concrete placement drop shall not exceed 5 feet. L. When placing concrete around a pipe, start applying from one side initially until the concrete appears on the underside of the pipe moving to the opposite side to avoid trapping air pockets under the pipe. M. Four concrete test cylinders samples shall be taken at the placement (discharge) end of the line for slump, air content, and to perform 7-, 14-, and 28-day compression tests. One concrete cylinder is a spare N. All existing concrete surfaces upon which or against which new concrete is to be placed shall be roughened, thoroughly cleaned, wetted, and grouted before the new concrete is deposited. 3.6 CONCRETE FINISHING A. Immediately upon the removal of forms, voids shall be neatly filled with cement mortar, non-shrink grout, or epoxy bonding agent and repair mortar as required for the application and as directed by the City. B. The surfaces of concrete exposed to view shall be smooth and free from projections or depressions. C. Exposed surfaces of concrete not poured against forms, such as horizontal or sloping surfaces, shall be screeded to a uniform surface, steel-trowelled to densify the surface, and finished to a light broom finish. SECTION 03300 - CAST-IN-PLACE CONCRETE (Modified City of Carlsbad Standard Specification) CITY OF CARLSBAD CAST-IN-PLACE CONCRETE LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 03300-9 of 10 3.7 PROTECTION AND CURING OF CONCRETE The Contractor shall protect all concrete against damage. Exposed surfaces of new concrete shall be protected from the direct rays of the sun by covering them with plastic film wrap and by keeping them damp for at least 7 days after the concrete has been placed, or by using an approved curing process. Exposed surfaces shall be protected from frost by covering with tarps for at least 5 days after pouring. 3.8 REPAIRS TO DAMAGED CONCRETE SURFACES A. Minor surface damage to hardened cast-in-place or precast concrete may be repaired, at the discretion of the City, using the specified materials in accordance with the manufacturer's recommendations and the following procedures: 1. General Purpose: Remove loose and deteriorated concrete by mechanical means, sandblasting, or high-pressure water blasting. Clean all debris from the area and apply non-shrink grout in a 1/4-inch minimum thickness, at the desired consistency, ranging from a dry pack, to a fluid-poured into a formed area, according to the application. Cure the material as for concrete in accordance with this specification. 3.9 EPOXY ADHESIVES FOR ANCHOR BOLT INSTALLATION A. Anchor bolts grouted in place with an epoxy adhesive shall be installed using the specified materials in accordance with the manufacturer's recommendations and the following general procedures: Drill the hole with a rotary percussion drill to produce a rough, unpolished hole surface. the hole shall be sized to the manufacturer's recommendations and should be approximately 1/4-inch wider than the diameter of the bolt, with a depth equal to 10 to 15 times the bolt diameter. Remove debris and dust with a stiff bristle brush and clean using compressed air. SECTION 03300 - CAST-IN-PLACE CONCRETE (Modified City of Carlsbad Standard Specification) CITY OF CARLSBAD CAST-IN-PLACE CONCRETE LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 03300-10 of 10 B. Utilizing a medium-viscosity epoxy for horizontal surfaces, and a gel-type non-sag epoxy for vertical surfaces, apply the material to fill the hole to approximately half its depth. Insert the bolt, forcing it down until the required embedment depth and projection length are attained and then twist the bolt to establish a bond. Secure the bolt firmly in place in the permanent position until the epoxy sets. **END OF SECTION** SECTION 05120 – MISCELLANEOUS METALWORK CITY OF CARLSBAD MISCELLANEOUS METALWORK LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 05120-1 of 6 PART 1 – GENERAL 1.1 DESCRIPTION A. The CONTRACTOR shall furnish, fabricate, and install miscellaneous metalwork and appurtenances, complete, in accordance with the requirements of the Contract Documents. 1.2 RELATED SECTIONS A. Section 15000 – General Piping Systems and Appurtenances B. Section 15068 – Stainless Steel Pipe and Tubing C. Section 15100 – Valves, General D. Section 15110 – Plug Valves 1.3 REFERENCE SPECIFICATIONS, CODE, AND STANDARDS A. Codes: All codes, as referenced herein, are specified in Section 01090. B. Federal Specifications: 1. MIL-G-18015 A (3) (Ships) Aluminum Planks (6063-T6) 2. MIL-A-907E Antiseize Thread Compound, High Temperature C. Government Standards: 1. Cal OSHA Occupational Safety and Health Administration D. Trade Standards: 1. Aluminum Association (AA) publications, as referenced herein. E. Commercial Standards: 1. AA-M32C22A41 Aluminum Assn 2. AISC Specifications and Commentary 3. AISI Design of Light Gauge, Cold-Formed Steel Structural Members 4. ASTM A 36 Specification for Structural Steel 5. ASTM A 48 Specification for Gray Iron Castings 6. ASTM A 53 Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated Welded and Seamless SECTION 05120 – MISCELLANEOUS METALWORK CITY OF CARLSBAD MISCELLANEOUS METALWORK LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 05120-2 of 6 7. ASTM A 123 Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products 8. ASTM A 125 Specification for Steel Springs, Helical, Heat Treated 9. ASTM A 153 Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware 10. ASTM A 307 Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile 11. ASTM A 500 Specification for Cold-Formed Welded and Seamless Carbon Steel Tubing in Rounds and Shapes 12. ASTM A 563 Specification for Carbon and Alloy Steel Nuts 13. ASTM A 575 Specifications for Steel Bars, Carbon, Merchant Quality, M-Grades 14. ASTM A 786 Specification for Rolled Steel Floor Plates 15. ASTM B 98 Specification for Copper-Silicon Alloy Rod, Bar, and Shapes 16. ASTM B 438 Specification for Sintered Bronze Bearings (Oil-Impregnated) 17. ANSI/AWS D1.1 Structural Welding Code - Steel 18. ANSI/AWS D1.2 Structural Welding Code - Aluminum 19. ANSI/AWS QC1 Specification for Qualification and Certification of Welding Inspectors 20. NFPA 101 Life Safety Code 21. NAAMM Metal Stairs Manual F. I.C.B.O. Evaluation Reports: 1. ER-5279 Simpson SET Adhesive Anchor Systems 1.4 SUBMITTALS A. Shop Drawings: Shop drawings of all miscellaneous metalwork shall be submitted to the ENGINEER for review in accordance with General Provisions Section 2.5.3. B. Calculations: Engineering calculations shall be submitted for review. Engineering calculations shall include (but not be limited to), brackets, support flanges, and fasteners or anchors. SECTION 05120 – MISCELLANEOUS METALWORK CITY OF CARLSBAD MISCELLANEOUS METALWORK LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 05120-3 of 6 1.5 QUALITY ASSURANCE A. All weld procedures and welder qualification shall be available in the CONTRACTOR’S field office for Engineer’s review. B. All welding shall be inspected by a CONTRACTOR-provided inspector qualified in accordance with AWS requirements and approved by the ENGINEER. 1.6 DELIVERY, STORAGE AND HANDLING A. Transport metal materials with proper equipment to protect the materials from damage. B. Store materials off ground and on firm surfaces. Protect the materials from extreme temperatures and corrosion. PART 2 – MATERIALS 2.1 GENERAL A. Steel: Shapes Standards Shapes, Plates, Bars ASTM A 36 Pipe, Pipe Columns, Bollards ASTM A 53, Type E or S, Grade B Standard weight unless noted otherwise Tubes ASTM A 500 Grade B B. Stainless Steel: Unless otherwise indicated, stainless steel metalwork and bolts shall be of Type 316 stainless steel 2.2 BOLTS AND ANCHORS A. Standard Service Bolts (Not Buried or Submerged): Except where otherwise indicated, all bolts, anchor bolts, and nuts shall be ASTM A307 Grade B Carbon steel cadmium-plated. B. Buried or Submerged Bolts: All bolts, anchor bolts, nuts, and washers which are buried, always or sometimes submerged, or below the top of the wall inside any hydraulic structure shall be Type 316 stainless steel conforming to ASTM A193 for bolts and to ASTM A194 for nuts. All threads on stainless steel bolts shall be formed by means of rolling, not cutting or grinding. All threads on stainless steel bolts shall be protected with an antiseize lubricant suitable for submerged stainless steel bolts, to meet government specification MIL-A-907E. 1. If used in potable water systems, anti-seize lubricant shall be classified as acceptable for potable water use by the NSF. SECTION 05120 – MISCELLANEOUS METALWORK CITY OF CARLSBAD MISCELLANEOUS METALWORK LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 05120-4 of 6 C. Bolt Requirements: 1. The nuts shall be capable of developing the full strength of the bolts. Threads shall be Coarse Thread Series conforming to the requirements of the American Standard for Screw Threads. All bolts and cap screws shall have hexagon heads and nuts shall be Heavy Hexagon Series. 2. The length of all bolts shall be such that after joints are made up, each bolt shall extend through the entire nut a minimum of1/2-inch. D. Expansion Anchors: Material and Installation shall conform to ICBO ER-4627. Expansion anchors shall be Hilti "Kwik-Bolt II" or ICBO approved equal. Lead caulking anchors will not be permitted. Size shall be as indicated. Expansion type anchors shall be 304 stainless steel. Expansion anchors may only be used where specifically detailed. Expansion type anchors shall not be used unless approved by the ENGINEER. PART 3 – EXECUTION 3.1 FABRICATION AND INSTALLMENT REQUIREMENTS A. Fabrication and Erection: Except as otherwise shown, the fabrication and erection of structural steel shall conform to the requirements of the American Institute of Steel Construction "Manual of Steel Construction." 3.2 WELDING A. Method: All welding shall be by the metal-arc method or gas-shielded arc method as described in the American Welding Society's "Welding Handbook" as supplemented by other pertinent standards of the AWS. Qualification of welders shall be in accordance with the AWS Standards governing same. B. Quality: In assembly and during welding, the component parts shall be adequately clamped, supported and restrained to minimize distortion and for control of dimensions. Weld reinforcement shall be as indicated by the AWS Code. Upon completion of welding, all weld splatter, flux, slag, and burrs left by attachments shall be removed. Welds shall be repaired to produce a workmanlike appearance, with uniform weld contours and dimensions. All sharp corners of material to be painted or coated shall be ground to a minimum of 1/32-inch on the flat. 3.3 GALVANIZING A. All structural steel plates shapes, bars and fabricated assemblies required to be galvanized shall, after the steel has been thoroughly cleaned of rust and scale, be galvanized in accordance with the requirements of ASTM A123. Any galvanized part that becomes warped during the galvanizing operation shall be straightened. Bolts, anchor bolts, nuts and similar threaded fasteners, after being properly cleaned, shall be galvanized in accordance with the requirements of ASTM A153. Field repairs to galvanizing shall be made using "Galvinox," "Galvo-Weld," or equal. SECTION 05120 – MISCELLANEOUS METALWORK CITY OF CARLSBAD MISCELLANEOUS METALWORK LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 05120-5 of 6 3.4 CRAFTSMANSHIP A. All work shall be performed by craftsmen experienced in the fabrication of architectural metal work. Exposed surfaces shall be free from defects or other surface blemishes. All dimensions and conditions shall be verified in the field in advance. All joints, junctions, miters, and butting sections shall be precision-fitted, with no gaps occurring between sections, and all surfaces shall be flush and aligned. 3.5 DRILLED ANCHORS A. Drilled anchors and reinforcing bars shall be installed in strict accordance with the applicable I.C.B.O. Evaluation Report and manufacturer's instructions. Holes shall be roughened with a brush on a power drill, cleaned and dry. Drilled anchors shall not be installed until the concrete has reached the specified 28-day compressive strength. Adhesive anchors shall not be loaded until the adhesive has reached its indicated strength in accordance with the manufacturer's instructions. **END OF SECTION** SECTION 05120 – MISCELLANEOUS METALWORK CITY OF CARLSBAD MISCELLANEOUS METALWORK LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 05120-6 of 6 THIS PAGE LEFT INTENTIONALLY BLANK SECTION 06100 - ROUGH CARPENTRY CITY OF CARLSBAD ROUGH CARPENTRY LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 06100-1 of 4 PART 1 - GENERAL 1.1 DESCRIPTION A. CONTRACTOR shall provide all labor, material, equipment and incidentals as shown, specified and required to furnish and install all rough carpentry Work. The Work also includes: 1. Providing openings in rough carpentry to accommodate the Work under this and other Sections and building into the rough carpentry all items such as sleeves, anchor bolts, inserts and all other items to be embedded in rough carpentry for which placement is not specifically provided under other Sections. B. Extent of the rough carpentry is shown. C. Types of rough carpentry work required include, but are not necessarily limited to, the following: 1. Miscellaneous framing, blocking, furring strips and other miscellaneous wood framing. 2. Lumber for temporary protection. 3. Lumber for protection of finished work. 4. Miscellaneous accessories, fasteners and anchorages. D. Coordination: 1. Review installation procedures under other Sections and coordinate the installation of items that must be installed with the rough carpentry Work. 1.2 RELATED SECTIONS A. Section 03300 – Cast-in-Place Concrete 1.3 REFERENCE SPECIFICATIONS, CODE AND STANDARDS A. Design Criteria: 1. Lumber Standard: Comply with PS-20 American Softwood Lumber Standard except as otherwise specified. 2. California Building Code. B. Codes: Comply with the applicable requirements of governing authorities and the California Building Code, for size, spacing and attachment of wood members. SECTION 06100 - ROUGH CARPENTRY CITY OF CARLSBAD ROUGH CARPENTRY LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 06100-2 of 4 C. Source Quality Control: 1. Factory mark each piece of lumber and type, grade, mill and grading agency. 2. Shop-fabricate rough carpentry work to the extent feasible and where shop fabrication will result in better workmanship than feasible for on-site fabrication. D. Reference Standards: Comply with applicable provisions and recommendations of the following, except where otherwise shown or specified: 1. National Grading Rule for Dimension Lumber, PS-20. 2. AWPB LP2, Pressure Treated with Water - Borne Preservatives, Above Ground Use. 3. Occupational Safety and Health Act of 1970. 4. WCLIB, Grading Rules. 1.4 SUBMITTALS A. Shop Drawings: Submit for approval the following: 1. Copies of chemical treatment manufacturer's instructions for proper use of each type of treated material. 2. For water-borne preservatives, include statement that moisture content of treated materials was reduced to maximum of 19 percent prior to shipment to project site. B. Certificates: Pressure Treatment: For each type specified, include certification by treating plant stating chemicals and process used, net amount of salts retained and conformance with applicable standards. 1.5 JOB CONDITIONS A. Coordination: Fit rough carpentry work to other work and scribe and cope as required for accurate fit. Coordinate location of furring, nailers, blocking, grounds and similar supports to allow proper attachment of other work. 1.6 DELIVERY, STORAGE AND HANDLING A. Storage of Materials: 1. Keep materials dry during delivery and storage. 2. Protect against exposure to weather and contact with damp or wet surfaces. SECTION 06100 - ROUGH CARPENTRY CITY OF CARLSBAD ROUGH CARPENTRY LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 06100-3 of 4 3. Stack lumber and provide air circulation within stacks. B. Handling Materials: Handle all treated products as specified in American Wood Preservers’ Association (AWPA), M4. PART 2 - PRODUCTS 2.1 MATERIALS A. Lumber, General: 1. Nominal sizes are shown, except as shown by detail dimensions. Provide actual sizes as required by American Lumber Standard Committee, National Grading Rule for Dimension Lumber PS-20, for the moisture content specified for each use. a. Provide dressed lumber, S4S, unless otherwise shown or specified. b. Provide seasoned lumber with 19 percent maximum moisture content at time of dressing. 2. Provide the following grade and species: a. Select Structural. b. Douglas Fir, WWPA. B. Fasteners and Anchorages: 1. Provide size and type as recommended by the California Building Code complying with applicable Federal Specifications for nails, staples, screws, bolts, nuts, washers and anchoring devices. 2. Provide Type 316 stainless steel fasteners and anchoring devices for all submerged and exterior Work. Provide zinc coated nails for all other uses. C. Lumber for Protection and Temporary Support: Size and grades to meet applicable requirements of the Occupational Safety and Health Act and structural requirements. PART 3 - EXECUTION 3.1 INSPECTION A. CONTRACTOR and his installer shall examine the substrates and supporting structure and the conditions under which the rough carpentry work is to be installed and notify ENGINEER in writing of the conditions detrimental to the Work. Do not proceed with the installation until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER. SECTION 06100 - ROUGH CARPENTRY CITY OF CARLSBAD ROUGH CARPENTRY LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 06100-4 of 4 3.2 INSTALLATION A. General: 1. Discard units of material with defects which might impair the quality of the Work, and units which are too small to fabricate the Work with minimum joints or the optimum joint arrangement. 2. Set rough carpentry work accurately, with members plumb and true and accurately cut and fitted. 3. Install fasteners without splitting of wood, pre-drill as required. **END OF SECTION** SECTION 07920 - CAULKING AND SEALANTS CITY OF CARLSBAD CAULKING AND SEALANTS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 07920-1 of 10 PART 1 - GENERAL 1.1 DESCRIPTION A. CONTRACTOR shall provide all labor, materials, tools, equipment and incidentals as shown, specified and required to furnish and install calking and sealants. B. Types of caulking and sealant work required include, but are not necessarily limited to the following: 1. All concrete to concrete joints. 2. All joints between concrete and metal. C. Coordination: 1. Review installation procedures under other Sections and coordinate the installation of items that must be installed with the calking and sealants. 2. Notify other contractors in advance of the installation of the calking and sealants to provide other contractors with sufficient time for the installation of items included in their contracts that must be installed before the calking and sealants. 3. Coordinate the final selection of calking and sealants to be compatible with all calking and sealant substrates specified. 1.2 RELATED SECTIONS (NOT USED) 1.3 REFERENCES SPECIFICATIONS, CODE AND STANDARDS A. Standards referenced in this Section are listed below: 1. ASTM C 510, Test Method for Staining and Color Change of Single - or Multicomponent Joint Sealants. 2. ASTM C 661, Test Method for Indentation Hardness of Elastomeric-Type Sealants by Means of a Durometer. 3. ASTM C 793, Test Method for Effects of Accelerated Weathering on Elastomeric Joint Sealants. 4. ASTM C 794, Test Method for Adhesion-in-Peel of Elastomeric Joint Sealants. 5. FS TT-S-00227, Sealing Compound: Elastomeric Type, Multi-component for Calking, Sealing, and Glazing in Buildings and Other Structures. SECTION 07920 - CAULKING AND SEALANTS CITY OF CARLSBAD CAULKING AND SEALANTS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 07920-2 of 10 1.4 SUBMITTALS A. Samples: Submit the following: 1. Each type of actual cured material samples of each calking and sealant specified, 3-inches long, in each of the manufacturer's standard colors. 2. Each size and type of sealant backer rod, 3-inches long, as recommended by the calking and sealant manufacturer. 3. Bond breaker tape as recommended by the manufacturer. 4. Samples will be reviewed by ENGINEER for color and texture only. Compliance with other requirements is the responsibility of CONTRACTOR. B. Shop Drawings: Submit the following: 1. Copies of manufacturer's specifications, recommendations and installation instructions for each type of sealant, calking compound and associated miscellaneous material required. Include manufacturer's published data, indicating that each material complies with the requirements and is intended for the applications shown. 2. Pre-Installation Meeting report, as specified. C. Test Reports: Submit the following: 1. Compatibility tests for substrates, based on adhesion-in-peel standard test procedures and FS TT-S-0027. 2. Certified laboratory test reports indicating conformance with the requirements. D. Guarantee: Submit the following: 1. Copies of written guarantee agreeing to repair or replace sealants which fail to perform as specified. 1.5 QUALITY ASSURANCE A. Installer Qualifications: Engage a single installer regularly engaged in calking and sealant installation and with successful experience in the application of the types of materials required, and who agrees to employ only tradesmen with specific skill and successful experience in this type of Work. B. Source Quality Control: Obtain materials from only manufacturers who will, if required: SECTION 07920 - CAULKING AND SEALANTS CITY OF CARLSBAD CAULKING AND SEALANTS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 07920-3 of 10 1. Send a qualified technical representative to the Site, for the purpose of advising installer of proper procedures and precautions for the use of the materials. 2. Test calking and sealants for compatibility with the substrates specified for conformance to FS-TT-S-0027 and recommend remedial procedures as required. C. Compatibility: Before purchase of each specified sealant, investigate its compatibility with the joint surfaces, joint fillers and other materials in the joint system. Provide only materials (manufacturer's recommended variation of the specified materials) which are known to be fully compatible with the actual installation condition, as verified by manufacturer's published data or certification and as shown on approved Shop Drawings. D. Pre-Installation Meeting: 1. Prior to the installation of the calking and sealants and associated Work, CONTRACTOR shall schedule and meet at the Site with the calking and sealant installer, the calking and sealant manufacturer's technical representative, other trades involved in coordination with the calking and sealant Work, the ENGINEER, and the CITY. Record the discussions of the Pre-Installation Meeting and the decisions and agreements (or disagreements) and furnish a copy of the record to each party attending. Review foreseeable methods and procedures related to the calking and sealant Work, including but not necessarily limited to the following: a. Review project requirements, including Drawings, Specifications and other Contract Documents. b. Review required submittals, both completed and yet to be completed. c. Review status of substrate and similar considerations. d. Review each major calking and sealant application required. e. Review availability of materials, tradesmen, equipment and facilities needed to make progress and avoid delays. 2. Reconvene the meeting at the earliest opportunity if additional information must be developed in order to conclude the subjects under consideration. 3. Record any revisions or changes agreed upon, reasons therefore, and parties agreeing or disagreeing with them. 1.6 DELIVERY, STORAGE AND HANDLING A. Delivery of Materials: 1. Deliver materials in calking and sealant manufacturer's original unopened, undamaged containers, indicating compliance with approved Shop Drawings and approved Sample color selections. 2. Include the following information on the label: SECTION 07920 - CAULKING AND SEALANTS CITY OF CARLSBAD CAULKING AND SEALANTS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 07920-4 of 10 a. Name of material and supplier. b. Formula or specification number, lot number, color and date of manufacture. c. Mixing instructions, shelf life and curing time, when applicable. 3. Failure to comply with these requirements shall be sufficient cause for rejection of the material in question, by ENGINEER. Immediately remove rejected materials from the Site and do not offer them again for approval by ENGINEER. Supply new material conforming to the specified requirements, at no additional cost to CITY. B. Storage of Materials: 1. Store materials to preclude the inclusion of foreign materials. 2. Do not store or expose materials to temperature above 90°F or store in direct sunshine. 3. Do not use materials which are outdated as indicated by shelf life. 4. Store sealant tape in a manner which will not deform the tape. 5. In cool or cold weather, store containers where temperature approximates 75°F for 16 hours before using. 6. When high temperatures prevail, store mixed sealants in a cool place. C. Handling: 1. Handle materials carefully to prevent inclusion of foreign materials. 2. Do not open containers or mix components until necessary preparatory Work and priming has been completed. 1.7 WARRANTY A. Provide a written guarantee agreeing to repair or replace sealants which fail to perform as air-tight and watertight joints; or fail in joint adhesion, cohesion, abrasion resistance, weather resistance, extrusion resistance, migration resistance, stain resistance, or general durability; or appear to deteriorate in any other manner not clearly specified by submitted manufacturer's data, as an inherent quality of the material for the exposure indicated. Provide guarantee signed by installer and CONTRACTOR. Provide guarantee period of two years from Final Completion. 1.8 JOB CONDITIONS A. Environmental Conditions: SECTION 07920 - CAULKING AND SEALANTS CITY OF CARLSBAD CAULKING AND SEALANTS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 07920-5 of 10 1. Do not proceed with installation of calking and sealants under adverse weather conditions, or when temperatures are below or above manufacturer's recommended limitations for installation. 2. Proceed with the Work only when forecasted weather conditions are favorable for proper cure and development of high early bond strength. 3. Wherever joint width is affected by ambient temperature variations, install elastomeric sealants only when temperatures are in the lower third of manufacturer's recommended installation temperature range, so that sealant will not be subjected to excessive elongation and bond stress at subsequent low temperatures. 4. When high temperatures prevail avoid mixing sealants in direct sunlight. B. Protection: Do not allow calking and sealants to overflow or spill onto adjoining surfaces, or to migrate into the voids of adjoining surfaces including rough textured materials. Use masking tape or other precautionary devices to prevent staining of adjoining surfaces, by either the primer/sealer or the calking and sealant materials. PART 2 – PRODUCTS 2.1 MATERIALS A. Exterior and Interior Horizontal and Vertical Joints; submerged and intermittently submerged: 1. Two-Component Polysulfide Sealant: a. Polysulfide-based, three-part elastomeric sealant complying with the following: 1) Thiokol’s Building Trade Performance Specifications: Type II Class A (non-sag). 2) Adhesion-in-Peel, FS TT-S-00227E and ASTM C 794 (minimum 5 lbs.): Glass, minimum 21 lbs./linear inch; Aluminum, minimum 18 lbs./linear inch; Concrete, minimum 21 lbs./linear inch. 3) Hardness (Standard Conditions), ASTM C 661: 15 to 50 (Shore A). 4) Stain and Color Change, FS TT-S-00227E and ASTM C 510: No discoloration or stain. 5) Accelerated Aging, ASTM C 793: No change in sealant characteristics after 250 hours in weather meter. 6) Rheological Vertical Displacement at 120°F, FS TT-S-00227E: No sag. b. Products and Manufacturers: Provide one of the following: 1) Sonolastic Polysulfide Three-Part Sealant by Sonneborn Building Products, Division of Chemrex, Inc. SECTION 07920 - CAULKING AND SEALANTS CITY OF CARLSBAD CAULKING AND SEALANTS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 07920-6 of 10 2) Lasto-Meric by Tremco. 3) Or equal. B. Provide colors selected by ENGINEER from calking and sealant manufacturer's standard and custom color charts. “Or equal” manufacturers shall provide the same generic products and colors as available from manufacturers specified. C. Miscellaneous Materials: 1. Joint Cleaner: As recommended by the calking and sealant manufacturer. 2. Joint Primer and Sealer: As recommended by the calking and sealant manufacturer. 3. Bond Breaker Type: Polyethylene tape or other plastic tape as recommended by the calking and sealant manufacturer, to be applied to sealant-contact surfaces where bond to the substrate or joint filler must be avoided for proper performance of calking and sealant. Provide self-adhesive tape, wherever applicable. 4. Sealant Backer Rod: Compressible rod stock polyethylene foam, polyethylene jacketed polyurethane foam, butyl rubber foam, neoprene foam or other flexible, permanent, durable non-absorptive material as recommended for compatibility with calking and sealant by the calking and sealant manufacturer. Provide size and shape of rod which will control the joint depth for sealant placement, break bond of sealant at bottom of joint, form optimum shape of sealant bead on back side, and provide a highly compressible backer to minimize the possibility of sealant extrusion when joint is compressed. 5. Low Temperature Catalyst: As recommended by the calking and sealant manufacturer. 2.2 MIXING A. Comply with sealant manufacturer's written instructions for mixing two-component sealants. B. Thoroughly mix components before use. C. Add entire contents of activator can to base container. Do not mix partial units. D. Mix contents for a minimum of five minutes or as recommended by the sealant manufacturer, until color and consistency are uniform. SECTION 07920 - CAULKING AND SEALANTS CITY OF CARLSBAD CAULKING AND SEALANTS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 07920-7 of 10 PART 3 - EXECUTION 3.1 INSPECTION A. CONTRACTOR and installer shall examine joint surfaces, substrates, backing, and anchorage of units forming sealant rabbet, and the conditions under which the calking and sealant Work is to be performed, and notify ENGINEER, in writing, of any conditions detrimental to the proper and timely completion of the Work and performance of the sealants. Do not proceed with the calking and sealant Work until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER. 3.2 JOINT SURFACE PREPARATION A. Clean joint surfaces immediately before installation of sealant compound. Remove dirt, weakly adhering coatings, moisture and other substances which would interfere with bonds of sealant compound as recommended by sealant manufacturer's written instructions as shown on approved Shop Drawings. B. Etch concrete and masonry joint surfaces to remove excess alkalinity, unless sealant manufacturer's written instructions, as shown on approved Shop Drawings, indicate that alkalinity does not interfere with sealant bond and performance. 1. Etch with five percent solution of muriatic acid. 2. Neutralize with dilute ammonia solution. 3. Rinse thoroughly with water and allow to dry before sealant installation. C. If necessary, clean porous materials such as concrete and masonry by grinding, sand blasting or mechanical abrading. Blow out joints with oil-free compressed air, or by vacuuming joints prior to application of primer or sealant. D. Roughen joint surfaces on vitreous coated and similar non-porous materials, wherever sealant manufacturer's data indicates lower bond strength than for porous surfaces. Rub with fine abrasive cloth or steel wool to produce a dull sheen. 3.3 INSTALLATION A. Comply with sealant manufacturer's written instructions except where more stringent requirements are shown or specified and except where manufacturer's technical representative directs otherwise; but only as approved by ENGINEER. B. Prime or seal the joint surfaces as shown on approved Shop Drawings. Do not allow prime or sealer to spill or migrate onto adjoining surfaces. Allow primer to dry prior to application of sealants. C. Apply masking tape before installation of primer, in continuous strips in alignment with the joint edge to produce sharp, clean interface with adjoining materials. Remove tape immediately after joints have been sealed and tooled as directed. SECTION 07920 - CAULKING AND SEALANTS CITY OF CARLSBAD CAULKING AND SEALANTS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 07920-8 of 10 D. Do not install sealants without backer rods or bond breaker tape. E. Roll the back-up rod stock into the joint to avoid lengthwise stretching. Do not twist, braid, puncture or prime backer-rods. F. Employ only proven installation techniques, which will ensure that sealants will be deposited in uniform, continuous ribbons without gaps or air pockets, with complete "wetting" of the joint bond surfaces equally on opposite sides. Except as otherwise indicated, fill sealant rabbet to a slightly concave surface slightly below adjoining surfaces. Where horizontal joints are between a horizontal surface and a vertical surface, fill joint to form a slight cove, so that joint will not trap moisture and dirt. G. Install sealants to depths as recommended by the sealant manufacturer but within the following general limitations, measured at the center (thin) section of the bead. 1. For vertical or horizontal joints subjected to normal movement and sealed with elastomeric sealants, but not subject to traffic, fill joints to a depth equal to 50 percent of joint width, but not more than 1/2-inch deep or less than 1/4-inch deep. H. Remove excess and spillage of compounds promptly as the Work progresses. I. Cure calking and sealant compounds in compliance with manufacturer's instructions and recommendations, to obtain high early bond strength, internal cohesive strength and surface durability. 3.4 FIELD QUALITY CONTROL A. Where questions of compatibility of sealants and substrate arise, the sealant manufacturer shall test the substrate in question for compatibility with the specified sealant and report his findings, along with recommendations, to ENGINEER. B. Do not proceed with installation of elastomeric sealants over joint surfaces which have been painted, lacquered, waterproofed or treated with water repellent or other treatment or coating unless a laboratory test for durability (adhesion), in compliance with FS TT-S-00227 has successfully demonstrated that sealant bond is not impaired by the coating or treatment. If laboratory test has not been performed, or shows bond interference, remove coating or treatment from joint surfaces before installing sealant. C. After nominal cure of exterior joint sealants which are exposed to the weather, test for water leaks. Flood the joint exposure with water directed from a 3/4-inch diameter garden hose, without nozzle, held perpendicular to wall face, 2 feet - 0 inch from joint and connected to a water system with 30 psi minimum normal water pressure. Move stream of water along joint at an approximate rate of 20 feet per minute. D. Test approximately five percent of total joint system, in locations which are typical of every joint condition, and which can be inspected easily for leakage on opposite face. Conduct test in the presence of ENGINEER, who will determine the actual SECTION 07920 - CAULKING AND SEALANTS CITY OF CARLSBAD CAULKING AND SEALANTS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 07920-9 of 10 percentage of joints to be tested and the actual period of exposure to water from the hose, based upon the extent of observed leakage, or lack thereof. E. Where nature of observed leakage indicates the possibility of inadequate joint bond strength, ENGINEER may direct that additional testing be performed at a time when joints are fully cured, and before Substantial Completion of the Work. 3.5 ADJUSTMENT AND CLEANING A. Repair sealant installation at leaks or, if leakage is excessive, replace sealant installation. B. Clean adjacent surfaces of sealant and soiling resulting from the Work. Use solvent or cleaning agent recommended by the sealant manufacturer. Leave all finish Work in a neat and clean condition. C. Protect the sealants during the construction period so that they will be without deterioration, soiling, or damage at the time of Final Completion. **END OF SECTION** SECTION 07920 - CAULKING AND SEALANTS CITY OF CARLSBAD CAULKING AND SEALANTS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 07920-10 of 10 THIS PAGE LEFT INTENTIONALLY BLANK SECTION 09800 – PAINTING AND COATINGS CITY OF CARLSBAD PAINTING AND COATINGS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 09800-1 OF 12 PART 1 - GENERAL 1.1 DESCRIPTION A. The CONTRACTOR shall provide painting and coatings, complete and in place, in accordance with the Contract Documents. B. Definitions: 1. The term "paint," "coatings," or "finishes" as used herein, shall include surface treatments, emulsions, enamels, paints, epoxy resins, and all other protective coatings, excepting galvanizing or anodizing, whether used as a pretreatment, primer, intermediate coat, or finish coat. 2. The term "DFT" means minimum dry film thickness. C. The Contractor and Painting Subcontractor shall attend a Pre-Painting Conference prior to commencing work on the jobs. 1.2 RELATED SECTIONS A. Section 05120 – Miscellaneous Metalwork B. Section 15100 – Valves, General C. Section 15110 – Plug Valves 1.3 REFERENCE SPECIFICATIONS, CODE AND STANDARDS A. Except as otherwise indicated, the current editions of the following apply to the Work of this Section: 1. References herein to "SSPC Specifications" or "SSPC" shall mean the published standards of SSPC, the Society for Protective Coatings. 2. References herein to "NACE" shall mean the published standards of the National Association of Corrosion Engineers. 3. References herein to “ANSI/AWWA” shall mean the published standards of the American Water Works Association including: a. ANSI/AWWA C210 Liquid Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines b. ANSI/AWWA C217 Cold-Applied Petrolatum Tape and Petroleum Wax Tape Coatings for Exterior of Special Sections, Connections, and Fittings for Buried Steel Water Pipelines 4. Regulatory Agency Requirements: Coatings for surfaces in contact with raw or potable water shall impart no taste or odor to the water nor result in any organic or inorganic content in excess of the maximum contaminant level established by applicable laws or regulations including NSF SECTION 09800 – PAINTING AND COATINGS CITY OF CARLSBAD PAINTING AND COATINGS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 09800-2 OF 12 Standards. All coatings shall be approved by the local Air Pollution Control City. The Contractor shall revise painting systems specified herein to provide manufacturer’s regulatory agency approved coating system where required. All painting systems shall be VOC compliant. Equivalent systems are to be submitted at no additional costs to meet any new regulations. B. The work of this section shall comply with the current edition of the Uniform Building Code C. Inspection records of shop or field-applied coatings and linings for buried or submerged items shall be submitted within 15 days after the work has been accepted. 1.4 SUBMITTALS A. The following shop drawings shall be submitted in compliance with Section 2-5.3: 1. Submit coating manufacturer's technical and material safety data sheets for the products to be applied. Data sheets shall show the following information at a minimum, but shall show all data necessary to indicate conformance to specifications: a. Percent solids by volume. b. Minimum and maximum recommended dry-film thickness per coat for prime, intermediate, and finish coats. c. Recommended surface preparation. d. Recommended thinners. e. Statement verifying that the specified prime coat is recommended by the manufacturer for use with the specified intermediate and finish coats. f. Application instructions including recommended equipment and temperature limitations. g. Curing requirements and instructions. h. Colors (where applicable). 2. Submit the name of the company and abrasive to be used, the generic type of abrasive, the CARB certification, and product data sheets. 1.5 QUALITY ASSURANCE A. All materials of a specified painting system, including primer, intermediate, and finish coats, shall be produced by the same manufacturer. Thinners, cleaners, driers, and other additives shall be as recommended by the paint manufacturer for the particular coating system. 1.6 DELIVERY, STORAGE AND HANDLING A. Deliver paints to the jobsite in the original, unopened containers. SECTION 09800 – PAINTING AND COATINGS CITY OF CARLSBAD PAINTING AND COATINGS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 09800-3 OF 12 1.7 WARRANTY A. Warranty Inspection: A warranty inspection may be conducted during the eleventh month following completion of all coating and painting work. The CONTRACTOR and a representative of the coating applicator and the coating material manufacturer shall attend this inspection. B. All defective work shall be repaired in accordance with these Specifications and to the satisfaction of the CITY. The CITY may, by written notice to the CONTRACTOR, reschedule the warranty inspection to another date within the warranty period, or may cancel the warranty inspection altogether. If a warranty inspection is not held, the CONTRACTOR is not relieved of its responsibilities under the Contract Documents. 1.8 EXTRA MATERIALS A. Furnish extra materials described below that are from same production run (batch mix) as materials applied and that are packaged for storage and identified with labels describing contents. 1. Quantity: Furnish an additional 5 percent, but not less than 1 gallon of each material and color applied. 1.9 SAFETY AND HEALTH REGULATIONS A. General: In accordance with the requirements of OSHA Safety and Health Standards for Construction (29CFR1926) and the applicable requirements of regulatory agencies having jurisdiction, as well as manufacturer’s printed instructions and appropriate technical bulletins and manuals, the CONTRACTOR shall provide and require use of personnel protective lifesaving equipment for persons working in or about the project site. B. Head and Face Protection and Respiratory Devices: Equipment shall include protective helmets which shall be worn by all persons while in the vicinity of the Work. In addition, workers engaged in or near the work during sandblasting shall wear OSHA approved eye and face protection devices and air purifying, half mask or mouthpiece respirators. Barrier creams shall be used on any exposed areas of skin. C. Ventilation: Where ventilation is used to control hazardous exposure, all equipment shall be explosion-proof. Forced air ventilation shall be provided to reduce the concentration of air contaminant to a safe limit. Air circulation and exhausting of solvent vapors shall be continued until coatings have fully cured. D. Sound Levels: Whenever the occupational noise exposure exceeds maximum allowable sound levels, the CONTRACTOR shall implement furnish and require the use of approved ear protective devices. E. Illumination: Adequate illumination shall be provided while Work is in progress, which may include explosion-proof lights, scaffolding and electrical equipment. Whenever required by the ENGINEER, the CONTRACTOR shall provide SECTION 09800 – PAINTING AND COATINGS CITY OF CARLSBAD PAINTING AND COATINGS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 09800-4 OF 12 additional illumination to cover all areas to be inspected. The level of illumination for inspection purposes shall be determined by the ENGINEER. F. Temporary Ladders and Scaffolding: All temporary ladders and scaffolding shall conform to applicable safety requirements. They shall be erected where requested by the ENGINEER to facilitate inspection and shall be moved by the CONTRACTOR to locations as requested by the ENGINEER. 1.10 CLEANUP A. Upon completion of the Work, all staging, scaffolding and containers shall be removed from the site or destroyed in a manner approved by the ENGINEER. Coating spots and oil or stain upon adjacent surfaces shall be removed and the job site cleaned. All damage to adjacent surfaces or facilities resulting from the Work shall be cleaned, repaired or refinished to the satisfaction of the ENGINEER at no additional cost to the CITY. PART 2 - MATERIALS 2.1 GENERAL A. Coating products shall conform to State of California air quality regulations, which limits volatile organic compounds per gallon of coating product. The following index lists the various painting and coating systems by service and generic type. PAINT COATINGS SYSTEM INDEX Sys. No. Title Generic Coating 5 Submerged or Intermittently Submerged Metal, Potable and Raw Water Epoxy B. These systems are specified in detail in the following paragraphs. For each coating, the required surface preparation, prime coat, intermediate coat (if required), topcoat, and coating thicknesses are described. Mil thicknesses shown are minimum dry-film thicknesses. At least two manufacturer's products are listed for each system. 2.2 SUBMERGED METAL COATING SYSTEM A. System No. 5 - Submerged Metal, Potable and Raw Water: 1. Type: Two component, three-coat epoxy system. For potable water applications, coating shall be certified by NSF in accordance with ANSI/NSF Std. 61. 2. Service Conditions: For use with steel structures, piping, valves, or equipment in potable water service. 3. Surface Preparation: SSPC-SP 10. SECTION 09800 – PAINTING AND COATINGS CITY OF CARLSBAD PAINTING AND COATINGS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 09800-5 OF 12 4. Coating System: Apply three coats of Tnemec Series V140 or V140F Pota-Pox Plus, or ICI/Devoe BarRust 233H, or CITY approved equal. Apply to a minimum dry film thickness of 16 mils total. 2.7 ABRASIVES FOR SURFACE PREPARATION A. Abrasives used for dry unconfined blast cleaning shall conform to the requirements of the State of California Air Resources Board (CARB) Executive Order G-425. Use abrasives that are currently certified by CARB and appear on the Approved Abrasives List. B. Abrasives used for preparation of iron and steel surfaces shall be one of the following: 1. 16 to 30 or 16 to 40 mesh silica sand or mineral grit 2. 20 to 40 mesh garnet 3. Crushed iron slag, 100% retained on No. 80 mesh 4. SAE Grade G-40 or G-50 iron grit C. Abrasives used for preparation of copper and aluminum surfaces shall be one of the following: 1. Crushed slag, 80 to 100 mesh 2. Very fine silica sand, 80 to 100 mesh D. In the above gradations, 100% of the material shall pass through the first stated sieve size and 100% shall be retained on the second stated sieve size. PART 3 – EXECUTION 3.1 PRE-PAINTING CONFERENCE A. Conduct a pre-painting conference at the job site to review specified requirements. Meeting attendees shall include General Contractor, Subcontractor Painting Applicator and its supervisor, the CITY and the ENGINEER. 3.2 WEATHER CONDITIONS A. Do not paint in the rain, wind, snow, mist, and fog or when steel or metal surface temperatures are less than 5 degrees F above the dew point. B. Do not apply paint when the relative humidity is above 85% or the temperature is above 90 degrees F. C. Do not paint when temperature of metal to be painted is above 120 degrees F. SECTION 09800 – PAINTING AND COATINGS CITY OF CARLSBAD PAINTING AND COATINGS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 09800-6 OF 12 D. Do not apply paints if air or surface temperature is below 40 degrees F or expected to be below 40 degrees F within 24 hours. E. Do not apply epoxy, acrylic latex, and polyurethane paints on an exterior or interior surface if air or surface temperature is below 60 degrees F or expected to drop below 60 degrees F in 24 hours. 3.3 SURFACE PREPARATION A. Do not sandblast or prepare more surface area than can be coated in one day. Remove all sharp edges, burrs, and weld spatter. Do not sandblast PVC, CPVC, or FRP piping or equipment. Do not sandblast epoxy, enamel coated, or fusion-bonded epoxy pipe that has already been factory coated, except to repair scratched or damaged coatings. B. Surface preparation shall conform to the SSPC specifications as follows: Solvent Cleaning SP 1 Hand Tool Cleaning SP 2 Power Tool Cleaning SP 3 White Metal Blast Cleaning SP 5 Commercial Blast Cleaning SP 6 Brush-Off-Blast Cleaning SP 7 Pickling SP 8 Near-White Blast Cleaning SP 10 C. Wherever the words "solvent cleaning," "hand tool cleaning," "wire brushing," or "blast cleaning" or similar words are used in these specifications or in paint manufacturer's specifications, they shall be understood to refer to the applicable SSPC (Steel Structure Painting Council, Surface Preparation Specifications, ANSI A159.1) specifications listed above. D. Dust blasting is defined as cleaning the surface through the use of very fine abrasives, such as siliceous or mineral abrasives, 80 to 100 mesh. Apply a fine etch to the metal surface to clean the surface of any contamination or oxide. E. Remove oil and grease from metal surfaces in accordance with SSPC-SP 1. Use clean cloths and cleaning solvents and wipe dry with clean cloths. Do not leave a film or greasy residue on the cleaned surfaces before sandblasting. F. Remove weld spatter and weld slag from metal surfaces and grind smoothly rough welds, beads, peaked corners, and sharp edges in accordance with SSPC-SP 2 and SSPC-SP 3. G. Neutralize welds with a chemical solvent that is compatible with the specified coating materials. Use clean cloths and chemical solvent. Wipe dry with clean cloths. Do not leave a residue on the cleaned surfaces. SECTION 09800 – PAINTING AND COATINGS CITY OF CARLSBAD PAINTING AND COATINGS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 09800-7 OF 12 3.4 ABRASIVE BLAST CLEANING A. Use dry abrasive blast cleaning for metal surfaces. Do not use abrasives in automatic equipment that have become contaminated. When shop or field blast cleaning with handheld nozzles, do not recycle or reuse blast particles. B. After blast cleaning and prior to application of coating, dry clean surfaces to be coated by dusting, sweeping, and vacuuming to remove residue from blasting. Apply the specified primer or touch-up coating within the period of an eight-hour working day. Do not apply coating over damp or moist surfaces. Reclean prior to application of primer or touch-up coating any blast cleaned surface not coated within said eight-hour period. C. Keep the area of the work in a clean condition and do not permit blasting particles to accumulate and constitute a nuisance or hazard. D. During blast cleaning, prevent damage to adjacent coatings. Schedule blast cleaning and coating such that dust, dirt, blast particles, old coatings, rust, mill scale, etc., will not damage or fall upon wet or newly coated surfaces. 3.5 PROCEDURES FOR ITEMS HAVING SHOP-APPLIED PRIME COATS A. Handle shop-primed items with care during unloading, installation, and erection operations to minimize damage. Do not place or store shop-primed items on the ground or on top of other work unless ground or work is covered with a protective covering or tarpaulin. Place shop-primed items above the ground upon platforms, skids, or other supports. 3.6 FIELD TOUCH-UP OF SHOP-APPLIED PRIME COATS A. Remove oil and grease surface contaminants on metal surfaces in accordance with SSPC-SP 1. Use clean rags wetted with a degreasing solution, rinse with clean water, and wipe dry. B. Remove dust, dirt, salts, moisture, chalking primers, or other surface contaminants that will affect the adhesion or durability of the coating system. Use a high-pressure water blaster or scrub surfaces with a broom or brush wetted with a solution of trisodium phosphate, detergent, and water. Before applying intermediate or finish coats to inorganic zinc primers, remove any soluble zinc salts that have formed by means of scrubbing with a stiff bristle brush. Rinse scrubbed surfaces with clean water. C. Remove loose or peeling primer and other surface contaminants not easily removed by the previous cleaning methods in accordance with SSPC-SP 7. Take care that remaining primers are not damaged by the blast cleaning operation. Remaining primers shall be firmly bonded to the steel surfaces with blast cleaned edges feathered. D. Remove rust, scaling, or primer damaged by welding or during shipment, storage, and erection in accordance with SSPC-SP 10. Take care that remaining primers SECTION 09800 – PAINTING AND COATINGS CITY OF CARLSBAD PAINTING AND COATINGS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 09800-8 OF 12 are not damaged by the blast cleaning operation. Remaining primers shall be firmly bonded to the steel surfaces with blast cleaned edges feathered. E. Use repair procedures on damaged primer which protects adjacent primer. Blast cleaning may require the use of lower air pressure, smaller nozzles, and abrasive particle sizes, short blast nozzle distance from surface, shielding, and/or masking. F. After abrasive blast cleaning of damaged and deflective areas, remove dust, blast particles, and other debris by dusting, sweeping, and vacuuming; then apply the specified touch-up coating. G. Surfaces that are shop primed with inorganic zinc primers shall receive a field touch-up of organic zinc primer to cover all scratches or abraded areas. H. Other surfaces that are shop primed shall receive a field touch-up of the same primer used in the original prime coat. 3.7 PAINT MIXING A. Prepare multiple-component coatings using all of the contents of the container for each component as packaged by the paint manufacturer. Do not use partial batches. Do not use multiple-component coatings that have been mixed beyond their pot life. Provide small quantity kits for touchup painting and for painting other small areas. Mix only the components specified and furnished by the paint manufacturer. Do not intermix additional components for reasons of color or otherwise, even within the same generic type of coating. 3.8 PROCEDURES FOR THE APPLICATION OF COATINGS A. Conform to the requirements of SSPC-PA 1. Follow the recommendations of the coating manufacturer including the selection of spray equipment, brushes, rollers, cleaners, thinners, mixing, drying time, temperature and humidity of application, and safety precautions. B. Stir, strain, and keep coating materials at a uniform consistency during application. Apply each coating evenly, free of brush marks, sags, runs, holidays, and other evidence of poor workmanship. Use a different shade or tint on succeeding coating applications to indicate coverage where possible. Finished surfaces shall be free from defects or blemishes. C. Do not use thinners unless recommended by the coating manufacturer. If thinning is allowed, do not exceed the maximum allowable amount of thinner per gallon of coating material. Stir coating materials at all times when adding thinner. Do not flood the coating material surface with thinner prior to mixing. Do not reduce coating materials more than is absolutely necessary to obtain the proper application characteristics and to obtain the specified dry-film thicknesses. D. Remove dust, blast particles, and other debris from blast cleaned surfaces by dusting, sweeping, and vacuuming. Allow ventilator fans to clean airborne dust to provide good visibility of working area prior to coating applications. Remove dust SECTION 09800 – PAINTING AND COATINGS CITY OF CARLSBAD PAINTING AND COATINGS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 09800-9 OF 12 from coated surfaces by dusting, sweeping, and vacuuming prior to applying succeeding coats. E. Apply coating systems to the specified minimum dry-film thicknesses as measured from above the peaks of the surface profile. F. Apply primer immediately after blast cleaning and before any surface rusting occurs, or any dust, dirt, or any foreign matter has accumulated. Reclean surfaces by blast cleaning that have surface colored or become moist prior to coating application. G. Apply a brush coat of primer on welds, sharp edges, nuts, bolts, and irregular surfaces prior to the application of the primer and finish coat. The brush coat shall be done prior to and in conjunction with the spray coat application. Apply the spray coat over the brush coat. 3.9 SURFACES NOT TO BE COATED A. The following surfaces shall not be painted and must be protected during painting of adjacent areas unless otherwise noted on the Drawings or in other Specification sections: 1. Steel to be encased in concrete or masonry 2. Stainless steel 3. Metal plates/nameplates or letters 4. Concrete surfaces 5. Galvanized pipe and fittings 6. Copper tubing, red brass piping and PVC piping except where such piping occurs in rooms where the walls are painted, or required for color coding 7. Electrical fixtures except for factory coatings 8. Grease fittings 9. Plastic and fiberglass surfaces 10. Brass pipe and bronze valves SECTION 09800 – PAINTING AND COATINGS CITY OF CARLSBAD PAINTING AND COATINGS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 09800-10 OF 12 3.10 PROTECTION OF SURFACES NOT TO BE PAINTED A. Remove, mask, or otherwise protect hardware, lighting fixtures, switch plates, aluminum surfaces, machined surfaces, couplings, shafts, bearings, nameplates on machinery, and other surfaces not intended to be painted. Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces. Protect working parts of mechanical and electrical equipment from damage during surface preparation and painting process. Mask openings in motors to prevent paint and other materials from entering the motors. 3.11 SURFACES TO BE COATED A. Coat aboveground and exposed piping or piping in vaults and structures as described in the various piping specifications. Color shall be as black, or as selected by the ENGINEER. B. Coat valves as described in the various valve specifications. Above ground valves or valves in vaults and structures shall be black or as so requested by the ENGINEER. 3.12 SHOP AND FIELD INSPECTION AND TESTING A. General: Furnish the CITY a minimum of 3 days advance notice of the start of any field surface preparation work or coating application work, and a minimum of 7 days advance notice of the start of any shop surface preparation work. B. All inspection, testing, and operation of inspection tools for field-applied coatings and linings shall be performed only in the presence of the ENGINEER, unless the CITY has granted prior approval to perform such Work in its absence. C. At no additional cost to the CITY, the inspection shall be performed by a third-party inspection agency acceptable to the CITY and certified in the inspection of coating and lining application procedures. D. Inspection by the ENGINEER, or the waiver of inspection of any particular portion of the Work, shall not relieve the CONTRACTOR of its responsibility to perform the Work in accordance with these Specifications. E. For external or internal application of lining or coating materials for buried or submerged piping systems, the CONTRACTOR shall supply inspection procedures for use by the CITY. Procedures shall be supplied in advance of starting work. F. Inspection Devices: Furnish, until final acceptance of such coatings, inspection devices in good working condition for the detection of holidays and measurement of dry-film thicknesses of protective coatings. Dry-film thickness gauges shall be made available for the CITY'S use at all times while coating is being done, until final acceptance of such coatings. Furnish the services of a trained operator of the holiday detection devices until the final acceptance of such coatings. Holiday detection devices shall be operated only in the presence of the ENGINEER. SECTION 09800 – PAINTING AND COATINGS CITY OF CARLSBAD PAINTING AND COATINGS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 09800-11 OF 12 G. Holiday Testing: Holiday test all coated ferrous surfaces, other surfaces which will be submerged in water or other liquids, or surfaces which are enclosed in a vapor space in such structures and surfaces coated with any of the submerged and severe service coating systems. Areas which contain holidays shall be marked and repaired or recoated in accordance with the coating manufacturer's printed instructions and then retested. Electrical inspection for linings and coatings shall be in accordance with applicable NACE standards RPO 188 and/or RPS 274. 1. Coatings with Thickness Exceeding 20 Mils: For surfaces having a total dry film coating thickness exceeding 20 mils: pulse-type holiday detector such as Tinker & Rasor Model AP-W, D.E. Stearns Co. Model 14/20, or equal shall be used. The unit shall be adjusted to operate at the voltage required to cause a spark jump across an air gap equal to twice the specified coating thickness, the voltage approved by the coating system manufacturer, or 100 volts/mil, whichever is less. 2. Coatings with Thickness of 20 Mils or Less: For surfaces having a total dry film coating thickness of 20 mils or less, Tinker & Rasor Model M1 nondestructive type holiday detector, K-D Bird Dog, or equal shall be used. The unit shall operate between 67.5 and 75 V. For thicknesses between 10 and 20 mils, a nonsudsing type wetting agent, such as Kodak Photo-Flo, or equal, shall be added to the water before wetting the detector sponge. H. Film Thickness Testing: On ferrous metals, the dry film coating thickness shall be measured in accordance with the SSPC "Paint Application Specification No. 2" using a magnetic-type dry film thickness gauge such as Mikrotest model FM, Elcometer model 111/1EZ, or equal. Each coat shall be tested for the correct thickness. No measurements shall be made until at least 8 hours after application of the coating. On nonferrous metals and other substrates, the coating thicknesses shall be measured at the time of application using a wet film gauge. I. Surface Preparation: Evaluation of blast cleaned surface preparation work will be based upon comparison of the blasted surfaces with the standard samples available from the NACE, using NACE standards TM-01-70 and TM-01-75. J. Third-Party Inspection: At no additional cost to the CITY, the inspection of coatings and linings for submerged and buried service conditions shall be performed by a third-party inspection agency acceptable to the ENGINEER and certified in the inspection of coating and lining application procedures. **END OF SECTION** SECTION 09800 – PAINTING AND COATINGS CITY OF CARLSBAD PAINTING AND COATINGS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 09800-12 OF 12 THIS PAGE LEFT INTENTIONALLY BLANK SECTION 10100 - UNDER WATER SIMI-SUBMERGED CONSTRUCTION/DIVERS OPERATIONS CITY OF CARLSBAD UNDERWATER SIMI-SUBMERGED LAKE CALAVERA OUTLET IMPROVEMENTS CONSTRUCTION/DIVERS OPERATION PAGE 10100-1 of 2 PART 1 – GENERAL 1.1 DESCRIPTION A. The CONTRACTOR shall perform under water and submerged construction necessary to accomplish the project work including the use of divers, barges, cranes, hand tools, in order to demolish, remove, replace, test and repair piping, tubing, hose, valves, miscellaneous metalwork and appurtenances, and all other items to complete the project in accordance with the requirements of the Contract Documents. 1.2 RELATED SECTIONS A. Section 15000 – General Piping Systems and Appurtenances B. Section 15068 – Stainless Steel Pipe and Tubing C. Section 15100 – Valves, General D. Section 15110 – Plug Valves 1.3 REFERENCE SPECIFICATIONS, CODE, AND STANDARDS A. Occupational Safety and Health Administration (OSHA) Standards for Commercial Diving Operations (29 CFR Part 1910, Subpart T – 6/13/2011- Directive #CPL 02-00151) B. Association of Diving Contractors International (ADCI) Standards C. U.S. Navy Diving Manual SS521-AG-PRO-010 0910-LP-115-1921 Revision 7 1.4 SUBMITTALS A. Proof of training in OSHA, USCD, and ADCI standards for all divers B. Proof or diving certifications, ADCI with training level information C. Diver experience level, minimum of 3 years. D. Diver supervisor experience level, minimum of 10 years. E. Each dive team member physician letter of health dated within one year of prior to date of dive on this project. F. Diving firm prepared Safe Practices Manuel including sample dive sheets, OSHA 29 CFR Part 1910 Subpart T forms, and US Navy Dive Tables G. Activity Hazard Analysis for all related project activities including underwater crane and hoisting operations and barge management identifying specific hazards step- SECTION 10100 - UNDER WATER SIMI-SUBMERGED CONSTRUCTION/DIVERS OPERATIONS CITY OF CARLSBAD UNDERWATER SIMI-SUBMERGED LAKE CALAVERA OUTLET IMPROVEMENTS CONSTRUCTION/DIVERS OPERATION PAGE 10100-2 of 2 by-step procedures, assigned risk level, and the corresponding control and safe work procedure for each task by step. H. Diving firm prepared Underwater Operations Plan including all equipment certifications, emergency management plan 1.5 QUALITY ASSURANCE A. Minimum diving firm experience of 10 years performing similar work. B. Minimum diver supervisor experience of 10 years performing similar work C. Minimum dive time member experience of 3 years. 1.6 DELIVERY, STORAGE AND HANDLING A. Transport all necessary underwater work-related equipment to the site in a manner to protect the equipment from damage. B. Inspect transported equipment on deliver for damage, repair and/or order replacements for damaged equipment. C. Store materials off ground and on firm surfaces and per equipment manufacturer’s recommendations. Protect the materials from extreme temperatures and corrosion. PART 2 – MATERIALS (NOT USED) PART 3 – EXECUTION 3.1 Perform all work in accordance with the diving firm’s prepared: A. Safe Practices Manual B. Emergency Management Plan C. Underwater Operations Plan 3.2 Perform all work in accordance with the: A. Occupational Safety and Health Administration (OSHA) Standards for Commercial Diving Operations (29 CFR Part 1910, Subpart T – 6/13/2011- Directive #CPL 02-00151) B. Association of Diving Contractors International (ADCI) Standards C. U.S. Navy Diving Manual SS521-AG-PRO-010 0910-LP-115-1921 Revision 7 **END OF SECTION** SECTION 10500 - IDENTIFICATION DEVICES CITY OF CARLSBAD IDENTIFICATION DEVICES LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 10500-1 of 6 PART 1 - GENERAL 1.1 DESCRIPTION A. CONTRACTOR shall provide all labor, materials, tools, equipment and incidentals as shown, specified and required to furnish and install identification devices. 1. CONTRACTOR shall be responsible for all identification devices throughout the Project as shown on the Drawings, and as specified herein. 2. Extent of identification devices is shown and, where indicated, as specified. 3. Types of products required include but are not limited to, the following: a. Pipeline and valve identification signs and tags. b. Mounting tape. B. Coordination: 1. Review installation procedures under other Sections and coordinate the installation of items that must be installed with, or before, the identification devices. 2. Coordinate adhesives and fasteners with mounting surfaces. Review other Sections in order to insure compatibility of identification device mounting accessories for the various surfaces. 1.2 RELATED SECTIONS A. General Provisions Section 2-5.3 – Submittals B. Section 09800 – Painting and Coatings C. Division 15 – Mechanical Construction 1.3 REFERENCE SPECIFICATIONS, CODE AND STANDARDS A. Codes: Comply with applicable requirements of the latest California Building Code. B. Reference Standards: Comply with applicable provisions and recommendations of the following except as otherwise shown or specified: 1. ASTM A 167, Stainless and Heat-Resisting Chromium-Nickel Steel Plate, Sheet, and Strip 2. ASTM E 527, Numbering Metals and Alloys (UNS), Standard Practice for. 3. ANSI A13.1 Scheme for the Identification of Piping Systems. SECTION 10500 - IDENTIFICATION DEVICES CITY OF CARLSBAD IDENTIFICATION DEVICES LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 10500-2 of 6 4. ANSI Z535.1, Safety Color Code. 1.4 SUBMITTALS A. Samples: Submit for approval the following: 1. Each color and finish of exposed materials and accessories required for identification devices. 2. Actual full-size sample of each type of identification device sign and informational features specified; pipeline identification, valve and pipe tags and accessories. Stamp valve tag with information shown on valve schedules. 3. Actual full-size representative sample of each individual-type letter and number specified, demonstrating alphabetic style, material, color and finish specified. B. Shop Drawings: Submit for approval the following: 1. Copies of manufacturer’s technical data for each product specified. Furnish location map template drawings for items supported or anchored to permanent construction. 2. Complete selection of each specified manufacturer's standard and custom colors, alphabetic styles, graphic layouts and pictograms. Include full-size graphic layouts for plaques, individual dimensional letters and numbers and other items where final graphic appearance must be established prior to fabrication, incorporating all required graphic features specified or shown. 3. Show location map indicating where each device is to be located on the project. C. Submit quantities of each system component required for the Work, based on materials to be used on this Project. 1.5 QUALITY ASSURANCE A. Identification Devices Manufacturers: 1. Engage firms specializing in the production of the types of products specified, in compliance with specified standards, with a documented record of successful in-service performance, and who can provide sufficient production capacity to avoid delaying the Work. 2. Submit name and experience record of manufacturers to ENGINEER. SECTION 10500 - IDENTIFICATION DEVICES CITY OF CARLSBAD IDENTIFICATION DEVICES LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 10500-3 of 6 B. Component Supply and Compatibility: 1. Obtain each separate type of identification device from a single supplier and from a single manufacturer. 2. Colors shall be brilliant, distinctive shades, matching the safety colors specified in ANSI Z535.1 and OSHA 1910.144. C. Performance Criteria: 1. Details for identification devices shown, such as alphabet representation, letter spacing, borders designs, and other graphic features, are generic and intended to establish text, general positions and symbols only. 2. CONTRACTOR shall submit for approval complete, camera-ready, color graphic layouts based on specified requirements and recommendations from manufacturer. 1.6 DELIVERY, STORAGE AND HANDLING A. Transport devices with proper equipment to protect units from dirt and damage. B. Store units off ground and on firm surfaces. Protect units from damage and corrosion. 1.7 PROJECT CONDITIONS A. Field Measurements: 1. Verify dimensions in areas of installation. Take measurements at the Site before fabrication and indicate dimensions on Shop Drawings. Coordinate fabrication schedule with construction progress to avoid delaying the Work. 2. Where field measurements cannot be made without delaying the Work, establish dimensions and proceed with fabricating units without field measurements. Coordinate supports, adjacent construction, and fixture locations to ensure actual dimensions correspond to dimensions established for identification devices work. B. Scheduling: 1. Coordinate the delivery of templates, instructions and directions for installation of anchorage devices with other work to avoid delay. PART 2 - PRODUCTS 2.1 LETTER SIZE TABLE A. Outside Diameter of Pipe 1. Size of Legend Letters: SECTION 10500 - IDENTIFICATION DEVICES CITY OF CARLSBAD IDENTIFICATION DEVICES LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 10500-4 of 6 a. 3/4-inches to 1-1/4 inches diameter - 1/2-inches b. Text and symbols shall be Standard Helvetica Medium, all upper case. Signs shall include text with separate arrow signs indicating direction of flow and be located as specified in Part 3 of this Specification. 2. Legend for PipeIdentification Signs: a. Pipeline identification signs shall have the following text or abbreviations in the color combinations designated to identify the pipeline service. b. Sign field color and sign letter color shall be in accordance with ANSI A13.1. SCHEDULE OF PIPE IDENTIFICATION LABLES LETTERING BACKGROUND PIPELINE LEGEND COLOR COLOR Air Black Yellow Specific Identification Locations C. Product and Manufacturer: Provide one of the following: 1. Custom B-689 High Performance Pipe Markers by Brady USA, Incorporated Signmark Division. 2. Or equal. 2.3 VALVE AND PIPE TAGS A. Metal Tags: Compressed Air Pipe 1” diameter in the Control Building (not in the control cabinet) every line every 10 feet of length. 2A1& 2A2 3A1& 3A2 1H1&1H2 2H1 &2H2 3H1 & 3H2 1. Tubing and hose ¾” diameter Control Building (not in the control cabinet) every line every 10 feet of length. 2. Tubing ¾” diameter in Vault F at ever change in direction for all 12 lines. 3. Tubing ¾” diameter, submerged service on the the respective 4 lines leading to Valve 1, Valve 2, and Valve 3. Apply on the tubing at the tubing/Schedule 40 pipe interface. SECTION 10500 - IDENTIFICATION DEVICES CITY OF CARLSBAD IDENTIFICATION DEVICES LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 10500-5 of 6 1. For all valves and pipelines smaller than 1-inch in diameter provide permanently legible metal tags, 2-inch diameter round, Type 316 stainless steel tags with engraved lettering of the unique valve identification number filled with black enamel. Provide all valve tags with a 3/16-inch diameter hole located so as not to interfere with legend. 2. Legend for Valve Tags: Specific Identification Locations 3. Miscellaneous Valve and Small Pipeline Tag Accessories: a. Stainless Steel Wire: Nylon coated; outside diameter 0.048-inches. b. Clamps: Brass. c. Lead Seals: Monel; 4 ply, 0.014-inches by 10-inches long; for attaching all tags. d. Hand Sealing Press: As recommended by tag manufacturer for crimping lead seals. B. Product and Manufacturer: Provide one of the following: 1. Custom Engraved Stainless Steel Valve Tags by Brady USA, Incorporated, Signmark Division. 2. Or equal. PART 3 - EXECUTION 3.1 INSPECTION A. CONTRACTOR shall examine the substrates and conditions under which the identification devices are to be installed and notify ENGINEER in writing of conditions detrimental to the proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER. Valve 1 Valve 2 Valve 3 Submerged sevice for Valve 1, 2. and 3. 2A1& 2A2 3A1& 3A2 1H1&1H2 2H1 &2H2 3H1 & 3H2 1. Tubing ¾” diameter in Vault F at ever change in direction for all 12 lines. 2. Tubing ¾” diameter, submerged service on the the respective 4 lines leading to Valve 1, Valve 2, and Valve 3. Apply on the tubing at the tubing/Schedule 40 pipe interface. SECTION 10500 - IDENTIFICATION DEVICES CITY OF CARLSBAD IDENTIFICATION DEVICES LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 10500-6 of 6 3.2 INSTALLATION A. General: 1. Install identification devices and components at the locations specidified. 2. Lightly mark and locate the position of all identification devices. Obtain ENGINEER’S approval of all locations before mounting. Install level, plumb, and at the proper height. Repair or replace damaged units as directed by ENGINEER. B. Pipe and Valve Tags: Attach valvel tags to bonnet or bolts and ¾” tubing tags around the circumference of the tubing. 3.3 PROTECTION AND CLEANING A. After installation, clean soiled identification device surfaces according to manufacturer’s instructions. B. Protect units from damage until final acceptance by CITY. **END OF SECTION** SECTION 15000 - GENERAL PIPING SYSTEMS AND APPURTENANCES (Modified City of Carlsbad Standard Specification) CITY OF CARLSBAD GENERAL PIPING SYSTEMS AND APPURTENANCES LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15000-1 of 4 PART 1 - GENERAL 1.1 DESCRIPTION This Section describes the requirements and procedures for piping systems and appurtenances that apply to a number of other complimentary Specification Sections. This Section includes, but is not limited to: temporary above ground piping, flanges, pipe threads, bolts and nuts, and valve extension stems. 1.2 REFERENCE SPECIFICATIONS, CODE AND STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. A. American National Standards Institute (ANSI) B. American Society for Testing and Materials (ASTM) 1.3 RELATED SECTIONS CMWD Standard Drawings 1.4 SUBMITTALS Submit manufacturers’ catalog data showing dimensions, materials of construction by ASTM reference and grade and coatings. 1.5 TEMPORARY ABOVE-GROUND PIPE (HIGH LINE) High line piping, where shown on the contract Drawings or required to complete the work, such as may be required to clean the existing hydraulic lines from the control Building to Valves 1, 2 and 3, shall be furnished, installed, connected, maintained, and removed by the Contractor. The Contractor shall provide a submittal to the City showing pipe layout, materials, sizing, flow calculations, schedule and duration of use, for all high line piping. The submittal shall be reviewed and approved by the Engineer prior to ordering or delivery of any materials. PART 2 - MATERIALS 2.1 PIPE FLANGES A. Flanges: Where the design pressure is 150 psi or less, flanges shall conform to either ANSI/AWWA C207 Class D or ANSI B16.5 150-pound class. Flanges shall have flat faces and shall be attached with bolt holes straddling the vertical axis of the pipe unless otherwise shown. Attachment of the flanges to the pipe shall conform to the applicable requirements of ANSI/AWWA C207. Flange materials shall be type 316 stainless steel where connected to stainless steel pipe. B. Blind Flanges: Blind flanges shall be in accordance with ANSI/AWWA C207. All SECTION 15000 - GENERAL PIPING SYSTEMS AND APPURTENANCES (Modified City of Carlsbad Standard Specification) CITY OF CARLSBAD GENERAL PIPING SYSTEMS AND APPURTENANCES LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15000-2 of 4 blind flanges for pipe diameters twelve-inches (12”) and over shall be provided with lifting eyes in form of welded or screwed eye bolts. C. Flange Bolts: Studs and bolts shall extend through the nuts a minimum of a fourth-inch (1/4”). All-thread studs shall be used on all valve flange connections, where space restrictions preclude the use of regular bolts. 2.2 BOLTS AND NUTS A. Bolts and nuts for Class 150 flanges and Class E flanges exposed to water or in direct contact with earth shall be Type 316 stainless steel conforming to ASTM A 193, Grade B8M, for bolts and ASTM A 194, Grade 8M, for nuts. B. Provide washers for each nut. Washers shall be of the same material as the nuts. C. Manufacturers shall be from the CITY’s Approved Materials List. 2.3 PIPE THREADS A. All pipe threads shall be in accordance with ANSI/ASME B1.20.1 2.4 LINK SEALS A. Contractor shall furnish and install complete link seal assemblies of size and location as shown on the drawings. Link Seal Assemblies shall be as follows: 1. Wall opening sizes (i.e. cored hole) shall be selected according to manufactured recommendations based on most recent product catalog. 2. Calculations shall be provided to determine sufficient quantity and type of Link Seal are provided to effectively provide a hydrostatic seal. 3. Each individual link shall be clearly and permanently shown with the name of the manufacturer and model number. B. Link Seals shall be modular, mechanical type, consisting of inter locking synthetic rubber links shaped to continuously fill the annular space between the pipe and the wall opening. The elastomeric element shall be sized and selected per manufacturer’s recommendations and have the following properties as designated by ASTM: EPDM = ASTM D2000 M3 BA510 C. References to installation guidelines shall be latest published edition of the manufacturer’s Selection Guide for the service intended. SECTION 15000 - GENERAL PIPING SYSTEMS AND APPURTENANCES (Modified City of Carlsbad Standard Specification) CITY OF CARLSBAD GENERAL PIPING SYSTEMS AND APPURTENANCES LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15000-3 of 4 D. Approved Manufacturer’s: 1. Thunderline/Link Seal 2. Or approved equal 2.5 VALVE STEM EXTENSIONS A. Stem extensions shall be complete with operating nut, location ring, and lower socket to fit valve-operating nut. The configuration of the extension stem nut shall match that of the valve it operates. B. Stem extensions shall be square fiberglass tubing fabricated to make a continuous one-piece unit used to a maximum length 8 feet. C. Steel stem extensions shall be used where the maximum length of the extension exceeds 8 feet or at the request of the City Engineer. Steel stem extensions may be round or square hot-dipped galvanized steel tubing of solid design (no pinned couplings permitted) with guides. 2.6 PIPE UNIONS A. Screw unions may be employed on pipelines two and a half-inches (2½”) in diameter and smaller. Pipes and fittings made of non-ferrous metals shall be isolated from ferrous metals by nylon insulating pipe bushings, unions or couplings manufactured by Smith-Blair, Pipe Seal and Insulator Co. or approved equal. 2.7 BRASS PIPE NIPPLES A. Brass pipe shall conform to the requirement of the “Specifications for Seamless Red Brass Pipe, Standard Sizes (ASTM B43). PART 3 - EXECUTION 3.1 BOLTS AND NUTS A. All bolts and nuts shall be new and unused. B. Bolts and nuts shall be cleaned, if needed, by wire brushing and lubricated prior to assembly. C. Tighten nuts uniformly and progressively. D. All stainless steel bolts shall be coated with an anti-seize compound selected from the Approved Materials List. E. Bolts and nuts shall not be reused once tightened. Used bolts and nuts shall be discarded and removed from the job SECTION 15000 - GENERAL PIPING SYSTEMS AND APPURTENANCES (Modified City of Carlsbad Standard Specification) CITY OF CARLSBAD GENERAL PIPING SYSTEMS AND APPURTENANCES LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15000-4 of 4 3.2 VALVE STEM EXTENSIONS A. Valve Stem Extensions shall be installed when the valve operating nut is more than 5 feet below grade. Stem extensions shall be of sufficient length to bring the operating nut to a point between 12" and 18" below the gate well lid. Valve stem extensions shall be installed in accordance with the City of Carlsbad Standard Drawings. 3.3 SALVAGE When the Contractor is required to remove existing pipe and appurtenances, or portions thereof, such material may, at the discretion of the Engineer, be considered salvage. All materials identified as salvage are considered property of the City. A. The Contractor shall remove and temporarily stockpile all materials identified as salvage in a safe location that will not disrupt traffic or shall deliver salvage to the City's Field Operations Yard as directed by the City Engineer. B. The Contractor shall legally dispose of all other materials in an appropriate manner. Disposal is the responsibility of the Contractor. Obtain concurrence from the agency having disposal jurisdiction with respect to disposal sites and transportation methods. **END OF SECTION** SECTION 15044 – HYDROSTATIC TESTING (Modified City of Carlsbad Standard Specification) CITY OF CARLSBAD HYDROSTATIC TESTING LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15044-1 of 4 PART 1 - GENERAL 1.1 DESCRIPTION This section describes the requirements and procedures for pressure and leakage testing of all pressure mains. 1.2 RELATED SECTIONS 15068 – Stainless Steel Pipe and Tubing 1.3 REQUIREMENTS FOR TESTING A. Prior to testing, provide testing procedure submittal including testing pressure, testing schedule, test bulkhead locations, and water supply details. B. All piping, valves, and appurtenances shall be pressure tested as a unit prior to installation. C. Operational tests on exposed and submerged piping shall be conducted after the entire piping system has been installed and attached to pipe supports as shown on the Contract Drawings. Testing shall be conducted as required in individual specifications of this contract. PART 2 - MATERIALS 2.1 WATER A. Potable water, or reservoir water, shall be used for hydrostatic testing of lake outlet piping. B. If potable water is used for testing, it shall be supplied by a City-approved source. 2.2 CONNECTIONS A. Potable water shall be supplied through a metered connection equipped with a backflow prevention device at the point of connection to the potable water source used. B. The Contractor shall provide any temporary piping needed to deliver potable water to the piping that is to be tested. Temporary piping shall be in accordance with Section 15000. PART 3 - EXECUTION 3.1 GENERAL A. Systems to be tested shall be pre-tested to ensure passage of test prior to scheduling official test with inspector. SECTION 15044 – HYDROSTATIC TESTING (Modified City of Carlsbad Standard Specification) CITY OF CARLSBAD HYDROSTATIC TESTING LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15044-2 of 4 B. The Contractor shall provide the City with a minimum of 48 hours' notice prior to the requested date and time for hydrostatic tests. C. The Contractor shall furnish all labor, materials, tools, and equipment for testing. D. Temporary blocking during the tests will be permitted only at temporary plugs, caps or where otherwise directed by the City. E. All valves and appurtenances shall be operated during the test period. The test shall be conducted with valves in the open position unless otherwise approved by the Engineer. The Contractor is not permitted to operate any valves without City approval. F. At the onset of testing, all valves and piping shall be monitored for possible leakage and repairs made, if necessary, before the test proceeds. Any appurtenances shall be monitored through the duration of the testing. 3.2 FIELD TEST PROCEDURE A. Before applying the specified test pressure, care shall be taken to release all air within the pipe and appurtenances to be tested. Air shall be released through services, temporary air release valves, or other approved locations. B. The leakage shall be considered as the total amount of water pumped into the pipeline during the test period. C. Apply and maintain the test pressure by means of a hydraulic force pump. D. Maintain the test pressure for the following duration by restoring it whenever it falls an amount of 5 psi: Pipe Diameter (inches) 18 and less Hours 4 20 to 36 4 E. After the test pressure is reached, use a meter to measure the additional water added to maintain the pressure. This amount of water is the loss due to leakage in the piping system. F. The allowable leakage for welded steel pipe shall be zero gallons. G. The allowable leakage for piping having flanged, threaded, brazed, or welded (including solvent welded) joints shall be zero gallons. H. The allowable leakage for piping having rubber gasket joints shall be determined in accordance with the applicable AWWA manual of practice for the pipe material and joint type being tested. SECTION 15044 – HYDROSTATIC TESTING (Modified City of Carlsbad Standard Specification) CITY OF CARLSBAD HYDROSTATIC TESTING LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15044-3 of 4 I. Repair and retest any pipes showing leakage rates greater than that allowed in the above criteria. 3.3 TEST PRESSURE A. Pipe shall be tested at 50 psi. Pressure shall be maintained for the duration specified in section 3.2 and shall be increased when the pressure drops by 5 psi. B. The test pump gauge and meter shall be connected at the source at a location other than the highest point in the line, in order to allow release of air from the high point. Means shall be provided for accurately measuring the quantity of water pumped through a meter and pumped into the pipe immediately, during and after the test period in order to maintain or restore the initial test pressure. All pipe, fittings, valves, services and appurtenances shall be subjected to the hydrostatic test and irrespective of the measured quantity of leakage, all detectable leaks shall be repaired by the Contractor at the contractor’s expense and no cost to CITY. C. If a tested system is damaged or a leak occurs after the official test, the entire system or portion of system will be retested as directed by Inspector. D. Limits to the sections to be tested are shown in the Approved Plans. **END OF SECTION** SECTION 15044 – HYDROSTATIC TESTING (Modified City of Carlsbad Standard Specification) CITY OF CARLSBAD HYDROSTATIC TESTING LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15044-4 of 4 THIS PAGE LEFT INTENTIONALLY BLANK SECTION 15045 - CLEANING AND TESTING HYDRAULIC & PNEUMATIC LINES CITY OF CARLSBAD CLEANING & TESTING HYDRAULIC & PNEUMATIC LINES LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15045-1 of 6 PART 1 – GENERAL 1.1 DESCRIPTION A. The CONTRACTOR shall perform purging, cleaning, and hydrostatic testing of the existing hydraulic fluid lines to be repurposed to perform as pneumatic conveyance lines, dry internally the repurposed hydraulic fluid lines, air pressure test the existing pneumatic lines and repurposed lines, and establish that the compressed air quality through the existing pneumatic lines and repurposed lines meets ISO 8573, Class 4 criteria, accomplished using all the necessary equipment and testing instruments and/or lab testing all other items necessary to meet the requirements of the Contract Documents. 1.2 RELATED SECTIONS A. Section 15000 – General Piping Systems and Appurtenances B. Section 15068 – Stainless Steel Pipe and Tubing C. Section 15100 – Valves, General D. Section 15110 – Plug Valves E. Section 10100 – Underwater Simi-Submerged Construction 1.3 REFERENCE SPECIFICATIONS, CODE, AND STANDARDS A. ASME B31.3: Process Piping B. ASME Sec. V: Non-Destructive Examination C. ANSI/ISA - S7.0.01 -1996 Compressed Air Specification D. ISO 8573-1:2010 - Compressed air - Part 1: Contaminants and Purity Classes F. ISO 8573-2:2007 - Oil Aerosol Testing G. ISO 8573-3:1999 - Water Vapor Testing 1.4 SUBMITTALS A. Plan for performing purging, cleaning, and drying the existing hydraulic fluid lines to be repurposed to perform as pneumatic conveyance lines. B. Plan for performing hydrostatic testing of the existing hydraulic fluid lines to be repurposed to perform as pneumatic conveyance lines. SECTION 15045 - CLEANING AND TESTING HYDRAULIC & PNEUMATIC LINES CITY OF CARLSBAD CLEANING & TESTING HYDRAULIC & PNEUMATIC LINES LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15045-2 of 6 C. Plan for air pressure testing the existing pneumatic lines and repurposed lines. D. Plan for establishing that the compressed air quality through the existing pneumatic lines and repurposed lines meets ISO 8573, Class 4 criteria. E. Experience of the personnel and the firm performing these services. F. Pressure tests and compressed air quality records and reports 1.5 QUALITY ASSURANCE A. Minimum firm experience of 5 years performing similar work. B. Minimum supervisor experience of 3 years performing similar work 1.6 DELIVERY, STORAGE AND HANDLING A. Transport all necessary equipment to the site in a manner to protect the equipment from damage. B. Inspect transported equipment on deliver for damage, repair and/or order replacements for damaged equipment. C. Store materials off the ground and on firm surfaces and per equipment manufacturer’s recommendations. PART 2 – MATERIALS (NOT USED) PART 3 – EXECUTION Sound engineering practices shall be followed in the absence of specified standards or specifications subject to Owner’s prior approval. 3.1 SAFETY A. Full care and precaution shall be given for the safety of the workmen to prevent accidents during the execution of the work. Draining, cleaning and disposing of used hydraulic fluid shall be performed in a safe manner and in according to local legal requirements. B. Pneumatic testing is a special hazard due to possible release of energy stored in compressed gas. Particular care must be taken to minimize the chance of metal tubing failure of metals, rubber and plastics. C. Pressure testing shall be performed in presence of the Owner’s Representative. D. Pressure testing shall be performed when the weather condition is suitable for inspection. SECTION 15045 - CLEANING AND TESTING HYDRAULIC & PNEUMATIC LINES CITY OF CARLSBAD CLEANING & TESTING HYDRAULIC & PNEUMATIC LINES LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15045-3 of 6 3.2 PURGING, CLEANING, AND DRYING EXISTING HYDRAULIC FLUID LINES A. Prepare and submit a written plan for purging, cleaning, and drying the existing hydraulic fluid lines to be repurposed to perform as pneumatic conveyance lines. Plan shall include reporting procedures, sketches, forms, coordination with divers for submerged work, test equipment, temporary connections, drains and vents to be used during the procedure. Submit the plan 3 weeks prior to commencing the work. B. To the extent possible conduct the activities associated with the draining, purging, cleaning and drying the lines at one location. C. Drain and otherwise remove the of hydraulic fluid (vegetable based) in as pure as form as possible to minimize disposal fees and maximize potential for recycle. D. Cleaning solution to consist of a mild soap. Test several soap concentrations to determine the effectiveness of the solution to solubilize the hydraulic fluid. E. Flush the lines with the soap solution until all the hydraulic fluid is purged from the lines. Treat the purged waste solution on location and dispose of in a safe manor and in according to local requirements. F. Once the oil residual is tested and deemed clean, the lines can be hydrostatically tested. 3.3 HYDROSTATIC TESTING AND DRYING OF RE-PURPOSED HYDRAULIC FLUID LINES A. Prepare and submit a written plan for performing the hydrostatic test of the existing hydraulic fluid lines to be repurposed. Plan shall include reporting procedures, sketches, forms, coordination with divers, test equipment, temporary connections, drains and vents to be used during the procedure. Submit the plan 3 weeks prior to commencing the work. B. Hydrostatic test pressure shall be applied by means of a suitable test pump or other pressure source, which shall be positively isolated from the system until ready to test. Test equipment shall be included in the test plan and approved by Engineer. C. The pump shall be attended constantly during the test by an authorized operator. Whenever the pump is left un-attended, it shall be positively disconnected from the system, while the pressure gauge remains connected to the test system. D. Procedures for hydrostatic pressure test shall be as specified below:  After filling the water and purging the air, the pressure shall be increased gradually in 20 psi increments, maintaining for at least 3 minutes in each step to allow the equalization of strain during test and to check for leaks. SECTION 15045 - CLEANING AND TESTING HYDRAULIC & PNEUMATIC LINES CITY OF CARLSBAD CLEANING & TESTING HYDRAULIC & PNEUMATIC LINES LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15045-4 of 6  The test pressure of 120 psi shall be maintained for at least one hour prior to starting inspection and then long enough to enable inspection of the complete system by the Engineer. E The Contractor shall be responsible for the supply of a suitable pump for the testing. As a minimum a variable speed positive displacement, reciprocating pump, with sufficient discharge head and capacity for the pressurization shall be provided. F. All fittings that leak during hydrostatic test shall be repaired or replaced and line shall be hydrostatically tested again. F. After completion of the test, the lines shall be drained as completely as possible. G. All drained lines shall be dried after testing by blowing through with dry oil free air until deemed ready for pneumatic testing as determined by the Contractor with the goal of meeting final testing requirements of the ISO 8573, Class 4 criteria. 3.4. PNEUMATIC TEST OF REPURPOSED AND EXISTING PNEUMATIC LINES Since portions of the repurposed hydraulic lines (to pneumatic service) are submerged, they are tested hydrostatically and pneumatically. The existing pneumatic lines are also to be pneumatically tested. Prepare and submit a written plan for performing the hydrostatic test of the existing hydraulic fluid lines to be repurposed. Plan shall include reporting procedures, sketches, forms, coordination with divers, test equipment, temporary connections, drains and vents to be used during the procedure. Submit the plan 3 weeks prior to commencing the work. Procedure for the pneumatic test shall performed as follows: A. After positioning testing personnel into a safe area, each individual line shall be pressurized to 20 psig and held for sufficient time to allow the piping to equalize strains (ten minutes minimum). All joints (threaded, and compression fittings) shall be preliminary tested for leakage using the test solution. B. Pressurize the system gradually to 60% of the test pressure of 150 psig and hold at that pressure for a sufficient length of time to allow the line to equalize strains (ten minutes minimum). C. Reduce the pressure to 50% of the indicated test pressure and retest all joints for leakage. D. Pressurize in steps of not more than 10%, until the indicated test pressure has been reached. The pressure shall be held at each step during pressurizing sequence (to allow the line to equalize strains) for a period of not less than ten minutes. The indicated test pressure shall be held for a sufficient length of time to permit the testing of all joints, the pressure shall then be reduced to the design pressure before examining for leakage. E. Each reinforcing pad (or each segment thereof) and similar attachments shall be tested at a designated test pressure with air, a soap solution shall be used to detect air leaks. SECTION 15045 - CLEANING AND TESTING HYDRAULIC & PNEUMATIC LINES CITY OF CARLSBAD CLEANING & TESTING HYDRAULIC & PNEUMATIC LINES LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15045-5 of 6 F. A soap solution shall be applied to all screwed, welded and flanged joints undergoing pneumatic test. G. As pneumatic testing presents special risk due to possible release of energy stored in the compressed gas, care shall be taken during pressurization and inspection of the system to prevent any danger to personnel or equipment in the event of a brittle failure of piping. H. All fittings that leak during the hydrostatic test shall be repaired and the line shall be hydrostatically tested again. I. After completion of the test, the pressure shall be released so as not to endanger personnel or damage equipment. 3.5 COMPRESSED AIR QUALITY RECORDS/REPORTS A. Prepare and submit a written plan for performing compressed air quality testing of 6 existing pneumatic valve control lines and 6 former hydraulic fluid lines running between the control room and the dam outlet valves. Plan shall include reporting procedures, sketches, forms, coordination with divers, test equipment and methods of obtaining or determining results with references to ISO testing methods, temporary connections, drains and vents to be used during the procedure and successful final operational exercising of the each of the dam outlet valves to the approval of the Engineer. Testing shall be performed among other points, but including the discharge of the return lines, within the control room, upon exercising each of the outlet valves, open to close, and close to open. Submit the plan 3 weeks prior to commencing the work. B. Contractor compressed air quality testing entails measurements of particulates, moisture, and oil, and measurements shall meet the ISO 8573, Class 4 criteria for each of the three contaminants. C. If the compressed air quality testing fails to meet the ISO 8573, Class 4 criteria, the Contractor shall add the necessary cleaning and drying of the lines until a successful test is completed. D. After a successful test, if the system is to remain inoperative for more than 3 weeks prior to substantial completion of the project, provide bottled dry nitrogen purge and feed to all the lines to maintain the dry conditions. 3.6 PRESSURE TEST/COMPRESSED AIR QUALITY RECORDS/REPORTS Records shall be made for each line during the testing and shall include the following items: A. Extent of testing and specification B. Identification of piping tested C. Pressurizing apparatus SECTION 15045 - CLEANING AND TESTING HYDRAULIC & PNEUMATIC LINES CITY OF CARLSBAD CLEANING & TESTING HYDRAULIC & PNEUMATIC LINES LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15045-6 of 6 D. Test pressure and test duration E. Test fluid F. Date of test G. Approval signature of witness (Engineer and Contractor's representative) H. Signature of person in charge of testing I. Applicable remarks concerning defects J. Water temperature and chloride content K. Test fluid temperature and pressure L. Particulates, moisture, and oil measurements compared to ISO 8573, Class 4 criteria All tests satisfactory or not shall be recorded on the test form and a complete set will be made part of the permanent submittal records. **END OF SECTION** SECTION 15052 - PIPING INSTALLATION CITY OF CARLSBAD PIPING INSTALLATION LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15052-1 of 10 PART 1 - GENERAL 1.1 DESCRIPTION A. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to install and test all exposed piping, fittings, and specials. The work includes, but is not limited to, the following: 1. All types and sizes of exposed piping, except those specified under other Sections. 2. Piping embedded within the concrete of a structure or encased in concrete below a foundation will be included herein. 3. Piping that is submerged within a hydraulic structure, or exposed within a closed hydraulic structure, shall be defined as exposed piping and included herein. 4. Supports, restraints, and other anchors. 5. Work on or affecting existing piping. 6. Testing. 7. Cleaning. B. Coordination: 1. Review installation procedures under other Sections and coordinate with the work that is related to this Section. 2. Section 15052, Piping Installation, specifies the installation of all piping materials specified in Sections 15059 through 15068. Coordinate with these Sections. Where conflicts exist between requirements of this section and the detailed sections, requirements of the detailed sections shall govern. 3. Comply with all regulations, standard details and approved materials lists issued by applicable CITY departments and divisions. 1.2 RELATED SECTIONS A. Section 03300 – Cast-In-Place Concrete B. Section 09800 – Painting and Coatings C. Section 15059 – Compressed Air Nylon Tubing & Fittings, and Galvanized Pipe & Fittings D. Section 15065 – Polyvinyl Chloride (PVC) Pipe SECTION 15052 - PIPING INSTALLATION CITY OF CARLSBAD PIPING INSTALLATION LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15052-2 of 10 E. Section 15068 – Stainless Steel Pipe and Tubing 1.3 REFERENCE SPECIFICATIONS, CODE AND STANDARDS A. Reference Standards: Comply with applicable provisions and recommendations of the following, except as otherwise shown or specified. 1. ANSI B13.1, Code for Pressure Piping. 2. ANSI B16.3, Malleable-Iron Threaded Fittings, Classes 150 and 300. 3. ANSI B16.4, Cast Iron Threaded Fittings, Classes 125 and 250. 4. ANSI B16.5, Pipe Flanges and Flanged Fittings, Steel Nickel Alloy and Other Special Alloys. 5. ANSI B16.9, Factory-Made Wrought Steel Butt Welding Fittings. 6. ANSI B16.11, Forged Steel Fittings, Socket-Welding and Threaded. 7. ANSI B31.1, Power Piping. 8. ANSI B31.8, Gas Transmission and Distribution Piping Systems. 9. ANSI D1.1, Structural Welding Code. 10. AWWA C111, Rubber Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 11. AWWA C206, Field Welding of Steel Water Pipe Joints. 12. AWWA C231 Field Welding of Stainless Steel Water Pipe 13. AWWA C600, Installation of Ductile Iron Water Mains and Their Appurte-nances. 14. AWWA C606, Grooved and Shouldered Type Joints. 15. AWWA C651, Disinfecting Water Mains. 16. AWWA C900, Polyvinyl Chloride (PVC) Pressure Pipe, 4 in. Through 12 in., for Water Distribution. 17. AWWA C905, Polyvinyl Chloride (PVC) Water Transmission pipe, Nominal Diameters 14" through 36". 18. AWWA M9, Concrete Pressure Pipe. 19. AWWA M11, Steel Water Pipe Design and Installation. 20. AWWA M23, PVC Piping. SECTION 15052 - PIPING INSTALLATION CITY OF CARLSBAD PIPING INSTALLATION LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15052-3 of 10 21. AWS D10.7, Recommended Practices For Gas Shielded-Arc Welding of Aluminum and Aluminum Alloy Pipe. 22. AWS D10.9, Standard for Qualification of Welding Procedures and Welders for Piping and Tubing. 23. ASME Boiler and Pressure Vessel Code. 24. NFPA 13, Installation of Sprinkler Systems. 25. NFPA 14, Standpipe and Hose Systems. 26. NFPA 54, National Fuel Gas Code. 27. ASTM A312, Seamless and Welded Austenitic Stainless Steel Pipe. 28. ASTM A403, Wrought Austenitic Stainless Steel Piping Fittings. 29. ASTM D2464, Threaded Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80. 30. ASTM D2467, Socket-Type Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80. 31. ASTM D2564, Solvent Cements for Poly (Vinyl Chloride) (PVC) Plastic Pipe and Fittings. 32. ASTM D2855, Making Solvent-Cemented Joints with Poly (Vinyl Chloride) (PVC) Pipe and Fittings. 33. ASTM F493, Solvent Cements for Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe and Fittings. 1.4 SUBMITTALS A. Shop Drawings: Submit for approval the following: 1. Detailed layout drawings and laying schedules for all piping reflecting the CONTRACTOR’S construction schedule and installation methods. Pipe Manufacturer’s layout drawings shall be fully reviewed by the CONTRACTOR prior to submittal and shall indicate, at minimum the following: a. Fittings and appurtenances required on the main process pipe for connection to, and installation of, field instruments and process sensors. b. Pipe support locations and types. c. Pipe centerline elevations and lengths of individual sections. d. Locations of all flanged connections, fittings, specials, and couplings. SECTION 15052 - PIPING INSTALLATION CITY OF CARLSBAD PIPING INSTALLATION LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15052-4 of 10 e. The reference mechanical drawing number on which the piping is shown. f. Field notes and field data, provided to the manufacturer by the CONTRACTOR, to locate pipe spools, fixed points, and appurtenances. 2. Details of piping, valves, supports, accessories, specials, joints, and connections to existing pipes and structures. 3. Welding procedure specifications. 4. Signed and fully executed welder qualifications which are current within six months of the date of the Notice to Proceed. C. Tests: Submit description of proposed testing methods, procedures and apparatus. Submit copies of test report for each test. D. Certificates: Submit certificates of compliance with referenced standards. E. Record Drawings: 1. During progress of the work, keep an up-to-date set of Drawings showing field and Shop Drawing modifications. 2. Submit Record Drawings prior to the time of Substantial Completion. F. Handling Instructions: 1. Pipe manufacturer’s written instructions for lifting, transporting, and storing pipe, fittings, and appurtenances. 1.5 QUALITY ASSURANCE A. Requirements of Regulatory Agencies: 1. Comply with requirements of all jurisdictional authorities. 1.6 DELIVERY, STORAGE AND HANDLING A. Deliver materials to the site to insure uninterrupted progress of the work. B. Handle all pipe, fittings and accessories carefully with approved handling devices in accordance with the manufacturer’s written instructions for lifting, transporting, and storing pipe and fittings. Do not drop or roll pipe off trucks. Do not otherwise drop, roll or skid piping. C. Store pipes and fittings on heavy wood blocking or platforms so they are not in contact with the ground. D. Inspect delivered pipe for cracked, gouged, chipped, dented or other damaged material and immediately remove from site. SECTION 15052 - PIPING INSTALLATION CITY OF CARLSBAD PIPING INSTALLATION LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15052-5 of 10 E. Thermoplastic pipe shall be stored so as to prevent sagging or bending. F. Thermoplastic pipe, fittings and specials shall not be stored in direct sunlight. PART 2 - PRODUCTS 2.1 MATERIALS A. Required pipe materials are provided on the Contract Drawings. Conform to the requirements of the schedule, unless otherwise specified by the ENGINEER. Refer to applicable Sections for material specifications. B. General: 1. Marking Piping: a. Clearly mark each piece of pipe or fitting with a designation conforming to that shown on the Shop Drawings. b. Cast or paint material, type and pressure designation on each piece of pipe or fitting 4-inches in diameter and larger. c. Pipe and fittings smaller than 4-inches in diameter shall be clearly marked by manufacturer as to material, type and rating. C. Pipe Identification Markers and Arrows: Refer to Section 10500, Identification Devices. PART 3 - EXECUTION 3.1 INSTALLATION A. General: 1. Install piping as shown, specified and as recommended by the manufacturer. 2. If there is a conflict between manufacturer's written recommendations and the Drawings or Specifications, CONTRACTOR shall request instructions from ENGINEER before proceeding. B. Piping Installation: 1. Install straight runs true to line and elevation. 2. Install vertical pipe truly plumb in all directions. 3. Install piping parallel or perpendicular to supporting structures. Piping at angles and 45 degree runs across corners will not be accepted unless specifically shown or approved. SECTION 15052 - PIPING INSTALLATION CITY OF CARLSBAD PIPING INSTALLATION LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15052-6 of 10 4. Install small diameter piping generally as shown when specific locations and elevations are not indicated. Locate such piping as required to avoid ducts, equipment, beams, and other obstructions. 5. Install piping so as to leave all walkways and work areas unobstructed. Unless otherwise approved or otherwise shown, provide a minimum headroom clearance under all piping of 7 feet 6 inches. 6. Protect and keep clean water pipe interiors, fittings and valves. 7. Cutting: Cut pipe from measurements taken at site, not from Drawings. 8. Provide a union downstream of each valve with screwed connections. 9. Provide screwed or flanged unions at each piece of equipment, where shown, and where necessary to install or dismantle piping. 10. Additional Requirements for Non-metallic Piping and Tubing: a. Support all valves independently of the piping system. b. Utilize wide band supports as recommended by pipe manufacturer and approved by ENGINEER to minimize localized stresses. c. Provide piping passing through walls with a sleeve of wearing material to prevent abrasion damage to piping. d. When anchors are required at locations other than equipment or tanks they shall be placed at elbows, valve locations and at bends in pipe line. e. Spacing of supports shall be in accordance with the manufacturer's published recommendations at the maximum design operating temperature of the pipe. f. Use "U" clamps with wide band circumferential contact. Avoid all pressure contact with piping. g. Use guides on long runs of piping to maintain alignment and reduce chance of elastic failure of pipe. Space guides as recommended by manufacturer. h. Use bellows with low axial force to take up pipe expansion. Provide anchors to restrain the expansion joint. Use of bellows joints shall be kept to a minimum. Flexible connectors may be used to absorb thermal movement when approved by ENGINEER. 11. Additional Requirements for Stainless Steel Pipe and Tubing: a. Do not handle stainless steel pipe or tube with non-stainless steel equipment. Use Nylon slings or straps for handling stainless steel piping. b. Stainless steel tubing shall be handled to prevent scratching after delivery. The CONTRACTOR shall replace any stainless steel tubing that is scratched on-site. c. Welding performed under this specification shall be completed in a fabrication shop to the greatest extent possible. The CONTRACTOR shall provide pre-welded pipe assemblies to be SECTION 15052 - PIPING INSTALLATION CITY OF CARLSBAD PIPING INSTALLATION LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15052-7 of 10 field-assembled using flanged connections as shown on the Contract Drawings or identified in the specifications. Shop welding shall occur to the extent possible. When field welding of other stainless steel occurs the welding shall be performed in accordance with (12) below 12. Stainless Steel Field Welding Requirements: a. All field welded joints types shall be but, or but strap joints. b. Welders shall be qualified in accordance with AWWA C231. Prior to any welding, submit a certified welder qualification test record for each welder to the ENGINEER for acceptance. The record shall clearly indicate that each welder is qualified for the size and type of pipe that he/she will be welding. c. Stainless steel joining welds shall be an inert gas process. Before a longitudinal butt seal is welded, starting and run-off tabs shall be heliarc spot welded to each end of the pipe. Ends shall be checked for trueness to the axis. Rigid jigs and fixtures shall be used for holding parts in proper alignment while welding. d. During the welding operation the joint shall be backed up from the opposite side with a chill bar. Chill bar shall have a series of holes running its entire length through which gas is introduced to assure shielding to the interior of the joint. Welding of the joint shall be by automatic arc, inert gas method. Gas shield shall be utilized top and bottom to assure that the weld is made in a completely inert atmosphere. Use foam plugs or paper dams to maintain inert gas atmosphere in the vicinity of the weld. e. Filler wire shall be added to all gages of material to provide for a cross section of weld metal equal to or greater than the parent metal. Filler wire shall be at least one grade higher than the parent metal and always of extra low carbon grade. Use a non-consumable tungsten electrode, with the shielding gas being either argon or helium. f. Welds shall be fully penetrated, sound, and of uniform bead. Circumferential welds shall be made using the tungsten shielded arc process. Welds shall have full penetration to the interior surface of the pipe. Provide gas shielding to the interior of the joint as well as to the exterior, to assure that the weld is made in a completely inert atmosphere. Purge back side of weld on inside of pipe to maintain inert conditions. g. All welds shall have a surface finish equal to the smoothness of a 2D sheet finish. Interior weld beads shall be smooth, evenly distributed, with an interior projection not exceeding 1/16 inch beyond the inside diameter of the pipe or fitting. Ripples or unevenness shall be finely ground to meet the above requirements. Major grinding of the interior seams to remove excess projection of welds or severe unevenness shall not be permitted. C. Joints: 1. General: SECTION 15052 - PIPING INSTALLATION CITY OF CARLSBAD PIPING INSTALLATION LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15052-8 of 10 a. Make joints in accordance with the pipe manufacturer's recommendations and the requirements below. b. Cut piping accurately and squarely and install without forcing or springing. c. Ream out all pipes and tubing to full inside diameter after cutting. Remove all sharp edges on end cuts. d. Remove all cuttings and foreign matter from the inside of pipe and tubing before installation. Thoroughly clean all pipe, fittings, valves, specials, and accessories before installing. 2. Flanged Joints: a. Assemble flanged joints using 1/8-inch ring-type gaskets for raised face flanges. Use full face or ring-type gaskets for flat face flanges. Gaskets shall be suitable for the service intended in accordance with the manufacturer's ratings and instructions. Gaskets shall be properly centered. b. Bolts shall be tightened in a sequence which will insure equal distribution of bolt loads. c. The length of bolts shall be uniform, and they shall not project beyond the nut more than 1/4-inch or fall short of the nut when fully taken up. The ends of bolts shall be machine cut so as to be neatly rounded. No washers shall be used except as required on PVC pipe. d. Bolt threads and gasket faces for flanged joints shall be lubricated prior to assembly. e. Alternately tighten bolts 180 degrees apart to compress the gasket evenly. 3. Stainless Steel Pipe Joints: a. Joints in stainless steel pipe shall be butt welded, lap welded slip joints, flanged, or threaded joints, b. Welding shall conform to the requirements of AWWA C206. c. For threaded joints, use standard, right hand tapered full depth threads on steel piping and apply an approved joint compound to the male threads only, before installation. Remove all cuttings and foreign matter from the inside of the pipe. Thoroughly clean all pipe, fittings, valves, specials, and accessories before installing. 4. Thermoplastic Pipe Joints: a. Solvent Cement Joints: 1) Bevel pipe ends and remove all burrs before making joints. Clean both pipe and fittings thoroughly. Do not attempt to make solvent cement joints if temperature is below 40 F nor in wet conditions. 2) Use solvent cement supplied or recommended by the pipe manufacturer. SECTION 15052 - PIPING INSTALLATION CITY OF CARLSBAD PIPING INSTALLATION LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15052-9 of 10 3) Apply joint primer and solvent cement and assemble joints in strict accordance with the recommendations and instructions of the manufacturer of the joint materials and the pipe manufacturer. 4) Observe safety precautions with the use of joint primers and solvent cements. Allow air to circulate freely through pipelines to permit solvent vapors to escape. Slowly admit water when flushing or filling pipelines to prevent compression of gases within pipes. D. Taking Existing Pipelines Out of Service: 1. Do not take any piping out of service unless specifically listed or approved by ENGINEER. 2. Notify ENGINEER in writing at least three working days prior to taking piping out of service. E. Work on Existing Pipelines: 1. Cut or modify pipes as shown or required with tools specifically designed for this work. 2. Install temporary plugs to keep out all dirt, water and debris. 3. Provide all necessary adapters, fittings, pipe and appurtenances required. 3.2 THRUST RESTRAINT A. Thrust restraint may be accomplished by means of welded, solvent welded, or threaded, restrained pipe joints. Thrust restraints shall be designed for the axial thrust exerted by the test pressure specified. 3.3 PAINTING A. Field painting is specified under Section 09800, Painting and Coatings. SECTION 15052 - PIPING INSTALLATION CITY OF CARLSBAD PIPING INSTALLATION LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15052-10 of 10 3.4 TESTING OF PIPING A. General: See Section 15044 and Section 15059 for pneumatic testing of compressed air pipe. 3.5 TESTING OF DRAINAGE PIPING A. General: 1. Test all drainage piping installed under this Section. 2. Provide all testing apparatus required. 3. Notify ENGINEER 48 hours in advance of test. 4. Conduct all tests in presence of ENGINEER and in presence of local authorities having jurisdiction. B. Procedures: 1. Perform test on entire system or on individual sections as approved by ENGINEER. 2. Completely seal all openings except highest opening in system or section to be tested. 3. Fill with water completely and test with at least 10 feet of water above highest point. 4. Allow water to stand in system for at least 15 minutes. Inspect for leaks and repair all leaks found. Retest repaired sections. 3.7 IDENTIFICATION OF PIPING A. Pipe Identification: See Section 10500 – Identification Devices. **END OF SECTION** SECTION 15059 – COMPRESSED AIR NYLON TUBING & FITTINGS AND GALVANIZED PIPE & FITTINGS CITY OF CARLSBAD COMPRESSED AIR NYLON TUBING & FITTINGS & LAKE CALAVERA OUTLET IMPROVEMENTS GALVANIZED PIPE & FITTINGS PAGE 15059-1 of 4 PART 1 - GENERAL 1.1 DESCRIPTION A. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install compressed air piping, tubing and fittings, and galvanized pipe and fittings. B. The extent of all compressed air piping and fittings to be furnished is shown on the Contract Drawings C. The terms galvanized iron and malleable iron shall be used interchangeably 1.2 RELATED SECTIONS A. Control of Materials, Section 4 under General Provisions, shall apply to all materials furnished under this section. B. Section 15068 – Stainless Steel Pipe and Tubing 1.3 REFERENCE SPECIFICATIONS, CODE AND STANDARDS A. Reference Standards: Comply with applicable provisions and recommendations of the following, except as otherwise shown or specified. 1. ANSI B 16.3, Malleable Iron Threaded Fittings 2. ASTM A 53, Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated Welded and Seamless. 3. AWWA C 206, Field Welding of Steel Water Pipe. 4. AWWA C 207, Steel Pipe Flanges for Waterworks Service - Sizes 4-Inch Through 144-Inch. 5. AWWA C 208, Dimensions for Fabricated Steel Water Pipe Fittings. 1.4 SUBMITTALS A. Shop Drawings: Submit for approval the following: 1. Detailed drawings and data on pipe, fittings, gaskets and appurtenances. Submit these with Shop Drawings required under General Provisions Section 2-5.3.2 – Working Drawings, and Section 15052 – Piping Installation. 1.5 QUALITY ASSURANCE A. Manufacturer Qualifications: SECTION 15059 – COMPRESSED AIR NYLON TUBING & FITTINGS AND GALVANIZED PIPE & FITTINGS CITY OF CARLSBAD COMPRESSED AIR NYLON TUBING & FITTINGS & LAKE CALAVERA OUTLET IMPROVEMENTS GALVANIZED PIPE & FITTINGS PAGE 15059-2 of 4 1. Manufacturer shall have a minimum of five (5) years of experience in the production of compressed air piping, tubing and fittings, and galvanized pipe and fittings and shall show evidence of satisfactory service in at least five (5) installations. B. Verification of Field Conditions: Verify and, if required, correct indicated dimensions and sizes of pipe connections by field measurement prior to preparation of design drawings and fabrications of shop fabricated pipe. C. Certificates: Submit certificates of compliance with referenced standard. 1.6 DELIVERY, STORAGE AND HANDLING A. Refer to the following: 1. General Provisions, Section 4-2 2. Section 15000 – General Piping Systems and Appurtenances 3. Section 15052 – Piping Installation PART 2 – MATERIALS 2.1 GENERAL A. All special pipe appurtenances and fittings shall be made with component parts having the dimensions, ends, and other details as shown and as herein specified. All fittings shall have the same minimum wall thickness as the pipe. 2.2 GALVANIZED STEEL PIPE & FITTINGS A. Galvanized steel pipe shall be Schedule 40 and conform to ASTM A 120, latest revision, and shall be hot-dip galvanized per ASTM A53 and A120 - Hot Dipped Galvanized Steel Pipe B. Fittings shall be hot- dip galvanized malleable iron conforming to ASTM A53 and A120. 2.3 FLEXIBLE NYLON TUBING & FITTINGS A. Tubing and fittings shall be as manufactured by: 1. Tubing: SMC Model TSIA11, black, or approved equal. 2. Fittings: SMC Model KQ2, or approved equal SECTION 15059 – COMPRESSED AIR NYLON TUBING & FITTINGS AND GALVANIZED PIPE & FITTINGS CITY OF CARLSBAD COMPRESSED AIR NYLON TUBING & FITTINGS & LAKE CALAVERA OUTLET IMPROVEMENTS GALVANIZED PIPE & FITTINGS PAGE 15059-3 of 4 2.4 BRASS NIPPLES, AND FITTINGS – 2 INCHES AND SMALLER A. Threaded nipples, brass pipe, and fittings shall conform to ASTM B 43, regular wall thickness. Threads shall conform to ANSI B1.20.1. 2.5 MARKING FOR IDENTIFICATION A. All pipeline material shall be stamped, marked or identified with the following: 1. Schedule 2. Diameter 3. Material and Designation 4. Date and place of manufacture B. Identification shall be per Section 10500 PART 3 – EXECUTION 3.1 INSTALLATION A. Install in accordance with Contract Drawings, and General Provisions. 3.2 TESTING AND INSPECTION OF COMPRESSED NYLON AIR PIPING, TUBING, AND NYLON TUBING A. CONTRACTOR shall inspect all piping to assure that piping is free from defects in material and workmanship. The compatibility of all pipe, fittings and coatings shall be verified by the CONTRACTOR. B. Pneumatic testing of compressed air piping shall be responsibility of the CONTRACTOR and conducted as follows: 1. Test pressure shall be for Process Piping. Testing shall be completed in accordance with ASME Section B31.3, using a pneumatic pressure of 1.1 x design pressure. 2. Submit for approval a pressure test plan, including a piping schematic for the test, record taking template for field data collection, and plan for submittal of final testing results. 3. Ensure test gauge has a current calibration sticker. (A pressure relief valve may be installed in the test medium supply line to ensure that this limit is not exceeded). 4. Install calibrated test gauge so it is visible at all times SECTION 15059 – COMPRESSED AIR NYLON TUBING & FITTINGS AND GALVANIZED PIPE & FITTINGS CITY OF CARLSBAD COMPRESSED AIR NYLON TUBING & FITTINGS & LAKE CALAVERA OUTLET IMPROVEMENTS GALVANIZED PIPE & FITTINGS PAGE 15059-4 of 4 5. Pressure shall be continuously monitored to ensure pressure never exceeds the designated test pressure of the system. 6. Remove any existing relief devices from the system to be tested, where the test pressure will exceed the set pressure of the device. 7. Increase the pressure slowly in steps of approximately 1/10th of the test pressure until the required test pressure has been reached. 8. Record operating pressure before proceeding with inspection. Hold pressure for a sufficient period of time to permit inspection of the system. 9. Check pressure gauge periodically for indication of leakage. 10. Apply soap solution to accessible screwed pipe joints, nylon tubing fittings, flanges, etc. where leakage is likely to occur 11. In the event of structural distortion, the system fails the test. Repair the system as advised by the Engineer. 12. When the test is complete, vent the test medium to approved discharge vicinity/atmosphere. 13. The certified pressure test record shall be submitted to the Engineer. **END OF SECTION** SECTION 15065 – POLYVINYL CHLORIDE (PVC) PIPE CITY OF CARLSBAD POLYVINYL CHLORIDE (PVC) PIPE LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15065-1 of 6 PART 1 - GENERAL 1.1 DESCRIPTION A. CONTRACTOR shall furnish all labor, materials, equipment and incidentals as shown, specified and required to install and place in satisfactory service PVC piping, fittings, and specials. B. The extent of piping is shown on the Contract Drawings. C. Coordination: 1. Review installation procedures under other Sections and coordinate with the work that is related to this Section. 1.2 RELATED SECTIONS A. Section 09800 – Painting and Coatings B. Section 15000 – General Piping Systems and Appurtenances C. Section 15052 – Piping Installation D. Section 15100 – Valves, General 1.3 REFERENCE SPECIFICATIONS, CODE AND STANDARDS A. Reference Standards: Comply with applicable provisions and recommendations of the following, except as otherwise shown or specified. 1. ASTM D149, Test Method for Dielectric Breakdown Voltage and Dielectric Strength of Solid Electrical Insulating Materials at Commercial Power Frequencies. 2. ASTM D412, Test Methods for Vulcanized Rubber and Thermoplastic Rubbers and Thermoplastic Elastomers - Tension. 3. ASTM D2240, Test Method for Rubber Property-Durometer Hardness. 4. ASTM D4060 Standard Test Method for Abrasion Resistance of Organic Coatings by the Taber Abraser. 5. ASTM D1598, Test for Time-to-Failure of Plastic Pipe Under Constant Internal Pressure. 6. ASTM D1599, Test for Short-Time Rupture Strength of Plastic Pipe, Tubing and Fittings. 7. ASTM D1784, Rigid Poly (Vinyl Chloride) PVC Compounds and Chlorinated Poly (Vinyl Chloride) CPVC Compounds. SECTION 15065 – POLYVINYL CHLORIDE (PVC) PIPE CITY OF CARLSBAD POLYVINYL CHLORIDE (PVC) PIPE LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15065-2 of 6 8. ASTM D1785, Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80 and 120. 9. ASTM D2122, Determining Dimensions of Thermoplastic Pipe and Fittings 10. ASTM D2464 Standard Specification for Threaded Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80 11. ASTM D2467, Socket-Type Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings. 12. ASTM D2855, Standard Practice for Making Solvent-Cemented Joints with Poly (Vinyl Chloride) (PVC) Pipe and Fittings 13. ASTM D3139, Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals 14. ASTM F439, Socket-Type Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe Fittings, Schedule 80. 15. ASTM F441, Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe, Schedules 40 and 80. 16. ASTM F477, Standard Specifications for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. 17. ASTM F493, Solvent Cements for Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe and Fittings. 18. Standard No. 14, National Sanitation Foundation. 19. American National Standards Institute. 1.4 SUBMITTALS A. Shop Drawings: CONTRACTOR shall submit for approval Shop Drawings showing the following: 1. Detailed procedures to be used in jointing and installing piping systems including manufacturer's recommendations. 2. Detail requirements for burial, including all accessories required for a satisfactory piping system. 3. Bill of materials, indicating material composition of pipe and tubing materials, pressure rating, nominal size and its location on the piping installation drawings. 4. Adhesive/Primer schedule listing the primer and adhesive system to be used with each installation of PVC/CPVC pipe. SECTION 15065 – POLYVINYL CHLORIDE (PVC) PIPE CITY OF CARLSBAD POLYVINYL CHLORIDE (PVC) PIPE LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15065-3 of 6 5. Adhesive and primer product literature from the manufacturer on the products to be used and installation instructions for the product. 6. MSDS literature on primers and glues. 7. Installation handbook. 8. Pre-fabricated double containment fitting dimensions, starting and terminating connections, high point vent and low point drain details for the secondary containment piping. 9. Layout drawings. 10. Shop drawings required under Section 15052, Piping Installation. 11. Sample of training literature, videos, and products to be used in the training seminar. B. Certificates: Submit certificates of compliance with referenced standards. 1.5 QUALITY ASSURANCE A. Manufacturer's Qualifications: 1. Manufacturer shall have a minimum of five (5) years of experience in the production of thermoplastic pipe and fittings and shall show evidence of satisfactory service in at least five (5) installations. 2. Each type of thermoplastic pipe and fittings shall be the product of one supplier. B. Shop Tests: 1. Piping manufacturer shall maintain a continuous quality control program. All PVC plastic molding materials used to manufacture pipe and fittings under this Section shall be tested for conformance to the requirements of ASTM D1784 and ASTM D1785. 1.6 DELIVERY, HANDLING AND STORAGE A. Delivery: All necessary precautions shall be taken to prevent damage to pipe fittings and other materials during shipment and delivery. All materials shall be securely fastened to truck or rail car to prevent movement or damage during shipment. The CONTRACTOR shall examine all materials before unloading. B. Handling: All pipe materials shall be handled to prevent damage. Pipe and fittings shall not be dropped, rolled, or pushed off from any height on delivery, storage or installation. C. Storage: All pipe materials shall be stored off the ground. Pipe ends shall be secured by caps or plugs. Do not store pipe or fittings in sunlight. Pipe shall be SECTION 15065 – POLYVINYL CHLORIDE (PVC) PIPE CITY OF CARLSBAD POLYVINYL CHLORIDE (PVC) PIPE LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15065-4 of 6 stored to prevent sagging or bending. Store off the ground, under cover, and in a dry location. PART 2 - PRODUCTS 2.1 MATERIALS A. PVC Pipe 1. All PVC pipe, unless noted otherwise, shall be Grade 1, Schedule 80, conforming to ASTM D1785. 2.2 ADHESIVES/PRIMERS A. CONTRACTOR shall use a system of primers and adhesives which are compatible with the size and schedule of pipe and the process application for the pipe. B. Water and Raw Water Applications: 1. Primer shall be NSF approved for potable water, low VOC, and shall meet ASTM F656. Product and Manufacturer: IPS Weld-on P68 or equal. 2. Adhesive shall be NSF approved for potable water service, low VOC, meeting ASTM D2564. Product and Manufacturer: IPS Weld-on low VOC 2700 Series, exact serial number based on manufacturer’s recommendations per size and schedule of pipe. 2.3 DETAILED REQUIREMENTS A. Workmanship: The pipe shall be homogeneous throughout and free from visible cracks, holes, foreign inclusions or other defects. The pipe shall be uniform in color, opacity, density, and other physical properties. B. Dimensions and Tolerances: Dimensions and tolerances shall be measured in accordance with ASTM D2122. The eccentricity of the inside and outside circumferences of the pipe walls shall not exceed 12 percent. C. Sustained Pressure: The pipe shall not fail, balloon, burst, or weep as defined in ASTM D1598. D. Burst Pressure: The minimum burst pressure shall be determined in accordance with ASTM D1599. E. Piping Identification Markers: Marking on the pipe shall include the following, spaced at intervals of not more than 5 feet. 1. Pipe nominal size. 2. Pipe schedule. 3. Specification of plastic material. SECTION 15065 – POLYVINYL CHLORIDE (PVC) PIPE CITY OF CARLSBAD POLYVINYL CHLORIDE (PVC) PIPE LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15065-5 of 6 4. Type and grade of plastic. 5. Date and place of manufacture. F. Piping and fittings shall be manufactured with a minimum of 2 percent of titanium oxide for ultraviolet protection. PART 3 - EXECUTION 3.1 INSTALLATION/CERTIFICATION TRAINING A. Prior to installation of PVC pipe, the CONTRACTOR shall retain the services of an adhesive manufacturer to conduct a single, one day seminar which shall include "hands-on" training regarding safety, handling, preparation, and assembly of pipe. The manufacturer of the adhesives providing the training shall also provide the adhesive products for the project. B. The manufacturer conducting the training shall certify the participants in the seminar, and only those participants shall be allowed to install solvent welded joints in PVC piping systems. 3.2 INSTALLATION A. General: 1. Refer to Section 15052, Piping Installation, for piping installation, testing, and acceptance. 2. Request instructions from ENGINEER before proceeding if there is a conflict between the Contract Documents and the manufacturer's recommendations. 3. Pipe, fittings and accessories that are cracked, damaged, not identified or in poor condition will be rejected and are to be promptly removed from the site. SECTION 15065 – POLYVINYL CHLORIDE (PVC) PIPE CITY OF CARLSBAD POLYVINYL CHLORIDE (PVC) PIPE LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15065-6 of 6 3.3 INSPECTION A. CONTRACTOR shall inspect all piping to assure that piping is free from defects in material and workmanship. The compatibility of all pipe, fittings and coatings shall be verified by the CONTRACTOR. **END OF SECTION** SECTION 15068 - STAINLESS STEEL PIPE AND TUBING CITY OF CARLSBAD STAINLESS STEEL PIPE AND TUBING LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15068-1 of 12 PART 1 - GENERAL 1.1 DESCRIPTION A. CONTRACTOR shall provide all labor, materials, equipment, and incidentals as shown, specified and required to furnish and install stainless steel piping complete with all appurtenances. B. Extent of piping is shown on the Contract Drawings. 1.2 RELATED SECTIONS A. Section 09800 – Painting and Coatings B. Section 15000 – General Piping Systems and Appurtenances C. Section 15052 – Piping Installation D. Section 15044 – Hydrostatic Testing of Lake Outlet Pipeline E. Section 15100 – Valves, General F. Section 15110 – Plug Valves 1.3 REFERENCE SPECIFICATIONS, CODE AND STANDARDS A. Comply with applicable provisions and recommendations of the following, except as otherwise shown or specified. 1. ASTM A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting Materials for High-Temperature Service. 2. ASTM A240, Specifications for Heat-Resisting Chromium and Chromium- Nickel Stainless Steel Plate, Sheet and Strip for Pressure Vessels. 3. ASTM A269, Standard Specification for Seamless and Welded Austenitic Stainless Steel Tubing for General Service. 4. ASTM A312, Standard Specification for Seamless and Welded Austenitic Stainless Steel Pipes. 5. ASTM A380, Standard Specification for Cleaning, Descaling, and Passivation of Stainless Steel Parts, Equipment, and Systems. 6. ASTM A774, As-Welded Wrought Austenitic Stainless Steel Fittings for General Corrosive Service at Low and Moderate Temperatures. 7. ASTM A778, Welded, Unannealed Austenitic Stainless Steel Tubular Products. SECTION 15068 - STAINLESS STEEL PIPE AND TUBING CITY OF CARLSBAD STAINLESS STEEL PIPE AND TUBING LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15068-2 of 12 8. ASTM A967, Standard Specification for Chemical Passivation Treatments for Stainless Steel Parts. 9. ASTM A1016 / A1016M-01, Standard Specification for General Requirements for Ferritic Alloy Steel, Austentic Alloy Steel and Stainless Steel Tubes. 10. ASTM D6585-00, Standard Specification for Unsintered Polytetrafluoroethylene (PTFE) Extruded Film or Tape.1. 11. ANSI B16.1, Cast Iron Pipe Flanges and Flanged Fittings. 12. ANSI B16.9, Factory Made Wrought Steel Butt Welding Fittings. 13. ANSI B36.19, Stainless Steel Pipe. 14. ASME Boiler and Pressure Vessel Code and Code for Pressure Piping 15. AWWA C231-17 Field Welding of Stainless Steel Water Pipe 1.4 SUBMITTALS A. Shop Drawings: Submit for approval piping and tubing laying schedules and detailed drawings in plan and profile for all stainless steel piping and as required under Section 15052, Piping Installation. B. Bill of materials, indicating material composition of pipe and tubing materials, pressure rating, nominal size and its location on the piping installation drawings. C. Certificates: Submit manufacturer’s affidavit certifying that the pipe, tubing, and fittings supplied comply with the requirements of this Sections including the referenced standards and pressure tests. 1.5 QUALITY ASSURANCE A. Fabricators/Manufacturer's Qualifications: 1. Fabricator and/or Manufacturer shall have a minimum of 5 years of experience in the production of stainless steel pipe and fittings, and shall show evidence of satisfactory service in at least 5 installations. 2. Stainless steel pipe and fittings shall be the product of one manufacturer. 3. For stainless steel piping, all welders and welding operators shall be qualified at the CONTRACTOR’s sole expense by an ASME approved testing laboratory before performing any welding under this section. Qualification tests shall be in accordance with ASME Code for Pressure Piping, B31.3, Chapter 5. Welders and welding operators shall be qualified for making welds in Type 316L stainless steel pipe in position 6G for each welding process to be used. Prior to the start of the work, CONTRACTOR SECTION 15068 - STAINLESS STEEL PIPE AND TUBING CITY OF CARLSBAD STAINLESS STEEL PIPE AND TUBING LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15068-3 of 12 shall submit a list of the welders he proposes using and the type of welding for which each has been qualified. B. Factory Inspections 1. Fabricated stainless steel pipe assemblies shall be inspected at the CONTRACTOR or fabricator's facility by the CITY or CITY’s Representative. 2. An initial inspection shall be conducted once approximately 10 percent of the welds are complete. A second inspection shall be conducted once all of the work is complete. A borescope shall be made available for use by the CITY’s Representative’s representative in visually checking the completed welds. Deviations from the Drawings and/or requirements specified herein shall be grounds for rejection and rework. The manufacturer must receive written acceptance of the finished assemblies prior to shipment to the site. 3. The CONTRACTOR shall be responsible for CITY’s Representative travel time and expenses if piping assemblies are manufactured outside of the United States of America. Airfare expenses will be business class or higher for flights of more than 200 miles. 4. Piping assemblies must be manufactured within the United States of America and be provided with lot traceability of all fitting materials and radiographic inspection reports including digital video imaging results for 100 percent of the welds signed by an AWS Certified Radiographic Interpreter (CRI). All welds must pass inspection. All documentation shall be provided in English. 5. Piping shall be pressure tested and certified by the fabricator prior to shipment. PART 2 - PRODUCTS 2.1 STAINLESS STEEL PIPE LARGER THAN 2 INCHES IN DIAMETER A. Pipe and Fittings – General: 1. Pipe and fittings shall be made from annealed and pickled stainless steel sheets and plates conforming to ASTM A240. Pipe and fittings shall be fabricated in conformance with ASTM A774 and A 778. All pipe and fittings shall be Type 316L. Bolts and nuts shall be Type 316 stainless steel. 2. Stainless steel piping less than 3 inches in diameter shall be socket welded, and stainless steel piping 3 inches in diameter or greater shall be socket or butt welded. Threaded fittings are allowed only where indicated on the drawings. 3. Welding of stainless steel pipe and fittings shall occur at the factory to the extent possible. SECTION 15068 - STAINLESS STEEL PIPE AND TUBING CITY OF CARLSBAD STAINLESS STEEL PIPE AND TUBING LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15068-4 of 12 4. Field welding, where indicated on the Contract Drawings, shall conform with AWWA C231 – Field Welding of Stainless Steel Water Pipe. No Welding shall be performed under submerged conditions. 5. All stainless fittings less than 3 inches in diameter shall be socket welded, and larger than 3 inches diameter shall be butt welded type fabricated in accordance with ASTM A774 of the same type of material as the stainless steel pipe. The rated working pressure, minimum wall thicknesses, welding procedures and fabrication requirements shall be equal to that specified for the pipe. Any reducers shall be straight tapered, cone type either concentric or eccentric as shown. Tees, crosses, laterals and wyes shall be shop fabricated from pipe. 2.2 MATERIALS AND CONSTRUCTION – STAINLESS STEEL PIPE 3 INCHES AND LARGER A. General: 1. Pipe shall be die-formed or rolled true to dimension. Diameter tolerances and wall thickness tolerances of all pipe and fittings shall be in accordance with ASTM A530. The two edges of a rolled sheet shall be brought to line so as not to leave a shoulder on the inside of the pipe. Ends of pipe shall be perpendicular to the inside of the pipe. Ends of pipe shall be perpendicular to the longitudinal axis. Pipes shall be straight to within a maximum of 1/8 inch deviation over 10 feet. Longitudinal seams on pipe shall be continuously welded. Factory welding shall be performed by qualified welders in conformance with standard procedures. Piping with wall thickness up to 0.125 inch shall be welded by the tungsten inert gas (TIG) process. Heavier walls shall be properly beveled and have a root pass made with the TIG process followed by subsequent passes with the TIG, metallic inert gas (MIG) process or metallic arc process. Filler wire of ELC grades only shall be added to all welds to provide a cross section at the weld equal to or greater than the parent metal. Weld deposit shall be smooth and evenly distributed and have a crown of no more than 1/16 inch on the inside diameter and 3/32 inch on the outside diameter of the piping. Concavity, undercut, cracks or crevices will not be allowed. Butt welds shall have full penetration to the interior surface, and inert gas shielding shall be provided to the interior and exterior of the joint. Excessive weld deposits, slag, spatter, and projections shall be removed by grinding. Angle face rings shall be continuously welded on both sides of the pipe or fitting. Welds on gasket surfaces shall be ground smooth. 2. The outside diameter of all pipe and fittings shall conform to ANSI B36.19 standards and must match mating pipe sections to be joined. 3. All fittings, except 90 degree elbows, shall conform to the requirements of ANSI B16.9. Wall thickness shall be same as piping. Elbows shall be short radius except where indicated otherwise on the Drawings. Short radius elbows shall be fabricated with radii equal to the nominal pipe diameter and shall be smooth, non-segmented. SECTION 15068 - STAINLESS STEEL PIPE AND TUBING CITY OF CARLSBAD STAINLESS STEEL PIPE AND TUBING LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15068-5 of 12 4. Pipe fabricated from Type 316L stainless steel shall be furnished with a minimum wall thickness equal to Schedule 10. Nominal Pipe Diameter (Inches) Wall Thickness (Inches) Required Minimum Pipe Schedule 3-8 0.148 Sch. 10 10-12 0.180 Sch. 10 14-18 0.250 Sch. 10 20 0.250 Sch. 10 24-30 0.312 Sch. 10 5. Saws, drills, files, wire brushes and other tools employed during fabrication of pipe and fittings shall be suitable for stainless steel service and shall be used exclusively for stainless steel piping only. 6. Flanges shall be provided at equipment connections. Flanges shall consist of welded, slip-on flanges of the same material as the pipe material. Unless otherwise shown or specified, the outside diameter and drilling of the flanges shall conform to ANSI B16.1. 7. Any small threaded pipe connections shall be provided as required to connect equipment for air release valves and for other purposes. The connections shall be included with the pipe and fittings and shall be made at the factory. Connections shall be made by welding forged, threaded Type 316 L stainless steel outlets to the pipe. The threaded devices shall be Thredolet as manufactured by the Grinnell Company, or equal. All threaded connections shall be made using PTFE tape per Section 2.3.B. 8. Following manufacture of all pipe and fittings 3-inch or larger, the units shall be pickled by immersion in an air agitated tank containing an ambient 25 percent solution of nitric and hydrofluoric acids for 40 to 50 minutes. A clean water rinse shall follow the acid pickling process. After the pipe and fittings are assembled and welded, all welded joints shall be treated with a pickling solution brushed with stainless steel wire brushes and washed clean. 9. Stainless steel pipe shall be left unpainted. 10. Manufacturer: Provide one of the following: a. Douglas Bros. b. Or equal. B. Pipe and Fittings – SECTION 15068 - STAINLESS STEEL PIPE AND TUBING CITY OF CARLSBAD STAINLESS STEEL PIPE AND TUBING LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15068-6 of 12 1. Welding Requirements: a. All welding shall be performed in the shop in accordance with the latest editions of Section IX of the ASME Boiler and Pressure Vessel Code and ASME Code for Pressure Piping, ASME B31.3 (severe cyclic), as applicable. b. All welds shall have 100 percent penetration. The internal weld bead shall be small, smooth and continuous with no crevices, pits or other voids. The external weld bead shall be well rounded, smooth and continuous with no anomalies. c. All welded connections shall be parallel and perpendicular to the extent that the piping appears to be correct to the naked eye. d. Pipe edges shall be prepared by machine cutting or shaping using an aluminum oxide blade. Beveled ends shall conform to the requirements of ANSI B16.9. e. Clean weld joints and weld joint areas both before and after welding in accordance with ASTM A380 using stainless steel wire brushes or stainless steel wool. f. When joining pipes of different wall schedule, taper bore the interior of the larger schedule pipe to match the interior diameter of the connecting pipe with a maximum 1:3 slope. g. The direct current, straight polarity, gas tungsten-arc (GTAW) process shall be used for all welding. Welding may be by manual GTAW or automatic (orbital) GTAW processes. h. The inside of the pipe shall be purged with Argon gas during welding and while the weld is cooling to prevent oxidation of the weld. i. Surface defects, which will affect the soundness of the weld, shall be removed, visually inspected, and re-welded. 2. Fittings: Butt Welding Type. a. Stainless steel, ASTM A403, Grade WP304L or WP316L, Class W with schedule and material to match connected piping unless noted otherwise. Tees shall have no welds in the throat area and the crotch shall be reinforced with long radius design to eliminate sharp corners. b. Dimensions in accordance with MSS SP-43 and ANSI B16.9. Branch connections may include wrought tees or reducing tees, forged commercial welding branch fittings, extruded reducing branches, or weld-o-lets. c. Forged commercial welding branch fittings with butt welded outlet shall be stainless steel, in conformance with ASTM A182, Grade F316L, with schedule and material to match connected piping. No repair welding shall be performed on forged fittings without prior approval of the CITY. d. Reducing branches may formed by an extrusion method (pulled) from pipe. The maximum diameter of any extruded branch connection shall be no more than 75 percent of the nominal diameter of the pipe. SECTION 15068 - STAINLESS STEEL PIPE AND TUBING CITY OF CARLSBAD STAINLESS STEEL PIPE AND TUBING LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15068-7 of 12 e. Weld-o-lets may be used for connections up to 1-inch maximum. Construction shall be to match the connected pipe size and schedule and material with FNPT outlet. 3. Branch Connections: a. Tees or reducing tees in conformance with requirements for “Fittings” above. Tees shall have no welds in the throat area and the crotch shall be reinforced with long radius design to eliminate sharp corners. b. Forged commercial welding branch fittings with butt welded outlet, stainless steel, ASTM A182, Grade F316L, with schedule to match connected piping unless noted otherwise. No repair welding shall be performed on forged fittings without prior approval of the Owners’ Representative. c. Extruded reducing branches in conformance with requirements for “Fittings” above. d. Weld-o-let, FNPT outlet, 1-inch maximum, Type 316L stainless steel; where noted or shown, to match connected pipe size and schedule. 4. Flanges a. For connections to flanged devices, or where otherwise noted or shown. b. Type: Forged stainless steel, ASTM A182, Grade F316, lap joint flange with stainless steel stub end, ASTM A240, Type 316L, welded grade conforming to MSS-SP43; schedule to match pipe. c. Dimensions: To match connected piping, rated, faced and drilled ANSI Class 150, flat face to match valve flanges, unless otherwise shown or required for connection to equipment. 5. Gaskets – Flanged Joints a. Test Pressure > 200 psig: Manufactured with spiral wound 316L stainless steel with chlorocarb (non-asbestos) filler and 316 stainless steel inner ring and outer centering ring. The spiral wound component shall be wound from metal preformed in a chevron configuration. Gaskets shall be Spiraseal Style WR as manufactured by Lamons or equal. b. Test Pressure < 200 psig: Full faced, 1/8-inch thick, EPDM. 6. Bolting a. Flanged Joints: Type 316 stainless steel. ASTM A193, Grade B8M hex head bolts and washers; Grade B8M hex head nuts, or equivalent. Coordinate bolt length to meet flange and device requirements. 7. Insulating Flange Kits SECTION 15068 - STAINLESS STEEL PIPE AND TUBING CITY OF CARLSBAD STAINLESS STEEL PIPE AND TUBING LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15068-8 of 12 a. Gasket: Test ANSI B-16.21 full faced, Type "E" phenolic material with rectangular nitrile or Viton O-ring seal for operation between 20°F and 150°F. Gaskets shall be suitable for the temperature and pressure rating of the piping system in which they are installed. b. Insulating Sleeves: 1/32-inch thick tube, full length, laminated glass material as per NEMA LI-1 G10 for operation between 20oF and 150oF. For installation at threaded valve flanges, the sleeves shall be half-length. c. Insulating Washers: 1/8-inch thick laminated glass sheet material as per NEMA LI-1 G10 for operation between 20oF and 150oF. d. Steel Washers: 1/8-inch thick cadmium plated steel to be placed between the nut and the insulating washer. 8. Finishing a. Pickle all stainless steel pipe, fittings, and finished assemblies inside and out following fabrication to remove all mill scale, weld inclusions and color; and passivate inside and out in accordance with ASTM A967. b. Electropolish the outer surface of all components until a homogeneous, polished appearance is attained. 2.3 STAINLESS STEEL PIPE LESS THAN 2 INCHES IN DIAMETER A. Pipe: 1. Schedule 40, Type 316 stainless steel pipe, per ASTM A-312. 2. Fittings: Threaded, NPT, 150 lb., Type 316 SS fittings per ASTM A351 and Socket Weld a. Manufacturer: 1) Alloy Piping Products. 2) Or equal. 3. All threaded fittings shall be installed using PTFE tape per Section 2.3.B. B. Teflon Thread Sealing Tape: 1. Full density PTFE thread sealing tape shall be used on all threaded connections according to the following schedule. The PTFE tape used shall not be stretched during the manufacturing process. 2. Service: Air a. Full density PTFE tape shall be used for all air piping threads and threaded process taps on the air (A) lines. b. The tape shall have the following characteristics: 1) Composition: >99.0% Full density PTFE. 2) Thickness: 0.102 mm +/- <10%. SECTION 15068 - STAINLESS STEEL PIPE AND TUBING CITY OF CARLSBAD STAINLESS STEEL PIPE AND TUBING LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15068-9 of 12 3) Density, apparent: 1.5 g/cm3 +/- <10%. 4) Elongation: >100%. 5) Tensile strength: 10-17 N/mm2. 6) Temperature Range: -450 to 500°F. 7) Color: Yellow. c. Manufacturer: 1) Mill-Rose Red Waterline Thread Sealing Tape. 2) Or equal. 2.4 MATERIALS AND CONSTRUCTION - STAINLESS STEEL TUBING AND FITTINGS A. Less than 1-Inch Diameter Stainless Steel Tubing: 1. All stainless steel tubing shall be seamless Type 316 stainless steel, ASTM A269, A213 or equivalent with a minimum working pressure of 150 psi for process taps and sensing lines. 2. Tubing hardness shall be Rb80 suitable for bending and flaring. 3. Tubing shall be suitable for swaged type fittings. Oval tubing shall not be acceptable. 4. Finished tubes shall be straight with a maximum length of 20 feet and have smooth ends free from burrs. Tubing shall be free from injuries, defects, and scratches and have a workmanlike finish. Tube ends shall be deburred prior to installation. 5. All welding of stainless steel tubing shall be done at the factory. Field welding shall not be permitted. 6. Fittings used to connect stainless steel tubing and fittings shall be swaged type or equal tube fittings. 7. Tube thickness for process taps and sensing lines shall be 0.035" thick. B. Less Than 1-Inch Diameter Tube Fitting: 1. The tube fitting shall produce a leak-proof seal in pressure or vacuum service. It shall hold the tube with a colleting action, producing a firm grip on the tube without substantially reducing the tube wall thickness. It shall not torque the tubing during original or subsequent make-up of the connection and should use geometry rather than torque for make-up. It shall not require fitting disassembly for inspection before or after make-up. 2. The tube fitting shall consist of four machined pieces, i.e. - body, front ferrule, back ferrule and nut. The design configuration of all components shall be such as to present surface-to-surface contact, one part to another, keeping unit stresses below galling levels. The tube seat counterbore in the SECTION 15068 - STAINLESS STEEL PIPE AND TUBING CITY OF CARLSBAD STAINLESS STEEL PIPE AND TUBING LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15068-10 of 12 body shall be faced flat 90 degree to the axis of the tubing to minimize tube expansion and subsequent galling. 3. The design proportions of all components shall be such as to preclude the fracturing of any part during installation. All component parts of the fitting shall be Type 316 stainless steel. The sealing and gripping power of the fitting shall be such that a compensating action between ferrules will overcome commercial variations in tubing wall thickness, hardness, diameter and installer skill. Front ferrule shall affect a long, smooth repeatable seal by sealing contact with body. Front ferrule shall always remain in a sprung condition to compensate for thermal stresses and to accomplish repeated make and break. There shall be no machined stop to preclude additional tightening in subsequent make-up. 4. Stainless steel rear ferrules shall engage the tubing through a controlled hinging action. This controlled hinging action shall be achieved either by selectively hardening the rear ferrule nose while leaving the core in an annealed state, or by employing a machined recess on the back ferrule inside diameter in conjunction with uniform surface hardening. Either case facilitates the load induced rotation of the back ferrule nose onto the tubing at the integral hinge point. The hinging action of the rear ferrule allows for a strong surface grip on the tubing, while vectoring a reaction load to allow the front ferrule to be lifted into a sealing position. The rear ferrule shall collet the tubing surface, improving the performance of the tubing in systems of high impulse or vibration. 5. Fitting shall not require special tools or instruction for such normally encountered situations as maximum through-flow, thick or thin wall tubing, and make and break service or connections to integral tube fitting ends on valves. 6. All metallic fittings shall have a gageable shoulder. There will be no radius at the point where the shoulder meets the neck of the fitting body. The gageable shoulder will allow a Gap Inspection Gage to be inserted between the nut and shoulder, 180 degrees flush around the neck of the fitting, to check for insufficient pull-up. The Gap Inspection Gage will not fit between the nut and shoulder of a sufficiently pulled-up fitting and it must be consistently reliable. 7. A two-ferrule flareless stainless steel tube fitting shall be produced under a Quality Assurance Program that has been audited by the ASME. 8. Stainless steel barstock material from which fittings are made shall be restricted to a maximum carbon content of .05 percent to provide better weldability and increased corrosion resistance. Inspection under a Statistical Quality Control program shall be done in accordance with Mil-Std 105d, Level One. AQL level of 1 percent for major defects and 2.5 percent for minor defects shall be used. Any critical defect shall require the whole lot to be inspected. SECTION 15068 - STAINLESS STEEL PIPE AND TUBING CITY OF CARLSBAD STAINLESS STEEL PIPE AND TUBING LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15068-11 of 12 9. All fittings including elbows, tees and valves identified with swaged end connections shall conform to these specifications. 10. The CONTRACTOR shall submit a sample of the tube fittings and the installation manual from the manufacturer. 11. Manufacturer: a. Swagelok Company. b. Or approved equal. C. Tube Bending: 1. Bending shall result in smooth uniform bends without signs of flattening, kinking or wrinkling. 2. Hand Bending is not allowed. Bending shall be performed using a bench top tube bender. The bench top tube bender shall consist of a bend shoe, drive shaft, roller bracket assembly, roller adjustment knob and roller bracket lever. The bender shall have manual operation using a hand crank or be electrically driven. The tube bender shall have an indicator to identify the bending angle. 3. Bends near tube fittings shall maintain a minimum straight tube length form the bend to the fitting as required by the manufacturer of the fitting. 4. Bending shall be performed in accordance with the minimum tube bend radius identified by the manufacturer of the tubing. 2.4 IDENTIFICATION A. Each piece of pipe, or tube, and all fittings shall be clearly stamped, marked or identified with the following information: 1. Name of the manufacturer. 2. Letter or number designation. The same designation shall appear on Shop Drawings. Number designations shall be placed on opposite ends of each fabricated section and shall be 180 degrees apart. 3. Pipe size. 4. Material type. 5. Wall thickness. 6. Rating. B. Labeling and Tagging: Refer to Section 10500 – Identification Devices SECTION 15068 - STAINLESS STEEL PIPE AND TUBING CITY OF CARLSBAD STAINLESS STEEL PIPE AND TUBING LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15068-12 of 12 PART 3 - EXECUTION 3.1 INSPECTION A. CONTRACTOR shall inspect all piping and tubing to ensure that fabrication is free of defects in material and workmanship. The compatibility of all pipe, tube, fittings, and incidentals shall be verified 3.2 INSTALLATION A. Install piping and tubing as shown, specified in Section 15052, Piping Installation, in conformance with the Contract Documents, approved Shop Drawings and as recommended by the manufacturer. B. Do not handle stainless steel pipe or tubing with non-stainless steel equipment. Use Nylon slings, straps, or tools for handling stainless steel piping. C. Stainless steel tubing shall be handled to prevent scratching after delivery. The CONTRACTOR shall replace any stainless steel tubing that is scratched on-site. D. All threaded connections shall be made using PTFE tape. **END OF SECTION** SECTION 15100 – VALVES, GENERAL CITY OF CARLSBAD VALVES, GENERAL LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15100 – 1 OF 6 PART 1 - GENERAL 1.1 DESCRIPTION A. This section describes general requirements for materials, testing, and installation of valves. 1.2 RELATED SECTIONS A. Section 09800 – Painting and Coatings B. Section 15044 – Hydrostatic Testing C. Section 15059 – Compressed Air Nylon Tubing & Fittings, and Galvanized Pipe & Fittings D. Section 15110 – Plug Valves 1.3 REFERENCE SPECIFICATIONS, CODE AND STANDARDS A. Except as otherwise indicated, the current editions of the following standards apply to the Work of this section: ANSI/ASME B16.1 Cast Iron Pipe Flanges and Flanged Fittings ANSI/ASME B16.5 Pipe Flanges and Flanged Fittings ANSI/ASME B16.47 Large Diameter Steel Flanges: NPS 26 through NPS 60 ANSI/ASME B1.20.1 Pipe Threads (Inch), General Purpose ANSI/ASME B31.1 Power Piping ASTM A36 Standard Specification for Carbon Structural Steel ASTM A48 Standard Specification for Gray Iron Castings ASTM A126 Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings ASTM A216 Standard Specification for Steel Castings, Carbon Suitable for Fusion Welding for High Temperature Service ASTM A351 Standard Specification for Steel Castings, Austenitic, Austenitic-Ferric (Duplex), and Pressure-Containing Parts ASTM A395 Standard Specification for Ferritic Ductile Iron Pressure Retaining Castings for Use at Elevated Temperatures ASTM A515 Standard Specification for Pressure Vessel Plates, Carbon Steel, for Intermediate and Higher Temperature Service ASTM A536 Standard Specification for Ductile Iron Castings ASTM A743 Standard Specification for Castings, Iron-Chromium, Iron-Chromium-Nickel, Corrosion-Resistant, for General Purposes ASTM B61 Standard Specification for Stream or Valve Bronze Castings ASTM B62 Standard Specification for Composition Bronze or Ounce Metal Castings ASTM B148 Standard Specification for Aluminum-Bronze Sand Castings SECTION 15100 – VALVES, GENERAL CITY OF CARLSBAD VALVES, GENERAL LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15100 – 2 OF 6 ASTM B584 Specification for Copper Alloy Sand Castings for General Applications ANSI/AWWA C210 Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines ANSI/AWWA C504 Rubber-Seated Butterfly Valves ANSI/AWWA C512 Air-Release, Air/Vacuum, and Combination Air Valves for Waterworks Service ANSI/AWWA C550 Protective Epoxy Interior Coatings for Valves and Hydrants SSPC SP 2 Hand Tool Cleaning SSPC SP 5 Joint Surface Preparation White Metal Blast Cleaning MSS SP25 Standard Marking Systems for Valves, Fittings, Flanges, and Unions 1.4 SUBMITTALS Contractor shall furnish submittals in accordance with the requirements of General Provisions Section 2-5.3 – Submittals. The following submittals are required: A. Submit product data from manufacturer, calculations, manufacturer's catalog data and detail construction sheets showing all valve parts and describing material of construction by material and specification (such as AISI, ASTM, SAE, or CDA). Submittal shall include valve dimensions including laying lengths and dimensions, orientation of valve operators, and port sizes. Information shall be submitted on valve handles, hand wheels, position indicators, limit switches, integral control systems, needle valves, and control systems. Submittal shall show location of internal stops for gear actuators. Submittals shall also indicate valve linings and coatings with manufacturer's and paint numbers listed. Contractor shall indicate the size, quantity and pressure rating of valves, including the class and drilling pattern of the flanges where applicable. B. Manufacturer’s certification that products comply with the requirements set forth in the Contract Documents. C. Manufacturer’s certification that all linings and coatings have been factory tested for holidays and lining/coating thickness and comply with the indicated requirements. Describe test results and repair procedures for each valve. Do not ship valves to project site until the reports have been approved by the Engineer. D. Data for pneumatically-operated valves. E. Complete wiring diagrams for electric limit switches. F. A schedule of valves to be labeled, indicating in each case the valve location, station, valve structure, type, manufacturer, size, pressure rating, drilling pattern, model number of each valve and type, manufacturer, model number of each valve operator, and the proposed wording for the label. G. For valves requiring certified tests, submit certified test results. SECTION 15100 – VALVES, GENERAL CITY OF CARLSBAD VALVES, GENERAL LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15100 – 3 OF 6 H. Operation and maintenance data shall be submitted and shall include, but not be limited to, the following information: 1. Manufacturer's installation and operating instructions. 2. Manufacturer's maintenance procedures. 3. List of special tools. 4. Schedule of valves indicating valve identification and location. 5. Spare Parts List: A spare parts list shall be provided with information for each valve assembly. 6. Factory Test Data: Where indicated, signed, dated, and certified factory test data for each valve requiring certification shall be submitted before shipment of the valve. The data shall also include certification of quality and test results for factory-applied coatings. 7. For identification, see Section 15052 – Piping Installation. 1.5 QUALITY ASSURANCE A. Valve Testing: Shop-Test each valve body under a test pressure equal to twice its design water-working pressure. B. Bronze Parts: All interior bronze parts of valves shall conform to the requirements of ASTM B62, or where not subject to dezincification, to ASTM B584. C. Certification: Prior to shipment, the Contractor shall submit for all valves over twelve-inches (12”) in size, certified copies of the hydrostatic factory tests, showing compliance with the applicable standards of AWWA, ANSI, ASTM, etc. D. Valve manufacturers shall have a minimum of 5 years of recent continuous product history in the USA waterworks industry. 1.6 MEASUREMENT AND PAYMENT A. Full compensation for complying with the provisions of this section shall be considered as included in the contract prices paid for the related bid item of work and no additional compensation shall be allowed therefor. PART 2 – MATERIALS 2.1 GENERAL A. The Contractor shall supply valve complete with operating hand wheels or levers, chain wheels, gear actuators, operating nuts, chains, and wrenches required for operation. SECTION 15100 – VALVES, GENERAL CITY OF CARLSBAD VALVES, GENERAL LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15100 – 4 OF 6 B. Valves shall have the name of the manufacturer and size of the valve cast or molded onto the valve body or bonnet or shown on a permanently attached plate. C. All valves shall be new and of current manufacture. Valves shall be furnished and installed by the Contractor at the location and in accordance with the type of ends as shown on the Plans and as specified herein. D. Valves shall be provided with stem extension if depth of valve nut exceeds five-feet (5’). Valve extensions shall not be pinned to the valve operating nut. E. The manufacturer shall have manufactured tight-closing valves of the valve type intended for use for a period of at least five years. F. The Contractor shall furnish and install each specific type of valve from a single manufacturer and use it throughout the Work. G. All valves shall have a rated working pressure of at least 150 psi. All valves shall be certified to meet the test pressure as specified and shall have a rated working pressure that exceeds the full working pressure specified. H. Valves shall have flanged, hub, screwed, or special connector ends as shown on the Plans. Where not indicated, the valves shall have the same type of connection as the pipeline in which valves are to be installed and conform to the Specifications. I. Bolts, nuts and washers for underground and submerged installations including below ground structures shall be type 316 stainless steel. All buried nuts and bolts shall be completely coated with no-oxide grease, as manufactured by KOP-COAT, Inc., or approved equal, which must be applied in two coats to a minimum thickness of 15 mils per coat. J. All aboveground bolt threads shall be lubricated with graphite and oil. Flanged faces shall be wire brushed and cleaned prior to joining each flange. 2.2 PLUG VALVES A. Refer to Specification Section 15100 – Plug Valves 2.3 BALL VALVES – BRONZE, 2 INCHES AND SMALLER A. Ball valves smaller than two-inches (2”) in diameter shall have threaded ends, bronze bodies per ASTM B62 with union bonnets for class 150 rating. Ball valves shall contain a Teflon disc, brass or bronze disc holder and nut per ASTM B62, malleable iron hand wheel, bronze packing nut per ASTM B584, copper-silicon bronze stem per ASTM B371, and shall have non-asbestos fiber with Teflon packing. B. For half-inch (1/2”) valves with working pressures from zero to 600 psi, use NIBCO T-580-BR, Stockham S-216-BR-R-T, or Owner approved equal. Valves shall have threaded ends, two piece bronze body, standard port, bronze trim, chrome plated SECTION 15100 – VALVES, GENERAL CITY OF CARLSBAD VALVES, GENERAL LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15100 – 5 OF 6 ball, and blowout proof stem. Use a lever handle for non-buried installations and a tee handle for buried installations. 2.4 BALL VALVES – STAINLESS STEEL, 2 INCHES AND SMALLER A. Stainless Steel ball valves shall be 316 stainless steel. B. Valves shall be compatible for use with water and compressed air and have a locking lever handle. C. Valves shall be three-piece full port: socket weld, threaded, or threaded x socket weld, as specified on Contract Drawings. D. For 1” Valves, use NIBCO T/K-595-S6-R-66-LL, or owner approved equal. PART 3 – EXECUTION 3.1 VALVE TESTING A. Valves delivered to the site prior to successful hydrostatic testing and holiday detection will be subject to rejection. Lake outlet valves shall by hydrostatically tested in conjunction with the pipe in which it is connected in accordance with Section 15044. Air tubing valves shall be pneumatically tested in accordance with Section 15059. 3.2 INSTALLATION A. Flanges shall be cleaned by wire brushing before installing flanged valves. Flange bolts and nuts shall be cleaned by wire brushing, and threads lubricated with oil and graphite. Nuts shall be tightened uniformly and progressively. If flanges leak under pressure testing, nuts and bolts shall be loosened or removed, the gasket reseated or replaced, the bolts and nuts reinstalled or retightened, and joints retested. Joints shall be watertight. B. Threaded joints shall be cleaned by wire brushing or swabbing. Teflon joint compound or Teflon tape shall be applied to pipe threads before installing threaded valves. Joints shall be watertight. **END OF SECTION** SECTION 15100 – VALVES, GENERAL CITY OF CARLSBAD VALVES, GENERAL LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15100 – 6 OF 6 THIS PAGE LEFT INTENTIONALLY BLANK SECTION 15110 – PLUG VALVES CITY OF CARLSBAD PLUG VALVES LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15110-1 of 6 PART 1. GENERAL 1.1 DESCRIPTION A. Eccentric Plug valves, 4-72" (100-1800mm), of rectangular port construction with resilient faced cylindrical plugs eccentrically offset from the seat, for the purpose of providing isolation or throttling control as indicated. 1.2 RELATED SECTIONS A. Section 15000 – General Piping Systems and Appurtenances B. Section 15100 – Valves, General 1.3 REFERENCE SPECIFICATIONS, CODE AND STANDARDS A. ASTM A126 Class B "Gray Iron Castings for Valves, Flanges and Pipe Fittings" B. ASME B16.1 "Pipe Flanges and Flanged Fittings" C. AWWA C517 “Resilient-Seated Cast-Iron Eccentric Plug Valves” D. AWWA C504 “Resilient Seated Butterfly Valves” E. AWWA C541 “Hydraulic and Pneumatic Cylinder and Vane-Type Actuators for Valves and Slide Gates” F. AWWA C111 "Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings" G. NSF/ANSI 61 “Drinking Water System Components - Health Effects” H. NSF/ANSI 372 “Drinking Water System Components - Lead Content” 1.4 SUBMITTALS A. The following items shall be submitted for review and approval by the ENGINEER prior to ordering or delivery of plug valves: 1. An affidavit from the valve manufacturer showing the following: a. Actuators used were furnished and installed by the valve manufacturer. b. Valves have successfully passed hydrostatic testing per AWWA C504 and coatings testing by the valve manufacturer. 2. The valve manufacturer’s catalog data showing the size to be used, valve dimensions, pressure rating and materials of construction. 3. Actuator manufacturer’s catalog data and detail construction sheets showing the dimensions, materials, number of turns, and required torque. SECTION 15110 – PLUG VALVES CITY OF CARLSBAD PLUG VALVES LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15110-2 of 6 4. Manufacturer’s catalog data of lining materials to be used. 1.5 QUALITY ASSURANCE A. Supplier shall have been manufacturing eccentric plug valves for a period of at least ten years. At the engineer's request, supplier shall provide a list of installations involving equipment of similar size and application. B. Valves and Actuators shall be warranted by the manufacturer for defects in materials and workmanship for a period of two years (24 months) from date of shipment. C. Each valve and actuator shall be assembled, adjusted and tested as a unit by the valve manufacturer. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. DeZURIK 1. DeZURIK Model PEC Eccentric Plug Valve or approved equal. 2.2 ECCENTRIC PLUG VALVES A. A. Eccentric plug valves shall be of the tight closing, resilient faced, non-lubricating variety and shall be of eccentric design. Bottom bearing and bearing housing on valves 4” and larger shall be raised so that the top of the bearing is at least 1/4 inch above the bottom of the body. Valves shall be drip-tight at the rated working pressure of 50 psi. The valve closing member should rotate approximately 90 degrees from the fill-open to fill-close position and vise versa B. Plugs shall be solid one piece, Cast Iron ASTM A126 Class B. The plug shall have a cylindrical seating surface eccentrically offset from the center of the shaft. Plug shall not contact the seat until at least 90% closed. Resilient plug facing shall be Chloroprene (CR). Spherical shaped plugs are not acceptable. C. Bodies shall be Cast Iron ASTM A126 Class B. Ports shall be rectangular. Round ports are not acceptable. Rectangular port area shall be a minimum of 80% of full pipe area. D. Bearings shall be sleeve type and made of sintered, oil impregnated permanently lubricated type 316 stainless steel for sizes 4-18” (100-450mm) and ASTM A743 Grade CF8M for sizes 20-36” (500-800mm). Thrust bearings shall be PTFE E. Seats shall be 1/8” thick welded overlay of not less than 95% pure nickel. Seat shall be at least 1/2” wide, 1/8” thick through entire width and raised. The raised surface shall be completely covered with nickel to ensure that the resilient plug face contacts only the nickel seat. F. Buried or submerged valves shall have self-adjusting packing which shall be SECTION 15110 – PLUG VALVES CITY OF CARLSBAD PLUG VALVES LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15110-3 of 6 Acrylonitrile-Butadiene (NBR), minimum of 4 V- type rings. O-ring or other non-pressure compensating shaft seals shall not be supplied. Packing shall be enclosed and sealed from external contamination. G. Plug valve shaft seals shall be on the multiple V-ring type (Chevron) and shall be externally adjustable. O-ring or U-Cups self-adjusting seals shall not be acceptable. All packing shall be replaceable without removing the bonnet or actuator and while the valve is in service. Shaft seals shall be made of Chloroprene (CR). H. Pressure ratings shall be 175 psi (1210 kPa) on valve sizes through 12" (300mm) and 150 psi (1035 kPa) for 14" (350mm) and larger. Every valve shall be given a certified hydrostatic shell test and seat test, with test reports being available upon request. I. End connections shall meet or exceed the latest revisions of AWWA C517 and other applicable standards. End connections shall be flange drilled per ASME B16.1. J. Valves shall be NSF/ANSI 372 certified lead-free and NSF/ANSI 61 certified for drinking water. K. Coating shall be factory applied at a minimum dry film thickness of 16 mils, 2-part Epoxy (interior and exterior). For additional information, refer to Section 09800 – Painting and Coatings. 2.3 VALVE AND PIPELINE TAGS A. Metal Tags: Refer to Section 10500 – Identification Devices 2.4 VALVE ACTUATOR (SUBMERGED, RAW WATER, SERVICE) A. General: Valve Actuator must Meet or exceed the requirements of AWWA C504, Subarticle 4.2.8, and AWWA C541. Factory-mount on the valve and provide as a unit. The operating mechanism shall be fully enclosed. There shall be no relative movement between the actuator and valve. All connecting shaft components and drive keys and brackets shall be stainless steel. B. Safety Factor: Design the actuator gearing to have a minimum safety factor of 1.5 times the Maximum Required Valve Operating Torque at the Maximum Cylinder Supply Pressure. C. Fasteners: Provide all exterior fasteners and scotch yoke stops in compliance with ASTM F593 and ASTM F594 using stainless steel ASTM A276, Type 304 or 316. D. Nameplate: Minimum 1/32-inch stainless steel ASTM A276, Type 316 plate securely attached with stainless steel screws or rivets. SECTION 15110 – PLUG VALVES CITY OF CARLSBAD PLUG VALVES LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15110-4 of 6 1. Include the manufacturer, date of manufacture, model of actuator, and rated output torque of the actuator stamped on a nameplate with 1/8-inch minimum height letters. E. Pneumatic Actuators: Design in compliance with the intent of AWWA C504, Subarticle 4.2.8.8 - Valve Actuators and AWWA C541, Subarticle 4.4.7. - Quarter Turn Cylinder Actuators 1. General: Totally enclosed, factory-mounted, and furnished as a complete unit in accordance with AWWA C541, Subarticle 4.4.7.1. a. Moving parts shall be lubricated with food grade grease in accordance with AWWA C541, Subarticle 4.4.7.14. 2. Sizing: For an operating torque equal to 1.5 times the Maximum Required Valve Operating Torque at the Minimum Cylinder Supply Pressure. Design to accommodate differential pressure of 50 psig across the seat in either direction. 3. Provide Morin S-series stainless steel actuators or approved equal. 4. Pneumatic Cylinder: Shall move the valve to any position from fully open to fully close. Rigidly mount to the actuator and valve assembly. a. Material: All wetted parts of the cylinder shall be corrosion-resistant suitable for submerged service. 1) Cylinder body: Stainless steel. 2) Piston rods: Stainless steel hard chrome-plated. 3) Piston rod bearings: Bronze. 4) Heads, caps, and tie rods: Stainless steel. 5) Piston: Bronze or stainless steel. b. Rated for 1.2 times the Maximum Cylinder Supply Pressure. Normal air operating pressure is 100 psig. c. Rod seals: Non-adjustable, wear-compensating type in accordance with AWWA C541, Subarticle 4.5.3. d. Provide 2 sets, female NPT connection per cylinder. e. Piston O-rings and rod seals shall be replaceable while the actuator remains mounted to the in-line valve. SECTION 15110 – PLUG VALVES CITY OF CARLSBAD PLUG VALVES LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15110-5 of 6 5. Scotch Yoke: a. Provide adjustable stops at open and closed positions. Stops shall sustain 1.2 times Maximum Cylinder Supply Pressure input to cylinder without damage. b. The valve shall close in the clockwise direction. c. The actuator cavity shall be at a minimum 75 percent grease-packed. Grease shall be food grade type for potable water application. d. Material: 1) Actuator Output Shaft: Stainless steel ASTM A564 (17-4). 2) Housing: Stainless steel ASTM A276, Type 316. 3) Yoke: Stainless steel ASTM A564 (17-4). 6. Mechanical position indicator: Provide in accordance with AWWA C541, Subarticle 4.4.7.5. Seal with an O-ring or gasket. 7. Limit Switches: Submersible Rated. Provide for the open and close positions. a. Proximity switches: Emerson Process Management Go Switch Model 73, 316 Stainless steel. b. Cables: Provide for each switch. 1) Minimum of 100 feet long. Cables shall be submersible type, continuous with subsea connectors. 2) Provide a minimum 16-gauge cable. c. Provide a 2 SPDT contact for each switch with an electrical rating of not less than 4 amps at 120 volts ac. d. IP68 rated. e. UL listed. PART 3 - EXECUTION 3.1 INSTALLATION A. Install valves with the bolt holes straddling the vertical and horizontal centerlines of pipe, in the orientation shown on the Drawings. B. Valves shall be installed per the manufacturer’s recommendation in accordance with the applicable specification for the piping material and joint type being used. C. Flanges shall be cleaned by wire brushing before installing flanged valves. Flange bolts and nuts shall be cleaned by wire brushing, and threads lubricated with oil and graphite. Nuts shall be tightened uniformly and progressively. If flanges leak under pressure testing, buts and bolts shall be loosened or removed, the gasket reseated or replaced, the bolts and nuts reinstalled or retightened, and joints retested. Joints shall be watertight. SECTION 15110 – PLUG VALVES CITY OF CARLSBAD PLUG VALVES LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 15110-6 of 6 3.2 HYDROSTATIC TESTING A. Valves shall be hydrostatically tested in conjunction with the pipeline in which it is connected in accordance with Section 15044 – Hydrostatic Testing of Lake Outlet Pipeline. **END OF SECTION** SECTION 16050 – ELECTRICAL GENERAL PROVISIONS CITY OF CARLSBAD GENERAL ELECTRICAL PROVISIONS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 16050 - 1 of 14 PART 1 - GENERAL 1.1 REQUIREMENTS A. Provide all tools, supplies, materials, equipment, and all labor necessary for the furnishing, construction, installation, testing, and operation of all electrical work and appurtenant work necessary to provide a complete and operable electrical system, all in accordance with the requirements of the Contract Documents. B. Make all field connections and terminations to all motors, switchgear, panels, control equipment and devices, instruments, and to all vendor-furnished packaged equipment as required by these Specifications. The provisions of this Section shall apply to all electrical items specified in the various Sections of Division 16 of these Specifications, except where otherwise specified or shown in the Contract Documents. C. Furnish and install all materials and incidentals required to complete the electrical work as specified herein. Typical materials which may be incidentals shall not be limited to terminal lugs not furnished with vendor-supplied equipment, compression connectors for cables, splices, junction and terminal boxes, and all control wires required by vendor-furnished equipment to interconnect with other equipment all specifically shown on the Contract Documents. 1.2 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. All work specified herein shall conform to or exceed the applicable requirements of the referenced portions of the following publications to the extent that the provisions thereof are not in conflict with other provisions of these specifications. NEC National Electrical Code, latest edition ANSI C80.1 Zinc Coated, Rigid Steel Conduit, Specification for ANSI C80.4 Fittings for Rigid Metal Conduit and Electrical Metallic Tubing, Specifications for ANSI/UL 467 Grounding and Bonding Equipment, Safety Standard for ASTM B3 Soft or Annealed Copper Wire ICEA S-61-402 Thermoplastic - Insulated Wire and Cable NEMA 250 Enclosures for Electrical Equipment (1,000 volts maximum) NEMA PB-1 Panelboards UL 6 Rigid Metal Electrical Conduit UL 44 Rubber - Insulated Wire and Cable. SECTION 16050 – ELECTRICAL GENERAL PROVISIONS CITY OF CARLSBAD GENERAL ELECTRICAL PROVISIONS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 16050 - 2 of 14 UL 514 Electrical Outlet Boxes and Fittings B. All equipment furnished by the CONTRACTOR shall be listed by and shall bear the label of Underwriters' Laboratories, Incorporated, (UL) or of an independent testing laboratory acceptable to the local Code-enforcement agency having jurisdiction. C. The construction and installation of all electrical equipment and materials shall comply with all applicable provisions of the OSHA Safety and Health Standards (29CFR1910 and 29CFR1926, as applicable), State Building Standards, and applicable local codes and regulations. 1.3 PERMITS AND INSPECTION A. Permits shall be obtained, and inspection fees shall be paid for as specified per the General Conditions. 1.4 CONTRACTOR SUBMITTALS A. Shop drawings and catalog data submittals shall be in accordance with the Green Book latest edition. B. Submit complete material lists for the work of this Section. Such lists shall state manufacturer and brand name of each item or class of material. Also submit shop drawings for all grounding work not specifically shown. C. Shop drawings are required for materials and equipment listed in other sections. Shop drawings shall provide sufficient information to evaluate the suitability of the proposed material or equipment for the intended use, and for compliance with these Specifications. The following shall be included: 1. Front, side, rear elevations and top views with dimensional data. 2. Location of conduit entrances and access plates. 3. Component data. 4. Connection diagrams, terminal numbers, internal wiring diagrams, conductor size, and cable numbers. 5. Method of anchoring, seismic requirement; weight. 6. Types of materials and finish. 7. Nameplates. 8. Temperature limitations, as applicable. 9. Voltage requirement, as applicable. 10. Front and rear access requirements. D. Catalog data shall be submitted to supplement all shop drawings. Catalog cuts, bulletins, brochures, or the like or photocopies of applicable pages thereof shall be submitted for mass produced, non-custom manufactured material. These catalog data sheets shall be stamped to indicate the project name, applicable SECTION 16050 – ELECTRICAL GENERAL PROVISIONS CITY OF CARLSBAD GENERAL ELECTRICAL PROVISIONS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 16050 - 3 of 14 Specification section and paragraph, model number, and options. This information shall be marked in spaces designated for such data in the stamp. 1.5 QUALITY ASSURANCE A. The Drawings diagrammatically indicate the desired location and arrangement of outlets, conduit runs, equipment, and other items. Exact locations shall be proposed by the Contractor and approved by the District in the field based on the physical size and arrangement of equipment, finished elevations, and other obstructions. Locations shown on the Drawings, however, shall be adhered to as closely as possible. B. Conduit and equipment shall be installed in such a manner as to avoid all obstructions and to preserve head room and keep openings and passageways clear. Lighting fixtures, switches, convenience outlets, and similar items shall be located within finished rooms, as shown. Where the Drawings do not indicate exact locations, such locations shall be obtained from the Engineer. Where equipment is installed without instruction and must be moved, it shall be moved without additional cost to the District. C. Install all materials and equipment in accordance with printed recommendations of the manufacturer which have been reviewed by the Engineer. Use workmen skilled in this type of work and coordinate installation in the field with other trades so that interferences are avoided. D. Do all work, including installation, connection, calibration, testing, adjustment, and paint touch-up, using qualified, experienced personnel working under continuous, competent supervision. The completed installation shall display competent work, reflecting adherence to prevailing industrial standards and methods. E. Provide adequate means for fully protecting all finished parts, materials, and equipment against damage from any cause during the progress of the work and until acceptable by the Engineer. F. Cover all materials and equipment, both in storage and during construction, in such a manner that no finished surfaces will be damaged, marred, or splattered with water, foam, plaster, or paint. Keep all moving parts clean and dry. G. Replace or have refinished by the manufacturer all damaged materials or equipment, including faceplates of panels and switchboard sections, at no expense to the City. H. Make all tests required by the Engineer or Other Authorities Having Jurisdictions. All such tests shall be witnessed by DISTRICT and be performed in the presence of the Engineer. Furnish all necessary testing equipment and pay all costs of tests, including all replacement parts and labor necessary due to damage resulting from damaged equipment or from test and correction of faulty installation. Do the following testing: 1. Testing for the ground resistance value specified under "Grounding," herein. 2. Insulation resistance tests as specified under "Wire and Cable," herein. SECTION 16050 – ELECTRICAL GENERAL PROVISIONS CITY OF CARLSBAD GENERAL ELECTRICAL PROVISIONS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 16050 - 4 of 14 3. Operational testing of all equipment furnished and/or connected in other Sections of Division 16, Electrical, including furnishing of support labor for testing. I. Submit standard test reports for mass-produced equipment along with the shop drawing for such equipment. Submit test reports on testing specifically required for individual pieces of equipment to the Engineer for review prior to final acceptance of the project. J. Correct any test failure in accordance with the industry practices and in a manner satisfactory to the Engineer. 1.6 AREA DESIGNATIONS A. For purposes of delineating electrical enclosure and electrical installation requirements of this project, certain areas have been classified in the Contract Documents as defined below. Electrical installations within these areas shall conform to the referenced code requirements for the area involved. B. General Purpose Indoor Locations: Electrical work installed in areas which are not otherwise specifically classified shall be "General Purpose." Workmanship and enclosures shall comply with the general requirements of these Specifications. Electrical enclosures shall be NEMA Type 1. C. Outdoor and Damp Locations: In outdoor locations, raceway shall be PVC coated rigid galvanized steel conduit; entrances shall be threaded; and fittings shall have gasketed covers. Provisions shall be made to drain the fitting or conduit system. Threaded fastening hardware and unistrut shall be stainless steel or PVC-coated steel. Raceway supports such as hanger rods, clamps, and brackets shall be stainless steel. Attachments or welded assemblies shall be galvanized after fabrication. Locations which are indoors and 2 feet below grade elevation or which are classified as damp locations on the Drawings shall have electrical installations which conform to the requirements for outdoor locations. "Damp locations" shall include drywells. 1.7 CLEANUP A. Thoroughly clean all parts of the materials and equipment. Thoroughly clean exposed parts of cement, plaster, and other materials. Remove all oil and grease spots with a non-flammable cleaning solvent. Carefully wipe such surfaces and scrape out all cracks and corners. Paint touch-up shall be applied to all scratches on panels and cabinets. Electrical cabinets or enclosures shall be vacuum-cleaned before final acceptance. B. During the progress of the work, clean the premises including metal filings and leave the premises and all portions of the site free of debris. 1.8 DEMOLITION AND RELATED WORK A. Perform all electrical demolition work as shown or specified. B. Do not reuse wire, conduit, junction boxes, fittings, supports and miscellaneous hardware removed as part of the demolition work. SECTION 16050 – ELECTRICAL GENERAL PROVISIONS CITY OF CARLSBAD GENERAL ELECTRICAL PROVISIONS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 16050 - 5 of 14 C. Wires and/or conduits which need to be extended shall be terminated in a new terminal box with terminal strips or splices. Identify wires and before disconnection and after reconnection. D. Electrical demolition work shall be as shown on the Drawings or as required by the Specifications. 1.9 INSTALLATION OF NEW EQUIPMENT IN EXISTING STRUCTURES A. Installation for certain new equipment and devices' installation are required in existing structures. Under this phase of the work, remove existing equipment or devices, install new equipment as required by these Specifications or by the Drawings, remove existing conductors from existing raceway, and pull new conductors in existing raceway, reconnect existing conductors or furnish and install new conduit and wires as required by the Drawings. B. Visit the site before bidding and carefully examine existing installation so that the bid will reflect all the work necessary to provide a complete installation so that the resulting installation will function as required by the Drawings and Specifications. Include in its bid price all costs of labor and materials necessary to complete installations. 1.10 INSTALLATION OF TEMPORARY EQUIPMENT A. To facilitate continuous operation of existing equipment, furnish and install temporary equipment. Submit to the Engineer installation and connection details for review and acceptance by the Engineer. All costs associated with these temporary installations shall be part of the bid price, and without additional cost to the District. B. Cables, conduits, and fittings used in temporary connections shall not be reused to install permanent connections. 1.11 PLANNED SHUTDOWNS A. Schedule of station shutdown during this upgrade process is important. Examine all work to be done in, on, or adjacent to existing equipment. Schedule work, subject to City’s approval, to minimize required station shutdown time. Submit a written request, including sequence and duration of activities to be performed during station shutdown. B. Perform all switching, safety tagging, etc., required for station shutdown or to isolate existing equipment. In no case shall the Contractor begin any work in, on, or adjacent to existing equipment without written authorization by the City or the Engineer. 1.12 MODIFICATIONS TO EXISTING ELECTRICAL FACILITIES A. Make all modifications or alterations to existing electrical facilities required to successfully install and integrate the new electrical equipment as shown. Make all modifications to existing equipment, panels, or cabinets in a professional manner with all coatings repaired to match existing. Include the total costs for all modifications to existing electrical facilities required for a complete and SECTION 16050 – ELECTRICAL GENERAL PROVISIONS CITY OF CARLSBAD GENERAL ELECTRICAL PROVISIONS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 16050 - 6 of 14 operating system in the bid price and no additional payment for the work will be paid. Pay cost of repairs of damages caused during construction. PART 2 - PRODUCTS 2.1 GENERAL A. All equipment and materials shall be new, shall be listed by UL, and shall bear the UL label, where UL requirements apply. All equipment and materials shall be the products of experienced and reputable manufacturers in the industry. Similar items in the project shall be products of the same manufacturer. All equipment and materials shall be of industrial grade and standard of construction; shall be of sturdy design and manufacture; and shall be capable of reliable, trouble-free service. 2.2 GROUNDING A. All power and control conduits shall have ground conductors 2.3 RACEWAYS A. Raceway shall be manufactured in accordance with UL and ANSI standards and shall bear UL label as applicable. B. Galvanized Rigid Steel (GRS) Conduit 1. Rigid steel conduits and fittings shall be full weight, mild steel, hot-dip galvanized and zinc bichromate coated inside and outside after galvanizing. 2. Rigid steel conduit shall be manufactured in accordance with UL Standard No.6 and ANSI 80-1. 3. Rigid steel conduit shall be manufactured by Triangle PWC, Republic Steel, or approved equal. C. Flexible metallic conduit shall be fabricated from galvanized inter-locked steel strip. Liquid-tight flexible metallic conduit shall have extruded PVC covering over the flexible steel conduit. For conduit sizes 3/4-inch through 1-1/4 inch, flexible conduits shall have continuous built-in copper ground conductor. Flexible conduit shall be American Brass, Anaconda, Electroflex, or approved equal. D. PVC-coated raceway system shall conform to ANSI C80.1, and to Underwriter's Laboratories specifications. 1. The factory finished surfaces of the conduits and fittings shall remain intact and undisturbed on both the inside and the outside of the conduit through the preparation and application processing. Coatings damaged during installation are to be cleaned of oil and debris and coated with zinc enriched paint inside and out. SECTION 16050 – ELECTRICAL GENERAL PROVISIONS CITY OF CARLSBAD GENERAL ELECTRICAL PROVISIONS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 16050 - 7 of 14 2. A PVC coating shall be bonded to the galvanized outer surface of the conduit. The bond between the PVC coating and the conduit surface shall be greater than the tensile strength of the plastic. 3. The thickness of the PVC coating shall be a minimum of 40 mils. 4. A PVC jacketed coupling shall be furnished with each length of conduit. A PVC sleeve equal to the OD of the conduit shall extend 1-1/2 inches from each end of coupling. 5. PVC-coated conduits shall be as manufactured by Robroy, Occidental (OCCAL), or approved equal. 6. The proper tools are required for threading and installing PVC coated conduit. Damage to the PVC outside jacket should be minimal. Minor damage is to be patched by conduit manufacturers patch coating. Severe coating damage (as determined by the Owner’s representative) may require replacement of the conduit. 2.4 WIRE AND CABLE A. All conductors, including ground conductors, shall be copper. Insulation shall bear UL label and the manufacturer's trademark, type, voltage and temperature rating, and conductor size. Wire and cable shall be products of American, Rome Cable, Okonite, Houston, Southwire, Manhattan, or approved equal. B. All control cables shall be rated for 600 volts and shall meet the following requirements: 1. Control wires shall consist of No. 14 gage stranded copper conductors and shall be XHHW rated for 90 degrees C at dry locations and 75 degrees C at wet locations. 2. Control wires inside panels may be MTW. 3. Multi-conductor control cable shall be rated at 600 volts and shall consist of No. 14 gage stranded copper conductors, individually insulated with a minimum of 20 mils of polyethylene, 10 mils full color-coded PVC jacket over each insulated conductor, a polyester tape over assembly, and an overall PVC jacket. Multi-conductor cable shall be identified by either ICEA color coding or ink imprinting. Multi-conductor cables may be used in conduits or cable trays as required by the Drawings. Multi-pull taped control conductor assemblies may be used in conduits as approved by the Engineer. C. Shielded instrumentation cables shall be rated at 300 volts and shall comply with the following requirements: 1. Individual shielded cable shall consist of twisted 2 or 3 No. 18 gage, stranded, color coded, tinned-coated copper in accordance with ASTM B-33 and B-8. Color coding shall be black-clear, or black-red-clear. 2. Provide 100 percent aluminum foil/polyester shield and No. 18 stranded tinned copper drain wire, all under a 32 mil PVC jacket. The shield shall be continuous and shall be grounded only at the receiving end, or as shown. SECTION 16050 – ELECTRICAL GENERAL PROVISIONS CITY OF CARLSBAD GENERAL ELECTRICAL PROVISIONS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 16050 - 8 of 14 3. Multi-individual shielded pair or triad instrumentation cable shall consist of individual shielded and twisted pair copper conductors with ethylene-propylene insulation, and No. 18 AWG tinned stranded copper drain wire, an overall aluminum mylar shield and an overall chloro-sulfonated polyethylene compound jacket. The cables shall be suitable for cable tray installation and shall be flame retardant. D. Building wires and cables shall be rated at 600 volts and shall meet the following requirements: 1. Building wire shall be single conductor copper cable listed by UL as Type XHHW rated 75 degrees C in wet locations and 90 degrees C in dry locations. 2. Building wire shall be stranded. 3. No wire smaller than No. 12 AWG shall be used unless specifically indicated. E. Cable terminations shall be in accordance with the following: 1. Compression connectors shall be Burndy "Hi Lug", Thomas & Betts "Shure Stake", or approved equal. Threaded connectors shall be split bolt type of high strength copper alloy. 2. Spring connectors (wire nuts) shall be "Ideal Wing Nuts” or approved equal. 3M scotchlocks are not allowed. 3. Pre-insulated fork tongue lugs shall be "Thomas & Betts" RC Series, Burndy, or approved equal. 4. General purpose insulating tape shall be Scotch No. 33, Plymouth "Slip-knot", or approved equal. High temperature tape shall be polyvinyl by Plymouth, 3M, or approved equal. 5. Resin splicing kits shall be Plymouth Splicewrap or approved equal. 6. Stress cone material for make-up of medium voltage shielded cable shall be by G & W, 3M, DuPont, or approved equal. 2.5 PULL AND JUNCTION BOXES A. Outlet, switch, pull and junction boxes where surface mounted in exposed locations shall be cast ferrous boxes with mounting lugs, zinc or cadmium plating, and enamel finish. Surface mounted boxes in concealed locations may be pressed steel. B. Control station, pull and junction boxes, including covers, for installation in corrosive locations shall meet the NEMA 4X requirements and shall be stainless steel or fiber glass-reinforced polyester and shall be furnished with mounting lugs. C. All cast boxes shall be fitted with cast, malleable box covers and gaskets. Cast boxes shall be as manufactured by Crouse-Hinds, Appleton, or approved equal. SECTION 16050 – ELECTRICAL GENERAL PROVISIONS CITY OF CARLSBAD GENERAL ELECTRICAL PROVISIONS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 16050 - 9 of 14 2.6 CONDUIT FITTINGS A. Fittings shall comply with the same requirements as the raceway with which they will be used. Fittings having a volume less than 100 cubic inches for use with rigid steel conduit shall be cast or malleable non-ferrous metal. Such fittings larger than one inch shall be "mogul size." Fittings shall be of the gland ring compression type. Covers of fittings, unless in "dry" locations, shall be closed with gaskets. Surface-mounted cast fittings, housing wiring devices in outdoor and damp locations, shall have mounting lugs. B. Insulated bushings shall be molded plastic or malleable iron with insulating ring, similar to O-Z Type A and B, equivalent types by Thomas & Betts, Steel City, Appleton, O-Z/Gedney, or approved equal. C. Insulated grounding bushings shall be malleable iron with insulating ring and with ground lug, such as O-Z Type BL, equivalent types by T & B, Steel City, O-Z/Gedney, or approved equal. D. Erickson couplings shall be used at all points of union between ends of rigid steel conduits which cannot be coupled. Running threads and threadless couplings shall not be used. Couplings shall be 3-piece type such as Appleton Type EC, equivalent types such as manufactured by T & B, Steel City, O-Z/Gedney, or approved equal. E. Liquid-tight fittings shall be similar to Appleton Type ST malleable iron, equivalent types such as manufactured by Crouse-Hinds, T & B, O-Z/Gedney, or approved equal. F. Hubs for threaded attachment of steel conduit to sheet metal enclosures, where required, shall be similar to Appleton Type HUB, equivalent types such as manufactured by T & B, Myers Scrutite, or approved equal. G. Transition fittings to mate steel to PVC conduit, and PVC access fitting, shall be as furnished or recommended by the manufacturer of the PVC conduit. H. Use sealing fittings in conduit runs entering corrosive areas and elsewhere as shown. Sealing fittings shall be Appleton Type EYS, O-Z Type FSK, or approved equal. Do not pour sealing compound in place until electrical installation has been otherwise accepted. I. Install expansion fittings wherever a raceway crosses a structural expansion joint. Such fittings shall be expansion and deflection type and shall accommodate lateral and transverse movement. Fittings shall be O-Z/Gedney Type "DX," Crouse Hinds "XD," or approved equal. These fittings are required in metallic and non-metallic raceway installations. When the installation is in a non-metallic run, a 3-ft length of rigid conduit shall be used to connect the non-metallic conduit to the fitting. J. All supporting devices shall be 316 SST or PVC coated with 316 SST hardware. Conduit clips are not allowed. 2.7 ELECTRICAL IDENTIFICATION SECTION 16050 – ELECTRICAL GENERAL PROVISIONS CITY OF CARLSBAD GENERAL ELECTRICAL PROVISIONS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 16050 - 10 of 14 A. Fabricate nameplates from white-face, black-letter laminated plastic engraving stock, Formica type ES-1, or approved equal. Each shall be fastened securely, using fasteners of brass, or stainless steel, screwed into inserts or tapped holes, as required. Engraved characters shall be block style of adequate size to be read easily at a distance of 6 feet with no characters smaller than 1/8-inch high. The nameplate information shall include equipment or feeder identification system voltage, current rating, and feeder source. B. Conductor and equipment identification devices shall be imprinted plastic-coated cloth marking devices such as manufactured by Brady, Thomas & Betts for power conductors, or approved equal, and shall be heat-shrink plastic tubing, imprinted split-sleeve markers cemented in place for monitoring and control conductors or approved equal. Equipment nameplate shall be engraved plastic plates. PART 3 - EXECUTION 3.1 GROUNDING A. Size grounding cable in accordance with code requirements when sizes are not specifically called for on the Drawings. The location of ground rods shall be as shown. The length of rods forming an individual ground array shall be equal in length and shall be of the quantity required to obtain a ground resistance of no more than 5 ohms. B. Maintain ground continuity throughout the facility by installing an electrically-continuous metallic raceway system. Install metallic raceway with double lock nuts or hubs at enclosures. Non-metallic raceway containing dc conductors operating at more than 50 volts to ground, or any ac conductors, shall contain a copper grounding conductor either bare, or green if insulated. Bond such conductor to terminal and intermediate metallic enclosures. 3.2 RACEWAYS A. Install raceways as shown, however, conduit routings shown are diagrammatic. Raceway systems shall be electrically and mechanically complete before conductors are installed. Bends and offsets shall be smooth and symmetrical and shall be made with tools designed for the purpose intended. Use factory elbows for all 3/4-inch conduit. Make bends in larger sizes of metallic conduit accomplished by field bending or by the use of factory elbows. All installations shall be in accordance with the latest edition of the National Electrical Code. B. Install raceways in accordance with the following schedule: 1. Low Voltage Raceway (control, power, and communications): a. Use PVC-coated galvanized rigid steel raceways below grade, in the vault, in concrete slabs, and all exposed outdoor locations. SECTION 16050 – ELECTRICAL GENERAL PROVISIONS CITY OF CARLSBAD GENERAL ELECTRICAL PROVISIONS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 16050 - 11 of 14 2. Exposed Raceways: a. Rigidly support conduits with clamps, hangers, and Unistrut channels. b. Intervals between supports shall be in accordance with the National Electric Code. C. Plug empty conduit terminations not in manholes or pull boxes. Install exposed raceway perpendicular or parallel to buildings. Terminate conduit with flush couplings at exposed concrete surfaces. Place conduit stubbed up for floor-standing equipment in accordance with approved shop drawings. Make metallic raceways installed below-grade or in outdoor locations and in concrete with a conductive waterproof compound applied to threaded joints. Compound shall be Zinc Clads Primer Coatings No. B69A45, HTL-4 by Crouse-Hinds, Kopr Shield by Thomas & Betts, or approved equal. D. Conduit may be cast integral with horizontal and vertical concrete slabs, providing two-inch clearance is maintained between conduit surface and concrete surface. If said clearance cannot be maintained, install the conduit exposed below elevated slabs; provided, that in the case of slabs on grade, install conduit below the slab and encase it with a minimum cover of 3 inches of concrete. Maximum size of conduit that can be cast in slab shall be 1-1/2 inches. E. Use flexible conduit at dry locations for the connection of equipment such as motors, transformers, instruments, valves, or pressure switches subject to vibration or movement during normal operation or servicing. Flexible conduit may be used in lengths required for the connection of recessed lighting fixtures; otherwise the maximum length of flexible conduit shall be 18 inches. F. In other than dry locations, make connections using flexible liquid-tight conduit. Equipment subject to vibration or movement which is normally provided with wiring leads, such as solenoid valves, with a cast junction box for the make-up of connections. Flexible conduits shall be as manufactured by American Brass, Cablec, Electroflex, or approved equal. G. Perform conduit penetrations on walls and concrete structures in accordance with the following: 1. Seal all raceways entering structures at the first box or outlet with oakum or suitable plastic expandable compound to prevent the entrance into the structure of gases, liquids, or rodents. 2. Dry pack with nonshrink grout around raceways that penetrate concrete walls, floors, or ceilings aboveground, or use one of the methods specified for underground penetrations. 3. Where an underground conduit enters a structure through a concrete roof or a membrane waterproofed wall or floor, provide an acceptable, malleable iron, watertight, entrance sealing device. When there is no raceway concrete encasement specified or indicated, provide such device having a gland type sealing assembly at each end with pressure bushings which may be tightened at any time. When there is raceway concrete encasement specified or indicated, provide such a device with a gland type sealing assembly on the accessible side. Securely anchor SECTION 16050 – ELECTRICAL GENERAL PROVISIONS CITY OF CARLSBAD GENERAL ELECTRICAL PROVISIONS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 16050 - 12 of 14 all such devices into the masonry construction with one or more integral flanges. Secure membrane waterproofing to such devices in a permanently watertight manner. 4. Unless otherwise shown or specified. All conduits shall be surface mounted. 5. Where an underground raceway without concrete encasement enters a structure through a nonwaterproofed wall or floor, install a sleeve made of rigid steel PVC-coated conduit. Fill the space between the conduit and sleeve with a suitable plastic expandable compound, or an oakum, on each side of the wall or floor in such a manner as to prevent entrance of moisture. A watertight entrance sealing device as specified may be used in lieu of the sleeve. 3.3 WIRES AND CABLES A. Hand pull conductors of No.1 AWG size and smaller. Larger conductors may be installed using power winches. Pulling tensions on the cables shall be within the limits recommended by the cable manufacturer. Wire pulling lubricant, where needed, shall be UL approved. B. Neatly group wire in panels, cabinets, and gutters using nylon tie straps, and shall be fanned out to terminals. C. Stranded conductors shall terminate directly on equipment lugs making sure that all conductor strands are confined within lug. Use forked-tongue lugs where equipment lugs have not been provided. D. Splices to motor leads in motor terminal boxes and any split bolt or 2 bolt compression splices shall utilize Cambric Tape, Insulation splice tape such as Scotch 130C and Scotch 33+ or approved equal. E. Control devices, such as solenoid operated valves that are normally supplied with conductor pigtails shall terminate as described for control conductors. F. Test all control and instrumentation cables for continuity, polarity, undesirable ground, and origination. Perform such tests prior to placing all cables in service. 3.4 PULL AND JUNCTION BOXES A. Size pull and junction boxes in accordance with the requirements of the National Electrical Code. B. Use outlet boxes as junction boxes wherever possible. Where separate pull boxes are required, they shall have screw covers. Do not use outlet as pull boxes. C. Install pull boxes when conduit run contains more than (3) 90-degree bends and runs exceed 100 feet. 3.5 CUTTING AND PATCHING SECTION 16050 – ELECTRICAL GENERAL PROVISIONS CITY OF CARLSBAD GENERAL ELECTRICAL PROVISIONS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 16050 - 13 of 14 A. Where it becomes necessary to cut into existing work for the purpose of making electrical installations, use core drills for making circular holes. Other demolition methods for other cutting or removing shall be approved by the District prior to starting the work. B. Repair all damage caused to other facilities. 3.6 EQUIPMENT ANCHORING A. Anchor freestanding or wall-hung equipment in place by methods that will meet seismic requirement in the area where project is located. B. Anchoring methods shall be either drop-in type or 1/4 inch wedge type and leveling criteria specified in the printed recommendations of the equipment manufacturers are a part of the work. 3.7 CABLE AND EQUIPMENT IDENTIFICATION A. Provide the completed electrical installation with adequate identification to facilitate proper control of circuits and equipment and to reduce maintenance effort. B. Assign to each control and instrumentation wire and cable a unique identification number. Said numbers shall be assigned to all conductors having common terminals and shall be shown on all shop drawings. Identification numbers shall appear within 3 inches of conductor terminals. "Control" shall be defined as any conductor used for alarm, PLC, or signal purposes. C. All control wiring shall be color-coded, and color continuity maintained throughout the system D. Mark all conductors at both ends with shrink fit markers which clearly display a computer generated circuit number at each end of the conductor. 1. All spare cables shall be terminated on terminal screws and shall be identified with a unique number as well as with destination. 2. Identify terminal strips by imprinted, plastic, marker strips attached under the terminal strip. E. Equipment and devices as follows: 1. Provide nameplates for all switchboard breakers, panels, starters, switches, and pushbutton stations. In addition to the name plates, equip control devices with standard collar-type legend plates. 2. Tag empty conduits at both ends to indicate the destination at the far end. Where it is not possible to tag the conduit, identify destination by marking an adjacent surface. Install ¼-inch polypropylene pull cords in all empty conduits. **END OF SECTION** SECTION 16050 – ELECTRICAL GENERAL PROVISIONS CITY OF CARLSBAD GENERAL ELECTRICAL PROVISIONS LAKE CALAVERA OUTLET IMPROVEMENTS PAGE 16050 - 14 of 14 THIS PAGE LEFT INTENTIONALLY BLANK SECTION 17010 – INSTRUMENTATION AND CONTROLS – GENERAL REQUIREMENTS CITY OF CARLSBAD INSTRUMENTATION & CONTROLS – GENERAL CALAVERA OUTLET IMPROVEMENTS SECTION 17010 – 1 OF 12 PART 1 - GENERAL 1.1 SECTION INCLUDES A. Work Included: 1. Provide all tools, equipment, materials, and supplies and be responsible for all labor required to complete the installation, startup, and operational testing of a complete and operable Instrumentation and Control (I&C) System as indicated on the Drawings and as specified herein. 2. Provide all the necessary equipment components and interconnections along with the services of manufacturers' engineering representatives necessary to ensure that the DISTRICT receives a completely integrated and operational I&C system as herein specified. 3. Provide all terminations for wiring at field mounted instruments, equipment enclosures, alarm, and status contacts. 4. Provide all PLC Control Panels, Instrumentation and Control wire required for a fully functioning Instrumentation and Controls System as shown on the Drawings except for wire specifically specified in Division 16. B. The District will have its own SCADA Programmer whose effort will be limited to performing PLC, OIT, and SCADA programming. The programming effort is excluded from the CONTRACTORS contract. The CONTRACTOR will assist the City’s SCADA programmer as indicated herein. All other work described in this specification is the responsibility of the CONTRACTOR. C. The CONTRACTOR shall install field instruments as described in these project plans and specifications: 1. Prepare analog and digital hardware submittals. 2. Include all the physical I/O points. 3. Provide information required by the City’s SCADA Programmer for integration of new I/O and serial data into the central HMI including development of new screens. 4. Execute the test plan to the satisfaction of the CITY. 5. Prepare record drawings. 6. Furnish all required instrumentation and control system tools, test equipment, spare parts, supplies, operations and maintenance manuals, and reproducible record drawings as specified herein. D. The CONTRACTOR will be responsible for the following items: SECTION 17010 – INSTRUMENTATION AND CONTROLS – GENERAL REQUIREMENTS CITY OF CARLSBAD INSTRUMENTATION & CONTROLS – GENERAL CALAVERA OUTLET IMPROVEMENTS SECTION 17010 – 2 OF 12 1. Deliverable hardware, including, but not limited to instruments, wire, conduit, and enclosures. 2. Verification of the system (Field Side). 3. Installation, connection, and calibration of all hardware including instruments. 4. Warranty of instruments. 1.2 RELATED SECTIONS (NOT USED) 1.3 REFERENCE SPECIFICATIONS, CODE AND STANDARDS A. American National Standard Institute (ANSI) Publications: 1. Y14.15a: Drafting Practice 2. C62.1: Surge Arrestors B. Instrumentation Society of America (ISA) Publications: 1. S5.4: Instrument Loop Diagrams 2. S20 Specification Forms for Process Measurement and Control Instruments, Primary Elements and Control Valves. 1.4 SUBMITTALS General: It is incumbent upon the CONTRACTOR to coordinate the work specified in these Sections so that a complete instrumentation, communication networks and control system for the facility will be provided and will be supported by accurate shop and record drawings. 1. In these Contract Documents all system, instruments and other elements are represented schematically, and are designated by numbers, as derived from criteria in Instrument Society of America Standard ANSI/ISA S5.1. ANSI nomenclature and numbers shall be employed exclusively throughout shop drawings, data sheets, computer programming and similar materials. Any other symbols, designations, and nomenclature unique to the manufacturer's standard methods shall not replace those prescribed above. 2. Should an error be found in a shop drawing during installation or startup of equipment, the correction, including any field changes found necessary, shall be noted on the drawing and submitted finally "as-built" prior to acceptance of the project. SECTION 17010 – INSTRUMENTATION AND CONTROLS – GENERAL REQUIREMENTS CITY OF CARLSBAD INSTRUMENTATION & CONTROLS – GENERAL CALAVERA OUTLET IMPROVEMENTS SECTION 17010 – 3 OF 12 3. The CONTRACTOR shall respond to all comments on shop drawing resubmittals made by the ENGINEER either by making the noted correction or stating why it was not revised. Any resubmittal received by the ENGINEER, which do not contain responses to the ENGINEER's previous comments, shall be returned to the CONTRACTOR marked "rejected." No further review by the ENGINEER shall be performed until the CONTRACTOR responds to these comments. B. Submittals: 1. Control System Hardware: This submittal to include instrumentation, Control Panels, PLCs, remote I/O cards, I/O racks and OIT’s shall be included in a singular, all-inclusive submittal which shall include but not be limited to: a. Panel, and cabinet layout drawings shall be prepared, and they shall include the following information: 1) Front, side, and plan views to scale. 2) Dimensions. 3) Arrangement (interior and exterior). 4) Mounting information, including conduit entrance locations. 5) Finish data. 6) Tag number and functional name of items mounted in and on panel, console and cabinet. 7) Nameplate legend which includes text, letter size, and colors to be used. b. Installation, mounting, and anchoring details for all components and assemblies, including access requirements and conduit connection or entry details. c. Panel wiring diagrams shall be prepared and integrate the field wiring. They shall include the following information: 1) Name of panel. 2) Wiring sizes and types. 3) Terminal strip numbers. 4) Functional name and manufacturer's designation for items to which wiring is connected. 5) Electrical control schematics in accordance with ANSI standards. d. Field wiring diagrams shall be prepared and be integrated with the panel-wiring diagram. They shall include the following information: 1) Wire and piping sizes and types to existing and new field devices. 2) Conduits in which wiring is to be located. 3) Panel (e.g., PLCs, etc.) termination strip numbers. SECTION 17010 – INSTRUMENTATION AND CONTROLS – GENERAL REQUIREMENTS CITY OF CARLSBAD INSTRUMENTATION & CONTROLS – GENERAL CALAVERA OUTLET IMPROVEMENTS SECTION 17010 – 4 OF 12 4) Location, functional name, and manufacturer's designation of items to which wiring, and piping are connected. e. Data sheets for each component, together with a technical product brochure or bulletin: The data sheets shall show: 1) Component functional description used herein and on the Drawings; 2) Manufacturer's model number or other product designation; 3) Project system or loop of which the component is a part; 4) Project location or assembly at which the component is to be installed; 5) Requirements for electric supply (if any); 6) Special requirements or features, such as specifications for ambient operating conditions. 7) Features and options which are furnished. f. A list of recommended spare parts covering items which are furnished under this Contract with the name, address, and phone number of manufacturer and manufacturer's local service representative of these parts. 2. Display Submittal: Six (6) sets (all color) of sample displays shall be supplied to the ENGINEER for review. The submittal shall include a short description identifying navigation, color conventions and alarm / abnormal condition indications. The submittal shall include each unique display to be provided in the final system. 3. Report Submittal: Six (6) sets of sample reports shall be supplied to the ENGINEER for review. The submittal shall include a short description of the methods and procedures to be performed by operators to print the reports including the automatic reporting capabilities. Test Reports: The CONTRACTOR shall provide reports detailing the results of tests performed on the system including the Factory 4. Technical Manuals: Four (4) final sets of technical manuals shall be supplied for the CITY and two (2) additional final sets shall be supplied for the ENGINEER, as a condition of acceptance of the project. a. Operational Manual: A simplified version of the standard manufacturers' software and system operations manual shall be prepared for this project. This manual shall provide basic instructions in the application of the system as required for dispatchers and operators in day to day operations. It shall include instructions on display navigation, system startup, and control capabilities and shall include as-installed control strategies. Every program that will be executing on the system shall be described with descriptions of normal operations and initial troubleshooting techniques and tools. SECTION 17010 – INSTRUMENTATION AND CONTROLS – GENERAL REQUIREMENTS CITY OF CARLSBAD INSTRUMENTATION & CONTROLS – GENERAL CALAVERA OUTLET IMPROVEMENTS SECTION 17010 – 5 OF 12 b. As Built Shop Drawings: Shop drawings shall be updated to reflect actual as-built conditions. c. This manual shall be provided prior to system acceptance. 5. Record Drawings: The CONTRACTOR shall keep current a set of complete schematic diagrams that shall include all field and panel wiring. These drawings shall include all of the hardwired signals shown on the P&ID drawings. One set of drawings electronically formatted in AutoCad (DWG) and two hard copies shall be submitted after completion of all field functional tasks but prior to acceptance of the completed work by the DISTRICT. 1.5 QUALITY ASSURANCE A. Standard of Quality: The CONTRACTOR shall provide equipment of the types and sizes specified which has been demonstrated to operate successfully. Provide equipment which is new and of recent proven design. PART 2 - PRODUCTS 2.1 MATERIALS AND STANDARD SPECIFICATIONS A. Provide instruments, equipment and materials suitable for service conditions and meeting standard specifications such as ANSI, ASTM, ISA, and SAMA. The intent of this Specification is to ensure instruments are of a uniform quality and manufacture throughout the plant. All instruments in the plant of the same type shall be made by the same manufacturer. 2.2 NAMEPLATES A. For each piece instrument, provide a manufacturer's nameplate showing their name, location, the pertinent ratings and the model designation. B. Identify each piece of instrumentation with a rigid laminated engraved phenolic nameplate. Engrave nameplates with the inscriptions indicated on the Drawings and, if not so indicated, with the equipment name. Securely fasten nameplates in place using two stainless steel screws or, where favorably reviewed by the ENGINEER, with epoxy cement. Where no inscription is indicated on the Drawings, furnish nameplates with an appropriate inscription furnished by the ENGINEER upon prior request by the CONTRACTOR. 2.3 NAME TAGS A. All instrumentation shall be identified by name tags. Field equipment shall be tagged with the assigned instrumentation tag number as provided within the drawings. B. Name tags shall be stainless steel with engraved or stamped black characters of 3/16-inch minimum height. Tags shall be attached to equipment with a tag holder and stainless steel band with a worm screw clamping device. Use 20- SECTION 17010 – INSTRUMENTATION AND CONTROLS – GENERAL REQUIREMENTS CITY OF CARLSBAD INSTRUMENTATION & CONTROLS – GENERAL CALAVERA OUTLET IMPROVEMENTS SECTION 17010 – 6 OF 12 gauge stainless steel wire where banding is impractical. For field panels or large equipment cases use stainless steel screws; however, such permanent attachment shall not be on an ordinarily replaceable part. 2.4 FIELD-MOUNTED EQUIPMENT All instrument and control equipment mounted outside of protective structures shall be equipped with suitable surge arresting devices to protect the equipment 2.5 EQUIPMENT OPERATING CONDITIONS A. All equipment shall be rated for normal operating performance with varying operating conditions over the following minimum ranges: 1. Electrical Power: 120 Vac ±10%, 60 Hz, unregulated, except where specifically stated otherwise on the Drawings or in the Specifications, or when two-wire, loop-powered devices are specified. 2. Field Instruments: a. Outdoor Areas: Ambient Temperature: +15°F to +120°F Ambient Relative Humidity: 5% to 100% Weather: Rain, and ice b. Indoor Unheated Areas: Ambient Temperature: +40°F to +120°F Ambient Relative Humidity: 5% to 95%, non-condensing c. Indoor Environmentally Controlled Areas: Ambient Temperature: +60°F to +104°F Ambient Relative Humidity: 10% to 90%, non-condensing 2.6 EQUIPMENT LOCATIONS A. Provide equipment and materials suitable for the types of locations in which they are located as defined under Division 16. All equipment specified for field mounting shall be weatherproof and splash proof as a minimum. If electrical or electronic components are contained within the equipment, they shall be housed in NEMA 3R gasketed cases unless noted otherwise on the Drawings. 2.7 CURRENT TECHNOLOGY A. All meters, instruments, and other components shall be the most recent field-proven models marketed by their manufacturers at the time of submittal of the shop drawings unless otherwise required to match existing equipment. 2.8 LOOP ACCURACY A. The accuracy of each instrumentation system or loop shall be determined as a probable maximum error; this shall be the square-root of the sum of the squares of certified "accuracies" of the designated components in each system, SECTION 17010 – INSTRUMENTATION AND CONTROLS – GENERAL REQUIREMENTS CITY OF CARLSBAD INSTRUMENTATION & CONTROLS – GENERAL CALAVERA OUTLET IMPROVEMENTS SECTION 17010 – 7 OF 12 expressed as a percentage of the actual span or value of the measured variable. Each individual instrument shall have a minimum accuracy of plus and minus 0.5 percent of full scale and a minimum repeatability of plus and minus 0.25 percent of full scale unless otherwise indicated. Instruments which do not conform to or improve upon these criteria are not acceptable. 2.9 SIGNAL ISOLATORS, CONVERTORS, AND CONDITIONERS A. Ensure that input-out signals of all instruments and control devices are compatible. Provide signal isolators and converters as necessary to obtain the required system performance. Mount the devices in the field at point of application. Provide items as manufactured by AGM Electronics, Action Instruments, or equal. 2.10 ANALOG SIGNAL INDICATED UNITS A. For all instruments with local or remote indicators, provide indicators scaled in actual engineering units, i.e., gallons per minute, feet, psi, etc., rather than 0 to 100%, unless noted otherwise on the Drawings or Instrument Schedule. 2.11 INSTRUMENT CALIBRATION A. Each field instrument shall be calibrated at 0%, 25%, 50%, 75% and 100% of span using test instruments to simulate inputs and read outputs that are rated to an accuracy of at least 5 times greater than the specified accuracy of the instrument being calibrated. Such test instruments must have accuracies traceable to the National Institute of Standards and Technology (NIST). B. Submit a written report to the ENGINEER on each instrument. This report shall include a laboratory calibration sheet or the manufacturer's standards calibration sheet on each instrument and calibration reading as finally adjusted within tolerances. C. The CONTRACTOR may, at its option, choose to perform calibration on an instrument by acquiring the services of an independent test lab, or by obtaining the required test instruments and performing the calibration. 2.12 ELECTRONIC MEDIA A. Manuals and Drawings shall be provided in hardcopy and electronic format. As-built Documents shall be provided in MS Word, Adobe Acrobat (pdf) and AutoCAD (DWG) format on CD – ROMs. The CONTRACTOR shall provide vendor manuals electronically and include these manuals on the CD set. The CD shall be organized to simplify user browsing. The PLC logic shall be supplied in its native format as well as an Acrobat pdf listing. SECTION 17010 – INSTRUMENTATION AND CONTROLS – GENERAL REQUIREMENTS CITY OF CARLSBAD INSTRUMENTATION & CONTROLS – GENERAL CALAVERA OUTLET IMPROVEMENTS SECTION 17010 – 8 OF 12 PART 3 - EXECUTION 3.1 MOUNTINGS A. Mount and install equipment as indicated. Mount field instruments on pipe mounts or other similar means in accordance with suppliers' recommendation. Where mounted in control panels, mount according to requirements of that section. B. Equipment specified for field mounting shall be suitable for direct pipe mounting or surface mounting, surface-mounted indicators and equipment with calibration adjustments or requiring periodic inspection shall be mounted not lower than 3 feet-6 inches nor higher than 6 feet above walkways, platforms, catwalks, and the like. C. Note that applicable specifications require detail drawings showing seismic sway bracing design and anchorage requirements for their equipment. Seismic zone requirements are specified in Division 1. D. All devices shall be accessible to operators for servicing, operating, reading, etc. Provide permanent platforms to assure devices are continuously accessible. 3.2 FIELD WIRING A. Ring out signal wiring prior to termination and perform surge withstand tests where required. Verify wire number and terminations are satisfactory as designated on the Loop Diagrams. Verify all terminations are tight and shields are uniformly grounded at one location. 3.3 ELECTROMAGNETIC INTERFERENCE (EMI) A. Construction shall proceed in a manner which minimizes the introduction of noise (RFI/EMI) into the I&C System. B. Cross signal wires and wires carrying ac power or control signals at right angles. C. Separate signal wires from wires carrying ac power or switched ac/dc control signals within control panels, terminal cabinets, telemetry equipment, multiplexer cabinets, and data loggers as much as possible. Provide the following minimum separations within such equipment unless indicated otherwise on the Drawings: Power Wiring Capacity Separation (Inches) 120 volts ac or 10 amps 12 240 volts ac or 50 amps 18 480 volts ac or 200 amps 24 4,160 volts ac or 800 amps 48 SECTION 17010 – INSTRUMENTATION AND CONTROLS – GENERAL REQUIREMENTS CITY OF CARLSBAD INSTRUMENTATION & CONTROLS – GENERAL CALAVERA OUTLET IMPROVEMENTS SECTION 17010 – 9 OF 12 3.4 SIGNAL GROUNDING A. Proper grounding of equipment and systems in this Division is critical, since computer and associated networks and peripherals are involved. The Drawings and Division 16 specify safety grounding for all equipment in this Division. 3.5 CALIBRATION A. General: All devices provided under Divisions 13 and 17 shall be calibrated according to the manufacturer's recommended procedures to verify operational readiness and ability to meet the indicated functional and tolerance requirements. B. Calibration Points: Each instrument shall be calibrated at 0, 25, 50, 75, and 100% of span using test instruments to simulate inputs. The test instruments shall have accuracies traceable to National Institute of Testing Standards. C. Field Calibration: Instruments which were not bench-calibrated shall be calibrated in the field to ensure proper operation in accordance with the instrument loop diagrams or specification data sheets. D. Calibration Sheets: Each instrument calibration sheet shall provide the following information and a space for sign-off on individual items and on the completed unit: 1. Project name 2. Loop number 3. Tag number 4. Manufacturer 5. Model number 6. Serial number 7. Calibration range 8. Calibration Data: Input, output, and error at 10 percent, 50 percent, and 90 percent of span 9. Switch setting, contact action, and deadband for discrete elements 10. Space for comments 11. Space for sign-off by CSI and date 12. Test equipment used and associated serial numbers SECTION 17010 – INSTRUMENTATION AND CONTROLS – GENERAL REQUIREMENTS CITY OF CARLSBAD INSTRUMENTATION & CONTROLS – GENERAL CALAVERA OUTLET IMPROVEMENTS SECTION 17010 – 10 OF 12 3.6 FIELD FUNCTIONAL TESTING A. General: Field functional testing shall commence after acceptance of all wire tests, calibration tests, and loop tests, and all inspections have demonstrated that the instrumentation and control system complies with all Contract requirements. Field functional testing shall demonstrate proper operation of all systems with process equipment operating over full operation ranges under conditions as closely resembling actual operation conditions as possible. B. Field functional Test Procedures and Documentation: All field functional testing activities shall follow detailed test procedures and check lists accepted by the ENGINEER. All test data shall be acquired using equipment as required and shall be recorded on test forms accepted by the ENGINEER, which include calculated tolerance limits for each step. Completion of all system field functional testing activities shall be documented by a certified report, including all test forms with test data entered and retained by the CONTRACTOR. C. Operational Validation: Where feasible, system field functional testing activities shall include the use of air to establish service conditions that simulate, to the greatest extent possible, normal final element operational conditions in terms of operation ranges, and environmental conditions. Final control elements, control panels, and ancillary equipment shall be tested under start-up and steady-state operation conditions to verify that proper and stable control is achieved using motor control center and local field mounted control circuits. All hardwired and software control circuit interlocks and alarms shall be operational. The control of final control element and ancillary equipment shall be tested using both manual and automatic (where provided) control circuits. The stable steady-state operation of final control elements running under the control of field mounted controllers as required eliminating oscillatory final control element operation. The transient stability of final control elements operation under the control of field mounted, and software based automatic analog controllers shall be verified by applying control signal disturbances, monitoring the amplitude and decay rate of control parameter oscillations (if any) and making necessary controller adjustments as required to eliminate excessive oscillatory amplitudes and decay rates. D. Field Functional Test Certification: The CONTRACTOR shall submit an instrumentation and control system field functional test completion report which shall state that all Contract requirements have been met and shall include a listing of all instrumentation and control system maintenance and repair activities conducted during the field functional testing. Acceptance of the instrumentation and control system field functional testing must be provided in writing by the ENGINEER. 3.7 TRAINING AND INSTRUCTION A. General: The CONTRACTOR shall provide Plant Control System maintenance and operator training courses by a qualified instructor as described herein. The training courses shall be given on-site during the final stages of the system SECTION 17010 – INSTRUMENTATION AND CONTROLS – GENERAL REQUIREMENTS CITY OF CARLSBAD INSTRUMENTATION & CONTROLS – GENERAL CALAVERA OUTLET IMPROVEMENTS SECTION 17010 – 11 OF 12 checkout. All instruction, tools and training material shall be provided by the CONTRACTOR. B. Operator Training: An operator's training course shall be given for up to three (3) designated personnel of the DISTRICT. This course shall be designed to teach operations, maintenance, and supervisory personnel how to operate the instrumentation, control, and telemetry systems. Two separate classes shall be offered. Each class shall have duration of 3 hours. **END OF SECTION** SECTION 17010 – INSTRUMENTATION AND CONTROLS – GENERAL REQUIREMENTS CITY OF CARLSBAD INSTRUMENTATION & CONTROLS – GENERAL CALAVERA OUTLET IMPROVEMENTS SECTION 17010 – 12 OF 12 THIS PAGE LEFT INTENTIONALLY BLANK SECTION 17329 - PRIMARY SENSORS AND FIELD INSTRUMENTS CITY OF CARLSBAD PRIMARY SENSORS & FIELD INSTRUMENTS LAKE CALAVERA OUTLET IMPROVEMENTS SECTION 17329 – 1 OF 6 PART 1 - GENERAL 1.1 DESCRIPTION A. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish, install, calibrate, test, adjust and place into satisfactory operation all primary sensors and field instruments furnished under this Section. B. Drawings and Specifications illustrate and specify functional and general construction requirements of the sensors and field instruments and do not necessarily show or specify all components, wiring, piping and accessories required to make a completely integrated system. CONTRACTOR shall provide all components, piping, wiring, accessories and labor required for a complete, workable and integrated system. C. CONTRACTOR shall be responsible for installing pressure sensing instrumentation. D. This Specification Section includes specifications for field instruments. All instruments shall be installed, loop-tested, checked out and started up by the CONTRACTOR. All field instruments shall comply with this Section. E. Coordination: Coordinate the installation of all items specified herein and required to ensure the complete and proper interfacing of all the components and systems. 1.2 RELATED SECTIONS A. Section 15068 - Stainless Steel Piping, Tubing, and Accessories. B. Section 15100 - Valves and Appurtenances. C. Division 16 - Electrical. 1.3 REFERENCE SPECIFICATIONS, CODE AND STANDARDS – NOT USED 1.4 SUBMITTALS A. Comply with the requirements specified in Section 17010. SECTION 17329 - PRIMARY SENSORS AND FIELD INSTRUMENTS CITY OF CARLSBAD PRIMARY SENSORS & FIELD INSTRUMENTS LAKE CALAVERA OUTLET IMPROVEMENTS SECTION 17329 – 2 OF 6 1.5 QUALITY ASSURANCE A. Comply with the requirements of Section 17010 B. Acceptable Manufacturers: 1. Furnish primary sensors and field instruments by the named manufacturers or equal equipment by other manufacturers. 2. The named manufacturers have been specified to establish the standard of quality and performance of the equipment to be supplied. 3. Obtain all sensors and field instruments of a given type from the same manufacturer. C. Manufacturers' Responsibilities and Services: 1. Design and manufacture the primary sensors and field instruments in accordance with the applicable general design requirements specified in Section 17010 and the detailed specifications herein. 2. Field supervision, inspection, start-up and training in accordance with the requirements of Sections 01660 and 17010. 1.6 DELIVERY, STORAGE AND HANDLING A. Comply with the requirements specified in Section 17010. B. Primary sensors and field instruments shall not be delivered to the site until all product information and system shop drawings for the sensors and instruments have been approved. 1.7 WARRANTY A. Provide a 12-month warranty on materials and workmanship for all devices. Should any fail due to an identified defect in materials or workmanship it shall be repaired or replaced at no cost to the DISTRICT B. The warranty period shall commence once the project achieves substantial completion. 1.8 IDENTIFICATION TAGS A. All sensors and field instruments shall have an identification tag meeting the following requirements: 1. Tag numbers for sensors and field instruments shall be as listed on the Contract Drawings. 2. The identifying tag number shall be permanently etched or embossed SECTION 17329 - PRIMARY SENSORS AND FIELD INSTRUMENTS CITY OF CARLSBAD PRIMARY SENSORS & FIELD INSTRUMENTS LAKE CALAVERA OUTLET IMPROVEMENTS SECTION 17329 – 3 OF 6 onto a stainless steel tag which shall be fastened to the device housing with stainless steel rivets or self-tapping screws of appropriate size. 3. Where neither of the above fastenings can be accomplished, tags shall be permanently attached to the device by a circlet of 1/16-inch diameter stainless steel wire rope. 4. All sensors and field instruments mounted on or within panels shall have the stainless steel identification tag installed so that the numbers are easily visible to service personnel. PART 2 - PRODUCTS 2.1 PROCESS TAPS, AND ACCESSORIES A. Air Pressure Sensing Lines and Accessories for Air Flow/Pressure Transmitters: 1. Material: Type 316 stainless steel tubing, ASTM A 269, medium wall thickness. 2. Pressure Rating: 150 psi. 3. Size: 1/2-inch outside diameter. 4. Connections: Type 316 stainless steel compression type, "Swagelok" as manufactured by Crawford or equal. 5. Shut-off Valves: See V75 in Section 15100. 6. Manifolds: a. Type: 5-valve and 3-valve meter manifolds. b. Materials: Type 316 stainless steel body, bonnets and stems; delrin seats; Teflon packing. c. Manufacturer: Provide manifolds of one of the following: 1) Whitey. 2) Or Equal. 2.2 PRESSURE TRANSMITTER A. Type: Two-wire, differential capacitance or resonant type transmitter. B. Required Features and Accessories: 1. Accuracy (includes combined effects of linearity, hysteresis and repeatability): ±0.10 percent of calibrated span. 2. Repeatability: 0.05 percent of calibrated span. SECTION 17329 - PRIMARY SENSORS AND FIELD INSTRUMENTS CITY OF CARLSBAD PRIMARY SENSORS & FIELD INSTRUMENTS LAKE CALAVERA OUTLET IMPROVEMENTS SECTION 17329 – 4 OF 6 3. Hysteresis: 0.05 percent of calibrated span. 4. Stability (drift over a 6 month period): Not more than ±0.25 percent of transmitter’s upper range limit. 5. Ambient Temperature Effect; Total Error per 100 F change between the limits of -20 F and +180 F: Not more than ±1.0 percent of the transmitter’s upper range limit (maximum span). 6. Supply Voltage Effect: Output change not greater than 0.005 percent of span for each one volt change in supply voltage. 7. Output: a. Isolated direct acting 4-20 ma dc. b. Digital process variable signal superimposed on 4-20 ma dc signals without compromising loop integrity. 8. Solid state electronic components. 9. Positive overrange protection of at least 1.25 times the maximum span limit. 10. Calibration Adjustments: a. Zero: Adjustable in electronics compartment. b. Span: Coarse and fine span adjustments in electronics compartment. 11. Zero Elevation and Suppression Capability to the extent that the amount of suppression plus calibrated span does not exceed the upper range limits of the sensor. 12. Adjustable internal damping. 13. Measuring elements protected by sealing diaphragm. 14. Built-in electrical surge and RFI protection. 15. Integral square root extraction providing linear 4-20 ma dc output proportional to flow measurement when required. 16. Electric Conduit Connection: 1/2-inch NPT. 17. Process Connections: 1/2-inch NPT. 18. Designated to operate on power from receiver or remote power supply, nominal 24 vdc. SECTION 17329 - PRIMARY SENSORS AND FIELD INSTRUMENTS CITY OF CARLSBAD PRIMARY SENSORS & FIELD INSTRUMENTS LAKE CALAVERA OUTLET IMPROVEMENTS SECTION 17329 – 5 OF 6 19. Stainless steel mounting bracket and hardware suitable for mounting transmitter on flat vertical surface or 2-inch diameter pipe. 20. Process Wetted Parts: Type 316 stainless steel or as required by the Process. 21. Non-Wetted Parts: a. Body and Process Connection Bolting: Type 316 stainless steel. b. Housing and Cover: Die cast low copper aluminum alloy finished with epoxy paint system; covers shall be threaded and seated on Buna-N O-rings; NEMA 4 rating. c. Capsule Fill Liquid: Silicone oil. 22. Indicator: Provide integral LCD indicator with 0 to 100 percent scale in engineering units and stainless steel tag to indicate 100 percent value of range in engineering units. 23. Hazardous Area Requirements: Where so required, provide transmitters rated for use in Class I, Group D, Division 1 hazardous areas. 24. Provide one (1) handheld interface with keyboard and LED display capable of easily configuring and testing the transmitter. 25. Provide a stainless steel tag with the ISA Loop Number and attached with stainless steel wire. 26. All pressure transmitters shall be connected with stainless steel tubing and tubing fittings to comply with requirements of Article 2.1. C. Product and Manufacturer: Provide one of the following: 1. Smar International Corporation. 2. 3051 Series, as manufactured by Rosemount, Incorporated. 3. Or equal. PART 3 - EXECUTION 3.1 INSTALLATION A. CONTRACTOR shall require the system supplier to furnish the services of qualified factory- trained servicemen to assist in the installation of the instrumentation and control system equipment. B. Install each item in accordance with manufacturer’s recommendations and in accordance with the Contract Documents. Transmitters and instruments which require access for periodic calibration or maintenance shall be mounted so they are accessible while standing on the floor. SECTION 17329 - PRIMARY SENSORS AND FIELD INSTRUMENTS CITY OF CARLSBAD PRIMARY SENSORS & FIELD INSTRUMENTS LAKE CALAVERA OUTLET IMPROVEMENTS SECTION 17329 – 6 OF 6 C. All items shall be mounted and anchored using stainless steel hardware unless otherwise noted. D. All field instruments shall be rigidly secured to walls, stands or brackets as required by the manufacturer and as shown. E. Conform to all applicable provisions of the NEMA standards, NEC and local, State and Federal codes when installing the equipment and interconnecting wiring. 3.2 START-UP, CALIBRATION, AND TESTING AND TRAINING A. The CONTRACTOR shall utilize qualified personnel to accomplish, or supervise the physical installation of all elements, components, accessories, or assemblies that it provides. The CONTRACTOR shall employ installers who are skilled and experienced in the installation and connection of all elements, components, accessories, and assemblies it provides. B. All components of the instrumentation and control system, including all communication cabling, shall be the installation responsibility of the CONTRACTOR unless specifically noted otherwise. Grounding shall be shown on submittal drawings. After installation of the instrumentation and control system is completed, the installation shall be inspected jointly by the CONTRACTOR, the CSI and the Equipment Manufacturer's representatives. Any problems shall be corrected, and when both are satisfied with the installation, a written certification of the installation shall be delivered to the ENGINEER. The certification shall state that all probes/analyzers/transmitters and controllers and all other components of the process sampling, analyzing and transmission system have been inspected and are installed in accordance with the CSI and Manufacturer's guidelines. C. Calibration: All probes and analyzers shall be calibrated and tested after installation. D. The CONTRACTOR shall submit to the ENGINEER a system testing completion report when each process system and all aspects of the configuration software have been successfully tested as described herein. The report shall note any problems encountered and what action was required to correct them. It shall include a clear and unequivocal statement that the process systems have been thoroughly tested and are complete and functional in accordance with all Specification requirements. **END OF SECTION** Contract No. 5054 APPENDIX “A” Permits and Environmental Documents --- NOTICE OF EXEMPTION To: SD County Clerk Attn: James Scott 1600 Pacific Highway, Suite 260 PO Box 121750 San Diego, CA 92101 From: CITY OF CARLSBAD [?0[1@;@) Planning Division Ernest J Dronenburg, Jr. Recorder County Clerk 1635 Faraday Avenue Carlsbad, CA 92008 (760) 602-4600 BY. MAcYA7 Subject: Filing of this Notice of Exemption is in compliance with Section 21152b of the Public Resources DEPUTY Code (California Environmental Quality Act). Project Number and Title: EIA 2017-0001-LAKE CALAVERA DAM VALVE REPLACEMENT PROJECT Project Location -Specific: Within Lake Calavera, and the west side of Lake Calavera dam, located east of Tamarack Avenue and south of Lake Boulevard (APN: 168-041-1900). Project Location -City: =Ca=r~ls=b=ad=------Project Location -County: -=-Sa=n-'--=-D=ie..,g=o ____ _ Description of Project: To install two new 24-inch valves (a gate and plug valve) and appurtenances on the outlet pipe, located on the west side of Lake Calavera dam, and to remove three existing gate valves located within the lake that do not work properly. Name of Public Agency Approving Project: =Ci=tyL...-=..of'-C=a"-'-r=ls=b"'"ad"'----------------- Name of Person or Agency Carrying Out Project: Lindsay Leahy, Associate Engineer, City of Carlsbad Name of Applicant: Lindsay Leahy, Associate Engineer, City of Carlsbad Applicant's Address: 5950 El Camino Real, Carlsbad, CA 92008 Applicant's Telephone Number: "-76-=-0=--=6-=-03=--....:..7=3=25"---------------------- Exempt Status: (Check One) D Ministerial (Section 21080(b)(1); 15268); D Declared Emergency (Section 21080{b)(3); 15269{a)); D Emergency Project (Section 21080{b)(4); 15269 (b)(c)); [g] Categorical Exemption -State type and section number: 15302 -replacement or reconstruction of existing facilities; 15303 -new construction; and 15304 -minor alterations to the land and vegetation. D Statutory Exemptions -State code number: __________________ _ D General rule (Section 15061(b)(3)) Reasons why project is exempt: The project involves the removal of existing valves and the installation of new valves and appurtenances and the placement of geotextile membrane and rip rap at the outlet culvert to prevent erosion. Lead Agency Contact Person: Pam Drew, Associate Planner Telephone: "-7-=-60=-----=-6=0=2-.....:4-=-6....:..44-'--------l FILED IN THE OFFICE OF THE ,COUNTY CLER!< 2.-Z DON NEU, City Planner Date Date received for filing at OPR: Revised 05/13 City of Carlsbad State of California -Department of Fish and Wildlife 2017 ENVIRONMENTAL FILING FEE CASH RECEIPT DFW 753.5a (Rev. 12/15/15) Previously DFG 753.5a APR 1 0 2017 SEE INSTRUCTIONS ON REVERSE, TYPE OR PRINT CLEARLY. LEAD AGENCY LEAD AGENCY EMAIL CITY OF CARLSBAD COUNTY/STATE AGENCY OF FILING San Diego County RECEIPT NUMBER: 37-2017-0164 Planning Division STATE CLEARINGHOUSE NUMBER (If applicable) DATE 03/02/2017 DOCUMENT NUMBER *20170164* PROJECT TITLE EIA 2017-0001 -LAKE CALAVERA DAM VALVE REPLACEMENT PROJECT PROJECT APPLICANT NAME PROJECT APPLICANT EMAIL PHONE NUMBER 760-603-7325 LINDSAY LEAHY, ASSOCIATE ENGINEER, CITY OF CARLSBAD PROJECT APPLICANT ADDRESS 5950 EL CAMINO REAL PROJECT APPLICANT (Check appropriate box) CITY CARLSBAD 18] Local Public Agency O School District 0 Other Special District CHECK APPLICABLE FEES: D Environmental Impact Report (EIR) D Mitigated/Negative Declaration (MND)(ND) D Certified Regulatory Program document (CRP) D Exempt from fee [i] Notice of Exemption (attach) D CDFW No Effect Determination (attach) D Fee previously paid (attach previously issued cash receipt copy) D Water Right Application or Petition Fee (State Water Resources Control Board only) [i] County documentary handling fee D Other PAYMENT METHOD: I STATE CA ZIP CODE 92008 0 State Agency 0 Private Entity $3,078.25 $2,216.25 $1 ,046.50 $850.00 $ $ $ $ ----------- $ __________ _ $ ----------- $50.00 D Cash D Credit Ill Check □ Other 296145 TOTAL RECEIVED $ $50.00 SIGNATURE AGENCY OF FILING PRINTED NAME AND TITLE X San Diego County CARLOS B ARGANDONA , Deputy 111111111111111111111111111111111111111111 IIII IIII ORIGINAL. PROJECT APPLICANT COPY • CDFW/ASB COPY • LEAD AGENCY COPY. COUNTY CLERK DFW 753.5a (Rev. 20151215) Ernest J. Dronenburg, Jr. COUNTY OF SAN DIEGO ASSESSOR/RECORDER/COUNTY CLERK ASSESSOR'S OFFICE 1600 Pacific Highway, Suite 103 San Diego, CA 92101-2480 Tel. (619) 236-3771 * Fax (619) 557-4056 www.sdarcc.com RECORDER/COUNTY CLERK'S OFFICE 1600 Pacific Highway, Suite 260 P.O. Box 121750 * San Diego, CA 92112-1750 Tel. (6 I 9)237-0502 * Fax (619)557-4155 Transaction#: 379965020170302 Deputy: CARGANDO Location: COUNTY ADMINISTRATION BUILDING 02-Mar-2017 16:20 FEES: 50.00 Qty of 1 Fee Notice of Exemption for Ref# 2017 0164 50.00 TOTAL DUE PAYMENTS: 50.00 Check 50.00 TENDERED SERVICES AVAILABLE AT OFFICE LOCATIONS * Tax Bill Address Changes * Records and Certified Copies: Birth/ Marriage/ Death/ Real Estate * Fictitious Business Names (DBAs) * Marriage Licenses and Ceremonies * Assessor Parcel Maps * Property Ownership * Property Records * Property Values * Document Recordings SERVICES AVAILABLE ON-LINE AT www.sdarcc.com * Forms and Applications * Frequently Asked Questions (FAQs) * Grantor/ Grantee Index * Fictitious Business Names Index (DBAs) * Property Sales * On-Line Purchases Assessor Parcel Maps Property Characteristics Recorded Documents ' 11tate ot' California-The Resources Agency ~ilEPARTMENT OF FISH AND GAME 2012 ENVIRONMENTAL FILING FEE CASH RECEIPT SEE INSTRUCTIONS ON REVERSE. TYPE OR PRINT CLEARI'. LEAD AGENCY CITY OF CARLSBAD PLANNING DIVISION COUNTY/STATEAGENCY OF FILING SAN DIEGO PROJECT TITLE RECEIPT# SD2012 1030 STATE CLEARING HOUSE#(lfapp1iC8bleJ 2012081058 DATE · 12/18/2012 DOCUMENTNUMBER ·2012024s-/ CALAVERA DAM ROUTINE MAINTENANCE PROJECT-MITIGATED NEGATIVE DECLARATION ( PROJECT APPLICANT NAME CITY OF CARLSBAD PROJECT APPLICANT ADDRESS 1635 FARADAY AVENUE PROJECT APPLICANT (Check appropriate box): IZI. Local Public Agency □ School District CHECK APPLICABLE FEES: D Environmental Impact Report (Z) Negative Declaration CITY CARLSBAD □ Other Special District D Application Fee Water Diversion (State Water Resources Control Board Only) D Projects Subject to Certified Regulatory Programs 0 County Administrative Fee 0 Project that is exempt from fees 0 Notice of Exemption ['!20248 0 01:G No Effect Determination (Form Attached) □ Other __________________ _ PAYMENT METHOD: □ STATE CA State Agency $2,919.00 $2,101.50 $850.00 $992.50 $50.00 $ $ $ $ $ PHONE NUMBER 760/602-2756 ZIPCODE 92008 0 Private Entity $2,101.50 $50.00 $ ______ _ □ Cash □ Credil IZJ Check □ Other_2_3_8_45_3 __ _ TOTALRECEIVED $ ____ $c.2c_,1_5_1_.5_0_ SIGNATURE V. Orendain I TITLE Deputy CITY OF CARLSBAD ;;,N-2-5"10h PLANNING DEPARTMENT 111111111111111111111111111 111111111111111 IIII IIII ORIGINAL-PROJECT APPLICANT COPY. DFGIASB COPY-LEADAGENCY COPY -COUNTY CLERK FG 753.5a (Rev. 7/08) Notice of Determination To: Office of Planning and Research P.O. Box 3044 Sacramento, CA 95812-3044 From: CITY OF CARLSBAD Planning Division 1635 Faraday Avenue IE:' n l [E [D) Carlsbad, CA 92008 SD County Clerk Attn: Jennifer Samuela Mail Stop A-33 tr U (760) 602-4600 EmostJ Oronenbur;, Jr. RaaJ~er ColJn~ ae!I/-1600 Pacific Highway San Diego, CA 92101 DEC 1 fi.2012 V. Orendain BV:----~= 120248 DEPUTY Project No: EIA I 1-03 Filing of Notice of Determination in compliance with Section 21108 or 21152 of the Public Resources Code. Calavera Dam Routine Maintenance Project -Mitigated Negative Declaration Project Title 2012081058 City of Carlsbad, Barbara Kennedy (760) 602-4626 State Clearinghouse No. Lead Agency, Contact Person Telephone Number East of Tamarack Avenue, south of Sky Haven Lane, City of Carlsbad, San Diego County Project Locations (include County) Name of Applicant: Sherri Howard, Associate Engineering, City of Carlsbad Applicant's Address: 1635 Faraday Avenue, Carlsbad, CA 92008 Applicant's Telephone Number: 760-602-2756 Project Description: The project entails removal of vegetative material from the north (lakeside or upstream side) and south (downstream side) faces of the dam, spillway, inlet and outlet structure in response to an order from the State of California Division of Safety of Dams (DSOD). The project includes initial vegetation removal (to be conducted in 2012) and ongoing, periodic vegetation removal in perpetuity. This ongoing vegetation removal is required in order to comply with the DSOD permits for the dam. This is to advise that the City of Carlsbad City Planner has approved the above described project on December 13, 2012, and has made the following determination regarding the above described project. I. The project will not have a significant effect on the environment. 2. D An Environmental Impact Report was prepared for this project pursuant to the provisions ofCEQA. ~ A Mitigated Negative Declaration was prepared for this project pursuant to the provisions ofCEQA. . D This project was reviewed previously and a Negative Declaration was prepared pursuant to the provisions of CEQA. 3. Mitigation measures were made a condition of the approval of the project. 4. A mitigation reporting or monitoring plan was adopted for this project. 5. A statement of Overriding Considerations was not adopted for this project. 6. ,;i, .f!.l\dJi;,gs :"'.er~J:llade pursuant to the provisions of CEQA. l•r ·.,.,., · · · -.--•· " . T I is to certify that the final Mitigated Negative "Declaration with comments and responses and record o pr ~ec ro I is-available to the General Public at THE CITY OF CARLSBAD. /2-/3--it DON-NEU; <::ity PliiJ?:ner Date . .-.. , ..... , . .,_,._, ~ _, .. , ·••-... Date received for filing at OPR: Revised 04/12 dtA. CITY OF0 VcARLSBAD. Community & Economic Development www.carlsbadca.gov CASE NAME: CASE NO: PROJECT LOCATION: MITIGATED NEGATIVE DECLARATION Calavera Dam Routine Maintenance Project EIA 11-03 Southwestern end of the Lake Calavera Reservoir generally located east of Tamarack Avenue. border with Oceanside on the north. open space preserve land on the east and south of the dam. PROJECT DESCRIPTION: The project entails removal of vegetative material from the north {lakeside or upstream side) and so·uth {downstream side) faces of the dam, spillway, inlet and outlet structure in response to an order from the State of California Division of Safety of Dams (DSOD). The project includes initial vegetation removal (to be conducted in 2012) and ongoing, periodic vegetation removal in perpetuity. This ongoing vegetation removal is required in order to comply with DSOD permits for the dam. DETERMINATION: The City of Carlsbad has conducted an environmental review of the above described project pursuant to the Guidelines for Implementation of the California Environmental Quality Act and the Environmental Protection Ordinance of the City of Carlsbad. As a result of said review, the initial study (EIA Part 2) identified potentially significant effects on the environment, and the City of Carlsbad finds as follows: 18:1 Although the proposed project could have a significant effect on the environment, there will not be a significant effect in this case because the mitigation measures described on the attached Initial Study have been added to the project. D The proposed project MAY have "potentially significant impact(s)" on the environment, but at least one potentially significant impact 1) has been adequately analyzed in an earlier document pursuant to applicable legal standards, and 2) has been addressed by mitigation measures based on the earlier analysis as described on attached sheets. (Mitigated Negative Declaration applies only to the effects that remained to be addressed). D Although the proposed project could have a significant effect on the environment, there WILL NOT be a significant effect in this case because all potentially significant effects (a) have been analyzed adequately in an earlier ENVIRONMENTAL IMPACT REPORT or NEGATIVE DECLARATION pursuant to applicable standards and (b) have been avoided or mitigated pursuant to that earlier ENVIRONMENTAL IMPACT REPORT or NEGATIVE DECLARATION, including revisions or mitigation measures that are imposed upon the proposed project. Therefore, nothing further is required. A copy of the initial study (EIA Part 2) documenting reasons to support the Negative Declaration is on file in the Planning Division, 1635 Faraday Avenue, Carlsbad, California 92008. ADOPTED: December 13. 2012. pursuant to Administrative Approval ATT~: ~A YlN\ ~ DON NEU City Planner CALIFORNIA DEPARTMENT OF FISH AND WILDLIFE SOUTH COAST REGION 3883 RUFFIN ROAD SAN DIEGO, CALIFORNIA 92123 STREAM BED ALTERATION AGREEMENT NOTIFICATION No.1600-2013-0241-RS LAKE CALA VERA AND CALAVERA CREEK CITY OF CARLSBAD CALAVERA DAM ROUTINE MAINTENANCE PROJECT This Streambed Alteration Agreement (Agreement) is entered into between the California Department of Fish and Wildlife (CDFW) and the City of Carlsbad (Permittee) as represented by Sherri Howard. RECITALS WHEREAS, pursuant to Fish and Game Code (FGC) section 1602, Permittee notified CDFW on November 22, 2013, that the Permittee intends to complete the project described herein . WHEREAS, pursuant to FGC section 1603, CDFW has determined that the project could substantially adversely affect existing fish or wildlife resources and has included measures in the Agreement necessary to protect those resources. WHEREAS, Permittee has reviewed the Agreement and accepts its terms and conditions, including the measures to protect fish ar:id wildlife resources. NOW THEREFORE, Permittee agrees to complete the project in accordance with the Agreement. PROJECT LOCATION The project is located at Lake Calavera and Calavera Creek, in the City of Carlsbad, County of San Diego, State of California; Latitude 33.17002, Longitude -117.28696; U.S. Geological Survey 7.5-minute map San Luis Rey quadrangle, Section 34, Township 11 south, Range 4 west, San Bernardino meridian; Assessor's Parcel Number 168-04-002. PROJECT DESCRIPTION The project is limited to lake and stream impacts associated with the Calavera Dam Routine Maintenance Project. All trees and shrubs will be removed within the area between the open water and the dam spillway structure as well as an area near the outlet structure at the downstream end of the dam. Herbaceous vegetation such as cattails, rushes, and sedges will be removed along the upstream face of the dam. Notification #1600-2013-0241-RS Streambed Alteration Agreement Page 2 of 17 The project includes the initial tree and shrub removal as well as routine maintenance of the work areas to keep the areas clear of significant vegetation. The initial tree, shrub, and other vegetation removal activities will be accomplished by cutting vegetation at or above the ground level, leaving the roots in place and not excavating or otherwise disturbing the soil layer. Heavy equipment may be used to remove vegetation along the upstream face of the dam only if staged at paved areas on the top of the dam. Routine maintenance of the spillway and outlet structure areas is limited to mowing vegetation or otherwise removing vegetation in the project area on a regular basis with the use of hand tools without excavating or otherwise disturbing the soil layer. Heavy equipment may be used during vegetation maintenance activities to remove vegetation along the upstream face of the dam only if staged at paved areas on the top of the dam. After the initial vegetation removal, the project includes maintenance of the work area which will likely remain as low growing grasses and forbs that survive between maintenance events. It has been estimated that routine maintenance activities will occur approximately 3 to 6 times per year, depending on weather conditions. PROJECT IMPACTS Existing fish or wildlife resources the project could substantially adversely affect include: AMPHIBIANS -Pacific treefrog (Pseudacris regif/a); REPTILES -red diamond rattlesnake (Grata/us ruber), western pond turtle (Emys marmorata ssp. pa/Iida), western fence lizard (Sceloporus occidentalis), two-striped garter snake (Thamnophis hammondil), common side-blotched lizard (Uta stansburiana); BIRDS -red-winged blackbird (Agelaius phoeniceus), California quail (Cal/ipepla cafifornica), Anna's hummingbird (Calypte anna), wrentit (Chamaea fasciata), American crow (Corvus brachyrhynchos), common raven (Corvus corax), common yellowthroat (Geothlypis trichas), house finch (Haemorhous mexicanus), yellow-breasted chat (/cteria virens), California towhee (Me/ozone crissalis), spotted towhee (Pipilo maculatus), lesser goldfinch (Spinus psaltria), yellow warbler (Setophaga petechia), least Bell's vireo (Vireo be/Iii pusil/us), mourning dove (Zenaida macroura); MAMMALS -pallid bat (Antrozous pallidus), California ground squirrel (Ostospermophilus beecheyl), desert woodrat (Neotoma lepida), Audubon's cottontail (Sylvilagus audubonil), Betta's pocket gopher (Thomomys bottae); PLANTS -mulefat (Baccharis salicifolia), saltgrass (Distichlis spicata), black willow (Sa/ix gooddingi1), arroyo willow (Salix lasiolepis), black sage (Salvia mellifera), California bulrush (Scirpus cafifornicus), cattail (Typha spp.); and other riparian/wetland vegetation which provides habitat for those species, and all other aquatic and wildlife resources in the project vicinity. The adverse effects the project could have on the fish or wildlife resources identified above include: soil compaction or other disturbance to soil layer; increased turbidity; increased sedimentation (chronic or episodic); short-term release of contaminants (e.g., incidental from construction); loss or decline of riparian and/or emergent marsh habitat; colonization by exotic plant or animal species; loss or decline of habitat; loss or decline of woody material; disruption to nesting birds and other wildlife; direct take of terrestrial species; and, change in shading or insolation leading to vegetative change. Notification #1600-2013-0241-RS Streambed Alteration Agreement Page 3 of 17 The project will permanently impact 0.546 acres of stream bed, bank, channel, and/or associated wetland/riparian vegetation. These impacts include 0.110 acre of southern willow scrub, 0.246 acre of freshwater marsh, 0.011 acre of open water, and 0.179 acre of unvegetated area consisting of bare ground. As identified on Exhibit A, 0.052 acre of stream habitat within the project area has been previously impacted and mitigated under a separate project (Streambed Alteration Agreement 1600-2004-0101-R5). Therefore, new permanent impacts total 0.494 acre. MEASURES TO PROTECT FISH AND WILDLIFE RESOURCES 1. Administrative Measures Permittee shall meet each administrative requirement described below. 1.1 Documentation at Project Site. Permittee shall make the Agreement, any extensions and amendments to the Agreement, and all related notification materials and California Environmental Quality Act (CEQA) documents, readily available at the project site at all times and shall be presented to CDFW personnel, or personnel from another state, federal, or local agency upon request. 1.2 Providing Agreement to Persons at Project Site. Permittee shall provide copies of the Agreement and any extensions and amendments to the Agreement to all persons who will be working on the project at the project site on behalf of Permittee, including but not limited to contractors, subcontractors, inspectors, and monitors. 1.3 Notification of Conflicting Provisions. Permittee shall notify CDFW if Permittee determines or learns that a provision in the Agreement might conflict with a provision imposed on the project by another local, state, or federal agency. In that event, CDFW shall contact Permittee to resolve any conflict. 1.4 Project Site Entry. Permittee agrees that CDFW personnel may enter the project site at any time to verify compliance with the Agreement. 1.5 Payment of Outstanding Fees. Permittee shall submit a fee to CDFW for each individual maintenance project. The fee shall be based on CDFW's Agreement for Routine Maintenance fees as described in the California Code of Regulations, Title 14, section 699.5. CDFW acknowledges receipt of the base fee for a long- term routine maintenance project as well as an additional $560.25 to be applied toward fees for individual maintenance projects. 2. Avoidance and Minimization Measures To avoid or minimize adverse impacts to fish and wildlife resources identified above, Permittee shall implement each measure listed below. Notification #1600-2013-0241-RS Streambed Alteration Agreement Page 4 of 17 Resource Protection 2.1 Biological Education. Permittee shall conduct an education program for all persons employed or otherwise working on the project site prior to performing any work on-site. The program shall consist of a presentation from a qualified biologist that includes a discussion of the biology of the habitats and species identified in this Agreement and present at the site. The qualified biologist shall also include as part of the education program information about the distribution and habitat needs of any special status species that may be present, legal protections for those species, penalties for violations and project-specific protective measures included in this Agreement. Interpretation shall be provided for non-English speaking workers, and the same instruction shall be provided for any new workers prior to their performing work on-site. 2.2 Work Area Demarcation. Prior to construction, the authorized work limits shall be marked in coordination with a qualified biologist. No vegetation shall be removed outside of this marked area and no construction debris, equipment, or soils shall be placed outside of the marked area. 2.3 Biological Monitor during Vegetation Removal. Due to the presence of native riparian vegetation, the initial vegetation clearing shall be conducted under the direct on-site supervision of a qualified biologist. 2.4 Qualified Biologist. For the purposes of this Agreement, a qualified biologist is one who has met all of the following minimum qualifications: (a) bachelor's degree in biological sciences, zoology, botany, ecology, or a closely related field; (b) at least 3 years of experience in field biology or current certification of a nationally recognized biological society; and (c) at least 1 year of field experience with biological resources found in or near the project area. In lieu of the following qualifications, a resume shall demonstrate to the satisfaction of CDFW that the proposed biologist(s) has the appropriate training and background to effectively implement the measures of this Agreement. 2.5 No Grubbing of Root Zone. No vegetation shall be removed by excavation, grubbing or cutting below the ground level. 2.6 Prohibited Plant Species. Permittee shall not plant, seed or otherwise introduce invasive exotic plant species within or near the project area. Invasive exotic vegetation shall be removed from the project area during routine maintenance. Prohibited exotic plant species include those identified in the California Invasive Pest Plant Council database, which is accessible at: http://www.cal-ipc.org/paf/. 2.7 Removal and Disposal of Vegetation. Cut vegetation shall be removed from the project area and disposed of in a manner that does not adversely affect adjacent native habitat. Each lawnmower or similar equipment shall be equipped with a Notification #1600-2013-0241-R5 Streambed Alteration Agreement Page 5 of 17 catchment device if feasible. Trimmed vegetation shall be raked or otherwise collected and removed from the project area. 2.8 Herbicide Use Only For Non-Native Vegetation. Herbicides shall be used only for selective treatment of non-native vegetation. Herbicide use to kill native vegetation is prohibited. 2.9 Herbicide Use -General. Any herbicide used where the herbicide could come into direct contact with water shall be approved for use in an aquatic environment. Great care shall be taken to avoid contact with native vegetation, and herbicide shall only be applied on calm days to prevent airborne transfer. 2.10 Herbicide Mixing. Herbicide mixing sites shall only be located in areas devoid of vegetation, and where there is no potential of a spill reaching a vegetated area or a stream, for example avoid mixing at a storm drain. Wildlife and Habitat Protection 2.11 Protected Species. This Agreement does not authorize take, incidental or otherwise, of any protected species. For the purpose of this Agreement, "protected species" means the following: a species fully protected under state law; a candidate species or species listed as threatened or endangered under the California Endangered Species Act (CESA; Fish & G. Code§ 2050 et seq.) and/or Endangered Species Act (ESA; 16 U.S.C. § 1531 et seq.); a species identified by CDFW as a species of special concern; or any other species for which take is prohibited under state or federal law. No direct or indirect impacts shall occur to any protected species, except as may be authorized by a Natural Community Conservation Plan or one or more individual permits that authorize such impacts. 2.12 Seasonal Restrictions -General. To minimize impacts to nesting birds, initial vegetation removal and maintenance activities shall not take place within the project area from February 15 through August 31. This Agreement does not authorize Permittee to take birds or other animals or to destroy the nest or eggs of any bird. 2.13 Passive Habitat Restoration Activities. The following habitat restoration activities may occur without the time restrictions described in Measure 2.12 (Seasonal Restrictions -General) given that the activity does not disrupt nesting birds: hand application of native seed mix; trash and debris removal by hand; non-native vegetation removal using non-motorized hand tools; and, herbicide application using non-motorized backpack or hand-carried sprayers. Appropriate precautions to not disrupt nesting birds include, but are not limited to: pre-activity nesting surveys; adequate buffer areas around nest sites (e.g., as determined by a qualified biologist and based on the species and tolerance level of the animal, the nature of the activity, and the ambient conditions at the site); and, on-site Notification #1600-2013-0241-R5 Streambed Alteration Agreement Page 6 of 17 biological monitor(s) to observe whether nesting behavior is altered by project activities and stop work as necessary. 2.14 Leave Wildlife Unharmed. If any life stage of any wildlife (invertebrate, amphibian, reptile, mammal, or bird) is encountered during the course of construction, said wildlife shall be allowed to leave the work area unharmed. A qualified biologist may also relocate non-protected species out of harm's way to appropriate avoided habitat immediately adjacent to the work site. Exclusionary devices shall be erected to prevent the migration into or the return of species into the work site. If any protected wildlife (see Measure 2.11) is encountered, Permittee shall immediately inform CDFW of the observation and additional measures taken to ensure the safety of the wildlife. Equipment and Access 2.15 Hand Tools for Vegetation Removal. Initial vegetation clearing and maintenance activities shall be conducted with hand tools only, except for vegetation removal from along the upstream face of the dam through the use of equipment stationed on paved areas at the top of the dam. For the purposes of this Agreement, hand tools are defined as: walk behind lawnmowers, chainsaws, trimmers, and other tools carried into the work area by hand. Wheeled or tracked heavy equipment not stationed on paved areas at the top of the dam shall not be used during activities subject to this Agreement. 2.16 Clean All Equipment Before Entering Stream. Permittee shall clean all equipment of soil containing seed and/or plant material prior to entry into the work area as well as prior to the removal of equipment form the work area to prevent the spread of invasive exotic plant and animal species. 2.17 Access Impacts. Disturbance, removal or trimming of vegetation for work crews or equipment access shall not exceed the impact limits reviewed by CDFW. 2.18 No Equipment Driven in Wetted Portion of the Stream. Wheeled or tracked equipment shall not be operated in wetted areas (including but not limited to ponded, flowing, or wetland areas). Structures 2.19 No New Structures. This Agreement does not authorize the construction of any temporary or permanent dam, structure, flow restriction, or fill. Erosion, Turbidity, and Siltation 2.20 Disturbed Slopes. Areas of disturbed soils with slopes toward a stream or lake shall be stabilized to reduce erosion potential. Planting and seeding with native vegetation is acceptable. Where suitable vegetation cannot reasonably be Notification #1600-2013-0241-R5 Streambed Alteration Agreement Page 7 of 17 expected to become established, non-erodible materials such as coconut fiber matting or straw wattles shall be used for such stabilization until native planted/seeded vegetation can become established. Any installation of non- erodible materials not described in the original project description shall be authorized in writing by CDFW. Authorization may include the negotiation of additional Agreement provisions for this activity. 2.21 Erosion Control Measures. Permittee shall utilize erosion control measures throughout all phases of operation where sediment runoff from exposed slopes threatens to enter the stream. 2.22 Erosion Control Monitoring. Permittee shall monitor erosion control measures before, during, and after each storm event and repair and/or replace ineffective measures immediately. Pollution, Litter, and Clean-Up 2.23 Litter and Pollution. Permittee shall comply with all litter and pollution laws. All contractors, subcontractors and employees shall also obey these laws and it shall be the responsibility of the Permittee to ensure compliance. 2.24 Secure Trash Receptacles. Permittee shall use fully covered trash receptacles with secure lids (wildlife-proof) to contain all food, food scraps, food wrappers, beverage and other miscellaneous trash. 2.25 Stationary Equipment. Stationary equipment such as motors, pumps, generators, and welders located within or near the stream shall be positioned over drip pans. Stationary heavy equipment shall have suitable containment to handle a catastrophic spill/leak. 2.26 Equipment Maintenance and Fueling. No equipment maintenance or fueling shall be done within or near any stream channel where petroleum products or other pollutants from the equipment may enter these areas. 2.27 Equipment and Vehicle Spills and Contaminants. Any equipment or vehicles driven or operated within or near the stream shall be checked daily to prevent leaks of materials that if introduced to water could be deleterious to aquatic life. Permittee shall maintain all vehicles and equipment in proper working condition to minimize fugitive emissions and accidental spills from motor oil, antifreeze, hydraulic fluid, grease, and other fluids or hazardous materials. All fuel or hazardous waste leaks, spills, or releases shall be stopped or repaired immediately and cleaned up at the time of occurrence. Permittee shall be responsible for spill material removal and disposal to an approved offsite landfill and spill reporting to the permitting agencies. Service construction equipment shall be stored at designated areas only. Maintenance vehicles shall carry Notification #1600-2013-0241-R5 Streambed Alteration Agreement Page 8 of 17 appropriate equipment and materials to isolate and remediate leaks or spills. A spill containment kit shall be available on site for all maintenance activities. 2.28 Site Cleanup. When operations are completed, any excess materials or debris shall be removed from the work area. 3. Compensatory Measures To compensate for adverse impacts to fish and wildlife resources identified above that cannot be avoided or minimized, Permittee shall implement each measure listed below. 3.1 Mitigation for Authorized Permanent Impacts. Mitigation for authorized impacts shall be accomplished within the City's Lake Calavera Preserve according to the Conceptual Mitigation Plan -Calavera Dam Routine Maintenance Project, dated October 2015 (Mitigation Plan), unless otherwise noted in this Agreement. Permittee shall create a minimum 0.015 acre of stream habitat. Permittee shall also restore or enhance a minimum 0.773 acre of freshwater marsh and southern willow scrub habitat. Permittee shall preserve a minimum of 3.63 acres as identified in the Mitigation Plan. Permittee shall notify CDFW of any modifications made to the project plans submitted to CDFW. At the discretion of CDFW, minor plan modifications may require an amendment to this Agreement. At the discretion of CDFW, if substantial changes are made to the original plans this Agreement becomes void and Permittee must submit a new Notification. 3.2 Restoration Maintenance and Monitoring. The restoration of habitat shall be maintained and monitored for a minimum of 5 years after installation. Maintenance, monitoring, and reporting shall be conducted following a prescribed schedule to assess progress and identify potential problems with the restoration. Remedial action (e.g., additional planting, weeding, erosion control, use of container stock, supplemental watering, etc.) shall be taken by an experienced, licensed habitat restoration contractor during the maintenance and monitoring period if necessary to ensure the success of the restoration. If the restoration fails to meet the established success criteria after the maintenance and monitoring period, maintenance and monitoring will extend beyond the 5-year period until the criteria are met or unless otherwise approved in writing by CDFW. 3.3 Restoration Success Criteria. All restoration planting shall have a minimum of 80% survival the first year, 95% the second year, and 100% survival thereafter, unless replaced by natural recruitment. Restoration areas shall attain 75% cover of native woody perennials after 3 years and 90% cover of native woody perennials after 5 years. At the completion of the monitoring period, the restoration sites shall have received no supplemental watering for a period of 2 consecutive years; the site shall have a species richness of at least 15 native species, divided between annuals and perennials; nonnative plants shall not make up more than 5% of the entire cover of the site; no more than 5% of the site shall consist of bare ground; the site shall be free of invasive exotic plant Notification #1600-2013-0241-RS Streambed Alteration Agreement Page 9 of 17 species; and there shall be no trash or human generated debris. The mitigation areas shall meet identified non-native vegetation success criteria in perpetuity. 3.4 Mitigation Implementation Timing. Implementation of compensatory mitigation (initial non-native vegetation biomass removal) shall commence after August 31, 2016 and no later than September 15, 2016. Delay in the initiation of compensatory mitigation will require an amendment to this Agreement and may require additional mitigation to mitigate the added temporal loss of stream habitat function. 3.5 Release of Monitoring and Reporting Obligations. Permittee shall not be released from monitoring and reporting obligations identified in Measure 3.2 until such time as Permittee has requested and received written concurrence from CDFW that the success criteria have been met. The mitigation areas shall meet identified non-native vegetation success criteria in perpetuity. 3.6 Long-Term Management of Mitigation Areas. Permittee shall permanently assign the mitigation areas identified in this Agreement to the Calavera Dam Routine Maintenance Project, SAA 1600-2013-0241-R5. The mitigation areas shall not be available for future compensatory mitigation obligations. 3.7 Protection of Mitigation Areas. All habitat mitigation areas shall be placed within a Conservation Easement or other type of formal Deed Restriction approved by CDFW, and managed in perpetuity. Permittee shall submit the final easement or deed restriction and evidence of its recordation to CDFW. The document shall adequately demonstrate that the mitigation site will be maintained for biological value conservation without future development or encroachment on the site that could otherwise reduce the functions and values for wildlife resources. The easement or deed restriction shall prohibit all residential, commercial, industrial, institutional, and transportation development. The easement or deed restriction shall clearly state that no new rights or easements shall be granted within the compensatory mitigation area, except as approved by CDFW. New infrastructure development to be prohibited includes, but is not limited to, additional utility lines, maintenance roads, trails, and areas of maintained landscaping for recreation, excepting any prior rights under previously recorded easements. 3.8 Mitigation for Unauthorized Impacts. Permittee shall mitigate at a minimum 5:1 ratio for impacts beyond those authorized in this Agreement. In the event that additional mitigation is required, the type of mitigation shall be determined in cooperation with CDFW, and may include creation, restoration, enhancement and/or preservation. 4. Reporting Measures Permittee shall meet each reporting requirement described below. Permittee shall submit reporting measures to CDFW's South Coast Office at the address on page 1, Notification #1600-2013-0241-RS Streambed Alteration Agreement Page 10 of 17 ATTN: Stream bed Alteration Program -SAA# 1600-2013-0241-R5 or alternatively by electronic mail to R5LSACompliance@wildlife.ca.gov. 4.1 Notification Prior to Work. Permittee shall notify CDFW, in writing, at least 5 days prior to the initial vegetation removal activities subject to this Agreement. 4.2 Annual Post-activity Report. Permittee shall provide an annual written report of the maintenance work conducted during the preceding work program year to CDFW by January 31st of each year. The report shall include a minimum of a description of the activities conducted, photographs of the project area, and figures describing the extent of maintenance area from an aerial perspective. The report shall also include a list of non-native species (aquatic, terrestrial, and herbaceous plants and/or animals) observed and their relative abundance in the project area. Permittee shall include the associated fee total for each maintenance activity completed (See Measure 1.5). 4.3 Sensitive Species Observations. Permittee shall report all observations of threatened/endangered species or species of special concern to CDFW's Natural Diversity Data Base (CNDDB) within 60 days of each sighting. Instructions for submitting the information are available at http://www.dfg.ca.gov/biogeodata /cnddb/submitting_data_to_cnddb.asp. In addition to sending the information to CNDDB a copy of the data provided should be sent to CDFW's South Coast Office, ATTN: Streambed Alteration Program -SAA #1600-2013-0241-R5. 4.4 Mitigation Installation Report. Permittee shall submit a report to CDFW within 45 days after finalizing the replanting effort, acknowledging the completion of the replanting site and documenting the as-built status of the mitigation area. The report shall be submitted with electronic geographic information system (GIS) shapefiles (along with the appropriate metadata) of the mitigation area. 4.5 Restoration Maintenance and Monitoring Reports. Restoration maintenance and monitoring reports shall be submitted annually to CDFW during the maintenance and monitoring period identified in Measure 3.2. Annual reports shall include at a minimum: (a) maps identifying monitoring areas, transect locations, and planting zones; (b) transect data (c) a list of names and companies of all persons who prepared content of the annual report or participated in monitoring activities; (d) photographs taken from established photopoints; (e) survival, percent cover, and height of planted/seeded species; (f) percent cover of non-native and invasive vegetation; (g) the number, by species, of plants replaced or re-seeded areas; and (g) recommended remedial or adaptive maintenance. 4.6 Long-Term Reporting of Mitigation Areas. Permittee shall submit an annual report to CDFW in perpetuity which identifies the specific mitigation areas described in this Agreement and verification that the mitigation sites are meeting identified non-native vegetation success criteria. This reporting may be met Notification #1600-2013-0241-RS Streambed Alteration Agreement Page 11 of 17 through reporting to CDFW along with other long-term restoration/preserve management activities conducted within the City's Lake Calavera Preserve. 4.7 Required Reporting. Permittee shall provide a status report to CDFW every 4 years in accordance with FGC section 1605(9), with the first 4-year period beginning on the effective date of this Agreement. The status report shall be delivered to CDFW no later than 90 days prior to the end of each 4-year period, and shall include all of the following: a. A copy of the original Agreement; b. The status of the projects covered by the Agreement; c. An evaluation of the success or failure of the avoidance measures in this Agreement designed to protect the fish and wildlife resources that the projects this Agreement covers may substantially adversely affect; and, d. A discussion of any factors that could increase the predicted adverse impacts on fish and wildlife resources, and a description of the resources that may be adversely affected. 4.8 Department Mandated Response to Status Report. Upon receipt of the status report, CDFW shall comply with the provisions of FGC section 1605(9). 4.9 Failure to Provide Status Reports. If Permittee fails to provide timely status reports as required by this Agreement and FGC section 1605(9), CDFW may suspend or revoke this Agreement. CONTACT INFORMATION Any communication that Permittee or CDFW submits to the other shall be in writing and any communication or documentation shall be delivered to the address below by U.S. mail, email, or to such other address as Permittee or CDFW specifies by written notice to the other. To Permittee: City of Carlsbad Sherri Howard 1635 Faraday Avenue Carlsbad, California 92008 (760) 602-2756 sherri.howard@carlsbadca.gov To CDFW: California Department of Fish and Wildlife South Coast Region Notification #1600-2013-0241-R5 Streambed Alteration Agreement Page 12 of 17 3883 Ruffin Road San Diego, California 92123 Attn: Lake and Streambed Alteration Program Notification #1600-2013-0241-RS LIABILITY Permittee shall be solely liable for any violations of the Agreement, whether committed by Permittee or any person acting on behalf of Permittee, including its officers, employees, representatives, agents or contractors and subcontractors, to complete the project or any activity related to it that the Agreement authorizes. This Agreement does not constitute CDFW's endorsement of, or require Permittee to proceed with the project. The decision to proceed with the project is Permittee's alone. SUSPENSION AND REVOCATION CDFW may suspend or revoke in its entirety the Agreement if it determines that Permittee or any person acting on behalf of Permittee, including its officers, employees, representatives, agents, or contractors and subcontractors, is not in compliance with the ,Agreement. Before CDFW suspends or revokes the Agreement, it shall provide Permittee written notice by certified or registered mail that it intends to suspend or revoke. The notice shall state the reason(s) for the proposed suspension or revocation, provide Permittee an opportunity to correct any deficiency before CDFW suspends or revokes the Agreement, and include instructions to Permittee, if necessary, including but not limited to a directive to immediately cease the specific activity or activities that caused CDFW to issue the notice. ENFORCEMENT Nothing in the Agreement precludes CDFW from pursuing an enforcement action against Permittee instead of, or in addition to, suspending or revoking the Agreement. Nothing in the Agreement limits or otherwise affects CDFW's enforcement authority or that of its enforcement personnel. OTHER LEGAL OBLIGATIONS This Agreement does not relieve Permittee or any person acting on behalf of Permittee, including its officers, employees, representatives, agents, or contractors and subcontractors, from obtaining any other permits or authorizations that might be required under other federal, state, or local laws or regulations before beginning the project or an activity related to it. Notification #1600-2013-0241-RS Streambed Alteration Agreement Page 13 of 17 This Agreement does not relieve Permittee or any person acting on behalf of Permittee, including its officers, employees, representatives, agents, or contractors and subcontractors, from complying with other applicable statutes in the FGC including, but not limited to, FGC sections 2050 et seq. (threatened and endangered species), 3503 (bird nests and eggs), 3503.5 (birds of prey), 5650 (water pollution), 5652 (refuse disposal into water), 5901 (fish passage), 5937 (sufficient water for fish), and 5948 (obstruction of stream). Nothing in the Agreement authorizes Permittee or any person acting on behalf of Permittee, including its officers, employees, representatives, agents, or contractors and subcontractors, to trespass. AMENDMENT CDFW may amend the Agreement at any time during its term if CDFW determines the amendment is necessary to protect an existing fish or wildlife resource. Permittee may amend the Agreement at any time during its term, provided the amendment is mutually agreed to in writing by CDFW and Permittee. To request an amendment, Permittee shall submit to CDFW a completed CDFW "Request to Amend Lake or Streambed Alteration Agreement" form and include with the completed form payment of the corresponding amendment fee identified in CDFW's current fee schedule (see Cal. Code Regs., tit. 14, § 699.5). TRANSFER AND ASSIGNMENT This Agreement may not be transferred or assigned to another entity, and any purported transfer or assignment of the Agreement to another entity shall not be valid or effective, unless the transfer or assignment is requested by Permittee in writing, as specified below, and thereafter CDFW approves the transfer or assignment in writing. The transfer or assignment of the Agreement to another entity shall constitute a minor amendment, and therefore to request a transfer or assignment, Permittee shall submit to CDFW a completed CDFW "Request to Amend Lake or Streambed Alteration" form and include with the completed form payment of the minor amendment fee identified in CDFW's current fee schedule (see Cal. Code Regs., tit. 14, § 699.5). EXTENSIONS In accordance with FGC section 1605(b), Permittee may request one extension of the Agreement, provided the request is made prior to the expiration of the Agreement's term. To request an extension, Permittee shall submit to CDFW a completed CDFW "Request to Extend Lake or Streambed Alteration" form and include with the completed form payment of the extension fee identified in CDFW's current fee schedule (see Cal. Notification #1600-2013-0241-RS Streambed Alteration Agreement Page 14 of 17 Code Regs., tit. 14, § 699.5). CDFW shall process the extension request in accordance with FGC 1605(b) through (e). If Permittee fails to submit a request to extend the Agreement prior to its expiration, Permittee must submit a new notification and notification fee before beginning or continuing the project the Agreement covers (FGC section 1605(f)). EFFECTIVE DATE The Agreement becomes effective on the date of CDFW's signature, which shall be: 1) after Permittee's signature; 2) after CDFW complies with all applicable requirements under the California Environmental Quality Act (CEQA); and 3) after payment of the applicable FGC section 711.4 filing fee listed at http://www.wildlife.ca.gov/habcon/ceqa/ ceqa_changes.html. TERM This Agreement shall expire on January 15, 2026, unless it is terminated or extended before then. All provisions in the Agreement shall remain in force throughout its term. Permittee shall remain responsible for implementing any provisions specified herein to protect fish and wildlife resources after the Agreement expires or is terminated, as FGC section 1605(a)(2) requires. EXHIBITS The documents listed below are included as exhibits to the Agreement and incorporated herein by reference. Exhibit A. Ca!avera Dam Routine Maintenance Project; CDFW Jurisdiction Impacts Exhibit B. Calavera Dam Routine Maintenance Project; Proposed Mitigation Areas AUTHORITY If the person signing the Agreement (signatory) is doing so as a representative of Permittee, the signatory hereby acknowledges that he or she is doing so on Permittee's behalf and represents and warrants that he or she has the authority to legally bind Permittee to the provisions herein. AUTHORIZATION This Agreement authorizes only the project described herein. If Permittee begins or completes a project different from the project the Agreement authorizes, Permittee may be subject to civil or criminal prosecution for failing to notify CDFW in accordance with FGC section 1602. Notification #1600-2013-0241-RS Streambed Alteration Agreement Page 15 of 17 CONCURRENCE The undersigned accepts and agrees to comply with all provisions contained herein. FOR CITY OF CARLSBAD S\Q,ui ~ Sherri Howard Associate Engineer Gail K. Sevrens Environmental Program Manager Prepared January 2016 by Kevin Hupf, Environmental Scientist 0 H-.U k2v n ) "'2-V\w Date Daie I 0 n:rr Notification #1600-2013-0241-RS Streambed Alteration Agreement Page 16 of 17 ... 'lO C-DF\\.' Juri,r;doctiicnuJ :\n:.i lm.p->ets f0.4'i4 zc) 1-..,._·iously ~f.iti.g;:,tcd A rc.t (0.052 :oc-! Sl.1'L.t'it: Aa-.-l-Gty1.,fC.-,hbad t211 1flJ C'ala,-eru Du1n Routin<! .\lainI.,nu.r,c.,-Pn.ija:J CDF\V J urisdicnon Im p.nets Notification #1600-2013-0241-RS Streambed Alteration Agreement Page17of17 C ;,-, CJ D ,.., .....! --1 < (./) ___J .-e---- January 15, 2016 Janet Stuckrath US Fish and Wildlife -Carlsbad 2177 Salk Avenue, Suite 250 Carlsbad CA 92008 {city of Carlsbad Subject: Pre-construction Notification for the Calavera Dam Routine Maintenance Project Dear Ms. Stuckrath: Per the MMRP for a City of Carlsbad (City project EIA 11-03/State clearing House Number 2012081058) project requires the City to notify USFWS prior to starting the clearing. The City of Carlsbad is hereby providing notification of the intended initiation of vegetation removal. Project activities are anticipated to commence on January 21, 2016 or thereafter. Please contact me if you have any questions or concerns. Sincerely, 61;\.W,L ~IA:)Cvl~ Sherri Howard Associate Engineer City of Carlsbad Public Works Department 1635 Faraday Avenue Carlsbad, California 92008 760-602-2756 Sherri.Howard@carlsbadca.gov Public Works Department Name 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-2756 t 1'>tate of California-The Resources Agency ~i)EPARTMENT OF FISH AND GAME 2012 ENVIRONMENTAL FILING FEE CASH RECEIPT SEE INSTRUCTIONS ON REVERSE. TYPE OR PRINT CLEAR\:'. LEAD AGENCY CITY OF CARLSBAD PLANNING DIVISION COUNTY/STATEAGENCY OF FILING SAN DIEGO PROJECT TITLE RECEIPT# SD2012 1030 STATE CLEARING HOUSE#r1tapp1icable) 2012081058 DATE · · 12/18/2012 DOCUMENT NUMBER *20120248* / CALAVERA DAM ROUTINE MAINTENANCE PROJECT-MITIGATED NEGATIVE DECLARATION ( PROJECT APPLICANT NAME CITY OF CARLSBAD PROJECT APPLICANT ADDRESS 1635 FARADAY AVENUE PROJECT APPLICANT (Check appropriate box): (::) Local Public Agency □ School District CHECK APPLICABLE FEES: □ Environmental Impact Report IZ) Negative Declaration CITY CARLSBAD □ Other Special District □ Application Fee Water Diversion (State Water Resources Control Board Only) □ Projects Subject to Certified Regulatory Programs IZ) County Administrative Fee □ Project that is exempt from fees □ STATE CA State Agency $2,919.00 $2,101.50 $850.00 $992.50 $50.00 $ $ $ $ $ PHONE NUMBER 760/602-2756 ZIPCODE 92008 □ Private Entity $2,101.50 $50.00 □ Notice of Exemption □ Dl:G No Effect Determination (Form Attached) ['!20248 □ Other _________________ _ $ ______ _ PAYMENT METHOD: □ Cash □ Credit 8 Check □ other 238453 TOTALRECEIVED $ ____ $_2_,1_51_._50_ SIGNATURE X V .. Orendain I TITLE Deputy CITY OF CARLSBAD JA-N~3 PLANNING DEPARTMENT 1111111 111111111111 111111111111111 111111111111 1111 ORIGINAL -PROJECT APPLICANT COPY-DFG/ASB COPY-LEAD AGENCY COPY -COUNTY CLERK FG 753.5a (Rev. 7/0B) ' Notice of Determination '120?1, . ~ ,-8 To: Office of Planning and Research P.O. Box 3044 Sacramento, CA 95812-3044 From: CITY OF CARLSBAD Planning Division . 1635 Faraday Avenue f' U l [E [J) Carlsbad, CA 92008 SD County Clerk Attn: Jennifer Samuela Mail Stop A-33 · · (760) 602-4600 Emest J Oronenbu~, Jr. RQC(lrdtr eatinty Cleik' 1600 Pacific Highway San Diego, CA 92101 DEC 1 fi.2012 V. orendaln BY.----------~ DEPUTY Project No: EIA 11-03 Filing of Notice of Determination in compliance with Section 21108 or 21152 of the Public Resources Code. Calavera Dam Routine Maintenance Project -Mitigated Negative Declaration Project Title 2012081058 State Clearinghouse No. City of Carlsbad, Barbara Kennedy Lead Agency, Contact Person (760) 602-4626 Telephone Number East of Tamarack Avenue, south of Sky Haven Lane, City of Carlsbad, San Diego County Project Locations (include County) Name of Applicant: Sherri Howard, Associate Engineering, City of Carlsbad Applicant's Address: 1635 Faraday Avenue, Carlsbad, CA 92008 Applicant's Telephone Number: 760-602-2756 Project Description: The project entails removal of vegetative material from the north (lakeside or upstream side) and south (downstream side) faces of the dam, spillway, inlet and outlet structure in response to an order from the State of California Division of Safety of Dams (DSOD). The project includes initial vegetation removal (to be conducted in 2012) and ongoing, periodic vegetation removal in perpetuity. This ongoing vegetation removal is required in order to comply with the DSOD permits for the dam. This is to advise that the City of Carlsbad City Planner has approved the above described project on December 13, 2012, and has made the following determination regarding the above described project. 1. The project will not have a significant effect on the environment. 2. D An Environmental Impact Report was prepared for this project pursuant to the provisions ofCEQA. ~ A Mitigated Negative Declaration was prepared for this project pursuant to the provisions ofCEQA. . . D This project was reviewed previously and a Negative Declaration was prepared pursuant to the provisions of CEQA. 3. Mitigation measures were made a condition of the approval of the project. 4. · A mitigation reporting or monitoring plan was adopted for this project. 5. A statement of Overriding Considerations was not adopted for this project. 6. \1.(::1~'.~djJ?,g~-~~~~piade. pursuant ~o the provisions of CEQA. ; •E .,.,. • • . . T 1 is to certify that' the final Mitigated Negative-Declaration with comments and responses and record o pr 1ec ro I is-availabletcfthe General Public·at THE CITY OF CARLSBAD. /2-13--k DON•NEU;·eity Pla~Iier' ··.~:-.~::: .: . . ••···-·jb(;'1) ~-···~ ..... , ...... _·,..;_.. ~•-•'f .......... ,_ ....... . . ~ ... ,,.,.,1,-..· ... ·•••,'~·••·· Date Date received for filing at QPR: Revised 04/12 Community & Economic Development CASE NAME: -CASE NO: MITIGATED NEGATIVE DECLARATION Calavera Dam Routine Maintenance Project EIA 11-03 www.carlsbadca.gov PROJECT LOCATION: Southwestern end of the Lake Calavera Reservoir generally located east of Tamarack Avenue. border with Oceanside on the north, open space preserve land on the east and south of the dam. PROJECT DESCRIPTION: The project entails removal of vegetative material from the north {lakeside or upstream side) and so·uth (downstream side) faces of the dam, spillway, inlet and outlet structure in response to an order from the State of California Division of Safety of Dams (DSOD). The project includes initial vegetation removal (to be conducted in 2012) and ongoing, periodic vegetation removal in perpetuity. This ongoing vegetation removal is required in order to comply with DSOD permits for the dam. DETERMINATION: The City of Carlsbad has conducted an environmental review of the above described project pursuant to the Guidelines for Implementation of the California Environmental Quality Act and the Environmental Protection Ordinance of the City of Carlsbad. As a result of said review, the initial study (EIA Part 2) identified potentially significant effects on the environment, and the City of Carlsbad finds as follows: · JZl Although the proposed project could have a significant effect on the environment, there will not be a significant effect in this case because the mitigation measures described on the attached Initial Study have been added to the project. D The proposed project MAY have "potentially significant impact(s}" on the environment, but at least one potentially significant impact 1) has been adequately analyzed in an earlier document pursuant to applicable legal standards, and 2} has been addressed by mitigation measures based on the earlier analysis as described on attached sheets. (Mitigated Negative Declaration applies only to the effects that remained to be addressed}. D Although the proposed project could have a significant effect on the environment, there WILL NOT be a significant effect in this case because all potentially significant effects (a} have been analyzed adequately in an earlier ENVIRONMENTAL IMPACT REPORT or NEGATIVE DECLARATION pursuant to applicable standards and (b) have been avoided or mitigated pursuant to that earlier ENVIRONMENTAL IMPACT REPORT or NEGATIVE. DECLARATION, including revisions or mitigation measures that. are imposed upon the proposed project. Therefore, nothing further is required. A copy of the initial study (EIA Part 2) documenting reasons to support the Negative Declaration is on file in the Planning Division, 1635 Faraday Avenue, Carlsbad, California 92008. ADOPTED: December 13. 2012, pursuant to Administrative Approval DON NEU City Planner Planning Division 1635 Faraday Avenue, Carlsbad, CA 92008-7314 T 760-602-4600 F 760-602-8559 Page 1 of 2 PROJECT NAME: Calavera Dam Routine Maintenance Project FILE NUMBERS: ___________ _ APPROVAL DATE: ____________ _ The following environmental mitigation measures were incorporated into the Conditions of Approval for this project in order to mitigate identified environmental impacts to a level of insignificance. A completed and signed checklist for each mitigation measure indicates that this mitigation measure has been complied with and implemented, and fulfills the City's monitoring requirements with respect to Assembly Bill 3180 (Public Resources Code Section 21081.6). Mitigation Measure [810-1]. Implementation of construction or clearing of vegetation within the project impact footprint shall occur outside of breeding season (March through September). The USFWS shall be notified at least seven days before clearing and grubbing begins. During construction conducted outside of the breeding season, a qualified biologist shall walk the area directly ahead of construction equipment to flush birds from the area. The biologist shall immediately report to the USFWS the number and location of any federally listed birds disturbed by clearing and grubbing. No gnatcatchers shall be injured or killed. If construction must commence during breeding season, then the City shall have a qualified biologist conduct a pre-construction survey for nesting birds, including raptors, within three days prior to construction. Should nesting birds be detected within 100 feet of the project impact footprint, the USFWS shall be notified immediately of any federally listed species that are located during the pre-construction survey. A qualified biologist shall then establish suitable buffer area (at least ~00 fee_!l within which no construction Explanation of Headings: Type= Project, ongoing, cumulative. Monitoring T..YQ_e BIOLOGY Project Monitoring Dept. = Department, or Agency, responsible for monitoring a particular mitigation measure. Shown on Plans= When mitigation measure is shown on plans, this column will be initialed and dated. Monitoring Department Planning/ Engineering Verified Implementation = When mitigation measure has been implemented, this column will be initialed and dated. Remarks = Area for describing status of ongoing mitigation measure, or for other information. RD -Appendix P. Shown on Plans Verified lm_J:)_lementation Remarks Pa_g_e 2 of 2 Mitigation Measure activity may take place until the nest is no longer active. [810-2]. During the breeding season, construction noise shall be monitored by a City approved noise consultant regularly to maintain a threshold at or below 60 dBA hourly Leq within 300 feet of breeding habitat occupied by listed species. If noise levels supersede the threshold, the construction array shall be changed or noise attenuation measures will be implemented, as recommended in the draft Guidelines for Biological Studies (City of Carlsbad 2008). [810-3]. The City will be responsible for obtaining a Streambed Alteration Agreement with the CDFG for impacts to CDFG jurisdictional habitat. Exact acreages of mitigation are to be determined by CDFG during the permit approval process. o The City will be responsible for providing mitigation for permanent impacts to 0.18 acre of freshwater marsh at a 1: 1 (0.18 acre) or 2:1 ratio (0.36 acre) pursuant to requirements of the HMP. o The City will be responsible for providing mitigation for permanent impacts to 0.10 acre of southern willow scrub at a 1: 1 (0.10 acre) or 2:1 ratio (0.20 acre) pursuant to requirements of the HMP. Explanation of Headings: Type= Project, ongoing, cumulative. Monitoring Type Project Project Monitoring Dept. = Department, or Agency, responsible for monitoring a particular mitigation measure. Shown on Plans = When mitigation measure is shown on plans, this column will be initialed and dated. Monitoring Department Verified Implementation = When mitigation measure has been implemented, this column will be initialed and dated. Remarks = Area for describing status of ongoing mitigation measure, or for other information. RD -Appendix P. Shown on Plans Verified Implementation Remarks Contract No. 5054 APPENDIX “B” SWPPP Template --- E-32 Page 1 of 2 REV. 02/16 Development Services Land Development Engineering 1635 Faraday Avenue 760-602-2750 www.carlsbadca.gov DETERMINATION OF PROJECT’S SWPPP TIER LEVEL AND CONSTRUCTION THREAT LEVEL E-32 I’m applying for: Grading Permit Building Permit Right-of-way permit Other Project Name: Project ID: DWG #/CB# Address: APN Disturbed Area: Ac Section 1: Determination of Project’s SWPPP Tier Level (Check applicable criteria and check the corresponding SWPPP Tier Level, then go to section 2) SWPPP Tier Level Exempt – No Threat Project Assessment Criteria My project is in a category of permit types exempt from City Construction SWPPP requirements. Provided no significant grading proposed, pursuant to Table1, section 3.2.2 of Storm Water Standards, the following permits are exempt from SWPPP requirements: Electrical Patio Mobile Home Plumbing Spa (Factory-Made) Fire Sprinkler Mechanical Re-Roofing Sign Roof-Mounted Solar Array Exempt Tier 3 – Significant Threat Assessment Criteria – (See Construction General Permit (CGP) Section I.B)* My project includes construction or demolition activity that results in a land disturbance of equal to or greater than one acre including but not limited to clearing, grading, grubbing or excavation; or, My project includes construction activity that results in land disturbance of less than one acre but the construction activity is part of a larger common plan of development or the sale of one or more acres of disturbed land surface; or, My Project is associated with construction activity related to residential, commercial, or industrial development on lands currently used for agriculture; or My project is associated with construction activity associated with Linear Underground/Overhead Projects (LUP) including but not limited to those activities necessary for installation of underground and overhead linear facilities (e.g. conduits, substructures, pipelines, towers, poles, cables, wire, towers, poles, cables, wires, connectors, switching, regulating and transforming equipment and associated ancillary facilities) and include but not limited to underground utility mark out, potholing, concrete and asphalt cutting and removal, trenching, excavation, boring and drilling, access road, tower footings/foundation, pavement repair or replacement, stockpile/borrow locations. Other per CGP_____________________________________________________ Tier 3 Tier 2 – Moderate Threat Assessment Criteria: My project does not meet any of the Significant Threat Assessment Criteria described above and meets one or more of the following criteria: Project requires a grading plan pursuant to the Carlsbad Grading Ordinance (Chapter 15.16 of the Carlsbad Municipal Code); or, Project will result in 2,500 sq. ft. or more of soils disturbance including any associated construction staging, stockpiling, pavement removal, equipment storage, refueling and maintenance areas and project meets one or more of the additional following criteria: • located within 200 ft. of an environmentally sensitive area or the Pacific Ocean; and/or, • disturbed area is located on a slope with a grade at or exceeding 5 horizontal to 1 vertical; and/or • disturbed area is located along or within 30 ft. of a storm drain inlet, an open drainage channel or watercourse; and/or • construction will be initiated during the rainy season or will extend into the rainy season (Oct. 1 – Apr. 30) Tier 2 Tier 1 – Low Threat Assessment Criteria My project does not meet any of the Significant or Moderate Threat criteria above, is not an exempt permit type per above and the project meets one or more of the following criteria: • results in some soil disturbance; and/or • includes outdoor construction activities (such as roof framing, saw cutting, equipment washing, material stockpiling, vehicle fueling, waste stockpiling) Tier 1 * Items listed are excerpt from CGP. CGP governs criteria for triggers for Tier 3 SWPPP. Developer/owner shall confirm coverage under the current CGP and any amendments, revisions and reissuance thereof. (°'city of Carlsbad D D D D D D D D D D D D D D D D D D D D D D D D D D E-32 Page 2 of 2 REV. 02/16 SWPPP Tier Level Section 2: Determination of Project’s Construction Threat Level (Check applicable criteria under the Tier Level as determined in section 1, check the corresponding Construction Threat Level, then complete the emergency contact and signature block below) Construction Threat Level Exempt - Not Applicable - Exempt Tier 3 Tier 3 – High Construction Threat Assessment Criteria: My Project meets one or more of the following: Project site is 50 acres or more and grading will occur during the rainy season Project site is located within the Buena Vista or Agua Hedionda Lagoon watershed, inside or within 200 feet of an environmentally sensitive area (ESA) or discharges directly to an ESA Soil at site is moderately to highly erosive (defined as having a predominance of soils with USDA-NRCS Erosion factors kf greater than or equal to 0.4) Site slope is 5 to 1 or steeper Construction is initiated during the rainy season or will extend into the rainy season (Oct. 1 – April 30) Owner/contractor received a Storm Water Notice of Violation within past two years High Tier 3 – Medium Construction Threat Assessment Criteria All projects not meeting Tier 3 High Construction Threat Assessment Criteria Medium Tier 2 Tier 2 – High Construction Threat Assessment Criteria: My Project meets one or more of the following: Project is located within the Buena Vista or Agua Hedionda Lagoon watershed, inside or within 200 feet of an environmentally sensitive area (ESA) or discharges directly to an ESA Soil at site is moderately to highly erosive (defined as having a predominance of soils with USDA-NRCS Erosion factors kf greater than or equal to 0.4) Site slope is 5 to 1 or steeper Construction is initiated during the rainy season or will extend into the rainy season (Oct. 1 – Apr. 30) Owner/contractor received a Storm Water Notice of Violation within past two years Site results in 10,000 sq. ft. or more of soil disturbance High Tier 2 – Medium Construction Threat Assessment Criteria My project does not meet Tier 2 High Threat Assessment Criteria listed above Medium Tier 1 Tier 1 – Medium Construction Threat Assessment Criteria: My Project meets one or more of the following: Owner/contractor received a Storm Water Notice of Violation within past two years Site results in 500 sq. ft. or more of soil disturbance Construction will be initiated during the rainy season or will extend into the rainy season (Oct.1 – April 30) Medium Tier 1 – Low Construction Threat Assessment Criteria My project does not meet Tier 1 Medium Threat Assessment Criteria listed above Low I certify to the best of my knowledge that the above statements are true and correct. I will prepare and submit an appropriate tier level SWPPP as determined above prepared in accordance with the City SWPPP Manual. I understand and acknowledge that I must adhere to and comply with the storm water best management practices pursuant to Title 15 of the Carlsbad Municipal Code and to City Standards at all times during construction activities for the permit type(s) checked above. The City Engineer/Building Official may authorize minor variances from the Construction Threat Assessment Criteria in special circumstances where it can be shown that a lesser or higher SWPPP Tier Level is warranted. FOR CITY USE ONLY City Concurrence: Yes No By: Date: Emergency Contact Name: Telephone No: Owner/Owner’s Authorized Agent Name: Title: Owner/Owner’s Authorized Agent Signature: Date: □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ TIER 2 CITY STORM WATER POLLUTION PREVENTION PLAN (TIER 2 SWPPP) STORM WATER POLLUTION PREVENTION NOTES GENERAL SITE MANAGEMENT REQUIREMENTS THE FOLLOWING GENERAL SITE MANAGEMENT REQUIREMENTS SHALL BE ADHERED TO THROUGHOUT THE DURATION OF THE CONSTRUCTION WORK (YEAR ROUND). 1. IN CASE EMERGENCY WORK IS REQUIRED, CONTACT: FROM: __ _ AT {TEL.NO.) _______ _ 2. DEVICES SHOWN ON CITY APPROVED PLANS SHALL NOT BE MOVED OR MODIFIED WITHOUT THE APPROVAL OF THE ENGINEERING INSPECTOR. 3. THE CONTRACTOR SHALL RESTORE ALL EROSION CONTROL DEVICES TO WORKING ORDER TO THE SATISFACTION OF THE CITY ENGINEER AFTER EACH RUN-OFF PRODUCING RAINFALL. 4. THE CONTRACTOR SHALL INSTALL ADDITIONAL EROSION CONTROL MEASURES AS MAY BE REQUIRED BY THE CITY ENGINEER DUE TO UNCOMPLETED GRADING OPERATIONS OR UNFORSEEN CIRCUMSTANCES WHICH MAY ARISE. 5. THE CONTRACTOR SHALL BE RESPONSIBLE AND SHALL TAKE NECESSARY PRECAUTIONS TO PREVENT PUBLIC TRESPASS ONTO AREAS WHERE IMPOUNDED WATERS CREA TE A HAZARDOUS CONDITION. 6. GRADING AREAS AROUND THE PROJECT PERIMETER MUST DRAIN AWAY FROM THE FACE OF SLOPE AT THE CONCLUSION OF EACH WORKING DAY. 7. ALL REMOVABLE PROTECTIVE DEVICES SHALL BE IN PLACE AT THE END OF EACH WORKING DAY WHEN FIVE (5) DAY RAIN PROBABILITY FORECAST EXCEEDS FORTY PERCENT (40%}. SILT AND OTHER DEBRIS SHALL BE REMOVED AFTER EACH RAINFALL. 8. ALL GRAVEL BAGS SHALL CONTAIN 3/4 INCH MINIMUM AGGREGATE. 9. ALL EXPOSED DISTURBED AREAS MUST HA VE EROSION PROTECTION BMPs PROPERLY INSTALLED. THIS INCLUDES ALL BUILDING PADS, UNFINISHED ROADS, AND SLOPES. 10. ADEQUATE PERIMETER PROTECTION BMPs MUST BE INSTALLED AND MAINTAINED AND WILL BE UPGRADED, IF NECESSARY, TO PROVIDE SUFFICIENT PROTECTION FROM RUNOFF DURING RAIN EVENTS. 11. ADEQUATE SEDIMENT CONTROL BMPs MUST BE INSTALLED AND MAINTAINED. 12. ADEQUATE BMPs TO CONTROL OFFS/TE SEDIMENT TRACKING MUST BE INSTALLED AND MAINTAINED. 13. A MINIMUM OF 125% OF THE MATERIAL NEEDED TOO INSTALL STANDBY BMPs TO PROTECT THE EXPOSED AREAS FROM EROSION AND PREVENT SEDIMENT DISCHARGES, MUST BE STORED ONSITE. AREAS ALREADY PROTECTED FROM EROSION USING PHYSICAL STAB/LIZA TION OR ESTABLISHED VEGETATION STAB/LIZA TION BMPs ARE NOT CONSIDERED TO BE "EXPOSED" FOR PURPOSES OF THIS REQUIREMENT. 14. THE OWNER/DEVELOPER/CONTRACTOR MUST FOLLOW "MATHER TRIGGERED" ACTION PLAN AND BE ABLE TO DEPLOY STANDBY BMPs TO PROTECT THE EXPOSED PORTIONS OF THE SITE WITHIN 48 HOURS OF A PREDICTED STORM EVENT {A PREDICTED STORM EVENT IS DEFINED AS A 40% CHANCE OF RAIN WITHIN A 5-DA Y NA T/ONAL WEATHER SERVICE FORECAST}. ON REQUEST, THE OWNER/DEVELOPER/CONTRACTOR MUST PROVIDE PROOF OF THIS CAPABILITY. 15. DEPLOYMENT OF PHYSICAL OR VEGETATION EROSION CONTROL BMPs MUST COMMENCE AS SOON AS SLOPES ARE COMPLETED. THE OWNER/DEVELOPER/CONTRACTOR MAY NOT RELY ON THE ABILITY TO DEPLOY STANDBY BMP MATERIALS TO PREVENT EROSION OF SLOPES THAT HA VE BEEN COMPLETED. 16. THE AREA THAT CAN BE CLEARED, GRADED, AND LEFT EXPOSED AT ONE TIME IS LIMITED TO THE AMOUNT OF ACREAGE THAT THE CONTRACTOR CAN ADEQUATELY PROTECT PRIOR TO A PREDICTED RAIN EVENT. FOR LARGER SITES, GRADING SHOULD BE PHASED. IT MAY BE NECESSARY TO DEPLOY EROSION AND SEDIMENT CONTROL BMPs IN AREAS THAT ARE NOT COMPLETED, BUT ARE NOT ACTIVELY BEING WORKED BEFORE ADDITIONAL GRADING IS ALLOWED TO PROCEED, AT THE DISCRETION OF THE CITY INSPECTOR. 17. ALL DISTURBED AREAS THAT ARE NOT COMPLETED AND/OR NOT BEING ACTIVELY GRADED MUST BE FULLY PROTECTED FROM EROSION IF LEFT FOR 14 OR MORE DAYS. THE ABILITY TO INSTALL BMP MATERIALS IN A PROMPT MANNER IS 1JQI sumctENT. BMPs NEED TO BE INSTALLED IN THESE AREAS. 18. BMPs MUST BE STOCKPILED AT VARIOUS LOCATION THROUGHOUT THE PROJECT SITE THROUGHOUT THE YEAR. WHENEVER THERE IS A 40% CHANCE OR GREATER OF A RAIN WITHIN A THREE {3) DAY FORECAST, THE INSPECTOR WILL VERIFY THAT BMPs ARE ADEQUATELY STOCKPILED. BMPs MUST BE STOCKPILED ANO READY FOR DEPLOYMENT WHEN THERE IS 50% CHANCE OF RAIN WITHIN A 48 HOUR FORECAST. FAILURE TO COMPLY WITH THIS REQUIREMENT COULD RESULT IN THE ISSUANCE OF A STOP WORK NOTICE OR OTHER ENFORCEMENT ACTION. 19. ALL TREATMENT AND EROSION CONTROL BMPs MUST BE INSPECTED WEEKLY AND PRIOR TO A FORECASTED RAIN EVENT OF GREATER THAN 50%, AND AFTER A RAIN EVENT. IN ADDITION, TREATMENT CONTROL BMPs MUST BE SERVICED AS NEEDED THROUGHOUT THE YEAR. 20. IF SELECTED BMP FAILS DURING A RAIN EVENT, IT MUST BE REPAIRED OR IMPROVED OR REPLACED WITH AN ACCEPTABLE AL TERNA TE AS SOON AS IT IS SAFE TO DO SO. THE FAILURE OF A BMP IND/CA TES IT WAS NOT ADEQUATE FOR THE CIRCUMSTANCES IN WHICH IT WAS USED. REPAIRS AND REPLACEMENT MUST THEREFORE PUT A MORE ROBUST BMP MEASURE IN PLACE. 21. ALL CONSTRUCTION EMPLOYEES MUST BE TRAINED ON THE IMPORTANCE OF STORM WATER POLLUTION PREVENTION AND BMP MAINTENANCE. WEATHER TRIGGERED ACTION PLAN THE DEVELOPER SHALL DEPLOY STANDBY BEST MANAGEMENT PRACTICE MEASURES TO COMPLETELY PROTECT THE EXPOSED PORTIONS OF THE SITE WITHIN 48 HOURS OF A PREDICTED STORM EVENT { A PREDICTED STORM EVENT IS DEFINED AS A FORECASTED, 40% CHANCE OF RAIN BY THE NATIONAL WEATHER SERVICE), IN ADDITION TO BMPs IMPLEMENTED YEAR-ROUND INCLUDING PERIMETER CONTROL, WIND EROSION CONTROL, TRACKING, NON-STORM WATER CONTROL, WASTE MANAGEMENT, AND MATERIALS POLLUTION CONTROL. THE NATIONAL WEATHER SERVICE FORECAST SHALL BE MONITORED AND USED BY THE DEVELOPER ON A DAILY BASIS. IF PRECIP/TA TION IS PREDICTED { 40% CHANCE OF RAIN), THEN THE NECESSARY WATER POLLUTION CONTROL PRACTICES SHALL BE DEPLOYED WITHIN 48 HOURS AND PRIOR TO THE ONSET OF THE PRECIPITATION. THE DEPLOYMENT OF THE BMPS SHALL INCLUDE BUT NOT BE LIMITED TO GRAVEL BAGS AND SILT FENCES. A MINIMUM OF 125% OF THE MATERIAL NEEDED TO INSTALL STANDBY BEST MANAGEMENT PRACTICES MEASURES TO PROTECT THE EXPOSED AREAS FORM EROSION AND PREVENT SEDIMENT DISCHARGES MUST BE STORED ON-SITE. AREAS THAT HA VE ALREADY BEEN PROTECTED FROM EROSION USING PHYSICAL STAB/LIZA TION OR ESTABLISHED VEGETATION STAB/LIZA TION BMPS AS DETERMINED BY THE CITY OF CARLSBAD ARE NOT CONSIDERED TO BE "EXPOSED" FOR THE PURPOSES OF "WEATHER TRIGGERED ACTION PLAN~ AN ADEQUATE SOURCE OF EQUIPMENT AND WORKERS SHALL BE AVAILABLE FOR DEPLOYMENT OF "WEATHER TRIGGERED BMPS~ EROSION CONTROL HYDROSEEDING. PLANTING AND /RR/GA TION 1. ALL PERMANENT AND TEMPORARY EROSION CONTROL PLANTING AND /RR/GA TION SHALL BE INSTALLED AND MAINTAINED AS REQUIRED IN SECTION 212 OF THE STANDARD SPECIF/CA TIONS AND THE FOLLOWING: A HYDROSEEDING SHALL BE APPLIED TO: 1 ALL SLOPES THAT ARE GRADED 6: 1 {HORIZONTAL TO VERTICAL) OR STEEPER WHEN THEY ARE: a. THREE FEET OR MORE IN HEIGHT AND ADJACENT TO PUBLIC WALL OR STREET. b. ALL SLOPES 4 FEET OR MORE IN HEIGHT. 2 AREAS GRADED FLATTER THAN 6: 1 WHEN ANY OF THE FOLLOWING CONDITIONS EXIST: a. NOT SCHEDULED FOR IMPROVEMENTS {CONSTRUCTION OR GENERAL LANDSCAPING) WITHIN 60 DAYS OF ROUGH GRADING. b. IDENTIFIED BY THE PARKS AND RECREATION DIRECTOR AS HIGHL Y VISIBLE TO THE PUBLIC. c. HA VE ANY SPECIAL CONDITION IDENTIFIED BY THE CITY ENGINEER THAT WARRANTS IMMEDIATE TREATMENT. B HYDROSEEDING AREAS SHALL BE /RR/GA TED IN ACCORDANCE WITH THE FOLLOWING CRITERIA: 1 ALL SLOPES THAT ARE GRADED 6: 1 OR STEEPER AND THAT ARE: a. THREE TO EIGHT FEET IN HEIGHT SHALL BE /RR/GA TED BY HAND WATERING FROM QUICK COUPLERS/HOSE BIBS OR A CONVENTIONAL SYSTEM OF LOW PRECIPITATION SPRINKLER HEADS PROVIDING 100% COVERAGE. b. GREATER THAN 8 FEET IN HEIGHT SHALL BE WATERED BY A CONVENTIONAL SYSTEM OF LOW PRECIPITATION SPRINKLER HEADS PROVIDING 100% COVERAGE. 2 AREAS SLOPED LESS THAN 6: 1 SHALL BE /RR/GA TED AS APPROVED BY THE CITY ENGINEER, PRIOR TO HYDROSEEDING. THE DEVELOPER SHALL SUBMIT A PROPOSED SCHEME TO PROVIDE /RR/GA TION TO THE Cl TY ENGINEER. THE PROPOSAL SHALL BE SPECIFIC REGARDING THE NUMBERS, TYPE. AND COSTS OF THE ELEMENTS OF THE PROPOSED SYSTEM. 3 /RR/GA TION SHALL MAINTAIN THE MOISTURE LEVEL OF THE SOIL AT THE OPTIMUM LEVEL FOR THE GRADING OF THE HYDROSEEDED GROWTH. C HYDROSEEDING MIX SHALL CONSIST OF ALL OF THE FOLLOWING: 1 SEED MIX SHALL CONSIST OF NO LESS THAN: a. 20 lbs. PER ACRE OF ROSE CLOVER b. 2D lbs PER ACRE OF ZORRO FESCUE c. Jibs PER ACRE OF E SCHOOL CIA CALIFORNICA d. 4 lbs PER ACRE OF ACHILLEA MILLEFOLIA e. Jibs PER ACRE OF AL YSSUM {CARPET OF SNOW) f. 1 /2 lb. PER ACRE IF DIMORPHOLECA g. ITEMS c, d, e, AND f OF THIS SUBSECTION MAY BE OMITTED ON VISIBLE FROM EITHER A PUBLIC STREET OR RESIDENTIAL STRUCTURES. h. ITEM a OF THIS SUBSECTION MUST BE INOCULATED WITH A NITROGEN FIXING BACTERIA AND APPLIED DRY EITHER BY DRILLING OR BROADCASING BEFORE HYDROSEEDING. i. ALL SEED MATERIALS SHALL BE TRANSPORTED TO THE JOBS/TE IN UNOPENED CONTAINERS WITH THE CALIFORNIA DEPARTMENT OF FOOD AND AGR!CUL TUR£ CERT/FICA TION TAG ATTACHED TO, OR PRINTED ON SAID CONTAINERS. j NON-PHYTO-TOXIC WETTING AGENTS MAY BE ADDED TO THE HYDROSEED SLURRY AT THE DISCRETION OF THE CONTRACTOR. 2 TYPE 1 MULCH APPLIED AT THE RA TE OF NO LESS HAN 2000 lbs PER ACRE. TYPE 6 MULCH {STRAW) MAY BE SUBSTITUTED. WHEN STRAW IS USED, IT MUST BE ANCHORED TO THE SLOPE BY MEGHAN/CALLY PUNCHING NO LESS THAN 50% IF THE STRAW INTO THE SOIL. 3 FERTILIZER CONSISTING OF AMMONIUM PHOSPHATE SULFA TE. 16-20-0 WITH 15% SULPHUR APPLIED AT THE RA TE OF 500 lbs. PER ACRE. D AREAS TO BE HYDROSEEDED SHALL BE PREPARED PRIOR TO HYDROSEEDING: 1 ROUGHENING THE SURFACE TO BE PLANTED BY ANY OR A COMB/NA TION OF: a. TRACK WALKING SLOPES STEEPER THAN 6: 1. b. HARROWING AREAS 6: 1 OR FLATTER THAT ARE SUFFICIENTLY FRIABLE. 2 AREAS GRADED FLATTER THAN 6: 1 WHEN ANY OF THE FOLLOWING CONDITIONS EXIST.· a. ADJUSTING THE SURFACE SOIL MOISTURE TO PROVIDE A DAMP BIT NOT SATURATED SEED BED. b. THE ADDITION OF SOIL AMENDMENTS, PH ADJUSTMENT, LEACHING COVERING SALINE SOILS TO PROVIDED VIABLE CONDITIONS FOR GROWTH. E HYDROSEEDING AREAS SHALL BE MAINTAINED TO PROVIDE A VIGOROUS GROWTH UNTIL THE PROJECT IS PERMANENTLY LANDSCAPED OR, FOR AREAS WHERE HYDROSEEDING IS THE PERMANENT LANDSCAPING, UNTIL THE PROJECT IS COMPLETED AND ALL BONDS RELEASED. 2. ALL SLOPES SHALL HA VE /RR/GA TION INSTALLED AND BE STABILIZED, PLANTED AND/OR HYDROSEEDEO WITHIN TEN {10) DAYS OF THE TIME WHEN EACH SLOPE IS BROUGHT TO GRADE AS SHOWN ON THE APPROVED GRADING PLANS. 3. SHOULD GERM/NATION OF HYDROSEEDED SLOPES FAIL TO PROVIDE EFFICIENT COVERAGE OF GRADING SLOPES {90% COVERAGE) PRIOR TO OCTOBER 1, THE SLOPES SHALL BE STABILIZED BY AN APPROPRIATE EROSION CONTROL MA TT/NG MATERIAL APPROVED BY THE PUBLIC WORKS INSPECTOR. 4. LANDSCAPING SHALL BE ACCOMPLISHED ON ALL SLOPES AND PADS AS REQUIRED BY THE CITY OF CARLSBAD LANDSCAPE MANUAL, THE LANDSCAPING PLANS FOR THIS PROJECT OR AS DIRECTED BY THE CITY ENGINEER OF PLANNING DIRECTOR. 5. THE OWNER/APPLICANT SHALL ENSURE THAT ALL CONTRACTORS SHALL COORDINATE THE WORK OF THIS CONSTRUCTION SWPPP SHOWN ON ANY GRADING PLANS, LANDSCAPE AND /RR/GA TION PLANS, AND IMPROVEMENT PLANS AS REQUIRED FOR THIS PROJECT WORK. SW -CITY OF OCEANSIDE 7a G' •2· '-1l ,<':. CITY OF VISTA it ~Ill PACIFIC \ \ \~Osi; OCEAN BEST MANAGEMENT PRACTICES (BMP) SELECTION TABLE Erosion Control Sediment Control BMPs Tracking Non-Storm Water Waste Management and Materials BMPs Control BMPs Management BMPs Pollution Control BMPs C: -C: C: .Q -1:, .Q .Q -~ 1:, C: --"' " ., 1:, C: "' C: 0 0 -~ .s ·E E § E C: .Q -" -2 2 .!,l. " " ~ 1:, ., ., -::i; 1:, "' "' .... ., ---~ "'-:, c "' -~ " C: ., .,; ·E :s "' "' "' §1 '3" " C: "' ., o~ "' "0 @-., C: "' C: i;; !i .Q i--Best Management Practice• ., ~ .,; co .... C: "' C: "' "' "' " "' ~ ii} 0 " 0 " -~ ., " --" --2~ .,; ~ .,; E " "' ~ .,; '-' .... '-' "' 1:, "' i 1:, "' ::i; ~ ., C: C: ,.~ (BMP) Description ➔ "' " "' ~ "' i: C: "' C: C: :::, -" "' " .,, ., ~ " " " " C: -g~ 1:, ,., C: C: Cl ~~ -" ~ (I} 0 -Q .2 0 "' " "' " " E " E §1 "' "" ~ Cl 0 co "'·-"' ~] 0_9: ., ., -::i; Cl °' C: ct:: E 0 --~ (/) ~ 0 ..!!1 ~-S ~~ ~ "" ...__ 0 " -" a; .s "' ~ :S -~ ~ E al ;.::: ~ o,~ ~ 0.. i: "' 1c "' 1c "' i .§ ->< !i -:, ,g :-:;:~ 0 :!l .... 0 "' --1:, " u .... " :, ·-.,, " u -~ ~ -~ ts ., .... ., u ~c .,, " 0 " u " (l) -~ 0 0 @-.,, " <I) 1c u ~ ...__ .0 .... .0 0 ~o ~o -:.::: § " C: C: C: .... " -~ 0 0 " "' -"' ., 0 a:~ ., i 0 .... 17, c'l 6 ~ en g en a: -C: .B 0 itt ~8 cf ~u " -0 -J}8 ~ ::i; " " 0 " <, l.sJ Cl Vi "' -"' ct:: ::i; "' ::i; "' ~ ::i; '-' ::i; CASQA Designallon ➔ °' ... " CC) 0, -..., ... .,., <o " CC) a °' -..., " CC) -°' ..., ... CC) <o CC) ----I I I I I I I I I I I I I I I I I I I I I I I I I I I '-' t.:, t.:, Ed Ed Ed bj bj bj bj bj bj bj bj f':: f':: "' "' "' "' :iii :iii :iii :iii :iii :iii :iii Construcllon Activity ..... ..... ..... :a,: :a,: :a,: :a,: Grad inn /Soil Disturbance Trench in a /Excavation Stockoilina Drill in a IBorina Concrete/Asphalt Sawcuttina Concrete Fla/work Pavina Conduit/Pipe Installation Stucco/Mortar Work Waste Disposal Staainn /Lav Down Area Eauioment Maintenance and Fuelina Hazardous Substance Use/Sloraae Dewaterinq Site Access Across Dirt Other (/;st): Instructions: 1. Check the box to the left of all applicable construction activity (first column) expected to occur during construction. 2. Located along the top of the BMP Table is a list of BMP's with it's corresponding California Stormwater Quality Association (CASQA) designation number. Choose one or more BMPs you intend to use during construction from the list. Check the box where the chosen activity row intersects with the BMP column. 3. Refer to the CASQA construction handbook for information and details of the chosen BMPs and how to apply them to the project. LEGEND (DELETE ITEMS NOT USED ON THE SITE MAP) DESCRIPTION EC-10, VELOCITY DISS/PA TION SE -1, SILT FENCE SE-5, FIBER ROLL SE-6, GRAVEL BAG TR-1, STABILIZED CONSTRUCTION ENTRANCE NS-B, VEHICLE AND EQUIPMENT CLEANING NS-9, VEHICLE AND EQUIPMENT FUELING NS-10, VEHICLE AND EQUIPMENT MAINTENANCE WM-1, MATERIAL DELIVERY AND STORAGE 111,1,1-2, MATERIAL USE WM-5, SOLID WASTE MANAGEMENT WM-9, SANITARY/SEPTIC WASTE MANAGEMENT BIORETENTION BASIN SYMBOL a * --* = ~11111111111111111~ NS-8 NS-9 NS-10 WM-1 WM-2 WM-5 WM-9 VZZZZZJ CONCRETE BROW DITCH ¢::::::i ¢::::::i ¢::::::i OWNER'S CERTIFICATION: I UNDERSTAND AND ACKNOWLEDGE THAT I MUST: (1) IMPLEMENT BEST MANAGEMENT PRACTICES {BMPs) DURING CONSTRUCTION ACTIVITIES TO THE MAXIMUM EXTENT PRACTICABLE TO AVOID THE MOB/LIZA TION OF POLLUTANTS SUCH AS SEDIMENT AND TO A VOID THE EXPOSURE OF STORM WATER TO CONSTRUCTION RELATED POLLUTANTS; AND (2) ADHERE TO, AND AT ALL TIMES, COMPLY WITH THIS CITY APPROVED TIER 2 CONSTRUCTION SWPPP THROUGHOUT THE DURATION OF THE CONSTRUCTION ACTIVITIES UNTIL THE CONSTRUCTION WORK IS COMPLETE AND SIGNED OFF BY THE CITY OF CARLSBAD. OWNER(S)/ OWNER'S AGENT NAME {PRINT} DATE OWNER{S)/ OWNER'S AGENT NAME {S!GNA TUR£) DATE NAME OF PREPARER: ___________ _ QUALIFICATION OF PREPARER_· ________ _ ADDRESS: PHONE NO.: _____________ _ ,)\l,l)Y"ESS[ O,l· ,:<,;) \'. ·1.; ~' 'A !!J· STAMP 't re; S;. "' IF .,. S, Czj !APPLICABLE'.: * * S>, C'JV 1\, ~*"' {;,,j: ,()\,~ , c' Op Cl\\;",.\: SIGNATURE: R.C.E:./CE:RT. NO. L/C. E:XP. DATE: DATE: CITY OF ENCINITAS VICINITY MAP SHEET INDEX· SHEET 1: TITLE SHEET SHEET 2: EROSION CONTROL PLANS APN: SITE ADDRESS: AREA OF DISTURBANCE AREA OF DISTURBANCE ----S.F. {THIS AREA INCLUDES BUT IS NOT LIMITED TO OFF-SITE WORK INCLUDING PUBLIC IMPROVEMENTS AND TEMPORARY DISTURBANCE SUCH AS VEHICLE AND EQUIPMENT STAGING AREAS, CONSTRUCTION WORKER FOOT TRAFFIC, SOIL/GRAVEL PILES, UTILITY TRENCHES, BACKFILL CUTS AND SLOPE KEYWA YS) CONSTRUCTION THREAT: CONSTRUCTION THREAT TO STORM WATER QUALITY {CHECK BOX): □ HIGH □ MEDIUM OWNER/APPLICANT: NAME.· ADDRESS: TELEPHONE NO.: EMERGENCY CONTACT: NAME.· ADDRESS: TELEPHONE NO.: I SHlET I CITY OF CARLSBAD I SH2TS I ENGINEERING DEPARTMENT CITY STORM WATER POIJ.UTION PREVENTION PLAN (SWPPP) TIER2 PROJECT NAME: TITLE SHEET I PROJECT ID I DRAWING NO. lD Ol TIER 2 STORM WATER POLLUTION PREVENTION PLAN (SWPPP) ~ 'a 0 ci"> _/" I I 'I I I I I I I I APN 156-350-11 I_--_-~:::--:=-==:-=--::=-=~--~ 715 I I I I I I 1 t t lD I ~ ~ / \ --------------------------------------------_/_ J__ _____________ _:_ -----_,_ --' . I . \ I SE-1 /wM-91 ------------~ APN 156-351-05 ;-PROJECT/BOUNDARY , 1 <==:J <==i <==i <:.~:::::;:: <==i ::::-:=-.=t --, -, ¢=:i-I _..,, --,it ,,,> ..,> I -~ 0 ]--"' ., -O 1 .-> '.II SE-5 r SE-5 SE-5 A" . "-i i I I [, L ' SE-5-"'-111 l:E 0 ~1 0 0 ~ SE -5 _.?-f'">M --~ NS-8 WM-1 I I 11 [ I l --u ~ §§ ~ -✓ APN ~E -5 NS-9 WM-2 NS-10 WM-5 I I 11. ~ APN 156-351-04 l -~ I I I I I I I ------------l APN 156-351-03 1 . I ,. t 95 ,,. -----\. ,.,-........... -.-_----------------------..::1t.... '_,..,..g__,-------g lD Ol ~ ):( ~ SE-6 (TYP) . .!~ F • •,. ... -..:....:::: . " • I .-> ~ r,PN 156-351-06 ~ .-> 0 ?. .. ·,: .. ~-,. \ SE-5_p l II l1 I r-.-> ~ ~ ~: . --.-. -. ! I ..:.> 10 Ji> 7os .-> 0 SE-6 ·ryp_ .-> ~ ---'-s;:--\fj---... ,;: ... '"-~,---•Zs;~;&-~,.:::-s---s~~ E: B 8 __:JiL \ -d-· ~....:...a.: > "' El r· o::• cd:--7--~ ~--"--= ·~ a,---, APN 156~351-07 0 0 ~ ---'--..J 705 '--PROJECT BOUNDARY ~ EXISTING HOUSE 0 ~ ~ ------------------------------------I I I I I , I I . I I L_l I I I I I IJ I I I I I I · 11 . 'd . . . ., . ·j . --. -• I! l ~ • • . ; : , a > b ,' ✓t·\Y~I II~~<(' SE-1 --T' .-> .-> 0 I . I \\HI I I ft I I I I t ,7 -~ Q 0 u -i:-~ 0 -~ I L{") ~-~--P~i -APN --/1PN I SH2T I CITY OF CARLSBAD I SH2TS I ENGINEERING DEPARTMENT STORM WATER POLLUTION PREVENTION PLAN (SWPPP) TIER2 PROJECT NAME: EROSION CONTROL PLAN DWN BY: I PROJECT NO. 11 DRAWING NO.I CHKD BY: RVWD BY: Contract No. 5054 APPENDIX “C” Record Drawings --- ' <. ' ' .. / / / t ' ! N j ' I . CAMP PENDLETON {U_SJ\I.C.) ENCINITAS CARDIFF .-SOLANA BEACH ("). DEL MAR a 11 MILES ► z RIVERSIDE PROJECT LOCATION 67 /-8~ l CAJON COUNTY SANTA YSABEL 1-8 DIEGO,Jr ,_ 805 AN YSIDRO VICINITY MAP CONSTRUCTION PLANS FOR LAKE CALA VERA REMEDIAL IMPROVEMENTS CONTRACT NO. 3821 CARLSBAD MUNICIPAL WATER DISTRICT CARLSBAD, CALIFORNIA BOARD OF DIRECTORS CLAUDE A. 11BUD11 LEWIS -PRESIDENT MA TT HALL -VICE PRESIDENT ANN J. KULCHIN -DIRECTOR MARK PACKARD -DIRECTOR NORINE SIGAFOOSE -DIRECTOR RAYMOND R. PATCHETT EXECUTIVE MANA GER GLENN PR/UM PUBLIC WORKS DIRECTOR CONRAD "SKIP" HAMMANN DEPUTY PUBLIC WORKS !)/RECTOR, ENGINE/!RING NOVEMBkR 2006 . _,. j •"'."'.t,. __ ;;.;. ~-. -''l?-t ~:~:c1. , "'3·$r, , .. , ··~ ·5;,';t" ·\! ·.,... m.-. ~ 1' I /1\ ':48-BI.J/LT" DATo INITIAL ENGINEER OF WORK REVISION DESCRIPTION 1 N J ----+---<-7B>------ PLA2A DR ND SCALE: PROJECT SITE LOCATION MAP DISCIPLINE DWG NO G1 "AS BUil T" .,,t;~'I"-~~ -Cl?-/4·/i P.E.29/'li EXP.3-.Jf-(.g DATE REVIEWED BY: le.Ji ti ... i,, C .. f'°)/ B-13· 1.0 INSPECTOR DATE ~-,,/-1,.1zX I SH1ET I CITY OF CARLSBAD w ENGINEERING DEPARTMENT 8 IMPROVEMENT PLANS FOR: LAKE CAI.AVERA REMEDIAL IMPROVEMENTS · TITLE SHEET VICINITY AND LOCATION MAPS APPROVED ,L~E. PLUMMER ~-; • ~ .. __,_ 12-//. (26 DEPUTY CITY ENGINE R PE 28175 EXPIRES 3/31/08 OATo • OWN BY: 00/NL/R~ I PROJECT NO. I DRAWING NO. DATE INITIAL DATE INl)iAL OlHER APPROVAL CHKD BY: . JJ/MS/TV : 3821 aTY Af?PR?VAL 411 -6 RYWO BY: AB ' ·-" '. ,, , ARCHITECTURAL/ STRUCTURAL ~ 111111111 CONCRETE REINFORCEMENT IN SECTION PRECAST CONCRETE MORTAR, GROUT OR PLASTER CONC MASONRY WALL SECTION, BRICK OR CAST_ IRON GRATING SPAN • CHECKER PLATE .. STEEL OR STAINLESS STEEL ALUMINUM ~ l><J lllsJ [\[jIJ)ljj/j)lJ f OR •11•11• [ID ~ [([((@ NEOPRENE, RUBBER OR PLASTIC OPENING OR DEPRESSION IN SLAB OR WALL OPENING 111TH GRATING COVER OPENING 111TH CHECKER PLATE COVER JOINT FILLER WATER STOP HANDRAIL SLIDE GA TE OPENING AND DESIGNATION WOOD MECHANICAL PIPE AND FITTINGS SINGLE LINE -H- _ __,8,_ __ [ I I ill · ill --ffir-- ---1:j:f-- DOUBLE LINE f-ID---3--FLANCED JOINT Q: f3: 't PLAIN OR GROOVED END --·----MECHANICAL COUPLING El]>--~ PUSH ON, MECHANICAL &---L--3--OR BALL AND SOCKET JOINT &-----F--3--WELOED JOINT ~ SLEEVE TYPE ~ MECHANICAL COUPLING RESTRAINED SLEEVE TYPE MECHANICAL COUPLING -~ FLANGED COUPLING ~-ADAPTER -~-RESTRAINED FLANGED ~ COUPLING ADAPTER f--ffi---3--CROOVED END ADAPTER FLANGE ~UNION SINGLE LINE -{}-- ----- --J\1\/V'- 0H-I- G-+1------- --1--0-t- 181 --+-@-t-- I 81 MISCELLANEOUS DEVICES • UTILITY STATION (LETTER DESIGNATES TYPE AS SHOWN IN DWG M1) HOSE RACK FLOOR DRAIN CLEANOUT ELECTROMAGNETIC FLOW METER CG V L 12396 WORLD TRADE OR!Vf, SUIT! 312 SAN 01£GO, CALIFORNIA 92121 E N G I N E E R S (85B)61M704 fall{B58l611-5463 ~ 11.112/9♦ rn Q ~ DOUBLE LINE ~-ELASTOMER AND FABRIC 91JvllF=-' EXPANSION JOINT ~ EXPANSION JOINT ~ (SEE SPECS FOR TYPE) ~ FLEXIBLE METAL HOSE -~ELBOWUP I -((1-111----'1-ELBOW DOWN T - Ej I((' ,lll ~-TEE UP ~TEE DOWN ____ 1111dC I l --LATERAL UP ~ LATERAL DOWN ~ CONCENTRIC REDUCER ~ ECCENTRIC REDUCER PROPELLER OR TURBINE METER ULTRASONIC FLOW METER (IN LINE) LEVEL (ULRTASONIC) LEVEL (FLOAT) LEVEL (BUBBLER TUBE) MASS FLOW METER ABBREVIATIONS AB ANCHOR BOLT AC ASPHALTIC CONCRETE ALT ALTERNATIVE ALUM ALUMINUM ANSI AMERICAN NATIDNAL STANDARDS INSTITUTE APPROX APPROXIMATE ARCH ARCHITECTURAL AS AJUSTABLE SPEED AWWA AMERICAN WATER WORKS ASSOCIATION BC BEGINING OF CURVE BF BLIND FLANGE BLDG BUILDING q_ CENTERLINE CLR CLEAR CF CHLORINE FEED CFM CUBIC FEET PER MINUTE CMU CONCRETE MASONRY UNIT CMWD CARLSBAD MUNICIPAL WATER DISTRICT CONT CONTINUDUS CONC CONCRETE CS CONSTANT SPEED CU CUBIC OAF DIFFUSED AIR FLOTATION TANK DET DETAIL DIA DIAMETER DIP DUCTILE IRON PIPE DIST DISTRICT DWG ORA \\ING E EAST EA EACH EC ELECTRICAL CONDUIT, END OF CURVE EF EACH FACE, EXHAUST FAN EFF EFFLUENT EL, ELEV ELEVATION ELECT ELECTRICAL EQUIP EQUIPMENT EQUIV EQUIVALENT EO EOUAL EW EACH WAY EWEF EACH WAY EACH FACE EXIST EXISTING EXP EXPOSED OR EXPANSION FAB FABRICATED FF FINISHED FLOOR FL FLOWLINE FLG FLAN CEO FRP FIBERGLASS REINFORCED PLASTIC FS FAR SIDE FT FOOT OR FEET CALV GALVANIZED GRTG GRATING GEN'L GENERAL HO HYDRAULIC OIL HOPE HIGH DENSITY POLYETHYLENE HORIZ HORIZONTAL HP HORSEPOWER HR HANDRAIL ID INSIDE DIAMETER IE INVERT ELEVATION IN INCH OR INCHES INV INVERT JT JOINT SECTION AND DETAIL DESIGNATIONS (1) SECTION CUT ON DWG S3D2 ~~--SECTION NUMBER "--DRAIIING WHERE SECTION APPEARS (2) ON DWG S3DD THIS SECTION IS IDENTIFIED AS: SECTION 1/2"=1·-o· SCALE_/ . /~--SECTION NUMBER ,.. 1 ' '-S302~ -"--DRAIIING FROM WHICH SECTION WAS TAKEN (3) DETAILS ARE CROSS REFERENCED IN A SIMILAR MANNER, EXCEPT THAT DETAILS ARE IDENTIFIED BY LETTER RATHER THAN NUMBER ( KO LEL M MAX MILS MFR MG MECH Mg/L MGO MIN MH MO MWL N NC NG NO oc DD OF OPNG p 11_ PA PE PSF PW 0 RAD RC RED REINF REO'O SBA KNOCK OUT LOW EXPLOSION LIMIT MOTDR MAXIMUM MILIMETERS MANUFACTURER MILLION GALLON MECHANICAL MILICRAMS PER LITER MILLION GALLONS PER DAY MINIMUM MANHOLE MINIMUM OPENING MEAN WATER LEVEL NORTH NORMALLY CLOSED NATURAL GAS NUMBER, NORMALLY OPEN ON CENTER OUTSIDE DIAMETER OVERFLOW OPENING PRESSURE PROPERTY LINE DR PLATE PNEUMATIC AIR PLAIN END POUNDS PER SQUARE FOOT PUDOLE WELO FLOW RADIUS REINFORCED CONCRETE REOUCER REINFORCE REOUIREO SCREEN BACKWASH AIR S SLOPE, SOUTH OR SEWER SCH SCHEDULE S.D.G.&E. SAN DIEGO GAS AND ELECTRIC SE SECONOARY EFFLUENT SECT SECTION SF SUPPLY FAN SPECS SPECIFICATIONS SS STAINLESS STEEL SSPWC STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTIONS STA STATION STD STANOARD TE TERTIARY EFFLUENT TO THICKENER OVERFLOW TOW TOP OF WALL TOG TOP OF GRATING TYP TYPICAL UG UNDERGROUNO UNO UNLESS NOTED OTHERWISE VAR VARIABLE VCO VERTICAL CLOSED DAMPER W WEST OR WATER WSTP WATERSTOP WAS WASTE ACTIVATED SLUDCE W/ 111TH WWF WELDED WIRE FABRIC YD YARD PIPING DESIGNATIONS NEW PIPING ;:--PIPING SYSTEM c~-4~•""s~A,,_____) PIPE SIZE __r EXISTING PIPING SEE NOTE 2 FUTURE PIPING ,--r-----, 1 4 SBA , , ___ ,.._,.. __ .., SYMBOL ·, .,,___ .. ,..,.~ ' . +-~ ;;,-,-__-,,, INDEX OF DRAWINGS SHEET NO DRAWING NO 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3D 31 32 33 34 35 36 37 38 G1 G2 G3 D1 D2 Cl C2 CJ C4 C5 C6 C7 ca Pl P2 Al A2 A3 S1 S2 S3 S4 S5 S6 S7 Ml M2 M3 M4 M5 M6 M7 M8 El E2 E3 E4 E5 DRAWINGS TITLE TITLE SHEET, VICINITY AND LOCATION MAPS INDEX DF DRAWINGS, SYMBOLS AND ABBREVIATIDNS CENERAL NOTES DEMOUTION PLAN AND NOTES OUTLET TOv.£R / DEMDLITION SECTION CENERAL SITE PLAN SPILLWAY MODIFICATIONS ANO OPERATIDNS BUILDING SITE PLAN DAM CREST RDAD SITE PLAN SECTIONS AND DETAILS CONCRETE SPILLWAY SECTIONS MARINE CONSTIRUCTION SITE PLAN COFFEROAM -PLAN & SECTION CDFFERDAM SECTIDNS PROCESS SCHEMATICS SYMBOLS ANO NDTES OUTLET VALVE SYSTEM PROCESS FLDW DIACRAM OPERA TIO NS BUILDING PLANS OPERATIONS BUILDING ELEVATIONS ARCHITECTURAL STANDARD DETAILS TYPICAL STRUCTURAL NOTES -1 TYPICAL STRUCTURAL NOTES -2 TYPICAL STRUCTURAL DETAILS -1 TYPICAL STRUCTURAL DETAILS -2 CONTROL BUILDING STRUCTURAL PLANS CONTROL BUILDING STRUCTURAL SECTIDN STRUCTURAL DETAILS OUTLET PIPE MODIFICATIONS NEW OUTLET PIPE SECTION NEW OUTLET PIPE SECTIONS CDNTRDL BUILDING PLAN OUTLET WORKS MECHANICAL DETAILS PULL BDX PIPE AND HDSE ARRANGEMENT PIPE SUPPORT AND CRATING DETAILS PIPE SUPPORT DETAILS LEGENDS ANO SYMBDLS SITE ELECTRICAL PLAN SINCLE LINE OIACRAM, LOAO CALCS, SCHEDULES PDv.£R PLAN, LIGHTING PLAN, CONDUIT SCHEDULE AND DETAILS CDNTRDL SCHEMATICS, RTU J/0 DIAGRAM "AS BUil T" ~6~ t29-l+·L4 P.E. ,Z fl//(, EXP. ,3-J /• /L,... DA TE REVIEWED BY: lv Jt-m. INSPECTOR ~:t'.l· Jo DATE t------+---+------------,>-----+---+-----+--il SH2EET I CITY OF CARLSBAD fsHEIB18 ENGINEERING DEPARTMENT ~ :=='-'=============::::..:=~ 1-----11----1-----------------+---+----+---+----l IMPROVEMENT PLANS FOR: LAKE CALAVERA REMEDIAL IMPROVEMENTS INDEX OF DRAWINGS, SYMBOLS ANO ABBREVIATIONS APP~ WILUA~[,)'1.UMMER ~ ,r ~ /,2,-//•~, DEPUTY CHY ENGINEERPE2817$ EXPIRES J/Jl/08 DAT£ 1-----11----1-/1'.,.-,,,,...,, A5'13=u.;-;1/l""T"°H;;-----------+---t----i-----i----i ~ OWN BY: ~ I PROJECT NO. I DRAWING NO. DATE INITIAL ., • ~,., 1-'D_Ali:~~IN_ITI_A~L-t-D~A_Ti:~~I-NI_TIA~L, CHKD BY: JJ/M!/TV 3821 411-6 ENGJNEER OF I\ORK REVISION DESCRIPTION OTHER APPROVAL arv APPROVAL RVWD BY: AS .. " N \ii 0 ,..; 0 "' I .,. O,< .,. ...J g~ .O I ~o.,. l'\ ::; ~ON ~~N !i~ ~~L,.j ::Vl Cl:: aox ii I e E ~o GENERAL NOTES 1. ALL CONSTRUCTION WORK SHALL BE PERFORMED IN ACCOROANCE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORK CONSTRUCTION. 2. NOTIFY UNDERGROUNO SERVICE ALERT (USA) AT 1-800-422-4133, 48 HOURS PRIOR TO THE INITIAL START OF WORK. 3. EXISTING UTILITIES INDICATEO ON THE DRAWINGS ARE SHOWN DIACRAMMATICALLY ANO ARE BASED ON FIELD RESEARCH, AS-BUILT DRAWINGS ANO THE ORIGINAL CONSTRUCTION DRAWINGS. SOME WORK PREVIOUSLY PERFORMED WAS NOT DOCUMENTED NOR WERE ACCURATE AS-BUILT DRAWINGS DEVELOPED FOR ALL AREAS. THEREFORE THE CONTRACTOR SHALL VERIFY THE SIZE AND LOCATION OF ALL EXISTING UTILITIES PRIOR TO ANY DEMOLITION WORK OR INSTALLATION OF NEW WORK. ANY CONFLICTS INCURRED DUE TO INCORRECT INFORMATION OF EXISTING UTILITIES SHOWN ON THE DRAWINGS SHALL BE RESOLVEO BY THE CONTRACTOR. 4. CONTRACTOR WILL MAKE EXPLORATION EXCAVATIONS AND LOCATE EXISTING UNDERGROUND FACILITIES SUFFICIENTLY AHEAD OF CONSTRUCTION TO PERMIT REVISIONS TO PLANS NECESSARY BECAUSE OF LOCATION OF EXISTING FACILITIES. 5. INTERRUPTION OF EXISTING MECHANICAL ANO ELECTRICAL SERVICES SHALL BE COORDINATED WITH CMWD. 6. ALL UTILITIES ANO PIPELINES NOT SHOWN TO BE REMOVEO, SHALL BE PROTECTED IN-PLACE. 7. ALL STATIONS SHOWN ARE CENTER LINE OF STREET UNLESS OTHERW1SE NO TEO. STATIONS GIVEN ON PIPELINES ARE TO THE CENTER LINE OF PIPE. 8. ALL DISTANCES SHOWN ARE HORIZONTAL DISTANCES 9. ALL EARTHWORK AND GRADING TO BE ACCOMPLISHEO IN ACCORDANCE WITH THE PROJECT SPECIFICATIONS AND THE SOILS REPORT ENTITLED "CEOTECHNICAL AND LIMITED ENVIRONMENTAL EVALUATION, ENCINA BASIN PHASE II RECYCLED WATER DISTRIBUTION SYSTEM, STANLEY A. MAHR RESERVOIR, CARLSBAD, CALIFORNIA", PREPAREO BY NINYO ANO MOORE, DA TED OCTOBER 24, 2D03. 1D. ELEVATION OF IMPROVEMENTS SHALL BE CONFIRMEO BY FIELO MEASUREMENTS PRIOR TO CONSTRUCTION OF NEW WORK. 11. SLOPE FINISH GRAOES TO DRAIN SURFACE WATER AWAY FROM BUILDINGS, WALKS, PAVINGS, ANO OTHER STRUCTURES. GENERALLY, GIRADE W1TH UNIFORM SLOPE BETWEEN POINTS WHERE ELEVATIONS ARE GIVEN, OR BETWEEN SUCH POINTS ANO EXISTING GRADES. 12. THE CONTRACTOR IS TO COORDINATE THE RESERVOIR SHUT-DOWNS WITH CMWD. ALL REQUESTS SHALL BE IN WRITING ONE (1) WEEK PRIOR TO THE START OF CONSTRUCTION. 13. ALL STAINLESS STEEL PIPES SHALL HAVE WELDED JOINTS PER SPECIFICATION SECTION 15D6 7. 14. ALL MECHANICAL AND STRUCTURAL DEMOLITION SHALL BE PERFORMED IN ACCORDANCE WITH SPECIFICATION SECTION D205D. 15. THE CONTRACTOR SHALL REMOVE FENCES AS REQUIRED AND REPLACE FENCES TO THEIR ORIGINAL CONDITION. 16. THE CONTRACTOR SHALL REPAIR ANY EXISTING UTILITIES (WATER, SEWER, TELEPHONE, ETC.) THAT ARE DAMAGED OURING THE COURSE OF CONSTRUCTION WITHIN 24 HOURS. 17. NEITHER THE OWNER NOR THE ENGINEER OF WORK W1LL ENFORCE SAFETY MEASURES OR REGULATIONS. THE CONTRACTOR SHALL DESIGN, CONSTRUCT AND MAINTAIN ALL SAFETY DEVICES, INCLUDING SHORING, AND SHALL BE SOLELY RESPONSIBLE FOR CONFORMING TO ALL LOCAL, STATE ANO FEDERAL SAFETY AND HEALTH STANDARDS, LAWS ANO REGULATIONS. 18. THE CONTRACTOR SHALL NOTIFY THE ENGINEER OF WORK THREE DAYS IN ADVANCE PRIOR TO ROCK REMOVAL OPERATIONS. 19. CONTRACTOR SHALL NOTIFY ENCINEER OF WORK PRIOR TO CONSTRUCTION IF ANY OISCREPANCIES OCCUR BETWEEN THESE PLANS AND FIELD CONDITIONS. 20. CONTRACTOR SHALL MAINTAIN THE WORK AREA IN A NEAT, SAFE, CLEAN, SANITARY CONOJTION AT ALL TIMES ANO TO THE SATISFACTION OF THE ACENCY HAVING JURISDICTION OVER THE AREA. STREETS SHALL BE KEPT CLEAN OF OEBRIS, W1TH DUST AND OTHER NUISANCES BEING CONTROLLED AT ALL TIMES. THE CONTRACTOR SHALL ALSO BE RESPONSIBLE FOR ANY CLEAN-UP ON AOJACENT STREETS AFFECTED BY THE CONSTRUCTION. 21. ALL CONTRACTORS SHALL REFERENCE ALL SHEETS OF THIS PLAN FOR ALL WORK OR ANY PORTION THEREOF. 22. CONTRACTOR SHALL GIVE THE DISTRICT SEVENTY-TWO (72) HOURS NOTICE PRIOR TO BACKFILLING. 23. CONTRACTOR SHALL NOTIFY OWNER 48 HOURS PRIOR TO DISCONNECTION OR INTERRUPTION OF SERVICES. 24. REPAIR ALL TRENCH EXCAVATIONS IN PAVED AREAS TO ORIGINAL BASE AND SUBBASE THICKNESSES. 25. CONTRACTOR TO KEEP A COPY OF osoo·s AUTHORIZATION LETTER FOR APPROVED MODIFICATIONS ONSITE AT ALL TIMES. 26. CONTRACTOR SHALL LIMIT ALL CONSTRUCTION ACTIVITIES WITHIN THE PROJECT SITE INCLUDING ANY STACING AREAS. 27. OSOD SHALL INSPECT FOUNDATIONS PRIOR TO ANY PLACEMENT. NO"' 0-N ~8~ ----------------, ·~ 1~t0 ~-rg -.,.N lo 1 Vo f;:t, N ,N 3N > ~~ 1 .. CCv·L 12396WORlOTRADEORIVE,SUITE31Z ~0 I:!:! SAN DIEGO. CALlfORN!A 92128 BENCHMARK & BASIS OF BEARINGS THE BASIS OF BEARINGS FOR THIS SURVEY IS THE CALCULATED BEARING BETWEEN POINT NUMBERS 427 AND 423 SHOWN ON RECORD OF SURVEY MAP NO. 17488; I.E. N 50°24'15" W. PT. 427 IS A MAGNETIZED NAIL W1TH A 2 INCH ALUMINUM WASHER STAMPED "JOHNSON-FRANK GPS STA PLS 7172", AT THE SOUTHERLY CORNER EDGE OF THE CONCRETE CROSS-GUTTER AT THE SOUTHEAST CORNER OF THE INTERSECTION FOR SOUTHAMPTON ROAD AND SALISBURY DRIVE IN THE CITY OF CARLSBAD, SAN DIEGO COUNTY. N ~ 2003027.17 E = 6237376.55 ELEV. = 183. 70 (DATUM OF 1988) PT. 423 IS A MAGNETIZED NAIL W1TH A 2 INCH ALUMINUM WASHER STAMPED "JOHNSON-FRANK GPS STA PLS 7172", AT THE SOUTHEAST CORNER OF A 5.3 FEET BY 4.3 FEET CONCRETE PAO W1TH A SEWER MANHOLE. THE POINT IS IN A SHOPPING CENTER PARKING LOT, APPROXIMATELY 32D FEET NORTHERLY OF THE INTERSECTION OF MARRON ROAD AND MONROE STREET IN THE CITY OF CARLSBAD, APPROXIMATELY 63 FEET EASTERLY OF THE MAIN DRIVE; 11 FEET EASTERLY OF THE PARKING LOT CURB, AND 3 FEET SOUTHERLY OF A LIGHT POLE. N = 2009899.09 E = 6229068.62 • i ELEV. = 23.91 (DA TIJM OF 1988) DECLARATION OF RESPONSIBLE CHARGE I HEREBY DECLARE THAT I AM THE ENGINEER OF WORK FOR THIS PROJECT, THAT I HAVE EXERCISED RESPONSIBLE CHARGE OVER THE DESIGN OF THE PROJECT AS DEFINED IN SECTION 6703 OF THE BUSINESS AND PROFESSIONS CODE, AND THAT THE DESIGN IS CONSISTENT WITH CURRENT STANDARDS. I UNDERSTAND THAT THE CHECK OF PROJECT DRAWINGS AND SPECIFICATIONS BY THE CARLSBAD MUNICIPAL WATER DISTRICT IS CONFINED TO A REVIEW ONLY AND DOES NOT RELIEVE ME, AS ENGINEER OF WORK, OF MY RESPONSIBILITIES FOR PROJECT DESIGN. Fl RM: --------=C'-"G:...:.v:::.L _,E=.:..N.:...:G=.:..I N:...:.E=-cE=.cR.c.:S=---------- A DD RESS: ___ _,1.,.2""'3.,,,_9 6"'-'Wu.,O"'--'R.,_,,L.,.D'-------'-TR""AWJD="E=-=D'-'---R,.,__I VLbE.,c, S,.__,U=l..uTE"'--'3L!.1.,,.2_ Cl TY, ST. : ___ ~S'--'-AN~D"-'-l=EG-=-O=•~C'--'-A_9=-.,2=-c1-=2=8~. _____ _ BY: (ADEL BASSYOUI) R.C.E. NO.: "i1 ''"' EXPIRATION DA TE:_-'---06c..L/--'3'--'0_,_/-"'2-'---00-'---8~ _______ _ OISCIPLINE DWG NO G3 "AS BUILT" ,,.u?~/,, ~ tZ.9-14·/~ PE.2'ill71', EXP .• 1-,3/•/2, DATE B1i-t.0 INSPECTOR DATE l---4--l------------4--+---+---i-----11 SH3EET I CITY OF CARLSBAD fsRillsl ENGINEERING DEPARTIMENT LJ!!_j ~='--=::::::::::::::::::::::::::::::::::::::::::::::::==:=:::::..::===: IMPROVEMENT PLANS FOR: LAKE CALAVERA REMEDIAL IMPROVEMENTS GENERAL NOTES APPROVED WILLl~PLUMMER ~ ~ ~---~ l.2·11·06 DEPUTY CITY ENGINEER PE 28176 EXPIRES 3/31/08 DATE DA TE INITIAL ENGINEER OF WORK REVISION DESCRIPTION DATE INlllAL DA TE INITIAL 011-lER APPROVAL CITY APPROVAL OWN BY: 0G l 'RM I PROJECT NO. I DRAWING NO. CHKO BY: JJl)!S/TY 3821 411-6 RVWD BY: AB Ii:~ <C ENG IN E ER S \858)61!-1704 Fa~(85Bl61B-SJ.63 oo~IJ!l!!!!!'!!'!!'IJ!!!l'!!"!'!!!"' ____ '!'!'!!'!!"l!"""_._ ________________________________________________________________________________________________________________________ _. C: \OWG12\ClSB-!P.OWG 12/12/94 · ..., es 1/l 0 ::, ~ 0 0 u °' I •• -0-" ·O --0 0 I ... 0 "' ... _, i~ f'? ~,.,-, "' •gx < I 9 --t-~ J ~ ii~ ".0 1/l ;:: ::i l.J.. "I/) w C 0C [-X 3g ~ SCALE: 1 "=20' -0" Ii] I -a~., __________________ __ uo --~~ j Io J6N ~o l~N 'N > t~ ~ .. cc V L 12396 WORLO TRADE ORNE, SUITE 312 ~0 W SAN DIEGO, CALIFORNIA 92128 r f- (/) w Ck'. u ::. <( a Cl z f- (/) X 1 I • i I I I I, ii I I I I' i i ! ii, ' ! ' I l I ' ' ' !/))) ~t'"",1r"' ' . ' . . . . -.... ' \ ' \ \ ! >.. {;: '>,, .. ,--...., -_,>>;;.--,...;c.~~~ .. ,,;< &1.f''-' "'' ~, . ,____ r· DEMOLITION NOTES 1. REMOVE APPROXIMATELY 7,500 SQ FT OF EXISTING GUNITE SPILLWAY APRON AND CHANNEL WALL AS SHOWN. CONTRACTOR SHALL FIELD VERIFY ALL DIMENSIONS PRIOR TO STARTING DEMOLITION WORK. 2. CUT AND REMOVE EXISTING ACCESS ROAD CONCRETE CURB(APPROX. 40') AS SHOWN. 3. REFER TO SECTION 02200, EARTH WORK FOR ADDITIONAL REQUIREMENTS FOR SOIL EXCAVATION, BACKFILL AND COMPACTION. 4. EXISTING SPILLWAY CHANNEL FLOOR AND WALL TO BE CLEANED, GRUBBED, STRIPPED AND REMOVED FROM SITE. REFER TO SECTION 02110 FOR ADDITIONAL REQUIREMENTS. 5. CONTRACTOR SHALL EXCAVATE AND EXTEND EXISTING SPILLWAY CHANNEL NORTHWARD TO ACCOMMODATE NEW SPILLWAY APRON AND DAM CREST APPROACH. REFER TO DWG C-2 FOR ADDITIONAL INFORMATION. 6. ALL LOOSE/SOFT MA TERI AL SHALL BE REMOVED PRIOR TO PLACEMENT OF REINFORCED CONCRETE AND SHOTCRETE . / • - / / / 0 c> / I ( \ \ / \ / i / \ I ··"·--. ----- /1\ DATE INITIAL ENGINEER OF WORK \ \ \ ';?S 81/lt.TH REVISION \ ··, ... _ ---, ... _ ,,.,, ··,.,,,---,,_ ,/" --------~ ,,.-- / \ DISCIPLINE OWG NO 01 "AS BUil T" _,,/47~-,,.-::~htt:v, 09-t4-/t1 P.E. :2.3LU, EXP .. °3-J/:/'L DATE RE\-1EWEO BY: Wt1L.¼ lai1'-o/ ~-ii-to INSPECTOR DATE I SH~T I CITY OF CARLSBAD ~ ENGINEERING OEPARTMENT 8 IMPROVEMENT PLANS FOR: LAKE CALAVERA REMEDIAL IMPROVEMENTS DEMOLITION PLAN AND NOTES ~W!~:~R 1,2. -l"' b {. PE 28176 EXPIRES J/Jl/08 _, DEPUTY CITY ENGINEER DATE O'vVN BY: OG/Nl/RM I I PROJECT NO. DRAWING NO. DATE !NlTIAl DATE !N!TIAL CHKO BY: JJ/l,iS/lV 3821 411-6 DESCRIPTION OTHER APPROVAL CITY APPROVAL RVWO BY: AB ~~ ~ ENG IN E ER S l8S8l61&-t?04 Faxl8S8!61S-5Ul 001....;,;,;.;;.;.;;.;;.;.;~-------·-----~---------------------------------------------------------... ----------------------------------------------------C: OWGIZ CLSB-IP,OWG 12 12 94 ' 042007 · 0 t----_, ---------- ! ' ' -----------.,----• .. -J. --------·--·---------r-------- / /._ I "--------··-...... ,.,_,., ·-·--···"-'" ··-------· --·· _,,, __ , """'' ,,_,,,, ---·------· --·1---__ ,, ______ ----,----------····-I ' -·-·-T----_,, ______ ..... -·-------------·-·-·-·····-----·-·- ! EXISTING 30"0, ~CP 170' ----------,-----------------------]-______ ,, _____ _ ' i -------~-----""--· ,. . .... !·-· . ------····· ·------,------· ---" . -·-···· ' -----'' -----·-----------PIPE I .. -. --·-·---··"·-• _____ ,. "-"--·· . ---·-----J-·· -· 0 z a <( i3 X I ... ~ "' "' o,., &~ -0 "' 11. • • I "' ::! bl< J 0 I X I .., ~~ 0"' ·"' "' 0 .j. 0,:: .., -' 11:j I'? 1'/ I ~!OX .g I ~1~ ;?0 N ~~N o E .. • _Q V) ;: ::, LI.. ~(/) ~ 1-x ,o t 12 E ~ 0 0+00 --- ,o.., ,-N l8s, -----------------·~ j"5 (!) ~T8 -..,"' lo ~o '~"' ~~~ CATHCART. GARCIA \ION LANGEN; la: z f i .. CCv L 12396 WORLD TRADE ORNE. SUITE 312 ~{j ~ SAN DIEGO, (AUFORNIA 92128 NOTES 1. SAW CUT, REMOVE ANO PROPERLY DISPOSE OFF THE EXISTING CONCRETE WALKWAY PIER. CONTRACTOR TO REPLACE ROCK BLANKET IN KINO . 2. SPECIAL CDNSIOERA TIDNS IN REMOVING EXISTING 26-FEET OF 28"0 STEEL DUll.ET PIPE INCLUDE: A) CONTRACTOR SHALL REMOVE EXISTING DUll.ET PIPE THROUGH THE EXISTING OUTLET TOWER WITHOUT DISTURBING 30" CONCRETE PIPE ENCASEMENT OR COMPACTED DAM FILL SOIL B) CONTRACTOR SHALL PERFORM ALL DEMOLITION WORK FROM INSIDE THE EXISTING OUll.ET TOWER AND EXISTING OUll.ET PIPE. C) PIPE SHALL BE SAW CUT LONGITUDINALLY INTO STRIPS, PULLED INTO THE OUTLET TOWER ANO CUT INTO SECTION LENGTHS TO BE REMOVED THROUGH TOWER ACCESS MANWA Y. 0) PIPE SECTIONS SHALL BE REMOVED FROM DUll.ET TOWER ANO PROPERLY OISPDSEO OF OFF SITE. ' . ·-.. , .. SECTION / 1 ' SCALE: 3/16"= 1' , D1 , OUTLET ---,.....------------ ·-··-·-·-··--·--···--·-··•-l---I ····----------···--·· --- ' . """ ·--+--------. "' ,,. ,-____ ,,,., ____ ,, ------- i EXISTING 28"~. 10 GAGE STEEL , OUTLET PIPE IN 1\)-1/2' THK REINFORCE~ CONCRETE ENCAS~MENT, SEE NOTE 2 . --·---------·---~' -----. --·--·--. • DATE INITIAL ENGINEER OF WORK -~- ---'---. / 7'-0" /1\ "LI!) .RIJ/L7ff TOP OF TOWER EL 223.00 17 SPILLWAY SILL EL 216.5 17 MAXIMUM OPERA TING POOL WS EL 214 . • 0 I "' N 17 MINIMUM OPERATING POOL WS EL 189.00 -----------------------. - --------. ----------·-... ,,.,-.. ,.,,_, __ ,,,, __________________ ,_ DATE INITIAL DATE • "' I j-._ "' INITIAL REVISION DESCRIPTION OTHER APPROVAL aTY APPROVAL • ,<,<;,·· ·. /' DISCIPLINE DWG ND D2 "AS BUil T" -~~-~~ CZ.9-t4-t_o P.E. 28LZz EXP. 3·.Il·l:Z... DATE REVIEWED BY: Lu~ L.~ 0.~l'?.-lO INSPECTOR DATE I SH~ET I CITY OF CARLSBAD w ENGINEERING DEPARTMENT 8 IMPROVEMENT PLANS FDR: LAKE CAL.AVERA REMEDIAL IMPROVEMENTS OUTLET TOWER/DEMOLITION SECTION APPROVED • WILLIAM~ UMMER -~,, _____ 12.-11•126 DEPUTY CHY ENGINEER PE 28176 EXPIRES J/Jl/08 DATE OWN BY: DG/NL/Rt.1 I I PROJECT ND. DRAWING NO. CHKO BY: JJ/MS/lV RVWD BY: A8 3821 411-6 a.:3: <C ENG I N E ER S (BSBl61B-17Q4 fax(8SB]618-546l aa~=~!"::P!r---""'ll~~----------------------------------------------------------------------------------------------------------J C: DWG12 ClS8-!P.DWG 12 12 94 ,~42007 ,i rN r r ~ k F r r [ (J) ~ ~ ~ 0 ~ 01 ~ 0 G) -+, .i:,. ~ 1-l. ~ ~ O') ~ N ' I l;J I I i I ... -.. __ '-,,_ -::-:-----. ~~~-· XIS ING 0 \ \~~ )\ i/~ EXISTING DIRT PA TH \ BURIED DRY UTILITY CONDUIT PLAN 1"= 30' PULL BOX DESCRIPTION CORNER-COORDINATE CORNER-COORDINATE DETAILS , A STRAIGHT EXIT CONiROL ROOM 1. E6,2442,25-5 -N2,007,008.6 2. E6,244,229.9 -N2,007,006.34 A/M7 B RIGHT TURN 3. E6,244,233.3 -N2,007,023.6 4. E6,244,238.1 -N2,007,022.2 D/M6 C STRAIGHT 5. E6,244,284.1 -N2,007,021.1 6. E6,244,289.1 -N2,007,020. 7 E/M6 D STRAIGHT 7. £6,244,392.6 -N2,007,017.4 8. E6,244,387.6 -N2,007,017.4 E/M6 E STRAIGHT 9. E6,244,491.6 -N2,007,006.5 10. E6,244,496.2 -N2,007,004.8 E/M6 F LEFT TURN 11. E6,244,582.2 -N2,006,955.3 12. E6,244,586.0 -N2,006,952.1 F/M6 G RIGHT SIDE EXIT PED01 13. E6,244,622.7 -N2 007 003.1 14. E6,244,626.2 -N2,007,007.2 G/M6 H RIGHT SIDE EXIT PED03 15. E6,244,622.7 -N2 007 003.1 16. E6,244,626.2 -N2,007,007.3 H M6 F1 STRAIGHT 17. E6 244 600.0 -N2 006 969.0 18. E6,244,603.3 -N2,006,972.8 E/M6 F2 STRAIGHT 19. E6,244,616.2 -N2,006,988.1 I J; ~ I ( \\ I -...., 20. E6,244,619,5 -N2,006,992.0 EXISTING OUTLET TOWER DIRT ROAD ALONG DAM CREST \ \ E/M6 LARDS DISCIPLINE DWG NO C1 CITY OF CARLSBAD I SHEETS I t-----t-----j!--------------+---+--+--+---1 ENGINEERING DEPARTMENT 38 i----t-----t--------------+---+---1---l---l t-----t-----j--------------+---1---+--+---I IMPROVEMENT PLANS FOR: LAKE CALAVERA REMEDIAL IMPROVEMENTS GENERAL SITE PLAN APPROVfQ _WILL]/.M =l)JMMER ~"" % ~-# 12-11-0, t---+----t-c.---c,=-;;-"'-'c;:,,---------+--i--+---1---1 DEPUTY CITY ENGINEER PE 28176 EXPIRES 3/31/08 DATE "118 81/ILT" l-a.oA:i'irec-t;;;;,N;,;ITI"AL-j-L!..1.._!:!Q_Y.!,(.!J,_!..._ ________ -!-..,..,..,=-l-ccc=--l--,cc=-l---l OWN BY: DG L RM PROJECT NO. DA TE INITIAL DATE !Nll1AL REVISION DESCRIPTION t---~--t-=-=--'--'==-1 CHKD BY: ''/¥5/rv 3821 ENGINEER OF WORK OTHER APPROVAL CITY APPROVAL RVWO BY: AB I DRAWING NO. 411-6 042001 . ~ F ~ F F" F to • ~ ~ C, ~ 0) ::: ~ a Ci) ~ ~ ~ ~ ~ 0) ~ 8 I • ' CCV L 12396 WORLD TRAtjf DRIVE, -SUITE 3;2 SAN OlfGO, CALIFORNIA 9'2128 ENG I N E ER s (858)618-170'-Fa~!858)618-S4U _ ~ DWG12 12 11 94 i I EXCAVATE ANO BACKFILL AS REQUIRED TO TIE-BACK 60-T CELLULAR CONCRETE (TYP) 36'-0" 20'-o" - 8" CRUSHED AGG. BASE CONDUIT BANK ALONG DAM CREST ROAD, SEE DETAIL H/C3 ,,--INLET/OUTLET TOWER - ACCESS ROAO .. \ INSTALL 8" CRUSHED \AGGREGATE BASE PER SPEC ·?ECTIDN 02200 \ !. ' I I I ' I -- PULL BOX C TRENCH/~ACKFILL SEE DETAjL G/C3 I ) OPERATIONS BUILDING .....L 7 TYP · ' ~J)~ -·----· -·-.. ---·-------------------·-... ----· ---· -. ., -------- ---------·-I .. --BLACK VINYL-CLAD -... ---.2>.Q_ ', ', ·\, · ·cuT----------------------· · ---· -. --, _,,....Q"" ·••: =: ~-=-= -· : :: _ -~ -: ... -}t_Gd::::r_yp·:-::_=:: ::-_: '~;',~--E---_:: :: _: :: _: _: _: :·_ :=:: :: :: •: :: ::R.EMQVE: --_: ·-_ _: 1j ~~£ ~ . _ _ · _ : :: : = -:-~~ :j-£1Nisl=i CRADE-: : -·,--., , · .... ~ ---EXISTING '/j!f!'!''. _ ---·--:_:/-~3 2 2.0. ---~ -, ;: :~\ · ----=--=-=-=--=----=----~l~tw~_Y _:c~i,~R_ETE ---Ji-,,/~;~--~•==-:--·-:. ==-=---~,:::, -==-;L'sTR~ClURA,t;-FiL~--= -=--~~1---=-=-~----=-_...220 __ ····• ----__ ., -··· ---··-·-· ··--------------·--,. . --------· ------·---.. , ' ~ --~ ---------. ;-,--' -------------·-_, __ -·-..... ··-..... -------;-,-,v-· -·-· ---~------·-----------------.. _ ·"·--· .. SECTION SCALE: 1"=10'-0" C2 SECTION 2 SCALE: 1"=f0'-'0" C2 . LINE DATA CURVE DATA COORDINATES □ BEARING L c,. R L T NORTHING EASTING IJ] S 23'32'31" W 166.46' A 31.95' 360' 200.07' 103. 7' 1 2006997.55 6244236.34 Ill S 8°24' 40" E 32.77' B 101. 2· 20' 35.33' -2 2006975.61 6244208.93 Q] S 49"5'28" E 48.66' C 62.1' 38' 41.18' 22.87' 3 2007247. 77 6244274.97 m N 12'59' 45" E 140' D 101.6' 30' 53.19' -4 2007210.51 6244287.12 @] N 88°35'5" W 65.94' E 64.8' 20' 22.61' 12.69' 5 2007074.09 6244255.63 F 90' 8' 12.57' 12.57' 6 2007021.19 6244276.14 G 90' 8' 12.5 7' 12.57' 7 2007195.40 6244254.67 H 13.6' 100' 23.8' 11.96' ,,_-PROPOSED C NTROL BLOG DATE SEE MECHANI L OWGS INITIAL NEL GATE CHANNEL DA 'r1.JGHT NOTE: CONTRACTOR SHALL FIELD VERIFY EXISTING FOUNOA TION MATERIAL UNDER THE SPILLWAY PRIOR TO SHOP DRAWING SUBMITTAL ANO STARTING WORK. REF R TO SPEC SECTION 02200 FOR ADDITIONAL REQUIREMENTS. ALL OVER-EXCAVA ED MATERIAL SHALL BE BACKFILLED 111TH CONCRETE 2. CONTRACTOR SHALL PERFORM GRADING, BACKFILL COMPACTION TO MATCH 111TH EXISTING GRADE. REFER TO SECTION 02200 FDR ADDITIONAL REQUIREME TS. BENCH MARK: THE BASIS OF BEARINGS FOR THIS SURVEY IS THE CALCULA TEO BEARINC BETWEEN POINT NUMBERS 427 ANO 423 SHOWN ON RECORD OF SURVEY MA NO. 17488; I.E. N 50'24'15" W. PT. 427 IS A MAGNETIZED NAIL 111TH A 2 INCH ALUMINUM WASHER STAMPE "JOHNSON-FRANK GPS STA PLS 7172", AT THE SOUTHERLY CORNER EOCE Of THE CONCRETE CROSS-GUTTER AT THE SOUTHEAST CORNER OF THE I INTERSECTION FOR SOUTHAMPTON ROAD AND SALISBURY DRIVE IN THE CITY OF CARLSBAD, SAN DIEGO COUNTY. N = 2003027.17 E = 6237376.55 ELEV. = 183.70 (DATUM OF 1988) PT. 423 IS A MAGNETIZED NAIL 111TH A 2 INCH ALUMINUM WASHER STAMPED ~-STA 4+00 ENO 60-T CELLULAR CONCRETE UNER "--'.' .. O,r CA\.lf ~'r DISCIPLINE OWG NO C2 "JOHNSON-FRANK GPS STA PLS 7172", AT THE SOUTHEAST CORNER OF A 5 3 "AS BUil T" FEET BY 4.3 FEET CONCRETE PAO 111TH A SEWER MANHOLE. THE POINT IS 11 A SHOPPING CENTER PARKING LOT, APPRDXIMATEL Y 320 FEET NORTHERLY OF HE INTERSECTION OF MARRON ROAD ANO MONROE STREET IN THE CITY OF /,.pl/~ r: ~-@-14·14 CARLSBAD, APPROXIMATELY 63 FEET EASTERLY OF THE MAIN DRIVE; 11 FEE' EASTERLY OF THE PARKING LOT CURB, AND 3 FEET SOUTHERLY OF A UCHT P.E. P..:?l 2/,,, EXP. 3-3 /. · t.2. DATE POLE. -N = 2009899.09 REv1EWED BY: E = 6229068.62 LQ&L....._ l,.r~,, ELEV. = 23.91 (DATUM OF 1988) 8-1i~to ' INSPECTOR '6 DATE SHE T CITY OF CARLSBAD w ENGINEERING DEPARTMENT 8 IMPl OVEMENT PLANS FOR: LAKE CALAVERA REMEDIAL IMPROVEMENTS SPILLWAY MODIFICATIONS AND OPERATIONS BUILDING SITE PLAN APP OVEO 111LLIA~UMMER -"' -?4& l', _._....__ 12~11-oe. DEPU,ly CITY ENGINEER PE 28176 EXPIRES 3/31/08 . DATE /1\ ''45 !3U/LT" OWN BY: DG/NL/RM PROJECT NO. ' DATE !NlTIAL DATE INITIAL I I· DRAll1NG NO. CHK BY: JJ/MS.(TV ENGINEER OF WORK REVISION DESCRIPTION OTHER APPROVAL Qf'( APPROVAL RVW BY: AB 3821 411-6 '042007 I I 0 (I) w 5 ~ ~ 0 ~ ---i =E 0 G) -.,::. ~ ~ ~ ~ ~ (1) c:, ~ -----' ~ I FINISHED GRADE BACKFILL 111TH 1 SACK SLURRY EXTENT OF EXCAVATION TRENCH ,J' '-011' • I TOP OF CONCRETE 4' X 4' PULL BOX FLUSH 111TH GRADE FINISHED G.RADE 0"' • I • L • • • TOP OF CONCRETE 3' X 3' CONOUI T BANK FLUSH 111TH f!':,,,.,-.,..,-~~--.--~GRAOE---, .J'L(IRRY FIii • PULL BOX F1 SEE DETAIL E/M6 • • . .. ... ,1 BACKFILL WITH 1 SACK SLURRY ....._____ --- EXCAVATION & BACKFILL FOR PULL BOXES CD E & F EXCAVATION & BACKFILL FOR CONDUIT BANK . ' ' Cc V L 12396 WORlO TRADE DRIVE, SUITE 312 SAN DIEGO, CAUfORNIA 9212t ENG IN E ER S {858)618-1704 Fax(85B!611M4U C: OWG12 CLSB-IP.OWG 12 12 94 I DETAIL SCALE: 3/4" = 1 '-0" G G C2 C3 ALONG DAM CREST ROAD DETAIL . H H SCALE: 3/4" = 1 '-0" C2 C3 ---....._____ 3' ROCK BLANKET ALONG UPSTREAM DAM FACE DATE INH1AL ENGINEER Of WORK /11 16'-o"' TYPICAL ROAD SECTION SECTION 1 SCALE: 1/4" = 1'-0" C3 DATE INITIAL REVISION DESCRIPTION OTHER APPROVAL DATE INITIAL CITY APPROVAL LTI . COORDINATES NORTHING EASTING 8 2DD7D18.23 6244395.95 9 2006797.08 6244678.02 l 2006677.06 6244710.68 11 2006679.68 6244720.33 LINE DATA □ [§] N 88"35'5" W [Z] N 15"13'15" W 74·45'45" W L 53.9' 124.39' 1 o' CURVE DATA R L 73.4" 3DD' 384,13' ! ' I ' ' I , I T 223.47' DISCIPLINE DWG NO C3 "AS BUil T" 41/~~~ tl9·1d·/t2 P.E. 2 9L2(; EXP. ,3•3{:{2-DATE REVIEWED BY: t.uJL,._ l4f'o/' 8-( "3 ·IZ> INSPECTOR DATE CITY OF CARLSBAD w ENGINEERING DEPARTMENT 8 IMPROVEMENT PLANS FOR: LAKE CALAVERA REMEDIAL IMPROVEMENTS DAM CREST ROAD SITE PLAN :~1&:111'?."M~~ IZ•ll·d~ ' iDEPUTY CITY ENGINEER PE 28176 EXPIRES 3/31/08 DATE OWN BY: OG/NL/RM I PROJECT NO, I DRA\\1NG NO. CHKD BY: JJ/MS/TV 3821 RVWO BY: AB 411-6 042007 r N :g I VARIES 1s'-o" R=12" \ ~\, BROOM FINISH #5@12EW • • • • • \c,c,-,o rn c~s;,cc, SC~ 4" THICK GUNITE BACKFILL TO 95% RELATIVE COMPACTION • • • • • 8 • 2" TYP CLR • • • • #5@12 J TYP REINFORCED CONCRETE SECTION THROUGH DAM CREST APPROACH (LOOKING NORTH) DETAIL A SCALE: 1/2"=1'-0" , C2 , #6@12 EW, T&B 0 ;;:;">>V/7'>2 Y, -.AvA~A AV. 12" NATIVE SOIL -J; SCARIFIED & RECOMPACTED TO 95% OF MAX DENSITY 8" CRUSHED AGGREGATE BASE #6@12 EW, T&B--~ 9" 2" TYP TYP 0 SAWCUT 3" DEEP ;;:;~"'½~"' ... A'-: AV A, AV. 12" NATIVE SOIL -J SCARIFIED & RECOMPACTED 3/4" DIA SMOOTH DOWEL 18"L x12"0.C. ONE HALF LUBRICATED TO 95% OF MAX DENSITY 8" CRUSHED AGGREGATE BASE TYPICAL CONCRETE PAVEMENT DETAIL B SCALE: 1/2"=1'-0" C2 ASTIC 2 3/8" FLAT TUBUtAR-St.ATS, FA5fEMW-'llf • MO;~Et. CLINCI I t.CClt-STAPLES, BLAC!0 -eOLOR, TYP, Att-AROUNO 2500 PSI CONCRETE ENCASEMENT SHALL HAVE A EXTENSION ARM Willi BARBED WIRE (SEE ENLARGEMENT THIS DETAIL) CORNER POST (TYP) HORIZONTAL BRACE, TYP ' 1" CROWN ABOVE FINISHED GRADE ' 3" CLEAR (TYP) I. 1d-O" 10' o• MAX (TYP) j Cc V L 12396 ~ORLO TRAD£ DA!VI!", SUITE m SAN DIEGO, (AL!FORN!A 92128 ENG I N E ER S (858)£111~1104 Fa~!8S8)618~St.63 C: WG12 Cl..58-!P.DWG 12 1 94 I I ·'-.0<¼'¼ .. i . I • • . 1 ' 4" SCHE DULE 40 GALVANIZED PE FILLED WITH STEEL Pl CONCRE TE AND PAINTED WITH AMEL PAINT RED EN I ~ FINISH GRADE ;:(y',<((,,('x"'&,_ co NCRETE f-..o--4'' STATIONARY GUARD POST (Bollq,-d) DETAIL SCALE: 1"-=1 1-0• MINIMUM DEPTH 36" ANO MINUMUM DIAMETER 8" FOR LINE, END ANO CORNER POST HOLES E C4 0 I "' LINE POST (TYP) MINIMUM DEPTH 42" AND MINIMUM DIAMETER 12" FOR GATE POST HOLES CHAIN LINK FENCE V'.'f FLAT SLATS DETAIL D SCALE: 1":=11-Q• C2 I - EXISTING RIPRAP SLOPE VARIES ' "' I N ' "' " I'-I N ' ~ ;,; ::, ' . ' .. --~ . •. ' H 12"DIA MIN. 1 "R TYP PAVEMENT • "°.~:··..-.,'c.'--c, . -, . . <I~. #4 TOP AND BOTTOM, CONTINUOUS I 8.. I . - NOTE: PROVIDE 1/8"X 1/2" DEEP JOINT EVERY 4 FT AND FULL JOINT WITH PREFORMED JOINT FILLER EVERY 20 FT. CONC. CURB DETAIL / C' SCALE: 1•=1•-0• C2 ' WELDED OR lliREAIOED CAP WITH 1/2" ROD HANDLE 3"DIA. SCHEDULE 40 STEEL POST. HOT DIP GALVANIZE EN TIRE ASSEMBLY AFTER FABRICATION. 3" FLANGE 1" CROWN ~FINISH "' . GRADE 4" DIA. SCHEDULE 40 PVC PIPE SLEEVE EMBEDDED IN CONCRETE CLASS E CONCRETE I I REMOVABLE GUARD POST (Bolio.rd) DETAIL GATE POST (TYP) 12'-0" WIDE GATE F C2 F C4 -I I I ' I HORIZONTAL BRACE 3" CLEAR 7 · (TYP) T CONCRETE ENCASEMENT. ALL ENCASEMENT SHALL HAVE A 1" CROWN ABOVE GROUND LEVEL MINIMUM. DEPTH 36" AND MINIMlJM DIAMETER 8" FOR LINE, END ANQ CORNER POST HOLES , ... &'· ' .. -:-., ·. "i.. . . ~ ' . . . .. I / j / DATE i .,...-------·----_\ .. . I . ~· . I ACCESS ROAD FENCING / / / SCALE: 1"=10' i \ ' \ \ I . N N (J7 I \ \ \ \ \ \ \ \ \ \ \ \ \ ' I i I I I \ ) \ \ I I I I I I I ROAD TURNAROUND FENCING SCALE: 1 "=10' NOTES· . 1. LOCATIONS OF GUARDPOSTS ARE APPROXIMATE.· CONTRACTOR TO FIELD VERIFY ANO CONFIRM WITH INSPECTOR. PROJECT . . "' ",4(}-f}lf/LT" INITIAL DATE INITIAL ENGINEER OF WORK REVISION DESCRIPTION OTHER APPROVAL \ DATE INITIAL CITY APPROVAL I I I ' I I / \· I I I \ I 'i I ( \ i i : DISCIPLINE DWG NO C4 "AS BUil T" ' 4'4/~ ;/, ~1•. 1!??-/4--/t, P.E. 29{.2' EXP. ;3-:3{.• /$, DATE REVIEWED BY: Lt)JQ,.,"-<A. ~~ g.~11-1-0 INSPECTOR DATE LTI CITY OF CARLSBAD ~ . ENGINEERING DEPARTMENT 8 IMPROVEMENT PLANS FOR: LAKE CAL.AVERA REMEDIAL IMPROVEMENTS SECTIONS AND DETAILS :w2..WIL<A~~~:1 ~ ~-LL.·(')' DEPUTY CITY ENGINEER PE 28176 EXPIRES 3/31/08 DATE OWN BY: OG/NL/RM I PROJECT NO. I DRAWING NO. CHKO BY: JJ/MS/TV 3821 RVWD BY: A~ 411-6 Es, (f) ~ ~ ~ ~ ~ ~ a G") .i::. ~ ~ ~ ~ i 0) 5 :,._ __ - :g I 0 o>~ ~ ~ ,, 0 I[) 0 8 °1 I ~ N-" o-2 u J. 0 ... "' N.J i"' IE ~I ~Ox ;~J. •o :f 8::::;N ~'@' N ~..o .. :: :::i (/) ;j"VJ tt --0: fox .,;.5 il? ------'-' . ----------------------SPILLWAY------------· · ------------------- ------_________ , ;"?;e-, ---------4•·m1ck-GuNTtf ________ -------------------------- -· ··---.-··--·--····\.·· -,.,., -------·-----". ·--· -·-· ----·--· --· --·-------·--··" .--• ,,,_ ---· ---· ""-----·-· ·-· -----· -· __ ;/20 _______ --~--} .-> · _ ---=~~~l;~tG _ -,. 0 ,." ____ -_;L~;~~~L--___ ::: ____ 229-_ -----_,_ ---------' -,-------------~ " , ________ -. -----,•------- ~= =~ ~-= ~~ .:=. _·-~ ~-= ~-~ _:::' __ ~cc~--·~1 ~--~ ~ ::~ ~--. -~~ ~= ~~ f ~~~ -·-.~ ··-·-·· ~~ _____ -··· _ .·: ~~ ~~~ ~= ~= 210_=--~:= :~:~~:----.-12•-o·-:r5•-~1~f-----~~:=1;;---------:r-=~-=--<10_ LOOKING NORTH SECTION (STA 0+00) HORIZONTAL SCALE: 1"=10' VERTICAL SCALE: 1"=10' LOOKING NORTH SECTION {STA 1+50) HORIZONTAL SCALE: 1"=10' VERTICAL SCALE: 1"=10' EXCAVATE ANO BACKFILL AS REQUIRED TO Jl~--§AG_K_ 69=f_C~\-b.VL_AR_ C_ON_Cl<E]E (fyP) _ __ _ __ _ _____ ____ _ __ _ ---36'-Q~'. -· LOOKING NORTH SECTION (STA 3+00) HORIZONTAL SCALE: 1"=10' VERTICAL SCALE: 1"=10' --_ _ -------__ --___ 200 iiJ ~0-1---------'""I ~(.)65 i!;Q • , 0 --,. N lo l±g •"' 8"' > r:.~ a_ l cc V L 12396 WORLD TRADE DRIVE. SUITE 312 ~ .. (J SAH DIEGO, CALIFORNIA 92128 ~" f-C NOTE: LOOKING NORTH SECTION {STA 0+50) HORIZONTAL SCALE: 1"=10' VERTICAL SCALE: 1"=10' LOOKING NORTH 1. SECTION 1 +66.46 BEGIN OPEN CELLULAR LINER, CHANNEL SECTION SIMILAR TO STATION 2+00, BOTTGM OF CHANNEL ELEVATION, FG=203.67 TOP OF 60-T CELLULAR CONCRETE ELEVATION re = 211. 7, SIOE SLOPES = 1.5H: 1V _220 __ -----_ -- SECTION (STA 2+00) HORIZONTAL SCALE: 1''=10' VERTICAL SCALE: 1"=10' EXCAVATE ANO BACKFILL AS REQUIREO TO JIE~BACK 60= T CELLULAR CONCEETE_(IYP) _ . CUT CONC. SPILLWAY LOOKING NORTH SECTION (STA 3+50) HORIZONTAL SCALE: 1"=10' VERTICAL SCALE: 1"=10' ~ -------------------------~----~ ------------------------------------------------ 230 :_: : '-"~~ --\£U:f :_: =-::: :_: = _-: -= : ~4'~~;, = = = -= = = = = = = :: :: ;9~~2~ = := = :_: :: -= -1; ~;:= :: : -_~:_,JO_ -------,-1\- ----------------------------- --. ----------', ---\------------------------------------EXISTIN<r --------"iii: -OETAIL- 220 ----------------------·'-: -~------------------_J ----------------------------eoNCREfE-----__ A/C4 _ _ _ _ _ ____ 2_;/_0_ --------: -:: : = :: --~~-~,}~:: --~; TH~~~ G~;~ = -_-:_: = : _-: :_: :.:, : :: ~j _=-! ~-s ------ -----.. ., -------··----- -----··-----· -----~~ -\----~ ---------~f_ -----·------# ---=-~ ---------· ·--· --· Y. 210:____:____-_:-_-_:::::::~~-=--:·::: ---',_~ ---_ -_-----1-a -_--zi?-'--_ u-: . -_-_----------:____-:____·::: __ 21_0_ --------------------~"cc.-=·_/ __ ---------------------------------------_----------·----···-· ------------J:::--------WC-----~------..• :::: : ::: : ::: •= ·::: •= :: -: _::::: :: ~---::: ::: = 13'-0" ~-23'-0" 8'-6" 35'-5" _220 __ LOOKING NORTH SECTION (STA 1+00) HORIZONTAL SCALE: 1"=10' VERTICAL SCALE: 1"=10' EXCAVATE ANO BACKFILL AS REQUIREO TO ___ f1E-BACK_60-T _CELLULAR_ CONCRETE(TYP) _________________________ _ LOOKING NORTH SECTION (STA 2+50) EXCAVATE ANO BACKFILL AS REQUIREO TO JIE:-§AG_K6Q--,J CELL_~LAR C_ONCR_EIE (TYP)_ HORIZONTAL SCALE: 1"=10' VERTICAL SCALE: 1"=10' --·-· --1 '2:' -o''-----·-· ------t2' -o'.'.. -·-- OISCIPLINE OWG NO C5 LOOKING NORTH "AS BUil T" ~~(';~.me,.__ ()9-14-la DATE INITIAL ENGINEER OF WORK SECTION (STA 4+00} /!\ 'JJ.3·81/lt.T" HORIZONTAL SCALE: 1"=10' VERTICAL SCALE: 1"=10' REVISION DESCRIPTION DATE /NlTIAL DA TE INITIAL OTI-!ER APPROVAL CITY APPROVAL P,E, '2fll7t; EXP, 3>·3/· /,Z, , OATE REVIEWEO BY: l,o,b • Lah., INSPECTOR IMPROVEMENT PLANS FOR: LAKE CALAVERA REMEDIAL IMPROVEMENTS CONCRETE SPILLWAY SECTIONS APPROVED WILLIA~LUMMER ~-t' ~ ,._.. l2, •ll·d' DEPU+i Cl YENGINEE PE 28t76(XPIRES J/31/08 DATE OWN BY: DG/Nl/RM I PROJECT NO, I DRAWING NO. CHKD BY: JJ/MS/lV 3821 411-6 RVWD BY: AS a:3 <( E N G I N E E R S 1858)618-1704 Fax!BSM618-5463 oo~=~~=\"""---~~r.-.... -------------------------------------------------------------------------------------------------------------------1 C: WG12\CLS8-IP.OWG 12 1 94 . 042007' ·i+ I- i'i N I C w 1: 0 OJ I X V) 0 <( 0 "' I X I- V) z 0 u Cc 0 V) f- ::e ~ I X 0~ 5'<( ~ BEN C. GERWICK, INC. ~ CONSUL TING ENGINEERS 20 CALIFORNIA STREET, SUITE 400 SAN FRANCISCO, CA 94111 AREA) I /~. I ! / ANCHOR LINE --COFFERDAM SECTIONS -CRAWLER CRANE ··· EXISTINC OUTLET TOWER EXISTINC 30"¢ OUTLET PIPE CONSTRUCTION ',,/ LIMITS OF I I \ I I I \ I \ I I ,I ---",-·- \ I I PLAN SCALE: 1" ~so· J ·_,.,--: ' LAKE CALA VERA \ ) ------·-·-·__/ NOTES: LECENDS MAXIMUM OPERA TINC WATER ELEVATION @ 214.0 FT' APP ROXI MA TE EXISTINC WATER ELEVATION @ 206.00'± LIMITS OF CONSTRUCTION 1. CRANE, BARCE (SEGMENTS), COFFERDAM, AND PRECAST ELEMENTS TO BE OFFLOADED FROM TRUCK AND STORED IN THE MARINE CONSTRUCTION STACING AREA. 2. SMALL WORKBOA T TO MOVE BARCE AND MATERIALS TO ANCHORAGE SITE NEAR EXISTINC OUTLET TOWER. 3. ANCHOR LINES FOR BARCE TO BE SET ONSHORE. COORDINATE WITH PROJECT B/OLOCIST FOR ANCHOR LOCATIONS. 4. BARGE TO BE REPOSITIONED FROM ANCHORACE POINT SHOWN WHEN PLACINC, LOWERINC OR DRIVING STEEL PILES/PIPE SUPPORTS, 24-INCH DIAMETER OUTLET PIPE, CONDUIT BANKS, AND RELATED EQUIPMENT OR MATERIALS. .k ~ 61743 \{) .6/?,o/, * ClV\\ . CAU DISCIPLINE DWG NO C-6 "AS BUil T" 4t,2,{af~ r, ~,.__ t19-Id. /Q . P.E. ,Z 9/7, EXP. ,J · 3 ( • /,2.... DA TE wJ:: INSPECTOR I~ ~ CITY OF CARLSBAD ~ ,__ -+---+----------------+--+---+---t-----1 LJ..!_j ENGINEERING DEPARTMENT ~ :==='-========:::::::::======='-'==~ t------t--+------------------1---+---•---+-----t IMPROVEMENT PLANS FOR "A6 -!3U!LT" DATE INITIAL ENGINEER OF WORK REVISION DESCRIPTION LAKE CALAVERA REMEDIAL IMPROVEMENTS MARINE CONSTRUCTION SITE PLAN APPROVED WILLIA0-£-, PLUMMER ~~ ~ ~""'--1:z-11, qt; -+---+---.I DEPUTY CITY ENGiNEER PE 28176 EXPIRES 3/31 /08 DATE DATE INITIAL DATE INITIAL OTHER APPROVAL CITY APPROVAL DWN BY: ~Ac=".,---! CHKO BY: "'""=SW __ , RVWD BY: RJF PROJECT NO. 3821 I DRAW!NG NO. 411-6 001.-------------------------------------------------------------------------------------------------------------------------------------... 042007' Lsi-• ,_ ~- • ~-~ N .= ~o (J) UJ 0 ~ z UJ 0 ..J <{ ~ :E 0 ~ G') (J) ..J $. ~ <{ ~~ z ~ 0) ~ 0 C fr' w U) :::, 0~ 3 .., TOP OF CONCRETE TOWER··· MAX. OPERATING POOL EL 214.00 I ' I ----• ..!_ I ' I } EL 223.00 1'-4" 1. PREPARE TOP OF TOWER TO SUPPORT COFFERDAM. ~ BEN C. GERWICK, INC. ~ CONSULTING ENGINEERS 20 CALIFORNIA STREET. SU!TE 400 SAN FRANCISCO, CA 94111 ' 0 I " REMOVE EXISTING RAILS AND POSTS THAT INTERFERE WITH COFFERDAM SUPPORT BRACKETS. CONTRACTOR IS RESPONSIBLE TO CONFIRM TOWER ROUNDNESS. ' 00 I 0, 24" NEW CONCRETE A SECTION 3/8"=1' -011 WT RING ··· FLANGE i I I / I / f / I +---+---~T=O~P_O=F . ..· ···-1 CONCRETE EL 223.0' i 1 lj I \ A , I I , i I ,/ I ' I ·--. ---l.. I I ' I 2. HANG SEGMENTS OF CONCRETE T i ./ \ 3. BOLT SEGMENT ETHER, CO AND INSTA ED SEALING WHER .... :: ..... 0 I <D ' 0 I <D ' 0 I ,n ' 0 I I') ' 0 I -"11 ' \ TOP i TOP OF i COFFERDAM EL 218.0'' SPILLWAY C.REST EL 216.5' 4 C-8 ' \ ! I Rt~EDIA TION OF TING TOWER USING LIFT-IN \I AM ..... \J WT BOTTOM STIFFENER @ 45' INTERVAL (EXCEPT JOINTS) TOTAL 6 TS HOLD DOWNS @ 9D' INTERVAL TOTAL 4 1 "¢ A-307 BOLT WASHER & NUT @ 6".C. 1/2" 45' PL BRACES @ 1 '-0" O.C. WT 8x33.5 4"x2"x CONT CLOSED COMPRESSED TO 1 /2" G W/ STOP BUSHING \_L8x4x¾ STOP BUSHING FROM 1¼"¢ SCHED 80 PIPE x ½" LONG TACK TO 1 SIDE OF COFFERDAM ¾" SHELL PL 0 0 ' 0 I I . • " - NOTE: ---------------------·~---.... EXISTING 7'¢ _/ OUTLET TOWER (9' -8" 0.D.) (l NEW 24"¢ - INTAKE LINE ar--- 1 . N~----~1 , ~ I EL 223.00 I 'EL. 17'¢ LIFT-IN COFFERDAM WT 8x33.5 RING STIFFENER RIBS ¾" PL SKIN 2nd STAGE BOTTOM SUPPORT BRACKET FOR DEMOLITION & MODIFICATION (4 EA. AT 90' SPACING) TO BE INSTALLED BEFORE REMOVING EL. 188.0D PRESPRAY PRS706 INFLATABLE SEAL IN CHANNEL ALL MEMBER SIZES ARE PRELIMINARY. PORT #4~ . 4. INSTALL ANCHOR BRACKETS, DRILL AND INSTALL ANCHOR BOLTS AS REQUIRED. 5. INSTALL SUBMERSIBLE SUMP PUMP, INFLATE BOTTOM SEAL AND DEWATER COFFERDAM TO BELOW WORK AREA. CHECK SEALS FOR LEAKAGE. INSTALL PACKING SEALS WHERE REQUIRED. 6. DEMOLITION OF THE UPPER PORTION OF THE TOWER SHALL NOT BEGIN UNTIL ALL OTHER WORK INSIDE THE INTAKE TOWER IS COMPLETE. (THIS INCLUDES SLIP LINING OF OUTLET PIPE, AND INSTALLATION OF NEW PIPE). 7. WHEN WORK AREA IS LEAK FREE OR LEAK MAINTAINABLE, BEGIN CONCRETE DEMOLITION AND OUTLET WORK PER CONTRACT DRAWINGS AND REQUIREMENTS. 8. CONTRACTOR SHALL SEAL PORT #3 (EL.189 FT) AND PORT #4 (EL.179 FT) FROM OUTSIDE THE OUTLET TOWER USING 3D"¢ 1" THICK ASTM A316-SST PLATE ATTACHED TO THE TOWER WITH ASTM A316-SST CONCRETE ANCHORS PLACED 6" ON CENTER. 9. INSTALL NEW 24"¢ PIPE COMPLETE BEFORE REMOVAL OF COFFERDAM. ESS1a DISCIPLINE DWG NO C-7 0 !;). , Jr#~ I,,,, P.(;/~I, "AS BUil T" ~ z:, tf?/;u»,-,. 09-1,4·/tJ P.E. Z$a EXP. 3-,1-11. DATE fEV~W~: B:.A _W~~--~'~L-4,uL>\,,,_, tJ·t?,-tl> INSPECTOR I' DATE CITY OF CARLSBAD ISHEETSI ENGINEERING DEPARTMENT 38 TEMPORARY HANGER 1 VERTICAL JOINT DETAIL !----+--+---------------+---+--+---+---! IMPROVEMENT PLANS FOR: 2 -L8x4x)'z" DA TE INITIAL ENGINEER OF WORK LAKE CALAVERA REMEDIAL IMPROVEMENTS COFFERDAM -PLAN AND SECTION APPROVED WILL?, E_..-21.,l!,MMER ------------+---1---1--1----, -~~ , ~ /~/L~ ~~~---------f----+---,f----+----f DEPUTY C!TY ENGINEER PE 28176 EXPIRES 3/31/08 I ",4fJ·8UILT" DATE DAT£ INIT1AL DATE INITIAL REVISION OESCRIPTION OTHER APPROVAL CITY APPROVAL OWN BY: =Ac=•--1 CHKD BY: ~"s~•~-, RVWD BY: '"' PROJECT NO. 3821 I DRAWING NO. . 411-6 □□ .. -------------------------------------------------------------------------------------------------------------------------------------- 04200i . N 0 (I) w I 0 z z ~ 0 4; 0 ~ :E (I) 0 G) ..J 4; -~ ~ ~~ 0) -0 C fr' w V) :) 2'-0" \ 1" 16" 1" CLR NOMINAL \ \ 1 C-8 1" -HOOK PL 4 REQ'D ASTM A-572 GRADE 50 -1"¢ A-325 BOLTS IN 1" HOLES WT8x33.5 DETAIL 3/4"=1'-0" TOP OF CONCRETE EL 223.0' ¾" SHELL AS TM A572 GRADE 50 17' -D" 0.D ~ ' 0 I I!) ' 0 I 16" I-······-···· -------- 1 CONC CORE DRILL 1 o" FOR PART NO S7T1000900 g" LONG 1¼" WILLIAMS S-7 ANCHORS BOLT TYPE 8 TOP OF CONCRETE EL 223.0' ----------<-----~---h ---- ' 0 I b I "' C--':: -=-- 10" MIN. 1J CORE DEPTH --------------------___ __, __ PL 6x¾ L8x4x¾······'- - W.P. 3' -8" TS 6"x4"x¼" \ \ \ ' --- ....... • ··--.---r-- TOP OF COFFER_D_A~M~EL 218.0' -¾" SHELL WT 8x33.5 STIFF. ' 0 I I!) ' 0 I N CAN BE SHORTER-· I ½" LONG STOP BUSHING CUT FROM 1¼" SCH ED 80 PIPE WELD TO 1 SIDE CONT - ' 0 I N ' .,. I ' I!) ' ,,,., K_- . ¼V ½" RING PL ¾" PL ½" STIFF. @ 45' INTERVALS ----ROLLED C5x6.7 ( 1 ¾"FLANGE) -PACKING SPACE (IF REQ'D) 2¾" NOMINAL CLEAR · PRESRAY PRS 7D6 INFLATABLE SEAL IN CHANNEL (COMPRESSED SIZED) 4"x1" (EXPANDED SIZE) 4"x2 ¾" (DETAIL SHOWN ~ BEN C. GERWICK, INC, ~ CONSUL TING ENGINEERS 4 EL. 188.0' 1¾" 1 ------- ' .,. I .... 7·- RESRAY PRS _/ 7D6 IN C5x6.7 ¾" BOT PL\ j) I I •j) I --~ j) I _____ _j ----___ ___./ OUTLINE OF 4"x2" COMPRESSED FOAM NEOPRENE SEAL (CLOSED CELL) GLUE TO 1 SIDE OF COFFERDAM W / BUSHING STOPS 1 "¢ A-3D7 @ 6" -0.C --6x¾ SEAL CONTAINMENT PLS 1 EA SIDE OF JOINT NOTE: WHEN BOLTED TOGETHER HALF ROUND SHELLS BUTT TIGHT TOGETHER, 6x¾ SEAL I CONTAINMENT PLS ARE SPACED ½" APART , 45' PL BRACES @ 1 '-D" O.C. EB ¾" BOT PL A572 GRADE 5D _j_ 1"NOMINAL CLEAR (DETAIL SHOWN AT JOINT) DETAIL 1 1/2"=1'-o" NOTES: 1. UNLESS SHOWN OTHERWISE, STRUCTURAL MATERIALS ARE: STRUCTURAL SHAPES -ANGLES AND T-SHAPES ASTM A572 GRADE 50 STEEL PLATES -ASTM A5 72 GRADE 5D TUBE SECTIONS -ASTM A5DD GRADE B FASTENER -ASTM A325 ANCHOR BOLTS -WILLIAMS S-7 TYPE B ANCHOR BOLTS 5 i ---_J 16" --~-I CONC 1--i- 1 O" MIN 1¼''-J CORE DEPTH 2¾" NOMINAL 3 ( CORE DRILL 10" FOR PART NO S7T1000900 9" LONG 1¼" WILLIAMS S-7 ANCHOR SOLT TYPE 8 HOLES TO BE FILLED WITH CEMENTITIOUS GROUT BY DIVER AFTER COFFERDAM REMOVAL. ¾" SHELL '¾shTYP EL. 194.0' SHELL . WT VERT. BRACE @ 4 PLACES EL. 191.o' b DETAIL I \ \ \ \ 1 O¼" FLANGE 1)fo" THK EL. 188.0' -····· WT 8x33.5 STIFF @ 45' 1'.'' BOT PL I "' ' 0 I N C-8 3/4"=1'-o" 1 '-2" ' ,,,., I I/--½" PL HOLES @ 8" O.C THIS LINE ' N I ' f:' co ----------l_ ---+---. ~ -$-- ' "" ¾" SHELL , 6 --······ DETAIL 3"=1'-0" ~ANCHOR -~ BOLTS !"-TS 6"x4"x¼" DISCIPLINE DWG NO C-8 v ¾" A-325 BOLTS @ 6" 0.C IN 1'¾s¢ HOLES "AS BUil T" ~ ~ ~#->t.-09-14:-ta DETAIL P.E. Z8(7" EXP. 3 -:)J• /2,. DATE 3"=1'-0" REVIEWED BY: I~~ ~("1/ f§-t'!.-to DATE ~ CITY OF CARLSBAD I SHEETJ 1----+--+----------------+----t--+----t--J ~ ENGINEERING DEPARTMENT 38 :====-=====:::::::::::==============-==~ I "/16· '!//LT" DATE INITIAL DA TE INITIAL DATE INITIAL ENGINEER OF WORK REVISION DESCRIPTION OTHER APPROVAL CITY APPROVAL IMPROVEMENT PLANS FOR LAKE CALAVERA REMEDIAL IMPROVEMENTS COFFERDAM • SECTIONS APPROVED WILLIAM~MMER ~-1"~ ... ...__ bl·//·~ DEPUTY CITY ENGINEER PE 28176 EXPIRES 3/31/08 DATE OWN BY: ~A~c"~- CHKD BY: ~"s~w_ RVWD BY: RJF PROJECT NO. 3821 ci ~ 20 CAUF"ORNIA STREET, SUITE 400 ~~. ____ ..;,SA·N•ffi•A~N~Cl~SC~O~.C-A•9•4•11•1--.1..-----------------------------------------------------------------------------------------------------------------------... 00 I DRAWING NO. 411-6 .,... • • ....... , 042007 N 0 (J) w I ~ ;1;; ~ <t: 0 ~ ~ =E _J 0 G') ~ .... ~ w ~ 0 <» ~ ~ 0) g E E ~ 0 8 Q_ I PROCESS LINES PRIMARY SECONDARY PUMP, BLOWER, COMPRESSOR AND FAN SYMBOLS CD tJ Q INTAKE SCREEN GEAR PUMP RECIPROCATING COMPRESSffi ACCUMULATOR RECEIVER AIR TANK ACTUATOR SYMBOLS f PNEUMATIC PNEUMATIC W/ SU.ENOID ELECTRICAL ELECTRICAL W/ POSITIONER HYDRAULIC MANUAL ~ SU.ENOD CCV L-12396 WORLD TRADE DRIVE, SUITE 312 0 ~ SAN DIEGO, CALIFORNIA 92128 !><J 1/1 J; l T GATE VALVE (NORMALLY OPEN) GATE VALVE (NORMALLY CLOSED) PLUG VALVE (NORMALLY OPEN) PLUG VALVE (NORMALLY CLOSED) BALL VALVE (NORMALLY OPEN) BALL VALVE (NORMALLY CLOSED) BUTTERFLY VALVE GLOBE VALVE DIAPHRAGM VALVE FLOAT VALVE PINCH VALVE VENT SAMPLE FLUSHING AIR AND /OR VACUUM RELEASE VALVE . . N VALVES CHECK VALVE KNIFE GATE VALVE PRESSURE AND VACUUM RELIEF VALVE VACUUM RELIEF VALVE OR PRESSURE RELIEF VALVE LEVEL SENSING PROBE PRESSURE REDUCING -- VALVE FLOW BACK PRESSURE VALVE FLOW BALL CHECK VALVE MUD VALVE ~ REDUCE PRESSURE ' ~ ' BACKFLOW PREVENTER 41- I MISCELLANEOUS MECHANICAL EQUIPMENT SYMBOLS CABINET MOUNTED EQUIPMENT: CHLORINATORS, SULFONATORS, ANALYZERS OR SAMPLERS CYCLONE WASHER w STORAGE BIN fS..?Sd SCREENING PRESS 'L ',/ '-L ',/ V V DIFFUSER HEADER BAR SCREEN, MECHANICAL ~ "-GRIT WASHER ~ 0 EXHAUST SILENCER LEVEL SIGHT GAUGE PRESSURE REGULATING VALVE BACK PRESSURE REGULA TING VALVE PRESSURE BALANCE OPERATED VALVE VALVE WITH HAND OPERA TOR SOLENOID VALVE VALVE WITH DIAPHRAGM OPERATOR NEEDLE VALVE POSITIONING VALVE GRINDER C===[J::::::J Yo r --1 0 I vss I ---'VVv S:7 PIPELINE DEVICE SYMBOLS ROTAMETER INJECTOR FLEXIBLE COUPLING MIXER DRAIN AIR VENT BLIND FLANGE, CAP OR PLUG STRAINER REDUCER OR INCREASER FLAP GATE HOOK UP VARIABLE STROKING SPEED FLEXIBLE TUBING [ l @] /p'-1 I _,, -I )>------- SLUICE GATE (NORMALLY OPEN) SLUICE GATE (NORMALLY CLOSED) CALIBRATION CHAMBER PULSATION DAMPER FABRICATED SLIDE GATE SIGHT GLASS GAUGE WITH COCK PRESSURE SWITCH DIAPHRAGM SEAL ANNULAR DIAPHRAGM SEAL AIR, WATER, HYDRAULIC OR ELECTRICAL SUPPLY IDENTIFICATION AND REFERENCE SYMBOLS WATER SURFACE ELEVATION PROCESS LINE REFERENCE '1--, --~( __ P_2_<-"-PROCESS LINE REFERENCE P10100 TYPE Q 6P HP CENTRIFUGAL 100 GPM 50 FT 10 EQUIPMENT CALLOUT PUMP OR BLOWER TYPE, FLOW AND HEAD DATA BOX PIPING DESIGNATIONS NEW PIPING r--PIPING SYSTEM SYMBOL; ,-l, SEE UST THIS ORA W1NG -~'---'--( 4" SA ) PIPE SIZE __r BA BACKWASH AIR HY HYDRAULIC RW RAW WATER STA STARTING AIR NOTES 1. THESE PROCESS SCHEMATICS ARE PRESENTED IN DIAGRAMMATIC FORM TO SHOW PROCESS FLOWS, CONTROL CONCEPTS ANO UNIT OPERATING PARAMETERS, AND AS SUCH ARE NOT INTENDED TO SHOW ALL VALVING, PIPING AND INSTRUMENTATION SYSTEMS. "AS BUILT" ~ '/-~ 09-/4•/tJ P.E. ,Z3l7' EXP. ;!,•}/•/7 DATE R,£!1~WED BY: ·I..V~ INSPECTOR ---+---1------------------1----1----1---+---t IMPROVEMENT PLANS FDR: DA TE INITIAL DA TE INlTlAL DATE INITIAL ENGINEER OF WORK REVISION DESCRIPTION OTHER APPROVAL CITY APPROVAL LAKE CALAVERA REMEDIAL IMPROVEMENTS PROCESS SCHEMATICS, SYMBOLS AND NOTES APPROVED .WILLIAM~MMER 4~6 ~---,__, 12-//•126 DEPUTY CITY ENGINEER PE 28176 EXPIRES 3/.31/08 DATE OWN BY: DC/NL/RM I CHKO BY: JJ/MS/TV RVWD BY: AB . PROJECT' NO. 3821 I DRAWING NO. 411-6 3: <( E N G I N E E R S (1158)6111-1704 FaxlBS8)618-S463 oo""'l:!ffl'!!l!""!!l=----ffll'ffl'~-'---------..i.-----------------------------------------i----------------------------------------------------------.J C: \0WG12\CLSB-JP.OWC 12/12/94 042007 . , ' ' I ~ ~ 22 (/) ~ ~ ~ 0 ~ =E 0 G) -~ ~ ~~ a, 5 C 0 0 E E ~ Q "' 0 IL I HYDRAULIC OIL )>-- RESERVOIR ATMOSPHERIC AIR ATMOSPHERIC AIR CCV L 12396 WORLD TRADE DRIVE, SUITE 312 SAN DIEGO, CALlfORNIA 92128 E N G I N E E ll S (8SB)618-l704 Fe~(8SBl618-5463 C: \DWG12 CLSB-JP.DWG 12/12 94 ►® GEAR PUMP I---( 3L4" HY ) - - ACCUMULATOR --- '/ ' , , -. , , ' RECIPROCATING COMPRESSOR (2) ( 3L4" HY ) • • I 5 GAL RECEIVER AIR TANK ~ ~ ' ' -' ' 400 GAL RECEIVER AIR TANK ::: ( 3L4" STA) --"" 90 GAL RECEIVER AIR TANK ( 3L4" HY ) }E_ ( 3L4" HY) "L:>"' • ( 3L4" HY ) s ( 3L4" HY ) " V1 ( 3L4" HY ) -"L "'"' • ( 3L4" HY ) . s ( 3L4" HY ) ( 3L4" HY ) -. • 0L4" HY) • ( JL4" STA) -, L§_j pl§J w ( 3" BA ) ' ( 3L4" STA) . - L§J p L§J ' ( 3" BA ) -----~ ( 3" BA ) ( 3L4" STA) . ' L L§J p L§J --~( 3" BA ) s (3L4" STA) A ( 3L4" STA) V, ',' • ( 3/4" STA) ( 3L4" STA) }E_ ( 3L4" STA) • "L "'"' • ( 3L4" STA) s ( 3L4" STA) ( 3L4" STA) • ( 3L4" STA) " -'_,_,,,,, ·--_, ,., ____ ,, ____ -' . .. . - ,,,,,,,,► • 1 H H I p p I I I ' I )RESERVOIR WATER) I I , I I I I I I I I I INTAKE SCREEN -• . H H ' p p I I I ' I )RESERVOIR WATER) I I , I I I I I I I I . INTAKE SCREEN • • H H p p I I I I I )RESERVOIR WATER) I I " I I I I I I I INTAKE SCREEN . ----► ( 24" RW ) ( 24" RW ) • • I OUTLET PIPE ( 24" RW ) • ► ~ " "' • " N '-' . - ~ " "' • " N '----\ ~ " "' • " N '-' ,h -~ - " "' • 0 ,,, '-' ' . OUTLET BOX DISCIPLINE DWG NO --------·------·----,. __ -------,_ . --· -----·-·---'•"'"" .. --------► P2 "AS BUil T" PE. Zfl~ EXP . .3 •3 l·t'.a-DATE REVIEWED BY: W Jt.L... L,11,.,., 6-t~-1() INSPECTOR Ir DATE i------t---t------------l---l--l---i--lfSHwl CITY OF CARLSBAD I SHEETS I l__!U ENGINEERING DEPARTMENT 38 f---f---+-----------------4----J---_J_ __ _J_ _ _J IMPROVEMENT PLANS FOR: LAKE CALAVERA REMEDIAL IMPROVEMENTS OUTLET VALVE SYSTEM PROCESS FLOW DIAGRAM i-----t--t-----------------J----i---+.---1---1 ~,%. W~IA~=-/2•//-"' ------+-----!----+---+---~ DEPUTY CITY ENGINEER PE 28176 EXPIRES 3/31/08 DATE DWN BY: DG/Nl/RM PROJECT NO. I DRAWING NO. CHKD BY: JJ/MS/lV 3821 411-6 RVWD BY: AB ''118·/JU!lT'' DATE INITIAL ENGINEER OF WORK REVISION DESCRIPTION DA TE IN!TIAl DATE I Nill Al OTHER APPROVAL CITY APPROVAL -, I '1 ,, 1 " ' .. -11--------------------------3'--'2'-----o"-------------__..----------------11--1_" I 3 .. C 0 0 E E ~ ..... / 4 ' ... .. A3, I A3/,,. ,., I I " " \ _J1_ ____ 7 ,---------------------------I ; I V I l 4 " I I / I ' I I I I _/ I I ' ' / I I I I I lJf'~ I I I I I I I I I I I I I I I I I I I I I I I I I I I I - I I I I I I I I I l L i i ' ' ' L 1---i I I I \ I I I i \ I r 11 I I I v I ( I I \{'<-----r----'--1 ~~~+.-Ill \'t---r----'-1~+-YI '------1~------'l--+r--ll I ~ I I I h------11--------______ L....L ______ -----11""------------7y-------------- II II I! 11 " ROOF PLAN SCALE: 3/8" • 1' . . CGv L 12396 WORlD TRADE DRIVE, SUITE 312 0 ~ SAN DIEGO, CALIFORNIA 92128 - -ASPHALT SHINGLES - RIDGE CAP 4 A3 GUTTER 32• o· --------------------------· ______ , 7'-4" _, 3'-4" ______ 1 --- -- (D[I] I ' ' 1" THICK ~ EXPANSION -. JOINT ' I~ -8" CMU [}]~ CONTROLS ROOM ~ .... 8 ~ I .. ✓ 1 ..., -., -f---'-A3, - I ' .. --. (ill] (D[I] 8" 3'-4" 2· -o· 2'-8" ------------------- \_5' SIDEWALK, TYPICAL SEE DETAIL 9 / A3 LEGEND CD @ [I] DENOTES DOOR NUMBER PER SCHEDULE ON SHEET A2 DENOTES LOUVER OR VENTILATOR LETTER PER SCHEDULE ON SHEET A2 DENOTES FINISH NUMBER PER SCHEDULE ON A2 - ---- FLOOR PLAN SCALE: 318" = 1' 11, ''4S 8t/lLT" DATE INITIAL ENGINEER Of WORK REVISION DESCRIPTION 21'-4" - 2'-8" 10'-8" (ill] I MECHANl<;AL ROOM @[I] -- 6' -8" 8'-D" "'~< '''"'o -~ ~~ ~~ . BAS.9}: ( '~i OG,~ "' ~ Q o NO. C51335 i ,. m ~ fXP. JUNI 311, 1D01 n, • 1c. ,!.. .,, • ., "" ,r,: r-, - J-. CJVt\. ~ " o" 0,:-CA\.lf DISCIPLINE DWG NO A1 "AS BUil T" -_/_.,_ /;~ '(22-1+•/I . PE. Z9..l2~ EXP. '2>•ll-l Z-DATE &v)~ lJp,,, ~--11-w # INSPECTOR DATE L1r] CITY OF CARLSBAD ~ 6 ENGINEERING DEPARTMENT 8 IMPROVEMENT PLANS FOR: LAKE CALAVERA REMEDIAL IMPROVEMENTS OPERATIONS BUILDING PLANS ~X>Z,.;Wl~A~~::,._ /2-ll•tJ6 DEPUTY CITY ENGINEER PE 28176 EXPIRES J/31/08 DATIC OWN BY: DG/NL/RM I I DRAWING NO. DA TIC INfflAL DATE !Nli1AL PROJECT NO. CHKO BY: JJ/MS/TV 3821 OTHER APPROVAL CITY APPROVAL RVWD BY: Aa 411-6 ~ <C E NG I N E E R $ l858)61M704 Faxl858)618-5463 oo""'ffl~~~~----------------------------------------~,;;::::,;;::::,;;::::,;;:::::::::::::::.J ~ \0WG12 CLSB-!P.DWG 12 12/94 l N 0 C 0 0 E E ii w V1 ::, '-' 0 _J '-' ill "g; ox NI Osr <(0 I sr -N ! oN <( I I " ~~ t NCO ~ /f- <O I f ox 01 I "\" _o 0" -N f ~N 15 .. a V1 vib ~ -O'. ax g C ~ J a ~ E a a -0 O<l) <.) •• CX) m " .'.l 8 lo ""' ! 0 /. " .... j N N N a. /m i a.:: (/) (j~ 3'< ~ 00 MARK CD @ EXHAUST FAN DAMPER ill-- MOTION f SENSORED FLOOD LIGHT RIDGE CAP / ASPHALT I}] / SHINGLES MC 12x10 FASCIA[ij 6 TYPICAL c:2:c [ SHAPE ENDS OF "MC" TO COVER GUTTER, TYPICAL SIDEWALK, TYPICAL SEE DETAIL E/ A3 SOUTH ELEVATION SCALE: 318" = 1' LEGEND -8" CMU BLOCK IT] TYPICAL TOP OF PLATE TOP OF PLATE / / .JL,~L,~""-8" CMU BLOCK,-,i I TYPICAL L'.J ; T ' CX) I :, -ASPHALT I}] SHINGLES 0 -----MOTION SENSORED FLOOD LIGHT / / / / / / / / / / / / / ~ /~ -LOUVER ill WEST ELEVATION -·----· DOORCD[2] SCALE: 3/8• = 1' -RIDGE CAP[}] 0 ...----MOTION SENSORED FLOOD LIGHT CD @ [i] DENOTES DOOR NUMBER PER SCHEDULE ON SHEET A2 / / / 8" CMU BLOCK[Ij-.__________ TYPICAL '·~-'--' OPN'G SIZE w H 3'-4" 7'-f' 61 -8" 61 -811 DENOTES LOUVER OR VENTILATOR LETTER PER SCHEDULE ON SHEET A2 DENOTES FINISH NUMBER PER SCHEDULE ON A2 DOOR SCHEDULE TYPE FRAME 3'-,0" X 7'-2" x 1 3/4" SL-16 ALUMINUM SL -260 2" FLUSH ALUMINUM DOOR: HEAD A/A3, FACE x 6" DEEP JAMB B/A3, THRESHOLD D/A3 2-3'-2" X 6'-6" x 1 3/4" SL-16 ALUMINUM SL-260 2" FLUSH ALUMINUM DOORS: HEAD FACE x 6" DEEP A/A3, JAMB B/A3, THRESHOLD D/A3 • -IN CX) I 0, --DOWN SPOUT[i] HARDWARE • ro I :, EAST ELEVATION SCALE: 318" = 1' -STOREFRONT FUNCTION MORTISE LOCK PER 'SCHLAG£' L9070P-03A-US26D W/APPROVED CITY LOCK TUMBLERS -SECURITY HINGES STANDARD WT S.S. 'HAGAR' B 1191-NRD 4 1/2 x 4 1/2-USD (4 EA PER DOOR) -'REESE' 7720 WEATHERSTRIP -BUILDERS BRASS WORKS FLR DOOR STOP F9078X -STOREFRONT FUNCTION MORTISE LOCK PER 'SCHLACE' L907DP-03A-US260 W/APPROVED CITY LOCK TUMBLERS -SECURITY HINCES STANDARD WT S.S. 'HAGAR' BB 1191-NRP 4 1/2 x 4 1/2-US32D (4 EA PER DOOR) -'REESE' 7720 WEATHERSTRIP -BUILDERS BRASS WORKS FLR DOOR STOP F9078X-US26D -BUILDERS BRASS WORKS FLUSH BOLT 5021-12" -US26D AT BOT; BOLT 5121-18"-US26D AT TOP / / / / / -LOUVER ill DOOR CDW DATE ·--··· - INITIAL GUTTER 2 SYSTEM TYPICAL DOWN SPOU T[ij DOWN SPOUT 2 TYPICAL --5' ~DE SIDEWALK, TYPICAL SEE DETAIL E/A3 /1\ ''118 81/ILT" C A3 MARK @ ® © MARK IT] [i] QJ IT] I}] - CCV L 12396 WORLD TRADE DRIVE, SUITE 312 SAM DIEGO, (AL!fORNIA 92128 ENG IN E ER S !858)618-1704 Fax(858l618-S4£3 ENGINEER OF WORK REVISION DESCRIPTION C: OWG12 CLSB-!P.DWG 12 12/94 ,---ASPHALT I}] / SHINGLES MC 12x10 FASCIA [i] 6 TYPICAL FLOOD LIGHT J NORTH ELEVATION SCALE: 318" = 1' ~I 'T~ --II _r_--=r:::=:c::- ·-SHAPE ENDS OF "MC" TO COVER GUTTER. TYPICAL SIDEWALK, TYP 8" CMU BLOCK IT] TYPICAL WINDOW/LOUVER/VENTILATOR SCHEDULE OPN'G SIZE TYPE w H 2' -8" 2'-8" 8 X 8 X 4 GLASS BLOCK 1'-011 1 '-0" LOUVER 1 '-o" 1 '-o" WALL MOUNTED FAN & DAMPER, 1 / A3 FINISH SCHEDULE FINISH SPLIT FACED CONCRETE BLOCK MASONRY UNITS, 8x8x16 COLORS: RCP BLOCK & BRICK-PADRE W/BLACK CINDERS; MORTAR-GREY HIGH-CLOSS PAINT PER SPECIFICATIONS SECT. 09900 COLOR: 'SEDONA' BY SINCLAIR LOUVER WITH FACTORY APPLIED BAKED ENAMEL FINISH COLOR: 'PATINA' BY SINCLAIR CLEAR 'THICKSET' GLASS MASONRY BLOCK UNITS, 8x8x4 'DECORA' PATTERN BY 'PC GLASS BLOCK' ASPHALT SHINGLES (ORCANIC FELT CRANULED SURFACE) TYPE 1 COLOR: 'DOVE GRAY' (BY CERTAIN TEED CORP.) ~oFesa,0 • ,i, DISCIPLINE DWG NO A2 ~ ~ 6AS,t}'. '1( "AS BUil T" "V' OG, <°,. -_,.. ~ Q I NO. C51338 Z ~r:~ , !:{,~"" ::: /2'&/4-•/~ • .=t ~ -'.►. CIVIC ''J1..f-, P.E. '2-tln, EXP. 3-~L-l'L. DATE ,, ~ OF Cft,.\.\f/jt REVl:u: BY: l{) VI, l~ 8-1 l -er, INSPECTOR DATE CTr] CITY OF CARLSBAD ~ 7 ENGINEERING DEPARTMENT 8 IMPROVEMENT PLANS FOR: LAKE CALAVERA REMEDIAL IMPROVEMENTS OPERATIONS BUILDING ELEVATIONS ;;r~.rlLt:AM~:~. kLl•t2.'- DEPUTY CITY ENGiNEER PE 28176 EXPiRES 3/31 /08 DAIT DWN BY: DG/Nl/RM I I DRAWING NO. PROJECT NO. DAIT 1Nl11AL DATE INITIAL CHKD BY: LJ~S/1Y_ 3821 OTHER APPROVAL CITY APPROVAL RVWD BY: AB 411-6 042007 :·•- N C 0 0 E E -----FAN PER MECH'L CAULKING, T & B----------1\ /VDRAWINGS I I I I I I / I V I /I 1, .050" ALUMINUM j / \ j FLASHING AT SILL~ V \I OF OPENING ~rF-;;;-~- FINISHG] -~ ,, EXTERIOR I ! INTERIOR I FAN / DAMPER • SECTION , 1' 3"=1'-D" A1 . MASONRY ANCHOR ( 3 PER HEAD ) I EXTERIOR I CAULK --- 1 ¾" HOLLOW ----.,. METAL DOOR ! INTERIOR I CAULK DOOR FRAME '---WEATHER STRIPPING DOOR HEAD DETAIL A A2 WIDTH AS SPECIFIED 1-1/4" 12 ~ i.o 4" SMOOT FINISHED CONCRETE WWF 6X6-W4XW4 CENTER IN SLAB -JOINT FILLER REQUIRED BETWEEN ADJACENT CONCRETE SURFACES 4" AGGREGATE BASE NOTE: PROVIDE 1/8"X 1/2" DEEP JOINT EVIERY 4 FT AND FULL JOINT WITH PREFORMED JOINT FILLER EVIERY 2D FT. CONCRETE WALK DETAIL E A2 RIDGE CAP PER PLAN AND SCHEDULE PER PLAN AND ---ADD'L LAYER OF SCHEDULE FELT OVER RIDGE NAILER AS WEATHER BLOCK PER PLAN RIDGE BEAM PER PLAN RAFTERS AT RIDGE BEAM SECTION / 2' 3"=1'-o" A1 j 1NTIERIOR j MASONRY ANCHOR ( 3 PER JAMB ) I EXTERIOR I 1J/+° HOLLOW METAL DOOR DOOR JAMB DETAIL / B , A2 DOOR FRAME ~-WEATHER STIRIRPING .063 AL FLASHING FINISH0 • ;::.;. ~ • ~ ALUMINUM GUTTER SYSTEM PER (c\ 'C!!J 'L\ RAFTER 16d GALV O 12" O.C. 2x P.T.D.F. RIP TO MATCH DEPTH W/ BOT OF NAILER & TO FORM TOP TO FOLLOW SLOPE 114 x 4½" CTRSK. HEAD S.S. 316 WOOD SCREW 0 32• o.c. ------ #10 x 3" CTRSK. HEAD S.S. 316 WOOD SCREW 0 12" o.c. 2x8 P.T. DFL CONT. CHANNEL FASCIA PER ELEVATIONS 2 ROWS BN-- 4x CONT. NAILER SAWCUT TOP OF WALL TO FORM SLOPE RAFTER PER PLAN CMU WALL ALUMINUM GUTTER RAFTERS AT CMU WALL SECTION '4 ~ SNAP-OVER FASCIA SECTION 1"=1'-0" SUPPORT BRACKET-+--../ & RETAINER 3 A1 GUTTER INSIDE STRAP 1 /" /2 - 1"=1'-D" A1 DOOR PER SCHEDULE WEATHER STRIPPING SLOPE 1/4":12" A' .. , A' , , ' V V .,,._ . . . , A. y , . . ., A , .. , A . , . A' , ,A . , ALUMINUM GUTTER SYSTEMFINISHW DOOR THRESHOLD DETAIL 3"=1'-o" , C' DETAIL / D , A2 1 "AS BUil T" DISCIPLINE DWG NO A3 ~ &~4f'1..,-()9-14-·1<2 P.E.~!Jt/6 EXP. 3~3(-1,J._ DATE INSPECTOR fsHml CITY OF CARLSBAD ISHEETSI l----+---+---------------1----+---+--~f----l ~ ENGINEERING DEPARTMENT 38 ~==='-~======='========~::::::=::; 1-----+---+--------------+---f---1----+--I IMPROVEMENT PLANS FOR: LAKE CALA VERA REMEDIAL IMPROVEMENTS ARCHITECTURAL STANDARD DETAILS APP~O:! : WILl,IA~UMMER l----+--+-------------+----1---+--~--l . 4?~ 't:_, ~ _,....,,,"'--~-/Z.-.11-,,, l-----t---+~~~~~~---------t-----1---+--~--l DEPUTY CITY ENGINEER PE 28176 EXPIRES 3/31/08 DATE "46-Bt/lLT" OWN BY: =L/RM I PROJECT NO. I DRAWING NO. DATE INITIAL DATE INITIAL C fM / REVISION DESCRIPTION RHVKI'~ BBYY,.· J! Asa r; 3821 411-6 OTHER APPROVAL CITY APPROVAL ·vu DA TE !NI TIAL ENGINEER OF WORK CCV L 12396 WORLD TRAD£ DRIVE, SUITE 312 (:i ~ SAN 01€GO, CALIFORNIA 92128 3: <C ENG I NE EA S (85B)61B+1704 Fa~(858)618+5463 aa~!!i!!!!'~~!'!!!!'----~l'l"!'~_.-----------------------------------------------•-------------------------------------------------------------..1 ., WG12 CLSB-JP.OWG 12 12 94 042007 N "' 3 " GENERAL NOTES: 1. THE PROJECT SPECIFICATIONS SHALL BE PART OF THE CONTRACT OOCUMENTS. 2. THE STRUCTURAL ORAWINGS ARE TO BE USEO IN CONJUNCTION WITH ARCHITEGTURAL DRAWINGS. 3. THE CONTRACTOR SHALL REVIEW EXISTING CONDITIONS ON THE SITE DURING . THE BIDOING. THE CONTRAGTOR SHALL VERIFY ALL OMENSIONS PRIOR TO STARTING WORK. THE ARCHITECT AND ENGINEER SHALL BE NOTIFIEO OF ANY OSCREPANCIES OR INCONSISTENCIES PRIOR TO PROCEEOING. 4. UNLESS OTHERWISE SHOWN OR NOTEO, ALL PHASES OF WORK ARE TO CONFORM TO THE MINIMUM STANOARDS OF THE CALIFORNIA BUILDING CODE (1998 EOITION U.8.C.), RELATEO UNIFORM BUILOING COOE STANDAROS (1997 EDITION), AND ANY A.S.T.M. SPECIFICATIONS WHICH THESE STANOARDS ARE BASEO. WHERE CONFLICT BETWEEN BUILDING COOCS AND SPECIFICATIONS OCCUR, THE MOST STRINGENT REQUIREMENTS SHALL GOVERN. 5. ALL A.S.T.M. DESIGNATIONS REFERRED TD ON THESE ORAWINGS SHALL BE THE LATEST ADOPTEO OR REVISEO SPECIFICATION, AS OF THE OATE OF THESE DRAWINGS. 6. ALL DIMENSIONS SHALL TAKE PRECEOENCE OVER SCALE SHOWN ON PLANS, SECTIONS ANO OCTAILS. ORAWINGS SHALL NOT BE SCALED FOR CONSTRUCTION PURPOSES. 7. NOTES ANO DETAILS ON THE DRAWINGS SHALL TAKE PRECEOENCE OVER GENERAL NOTES AND TYPICAL OETAILS. 8. THE STRUGTURAL DRAWINGS SHOW ONLY THE BASIC STRUGTURAL REQUIREMENTS. REFER TO CIVIL, ARCHITECTURAL, MECHANICAL, PLUMBING, AND ELECTRICAL ORAWINGS FOR NaN-STRUCTURAL ITEMS, SUCH AS: A. SIZE ANO LOCATION OF ALL OPENINGS. 8. SIZE ANO LOCATION OF ALL NON-BEARING WALLS. C. SIZE AND LOCATION OF ALL CONCRETE CURBS, WALKS, ROOF ANO FLOOR ORAINS, SLOPES, OCPRESSEO SLAB AREAS, ETC. D. FLOOR, ROOF AND WALL FINISHES. E. DIMENSION NOT SHOWN ON STRUCTURAL ORAWINGS. 9. THE STRUCTURAL CONTRACT OOCUMENTS ANO SPECIFICATIONS REPRESENT THE FINISHED STRUCTURE. UNLESS OTHERWISE INOICATED, THEY DO NOT INOCATE THE METHOD OF CONSTRUCTION. 1 O. NEITHER THE OWNER NOR THE ARCHITECT /STRUCTURAL ENGINEER WILL ENFORCE SAFETY MEASURES OR REGULATIONS. THE CONTRACTOR SHALL, AT HIS OWN EXPENSE, OCSIGN, CONSTRUCT ANO MAINTAIN ALL SAFETY OEVICES, INCLUOING SHORING AND BRACING ANO SHALL BE SOLELY RESPONSIBLE FOR CONFORMING TO ALL LOCAL, STATE AND FEOCRAL SAFETY AND HEALTH STANOAROS, LAWS AND REGULATIONS. OBSERVATION VISITS TO THE SITE BY THE STRUCTURAL ENGINEER SHALL NOT INCLUOC INSPECTION OF THE ABOVE SAFETY ITEMS. 11. SATISFACTORY EXECUTION OF CONSTRUCTION IS DEPENDENT UPON CONFORMANCE WITH THE INTENT OF THESE DRAWINCS. CONTRACTOR SHALL RETAIN A CALIFORNIA LICENSEO CIVIL OR STRUCTURAL ENGINEER OURING CONSTRUCTION TO OBSERVE THE CONSTRUCTION ANO STATE THAT THE STRUCTURE HAS BEEN BUILT IN GENERAL CONFORMANCE WliH THE INTENT OF THESE ORAWINGS. 12. CONSTRUCTION MATERIALS SHALL BE SPREAD OUT IF PLACEO ON FRAMEO FLOORS DR ROOF. LOAO SHALL NOT EXCEED DESIGN LIVE LOAD FOR EACH PARTICULAR LEVEL. WHEN WEIGHT OF MATERIALS OR EQUIPMENT MAY EXCEEO OCSIGN LOAO, STRUCTURAL SYSTEMS SHALL BE SHOREO. 13. WHERE NO CONSTRUCTION DETAILS ARE SHOWN OR NOTED FOR ANY PART OF THE WORK. THE OCTAILS SHALL BE THE SAME AS FOR OTHER SIMILAR WORK. FOUNDATION: 1. ATTACH ONE COPY OF SOILS REPORT TD THE APPROVED SET OF CONSTRUCTION DOCUMENTS. SOILS REPORT SHALL BE PART OF THESE NOTES. PRIOR TO THE POURING OF CONCRETE ANO PRIOR TO THE CONTRACTOR REQUESTING A BUILDING OCPARTMENT FOUNDATION INSPECTION, THE GEOTECHNICAL ENGINEER SHALL INSPECT AND APPROVE THE FOOTING EXCAVATIONS. HE SHALL POST NOTICE ON THE JOB SITE AND ADVISE THE BUILOING INSPECTOR IN WRITING THAT THE WORK SD INSPECTEO MEETS THE CONOTIONS OF THE REPORT. A WRITTEN CERTIFICATION TO VERIFY THAT: A. THE BUILDING PAD WAS PREPARED IN ACCORDANCE WITH THE SOILS REPORT. B. THE UTILITY TRENCHES HAVE BEEN PROPERLY BACKFILLEO AND COMPACTEO, AND C. THE FOUNOATION EXCAVATIONS COMPLY WITH THE INTENT OF THE SOILS REPORT. 2. SOILS REPORT PREPARED BY: NINYO & MOORE GEOTECHNICAL & ENVIRONMENTAL SCIENCES CONSULTANTS PROJECT NO. 104468001 OATED NOVEMBER 19, 2002 3. SOIL REMOVAL AND RECOMPACTION SHALL BE DONE PER SOILS REPORT RECOMMENOATIONS UNOCR GEOTECHNICAL ENGINEER'S SUPERVISION ANO INSPECTION. 4. TYPE OF FOOTING: A. SHALLOW FOOTltyG SYSTEM MINIMUM EMBEDMENT 18" BELOW LOWEST AOJACENT GRAOC. OCSIGN SOIL PRESSURE: FOOTING TYPE SPREAD FOOTING CONTINUOUS FOOTING STATIC BEARING PRESSURE 2,000 P.S.F. 2,000 P.S.F. 5. SLAB BASE ANO COMPACTION TO BE IN ACCORDANGE WITH SOILS REPORT. 6. NO PIPES OR DUCTS SHALL BE PLACED IN SLABS OR WALLS UNLESS SPECIFICALLY DETAILEO OR APPROVED BY THE ENGINEER. 7. FOR ALL OMENSIONS, CURBS, SLAB DEPRESSIONS, STEPS, FLOOR DRAINS, FLOOR SINKS, TRENCHES, UNOCRFLOOR OUCTS ANO CONDUITS, SEE ARCHITECTURAL, MECHANICAL, REFRIGERATION, AIR CONDITIONING, PLUMBING, ELECTRICAL, ANO FOOOSERVIGE DRAWINGS, TRENCH BACKFILL AS PER SOILS REPORT REQUIREMENTS. 8. ALL WALLS RETAINING EARTH SHALL DRAIN TO DAYLIGHT OR OTHER DRAINAGE. 9. ALL ABANOONED FOOTINGS, UTILITIES, ETC., THAT INTERFERE WITH NEW CONSTRUCTION SHALL BE REMOVED. 10. THE CONTRACTOR SHALL OCTERMINE THE LOCATION OF UTILITY SERVICES IN AREAS TO BE EXCAVATED BEFORE BEGINNING EXCAVATION. EXERCISE EXTREME CAUTION IN EXCAVATING AND TRENCHING. OAMAGE CAUSEO AS A RESULT OF FAILING TO EXACTLY LOCATE AND PRESERVE ALL EXISTING UNDERGROUND UTILITIES ARE THE RESPONSIBILITY OF THE GONTRACTOR. 11. THE CONTRACTOR SHALL PROVIOE FOR THE DESIGN, APPROVALS, PERMITS, INSTALLATION AND MONITORING OF ALL CRIBBING, SHEATHING ANO SHORING REQUIRED TO SAFELY RETAIN TEMPORARY EXCAVATIONS. 12. ALL PLANTERS IN CLOSE PROXIMITY TO THE STRUCTURE SHALL HAVE AOEOUATE DRAINAGE OF SURFACE WATER TO PREVENT SATURATION OF SOIL UNDER FOUNOI.TION. 13. 1998 C.B.C. SEISMIC SOIL CATEGORIZATION (SECTION 1636.2) SEISMIC ZONE: 4 ZONE FACTOR: 0.4 SOIL PROFILE TYPE Sc REINFORCING STEEL: 1. ALL REINFORGING STEEL SHALL BE PLACED IN CONFORMANCE WITH THE U.8.C., ANO THE "MANUAL OF STANOARD PRACTICE" BY THE C.R.S.I. OR AS MOOIFIED BY THE CONSTRUCTION OOCUMENTS. 2. REINFORCING BARS SHALL CONFORM TO A.S.T.M. A-615, DEFORMEO CRADE 60, EXCEPT #3 BARS MAY BE GRADE 40. REINFORCING BARS THAT ARE TO BE WELDEO SHALL CONFORM TO A.S.T.M. A-706, OCFORMED GRADE 60. 3. WELDING OF REINFORCEMENT SHALL BE IN ACCOROANCE WITH A.S.T.M. A-706 WITH LOW HYOROGEN ELECTRODES ANO SHALL CONFORM TO U.8.C. STANDARD 19-1 AND STRUCTURAL WELONG COOE REINFORCING STEEL BY A.N.S.I. / A.W.S. 01 .4. MINIMUM TENSILE STRENGTH OF WELO METAL SHALL BE 90 K.S.I. ALL WELOING SHALL BE PERFORMEO BY CERTIFIEO WELOERS. 4. ALL REINFORCING BAR BENDS SHALL BE MAOC COLD, UNLESS OTHERWISE PERMITTED BY THE BUILOING OFFICIAL. 5. WELDED WIRE FABRIC SHALL CONFORM TO A.S.T.M. A-185, AND SHALL BE LAPPEO 1 SPACES AND 12" MINIMUM. 6. ODWELS BETWEEN FOOTINGS ANO WALLS OR COLUMNS SHALL BE LAPPED WITH THE SAME GRADE, SIZE, SPACING AND NUMBER AS THE VERTICAL REINFORCEMENT, RESPECTIVELY. 7. REINFORCING SPLICES SHALL BE MAOC AS INDICATEO ON THE ORAWINGS. 8. ALL VERTICAL REINFORGING SHALL BE CONTINUOUS BETWEEN TWO LEVELS, UNLESS NOTED OTHERWISE. 9. SLAB ON GRADE REINFORCING SHALL BE POSITION AT MID-DEPTH, UNLESS NOTEO OTHERWISE. 10. PROVIDE #3 SPACER TIES AT 2'-6" ON CENTER IN ALL BEAMS AND FOOTINGS TO SECURE REINFORCING BARS IN PLACE, U.N.O. 11. ALL REBAR SIZES ON THESE ORAWINGS ARE IN POUND -INCH UNITS. 12. PIPING ANO CONDUIT SHALL BE SO FABRICATED AND INSTALLED THAT CUTTING, BENDING, OR OSPLACEMENT OF REINFORCEMENT FROM ITS PROPER LOCATION WILL NOT BE REOUIREO. A.C.I. #6.3.12 DESIGN BASIS: COOC: 1998 C.B.C. (CALIFORNIA BUILOING CODE TITLE) CCR, TITLE 24, PART 2 GRAVITY LOADS: 1 . ROOF LIVE LOAO ROOF DEAD LOAD LATERAL LOADS: 1. SEISMIC ZONE 4 16 P.S.F. 25 P.S.F. SEISMIC SOURCE TYPE A OISTANCE TO CRITICAL SOURCE > 5 Km Z = 0.4 Co = D.40 No = = 1.D Gv = D.56 Nv = 1.0 R = 4.5 SEISMIC BASE SHEAR: V = 0.318W (ULTIMATE DESIGN) V = 0.227W (ALLOWABLE DESIGN) 2. BASIG WINO SPEEO & EXPOSURE: 70 M.P.H. EXPOSURE "B" CONCRETE: 1. ALL CONCRETE WORK SHALL CONFORM TO ALL REQUIREMENTS OF A.CJ. 318-LATEST EDITION "SPECIFICATIONS FOR STRUCTURAL CONCRETE FOR BUILOINGS", EXCEPT AS MODIFIED BY THE SUPPLEMENTAL REQUIREMENTS CONTAINED HEREIN OR SHOWN ON THE ORAWINGS. 2. ALL CONCRETE SHALL BE 150 P.C.F. HAROROCK, MIXEO PER A.S.T.M. C-94, AND SHALL HAVE A MINIMUM COMPRESSIVE STRENGTH OF 3,000 P.SJ. AT 28 DAYS. 3. THE MAXIMUM SIZE AGGREGATE IN FDUNQI.TIDN ANO MASS CONCRETE WORK SHALL BE 1 INCH. THE MAXIMUM SIZE AGGREGATE IN SLABS ON GRAOC, WALLS, ANO ALL OTHER CONCRETE SHALL BE 3/4" INCH. 4. CEMENT SHALL CONFORM TD A.S.T.M .. C-150, TYPE V, LOW ALKALI. AGGREGATES FOR NORMAL WEIGHT SHALL CONFORM TO AS.T.M. C-33. 5. AOMIXTURES ANO COLORS (EXCEPT AS NOTED HEREIN) SHALL NOT BE USEO UNLESS SUBSTANTIATING DATA IS SUBMITTED TO ANO ACCEPTED BY THE ENGINEER AND ARCHITECT OF RECORO. 6. CONCRETE MIXES SHALL BE OCSIGNED BY A OUALIFIEO TESTING LABORATORY. THE MIX DESIGNS SHALL CONFORM TO U.B.C. SEC. 1905. UNLESS NOTEO OTHERWISE. 7. NON-STRUCTURAL STEEL EMBEDDED IN CONCRETE SHALL BE GALVANIZED OR PAINTEO. ALL OAMAGED GALVANIZED AREAS SHALL BE REPAIREO PRIOR TO EMBEOMENT. 8. PROVIDE 2-#5 DIAGONAL BARS AT CORNERS OF WALL, FLOOR, ANO ROOF OPENINGS AND INSIDE GORNERS OF FLOORS. 9. PROVIOC WATERSTOPS IN ALL BELOW GRAOC FOUNQI.TION WALL GONSTRUCTION JOINTS. 1 D. READY MIXED CONCRETE SHALL CONFORM TO (A.S.T.M. C-94). 11. PLACEMENT OF CONCRETE SHALL CONFORM TO AC.I. 304. CLEAN AND ROUGHEN TO 1/4" AMPLITUOC FOR ALL CONCRETE SURFACES AGAINST WHICH CONCRETE IS TO BE PLACED. 12. ALL EXPOSED CONCRETE SHALL HAVE A SMOOTH FORM FINISH USING 8-8 PLYFORM, CLASS I, EXT-A.P.A. PLYWOOO. 13. ALL SLABS SHALL HAVE A TROWELEO FINISH EXCEPT AS NOTEO ON THE ORAWINGS. 14. ALL REINFORCING STEEL, ANCHOR BOLTS, DOWELS ANO INSERTS SHALL BE WELL SECURED IN POSITION PRIOR TO PLACING CONCRETE. 15. IF THE CONTRACTOR DESIRES TO MAKE ANY CONSTRUCTION JOINTS OTHER THAN THOSE SHOWN ON THESE DRAWINGS, HE SHALL SUBMIT OCTAILS OF CHANGES TO THE ENGINEER OF RECORO FOR REVIEW BEFORE STARTING WORK. 16. NO BRICK OR POROUS MATERIAL SHALL BE USED TO SUPPORT FOUNDATION STEEL OFF THE GROUNO. 17. PROVIOE 3/4 INGH CHAMFER ON ALL EXPOSED CONCRETE CORNERS, U.N.O. 18. SLEEVE PLUMBING OPENINGS IN SLABS WITH NON-CORROSIVE SLEEVE BEFORE PLACING CONCRETE ANO BEND REINFORCING AROUND SLEEVES. 19. ALL REINFORCING BARS SHALL BE PRDVIOCD WITH THE FOLLOWING CONCRETE MINIMUM COVER: FOOTINGS CAST AGAINST EARTH FORMED CONCRETE EXPOSED ' TO EARTH OR WEATHER BEAMS AND GIRDERS WALLS COLUMN TIES SLABS (Q11 ANO SMALLER) 2· 1 1 /2" 1 1/2" 1 1/2" 3/4" 20. CONGRETE CURING: TYPICALLY REQUIREO FOR 10 OAYS. I V/\\.F'\SIMON WONG ENGINEERING 'f ' STRtJC1VRAL & BRIDGE ENGINEERS 9968 Hibert Street. Suite 202 Son Diego, CA 92131 Tel. (858) 566-31 lJ FO)I. (858} 566-6844 "AS BUil T" 4-~Z:~ P.E ?.a/7, EXP.,3•3/•/Z... DISCIPUNE DWG NO S-1 DATE fsHml CITY OF CARLSBAD [SHITi's] ~====t===t==========================t====t===t===j===j l___!U ENGINEERING DEPARTMENT ~ f---+--+--------------l----1--_;_ _ __J _ _j IMPROVEMENT PLANS FOR: LAKE CALAVERA REMEDIAL IMPROVEMENTS TYPICAL STRUCTURAL NOTES -1 APPROVED WILLIAM §...£,L.!J~ER t C ' l ~ ~ ~-Jd"'k ,~_,, __ 11\ ''.4S·8tf/t.T" DEPUTY CITY ENGINEER PE 28176 EXPIRES J/31/08 DATE : .. CGvL ,,,,.w,RlOTRADEORIVE.SUITEl12 DATE INITIAL DATE INITIAL DATE INITIAL owN sY, SML I PROJECT No. I DRAWING No. , • \2~ SANO<GO,CALlfORNIA n11a ENGINEER OF WORK REVISION DESCRIPTION CRHVWKDD BBYY:. ENEN 3821 411-6 I ~ ~ E NG I N E E R s 1858)611-110< '"IBSB)61!-54'3 OlliER APPROVAL Cl1Y APPROVAL _ aa~~-~...._ ____________________ ___::::::::::::::::::::::::::::::::::::::=:::::::::::::::::::::::::::::::~ C: \OWG12\QSB-IP,DWG 1 f/12/94 0 ~ ~ "' " <ii w (/) :, LUMBER: 1, STRUCTURAL LUMBER SHALL TO STRESS-MARKED DOUGLAS FIR-LARCH S4S IN ACCORDANCE WITH GRADING AND DRESSING RULE NO. 16 OF THE WEST COAST LUMBER INSPECTION BUREAU (LATEST EDITION). 2. LUMBER SHALL NOT BE BORE OR NOTCHED, EXCEPT WHERE DETAILED. 3. SILLS AND PLATES IN CONTACT WITH CONCRETE OR MASONRY WITHIN 48 INCH OF CROUNO SHALL BE PRESSURE TREATED DOUGLAS FIR-LARCH, 4. PROVIDE 2x FIRE BLOCKING AT MID-HEIGHT OF STUD PARTITIONS OVER 8' -6' IN HEIGHT. 5, PROVIDE 2x SOLID BLOCKING AT ALL SUPPORTS FOR RAFTERS, CEILING JOISTS AND FLOOR JOIST EXCEPT WHERE RAFTERS OR JOISTS ARE SUPPORTED BY JOIST HANGERS, 6. ROOF SHEATHING INSPECTIONS SHALL BE MADE PRIOR TO COVERING. ALL STRUT CONNECTIONS SHALL BE COMPLETED PRIOR TO INSPECTION, 7. SEE DRAWINGS FOR SHEAR WALL SCHEDULE, HOLDOWN DETAILS, PANEL LOCATIONS, ETC. SHEAR PANEL NAILING SHALL BE SPACED AT LEAST 3/8 INCH FROM ALL EDGES. 8. METAL CONNECTORS SHALL BE "SIMPSON STRONG-TIE" OR EQUAL, EXCEPT AS SHOWN, FILL ALL HOLES OF THE PREFAB. CONNECTORS AS SPECIFIED BY MANUFACTURER. 9, LUMBER MINIMUM GRADE: A. HORIZONTAL MEMBERS: JOISTS AND RAFTERS PURLINS SU SPUR LINS: 2x4 2x6 OR LARGER 6x BEAMS AND LARGER 4x BEAMS AND SMALLER LEDGERS AND NALERS HEADERS TOP PLATES 8. VERTICAL MEMBERS: 2x4 STUDS, 8' -0" MAX. 2x4 STUDS, 8' -1" TO 14' -o• 2x6 STUDS AND LARGER POSTS NO, 1 AND BETTER NO. 1 NO. 1 NO, 1 NO. 1 NO, 1 AND BETTER NO. 1 AND BETTER NO, 1 AND BETTER MATCH VERTICAL MEMBERS NO. 1 NO. 1 NO. 1 NO. 1 AND BETTER 10, ALL BOLTS ANO LAG SCREWS SHALL HAVE STANDARD CUT WASHERS BETWEEN THE WOOD AND THE NUTS. SEE DRAWINGS FOR LOCATIONS OF PLATE WASHERS AS REQUIRED, BOLTS LAG SCREWS NUTS WASHERS A.S.T.M, A-307 A.N.S.I. 8-18 A.S.T.M, A-563 A.S,T.M. F-844 11. LEAD HOLES FOR LAG SCREWS SHALL HAVE THE SAME DIAMETER OF THE SHANK FOR THE UNTHREADED PORTION OF THE SHANK, AND 70% OF THE SHANK DIAMETER FOR THE THREADED PORTION, ALL LAG SCREWS SHALL BE INSERTED BY TURNING WITH A WRENCH AND NOT BY DRIVING WITH A HAMMER. 12. TOP PLATES OF ALL WOOD STUD WALLS SHALL BE TWO PIECE SAME SIZE AS STUDS EXCEPT AS NOTED OTHERWISE, LAP 4' -0" MINIMUM WITH NO LESS THAN 12-16d ANO NO MORE THAN SIX INCHES BETWEEN NAILS AT EACH LAP. 13. STRUCTURAL PLYWOOD FOR ROOF ANO WALLS SHALL BE A.P.A. RATED AS INDICATED ON THE DRAWINGS IN ACCORDANCE WITH U.S. PRODUCT STANDARD PS 1-74, 14, 15. 16. DOUBLE JOIST SHALL BE PROVIDED UNDER ALL PARALLEL PARTITIONS. ALL BOLTS, LAG SCREWS, AND WOOD SCREWS SHALL BE RETICHTENEO PRIOR TO THE APPLICATION OF DRYWALL, PL YWOOO, PLASTER, ETC, JOISTS MORE THAN 8 INCH DEPTH SHALL BE CONTINUOUSLY BRIDGED BY SOLID BLOCKINC, 2 INCH THICK AND THE FULL DEPTH OF THE JOIST, SPACED AT 8' -D' ON CENTER. 17, ALL NAUNG SHALL CONFORM TO TABLE NO. 23-11-8-1 NAILING SCHEDULE, USING COMMON WIRE NAILS. PREORILL ALL NAILS 2Dd AND LARGER AND WHERE REQUIRED TO PREVENT SPLITTING. 18. THE MOISTURE CONTENT OF WOOD MEMBERS SHALL NOT EXCEED 19%, BEFORE INSTALLATION. IT WILL BE THE RESPONSIBILITY OF THE INSPECTOR OF RECORD TO VERIFY THAT THE CONTRACTOR HAS SUPPLIED LUMBER OF THE PROPER MOISTURE CONTENT BEFORE INSTALLATION, THE USE OF A HANO HELO MOISTURE CONTENT METER IS ACCEPTABLE. CG V L 12396 WORLD TRADE DRIVE, SUITE 31l 0 ~ SAN DIEGO, CALIFORNI,\ 92128 NAILING SCHEDULE CONNECTION NAIUNG 1 JOIST to sill or girder, toenail 3-8d BRIDGING to joist, toenail each end 2-8d 1• X 6" (25 mm X 152 mm) SUBfLOOR or less to eoch joist, face nail 2-8d WIOER lhon 1• X 6" (25 mm X 152 mm) SUBFLOOR or less to each joist, face nail 3-8d 2• (51 mm) SUBFLOOR to joist or girder, blind ond face nail SOLE PLATE lo joist or blocking, typical face nail SOLE PLATE to joist or blocking, ot braced wall panels TOP PLATE to stud, end nail STUO to sole plate DOUBLE sruo. face nail DOUBLE TOP PLATES, typical face nail DOUBLE TOP PLATE, lop splice 2-16d 16d ot 16" (406 mml o.c. 3-16d ot 24" (610 mm o.c. 2-16d 4-8d toenail, or 2-16d end nail 16d ot 24" (610 mm) o.c. 16d ot 16" ( 406 mm) o.c. 8-16d BLOCKING between joists or rafters to top plate, toenail 3-8d RIM JOIST to top plate, toenail 8d ot 6" (152 mm) o.c. TOP PLATE, lop ond intersections, face nail 2-16d CONTINUOUS HEAOER, two pieces 16d ot 16" ( 406 mm) o.c. along eoch edge CEIUNG JOISTS to plate, toenail 3-8d CONTINUOUS HEAOER to stud, toenail 4-8d CEIUNG JOISTS, lops over partitions, face nail 3-16d CEIUNG JOISTSto parallel rafters, face nail 3-16d RAFTERS to plate, toenail 3-8d 1 • (25 MM) BRACE to each stud ond plate, face nail 2-8d I• X 8" (25 mm X 203 mm) SHEATHING or less to each bearing, face nail 2-8d WIOER than 1 • X 8' (25 mm X 203 mm) SHEATHING to each beoring, face nail 3-8d BUILO-UP CORNER studs 16d ot 24 • (610 mm) o.c. BUILD-UP GIROERS ond BEAMS 2• (51 mm) PLANKS WOOO STRUCTURAL PANELS ANO PARTICLEBOARO: 2 SUBfLOOR ond WALL SHEATHING (to framing): 1/2' {12.7 mm) ond less 1¾32 -3/4" (15mm -19 mm) 7 8" -I• (22 mm -25 mm) I 1/8" -1 1/4" (29 mm -32 mm) COMBINATION SUBfLOOR-UNOERLAYMENT (to framing): 3/4" (19 mm) ond less 7/8" -1• (22 mm -25 mm) 1 1/8" -1 1/4" (29 mm -32 mm) PANEL SIDING (to framing): 2 1/2" (12,7 mm) or less 5/8" (16 mm) flBERBOARO SHEATHINGJ 1/2" (12,7 mm) 25/32" (20 mm) INTERIOR PANEUNG 1.4• (6.4 mm) 3/8" (9.5 mm) 1. COMMON OR 80X NAILS MAY BE USED EXCEPT WHERE OTHERWISE STATED. 20d ot 32" (813 mm) o.c. ot top ond bottom ond staggered 2-20d ot ends ond ot eoch splice 2-16d ot each bearing 8 No. 11 go4 6d9 No. 16 go.8 No. 11 go4 6d9 No. 16 go. 2. NAILS SPACED AT 6 INCHES (152 mm) ON CENTER AT EDGES, 12 1NCHES (305 mm) AT INTERMEDIATE SUPPORTS EXCEPT 6 INCHES (152 mm) AT ALL SUPPORTS WHERE SPANS ARE 48 INCHES (1219 mm) OR MORE. FOR NAIUNG OF WOOD STRUCTURAL PANEL AND PARTICLEBOARD DIAPHRAGMS ANO SHEAR WALLS, REFER TO SECTIONS 2315A.3.3 ANO 2315A.4. NAILS FOR WALL SHEATHING MAY 8E COMMON, BOX OR CASING. 3. COMMON OR DEFORMED SHANK 4. COMMON 5. DEFORMED SHANK 6. CORROSION-RESISTANT SIDING OR CASING NAILS CONFORMING TO THE REQUIREMENTS OF SECT!ON 2304A.3. 7. FASTENERS SPACE 3 INCHES (76 mm) ON CENTER AT EXTERIOR EDGES AND 6 INCHES (152 mm) ON CENTER AT INTERMEDIATE SUPPORTS. 8, CORROSION-RESISTANT ROOFING NAILS WITH 7/16-INCH-DIAMETER {11 mm) HEAD AND 1 1/2-INCH (38 mm) LENGTH fOR 1/2-INCH (12.7 mm) SHEATHING ANO 1 3/4-iNCH {44-mm) LENGTH FOR 25/32-INCH (20 mm) SHEATHING CONFORMING TO THE REQUIREMENTS OF SECTION 2304A.3. 9. CORROSION-RESISTANT STAPLES WITH NOMINAL 7/16-INCH (11 mm) CROWN AND l 1/8-INCH (29 mm) LENGTH FOR 1/2-INCH {12.7 mm) SHEATHING AND 1 1/2-INCH (38 mm) LENGTH FOR 25/32-!NCH (20 mm) SHEATHING CONFORMING TO THE REQUIREMENTS Of SECTION 2304A3 10. PANEL SUPPORTS Af 16 INCHES (406 mm) [20 INCHES (508 mm) IF STRENGTH AX!S IN THE LONG DIRECTION OF THE PANEL, UNLESS OTHERWISE MARKED]. CASING OR FINISH NAILS SPACED 6 INCHES (152 mm) ON PANEL EOCES. 12 INCHES (305 mm) AT INTERMEDIATE SUPPORTS. 11. PANEL SUPPORTS AT 24 INCHES (610 mm). CASING OR FINISH NA!LS SPACED 6 INCHES {152 mm) ON PANEL EDGES, 12 INCHES (305 mm) AT INTERMEDIATE SUPPORTS. Summary of Speclal Inspection 1 Concrete 2 Bolts inslollea' in concrete 3 Concrete moment resisting spoce frame 4 Reinforcin9 steel ond prestressing ~ileel 5.1 All structural welding 5.2 Weld lasting ductTTe moment-resisting steel frame 5.3 Welding reinfa<cing steel 6 High~strengthc bolting 7 Structural masonry 8 Reinforced gypsum concrete 9 Insulating concrete fill 10 Sproy-·opplied fireproofing 11 Deep foundations (piling, drilled piers &: caissons) 12 Shotcrete 3.1 Verify soil conditions ore substontiolly in conformance with the soil investigation report 3.2 Verify thot foundation excavations extend to proper deplh and beodn9 slrota 3.3 Provide soil compaction test results, depth of fill, rekitive density, beoring values 3.4-Provide soil exponsion test results, expansion index, recommendations for foundation, on grade floor slob design for each building site 14-Smoke control system 15 Speciol coses {describe) ';6 Off-site fobricotion of building components 17 Other structural inspections os required by designer No. DESCRIPTION OF TYPE OF INSPECTION REQUIREO, LOCATION, REMARKS, ETC. Design Strenoth 2 CONCRETE (All CONCRETL U,N.O.) ALL BOLTS INSTALLEO IN CONCRETE re = 3,000 P.S.I. 4 PU.CEMENT Of REINFORCING STEEL AT CONCRETE 7 STRUCTURAL MASONRY rm = 1,500 P.S.I. 13.1 SOIL ENONEER TO 'l<RIFY CONDITIONS ANO DEPTH Of FOUNDATIONS ANO PROVID£ COMPACTION REPORT 13.2 13.3 13.4 SOILS REPORT BY NINYO & MOORE GEOTECHNICAL & ENVIRONMENTAL SCIENCES CONSULTANTS o. The spedol instructions listed ore in addition to the coiled inspections required by section 108 of the U.8.C., as emended. Speciol inspoction is not o substitute for inspection by o city inspe<:tor. b. Continuous inspection is olwoys required during the performance of the work unless otherwise specified. When work in more thon one category of work requiring special inspection is to be performed simultaneously, Of the geographic location of the work is such thot it connot be continuously observed in occordonce with the provisions of U.8.C. section 1701.8.1 It is the agent's responsibility to employ a sufficient number of inspectors to assure that all the work is inspected in accordance with those provisions. c. The special inspectioris must be certified by the dy of Son Diego to perform the twe of inspection specified. Exceptions: 1. Soils inspections by the soils engineer of record. 2. Smoke control systsm, by the mechanical engineer of record. 3. When waived by the building officio!. d. It is the responsibility of the contractor to notify the special inspector or inspection agency at least on working doy prior to performing any work the requires special inspection. e. Specially inspe<:ted work thot is installed or covered without the opprovol of the city inspector is subject to removal Of exposure. MACHINE APPLIED NAILING: 1. THE USE OF MACHINE NAILING IS SUBJECT TO A SATISFACTORY JOB SITE DEMONSTRATION FOR EACH PROJECT AND THE APPROVAL OF THE JOB SITE ENGINEER AND THE DIVISION OF THE STATE ARCHITECT. THE APPROVAL IS SUBJECT TO CONTINUED SATISFACTORY PERFORMANCE. 2, NAIL HEADS SHALL NOT PENETRATE THE OUTER PLY MORE THAN A NORMAL HAND HAMMER WOULD. 3. EDGE DISTANCES SHALL BE MAINTAINED. SHINERS SHALL BE REPLACED. IF NAILHEADS PENETRATE THE OUTER PLY MORE THAN WOULD BE NORMAL FOR A HAND HAMMER, OR IF MINIMUM ALLOWABLE EDCE DISTANCES ARE NOT MAINTAINED THE PERFORMANCE WILL BE DEEMED UNSATISFACTORY, 4, MACHINE NAILING WILL NOT BE APPROVED FOR PLYWOOD 5/16" OR LESS IN THICKNESS STRUCTURAL OBSERVATION: 1. PER U.8.C. CHAPTER 17 SECTION 17D1.6, THE OWNER SHALL EMPLOY A LICENSED ENGINEER OR ARCHITECT RESPONSIBLE FOR THE STRUCTURAL DESIGN, OR HIS DESICNATED ENCINEER OR ARCHITECT OT MAKE SITE VISITS TO OBSERVE GENERAL COMPLIANCE WITH THE APPROVED STRUCTURAL PLANS, SPECIFICATIONS ANO CHANGE ORDERS. THE ENGINEER OR ARCHITECT SHALL SUBMIT A STATEMENT IN WRITING TO THE BUILDING OFFICIAL STA TING THAT THE SITE VISIT HAS BEEN MADE AND THAT ANY DEFICIENCIES NOTED HAVE BEEN CORRECTED. MASONRY: 1. MASONRY UNITS SHALL BE TYPE II, GRADE N-1 MEDIUM WEIGHT, SLUMP BLOCK IN ACCORDANCE WITH A.S,T.M. SPECIFICATION C-90, F'm = 2,000 P.S.I., USE OPEN ENO UNITS AT VERTICAL REINFORCING, 2. ALL VERTICAL CELLS SHALL BE GROUTED SOLID IN LIFTS NOT EXCEEDING 8' -0" IN HEIGHT, 3, VERTICAL BARS IN MASONRY UNITS SHALL BE TIED OR OTHERWISE FIXED IN POSITION AT INTERVALS OF NOT LESS THAN 4' -0" AND AT TOP ANO BOTTOM. 4. PROVIDE INSPECTION AND CLEANOUT HOLES AT BASE OF VERTICAL CELL GROUT LIFTS WHICH ARE MORE THAN 4' -D." IN HEIGHT. 5, WHEN GROUTING IS STOPPED FOR ONE HOUR OR LONGER HORIZONTAL CONSTRUCTION JOINTS SHALL BE FORMED BY STOPPING THE POUR OF GROUT 1 1 /2" BELOW THE TOP OF THE UPPERMOST MASONRY UNITS. 6. MORTAR SHALL BE TYPE S PER CALIFORNIA BUILDING CODE TABLE 21-A WITH A 28 DAYS COMPRESSIVE STRENGTH OF 2,0DO P.S.I. 7. REINFORCEMENT WELDING SHALL COMPLY WITH A.W.S. D1.4 (LATEST EDITION). NO FIELD WELDING OF REINFORCING BARS, U.N.O. 8, ALL HEAD JOINTS SHALL BE FULL BUTTERED OR OPEN END MASONRY UNITS SHALL BE USED, 9. CROUT SHALL CONFORM TO TABLE 21-8. A MIXTURE OF CEMENT, SAND, PEA CRAVEL AND WATER WHICH WILL COMPLETELY FILL ALL VOIDS IN THE WALL AND DEVELOP A 28 DAY COMPRESSIVE STRENGTH OF 2,5DO P.S.I. 10. REINFORCING STEEL A.S.T.M. A-615, GRADE 6D, SPLICE IN REINFORCEMENT SHALL BE LAPPED 48 DIAMETERS MIN. 11. ALL VERTICAL WALL REINFORCEMENT SHALL BE DOWELED TO THE FOUNDATION WITH THE SAME SIZE AND NUMBER OF BARS AS SHOWN IN THE WALLS. 12. PROVIDE ONE INCH MINIMUM GROUT COVER ON ALL BOLTS AND PLATES, 13. HORIZONTAL REINFORCING SHALL BE PLACED IN BONO BEAM UNITS, 14. NO PIPES OR DUCTS SHALL BE PLACED IN MASONRY WALLS UNLESS SPECIFICALLY NOTED OR DETAILED. J V/\\r1SIMON WONG ENGINEERING ~ 'f ~ '/ 1 STRUC1VRAl. & BRIDGK ENGINEERS 9968 Hibert Street, Suite 202 Son Diego, CA 92131 Tel. (858) 566-3113 Fo1t, (858) :566-6844 DISCIPLINE DWG NO "AS BUILT" -4~--t;;:~ P.E. 'Z'3l7C,, EXP. 3·)/·/2 S-2 DATE REVIE~BY: l.t5 ..., !!?-t1-lD INSPECTOR DATE 1----1--+-----------J...--1---+----+--~ fsHEEil0 CITY OF CARLSBAD fSHillsi8 ~~=:::::::::::::...'==::::E::::NG:::l::::NE:::E::R::IN::::G::::::DE:::P:::A=:R:::TM::::::EN::::T:::==::::...'~=:::::::::; l---l----4----------------+--+----+---+--I IIMPROVEMENT PLANS FOR: LAKE CALAVERA REMEDIAL IMPROVEMENTS TYPICAL STRUCTURAL NOTES -2 APPROVEO .:_'IILLIAM ~~MMER 1----1----1--------------/....---l---+--+--~ ~.,,#-~ ~ ....... , DEPUTY CITY ENGINEER PE 28175 EXPIRES J/31/08 II\ "/1!1 130/LT" DA TE INITIAL DA TE INITIAL ENGINEER Of WORK REVISION DESCRIPTION 011,ER APPROVAL DA TE INITIAL OWN BY: SML CHKD BY: EN CITY APPROVAL RVWO BY: EN PROJECT NO. 3821 I DRAWING NO. 411-6 3 <( ENG I N E E /l S !1158}618•1104 fa~(iS6)611M463 001,,.!!'!!!!!.'I'!!!·!!'!!!!!--------·------------------------------------------------------------------------------------------------------------------.. Ci"\0WG1Z\CLSB-IP.OWG 12/12/94 Q42007 .. ' .•. ------------~------------------------------------------------ 11----------11--VERTICAL REINF. /WIRE TIE / 1YP. • ~ • 11----------'II-----DWL OR BAR BAR TENSION LAP "Lt" (IN.) ~OMPRESSION LAP SIZE ' e=3,000 P.S.I. 'e=4,000 P.S.l "Le" (IN.) #3 29 25 12 #4 38 33 15 #5 47 41 19 #6 56 49 23 #7 82 69 27 #8 94 81 30 #9 106 91 34 #10 119 103 39 #11 132 114 43 F'y = 6D K.S.l. NOTES: 1. ALL VERTICAL REINFORCING FOR COLUMN, PIERS ANO WALLS SHALL BE DOWELED AS SHOWN, UNLESS NOTEO OTHERWISE. 2. DOWELS SHALL BE THE SAME GRADE, SIZE, QUANTITY AND/OR SPACING AS VERTICAL REINFORCING. 3. WHEN "Le" OR "Lt" IS NOT SPECIFIED ON DRAWING, USE TENSION LAP "Lt" • / -- C' ._ . • 2 VERT. BARS INTERSECTION -CORNER SHALL MATCH HORIZ. INTERSECTING BARS WALL REINF. TYP. 36 OIA. LAP 2'-o• MIN. • A1 VERT. / BARS / • / v 7 ~~ / • / ' • .. , 36 OIA. LAP 36 OIA. LAP . I II 2'-0" MIN. • 2' -0" MIN. • 2 VERT. BARS '-' END INTERSECTION CORNER 36" OIA. LAP 2'-0" MIN. / . • / 1 VERT. BARS 2 VERT~ BARS '-' • '-' ENO 2'-o" DIAMETER OF ROUND OPEN'G 2' -0" MIN. 6' -0" MAX . PLAN Vl'2N SLAB PER --,3"" • • Oo I I Nq> #4 TYP. PLAN 1 \ T 1 j ~1----~---lr 0 TYP. VERT. REINF. -TENSION & COMPRESSION LAP SPLICE 1 TYPICAL CONCRETE WALUFOOTING REBAR -PLAN VIEW 2 TYP OPENING IN SLAB-ON-GRADE CD ? " ,..; I ~ z ? f's :;;! "' i2 (..) ::, "' fl, ..J ~~ \,/ J, en" ,,-en .3 vi ~ u.. UlW E !;!i $ !: E '!/ 0 0"1 oz ,-a (/) w w :3'"' \ ~:~ 6"~ PIPE MAX. • "' - NO SCALE L,.....---2-#3 PIN EA. FACE BACK Fill 1 '-6" 7\_ z."'<D="-'---- PIPE TO BE CLR , :i SLE£VE BY 1/2" ,.___ ____ ,__ __ __, ___ "'.,i.=2-1. f----.~-----'-r---1 ALL AROUND • z ~-'=-~~"---..-'i< ~ z c_-,,..~~,==L'k "' :::Ji #4 @ 12"0, 2 6" 611 SLE£VE SLE£VE---1 / CONC. FILL TO BE IN PLACE_/ BEFORE FTG. IS POURED. PLACE SAME WIOTH AS FTG. AND FULL WIOTH OF PIPE TRENCH PIPE AT FOUOATION WALL (PIPE IS MORE THAN 2' -6" BELOW FINISH GRADE ANO PASS THRU FOUNDATION WALL) TYPICAL PIPE THRU FOOTING 1 /8" MIN. 1/4" MAX. FORM WITH "BURKE" PLASTIC ZIP STRIP JOINT OR EQUAL, OR SAWCUT WITHIN 24 HOURS OR SLAB POUR WITH JOINT SEALANT . SPRAY W/ BONO BEAKER COMPOUND AFTER FORMS ARE REMOVED I-• "' WEAKENED PLANE JOINT (W.P.J.) 1:4 SLOPE-/ • z "' 2 \._j FOOTING PIPE NOTES; NO EXCAVATION FOR PIPE TRENCH PARALLEL TO FTG BELOW THIS LINE 1. INSIDE DIAMETER OF SLE£VE TO BE 2" LARGER THAN OUTSIDE OIAMETER OF PIPE 2. SLEEVES SHALL BE NON-CORROSIVE, FILL VOIO W/ OAKUM AT EA END. 3. IF PIPE IS IN PLACE PRIOR TO POURING CONC. WRAP PIPE WITH 1" GLASS WOOL INSULATION BEFORE POURING CONC. IN LIEU OF SLE£VE. ADJACENT POURS MUST BE MAOE 8 HOURS APART 3/4" NO SCALE CONT. JOINT SEALANT REMOLOEO WITH EXPANSION MATERIAL /EOGE EA. SIDE W/ / 1 /8" RADIUS 53 CD EOGE EA. SIOE W/ 1/4'' RADIUS 8" 8" EXPANSION JOINT (E.J.) 8~11------------- CONSTRUCTION JOINT (C.J.) ~ ~ o"' T8 stc-, .'.3-. ~g .'.), 0 CAJHCAlT. GAACIA' VQN I.ANCE!f Cc V L 1239:6 w'ORlO TRAD£ DRIVE. SUIT£ 312 ~ SAN DIEGO, CALlfORNIA 92121 NO SCALE CONC. F'e P.S.I. 3,000 4,000 BAR SIZE TENSION LAP SPLICES, INCHES 29 38 47 56 82 94 HAROROCK CONCRETE F'y = 60,000 P.S.I. (CLASS "B") NOTES: 1. SPLICE LENGTH SHALL BE OETERMINEO FROM THE SIZE OF THE SMALLER BAR SPLICED. 2. OIVIDE BY 1.3 FOR NON-TOP BAR (LESS THAN 12'' OF CONCRETE CAST BELOW) 3. CONCRETE MASONRY UNITS LAP 40d MIN. HORIZ & VERT. REINF. LAP PER SCHED. r TYP. r STAGGER LENGTH = LAP SPLICE LENGTH -HORIZONTAL REINFORCING • ;o HORIZONTAL REINFORCING SPLICE NO SCALE 5 180 OEG BEND •o' kw 2 1 /2" MIN. "du 135 DEG BEND NO SCALE OFFSET 90 OEG BENO • z " "' :::Ji -• •o' ·o· 1 I 6 INTERSECTION REINFORCING BAR BENO REINFORCING BAR BEND SIZE DIAMETER ("o") #3 TO #8 6d #9 TO #11 8d #14 TO #18 10d NOTE: ALL BENDS SHALL BE MADE COLD TYPICAL BAR BENDS "' NO SCALE NOTE; CAP STIRRUPS MAY BE USED WHEN£VER 135" CLOSED ~ STIRRUPS ARE SHOWN IN Js GRADE BEAM ONLY "' • "' - CAP STIRRUP BAR CLEARANCE NO SCALE CD ~l'-()f ESS I Oi,<i. ,ff' -,,,$1lNG C. r I V/\\r"}._SIMON WONG ENGINEERING Ii' (; ~~ ~ v No. S &,3"£. ·"'1 v .. STRUC1VRAL & BRIDGE ENGINEERS . . '" • EX?. 03/31/'7 • DISCIPLINE 9968 Hibert Street, Suite 202 Tel. (858) 566-3113 s~ s111uc11,ll'-1>-" ~'" DWG NO San Diego, CA 92131 Fox, (858) 566-6844 !f OF C~l\<~ S-3 "AS BUil T" _/~ 7',~ 09:,&,,k.Lll P.E. za12, EXP. 03-31,[Z.... DATE [)EJt: ~/ g~iz-tl> iNSPECTOR DATE ~ CITY OF CARLSBAD ~ 1 ENGINEERING DEPARTMENT 8 IMPROVEMENT PLANS FOR: LAKE CALAVERA REMEDIAL IMPROVEMENTS TYPICAL STRUCTURAL DETAILS -1 AP_P~OY,_Eg , Wl~A~-=:..,, ~ -/2-LL·a~ DEPUlY CITY ENGINEER PE 28175 EXPIRES 3/31/08 OATE II\ ".4S cJtl/lT' DWN BY: SML I PROJECT NO. I DRAWING NO. DATE INITIAL OATE INITIAL DATE INITIAL CHKD BY: EM ENGINEER OF WORK REVISION DESCRIPTION 011-IER APPROVAL CITY APPROVAL RVWD BY: EN 3821 411-6 '-' a.._·-.!':!~ TYPICAL SLAB JOINTS @s15 :3 <C E N G I N E E R S !858)618•1704 faxl858)618•S'-63 oo~i!i!!!!!'!l'!!!'!!'l!"i! 9 ____ "!'!l'Jl"'-"1-_. ____________________________________ ,._ _______________________ _, ________________________________________________ ~ C: WG!2 CLSS-IP.OWG 12 12 94 -------------------------------------------------------------------------- '{ " .,: I ~ z ? "' D :i "' ~ u :::, ~ f!E "' _".'.).>-~ ,1, (/) ,. /(/) ~ .. .a(/) at,. (/) w "' EX $ o E ~o 0"' BOUNDRY NAIL NOTES; (B.N.) AT CONT. EDGE NAIL BOUNDRY NAIL EDGES --. (E.N.) (8.N.) FIELD NAIL (F.N.) All INTERMEDIATE MEMBERS 1. PLYWOOD NAILING SHALL BE INSPECTED BY THE \r;;::=--·-=7·~·.1 =-· =--· '=l:;'"-=::,;,;s:;:-::=--;=-=z-::i:.=--·-=11·:;:.;--:· =· =--· -::;71;;::. ·"=· =--· =-=s~~=;;-,=1 GOVERING BUILDING AUTHORITY PRIOR TO COVERING. 11 2. MINIMUM PLYWooo SHEET s1zE SHALL BE 2'-o· BY II II II 4'-D". II II 3. MINIMUM 3/8" NAILING EDGE DISTANCE. 4. BOUNDRY NAILING (B.N.) OVER ALL BEAMS AND 11 11 AROUND ALL OPENINGS. 5. PLYWOOD SHEATHING SHALL BE I.AID PERPENDICULAR TO FRAMING WITH 4' -D" STAGGERED JOINTS. 6. ALL FLOOR SHEATHING SHOULD BE GLUED TO FRAMING MEMBER WITH A.P.A. APPROVED ADHESIVE. 11 11 2 x 4 Fl.AT BLK'G @ J UNSUPPORTED EDGES I PER Pl.AN, WHERE EDGE NAILING IS LESS THAN 4" OC., USE Jx BLK'G ROOF DIAPHRAGM NAILING LAYOUT 3D' -o• MAX. U.N.0., TYP. (NO CONTROL JOINT WITHIN 4' -o• OF BM. SEAT) 2'-o· TYP. CREATE AN UNBONDED 2'-D" SECTION FOR THE CHORD REINF. BY WRAPING THE BARS W/ TAP OR OTHER SIM. METHOD. 11 I I 11 11 11 NEOPRENE CONTROL-~ JOINT, CONTINUOUS VERTICALLY CONT. CHORD REINF. 2-#5 JAMB-~ BAR, TYP. NO SCALE • 1 S-5 11 11 11 11 ~-CAULKING SEAi.ANT EACH SIDE W/ BACKUP ROD #3 PIN @ 24" 0.C., TYP. 16" ~-STOP EVERY OTHER HORIZ. BARS EACH SIZE OF JOINT, EXCEPT CHORD BARS ~--MASONRY WALL JAMB BAR, TYP. -------,0 ~---TYP. REINF. TYPICAL MASONRY VERTICAL CONTROL JOINT H4 @ 12· o.c.-+--- EA. WAY. ROUGHENED--. JOINT 3/ 4 • CHAMFER, TYP. • • .... • f<) NOTES; 4 NO SCALE VERIFY SIZE & LOCATION W/ MECHANICAL CONTRACTOR • 0:: -..J '-' • • • • • • 0:: _J (.) 3• 1. CONTRACTOR SHALL POUR PADS SEPARATELY FROM FLOOR SI.AB AT PADS ON STRUCTURAL FLOOR. 8~------------2. EQUIPMENT ANCHORAGE EMBEDIMENTS ARE UNIQUE TO EACH PIECE OF EQUIPMENT, AND ARE NOT SHOWN IN DETAIL ABOVE. ~ - o"' T8 ""' 0 ~d N "') ;;)-C .. -s CAIHCARii. GARCIA •. VON f.ANGEN, 0 S! SAN DIEGO. CALIFORNIA 92128 s=6 l . I/ 2-#5 VERT / BAR / V /OPEN END V / V V BLOCK, TYP. ;= / / / / / / / / / / V ... V E\ V V / . ? Vv V V / / ~ •V z :,eV 4Dd I.AP 1 '-6" MIN. 12" 90' BEN / / / ' I / - 30• OWL TO MATC~ HORIZ. '" I JD" ,;,; ::I • <.O I -- .,,, ~ 7 ALT BEND . 4Dd I.AP 2-H5 VERT 1'-6' MIN. BAR /OPEN END 2-#5 VERT\ BLOCK, TYP. BAR -• V / / / 7 / / / / / -~ ~ '\ ! • BREAK FACE SHELL <.O \__BREAK FACE SHELL / I / FOR FLOW OF GROUT -V FOR FLOW OF GROUT -TYP. • . '. TYP. • • 'l>-...-.._ 2-#5 VERT BAR, MIN. INTERSECTION CORNER INTERSECTION CORNER TYPICAL MASONRY REBAR -PLAN VIEW / 2 ' SOLID GROUT ALL MASONRY WALLS TYPICAL, U.N.0. 2-H5 CONT. IN---.... BOND BEAM 2-H5 CONT. BOND BEAM. DO NOT SPLICE TYP. MASONRY REINF. PER PLAN ALT. 6" OR 8" CMU BLK. OVER OPENING r;._..1..:_~1--.--J-h-\L-'---'--l--/ 2-#5 JAMB BAR,-f-=:'.::+:::'.==!=:'.:=~ FULL HEIGHT TYP. U.N.0. 1 1/2" CLR. / J • N ....... -- • 1 1/2" • CLR . • 12• CMU BLK. #4 C IN FIRST CELL, EA. END & @ 16" O.C. FOR 6" & 8" CMU BLOCKS. '-' ':5 H4 CJ IN FIRST CELL, EA, END & @ 16" • O.C. FOR 12" CMU ~ BLOCK - / ---0 ---0 TYPICAL MASONRY LINTEL NO SCALE NO SCALE NOTE; ALL BOLTS SHALL BE GROUTED IN Pl.ACE WITH AT LEAST 1 INCH OF GROUT BETWEEN THE BOLT MINIMUM EMBEDMENT ANCHOR & THE MASONRY, AND SHALL BE ACCURATELY SET WITH TEMPI.ATES. • 1" MIN.rT --HEX HEAD Y ANCHOR BOLT ,"3 ,,,-HEX HEAD ~-i'r/ ANCHOR BOLT #4 x 2'-0" r1---CMU BLOCK WALL (BOLTS INSTALLED 0 DURING CONSTRUCTION) SIZE "Le" 1/2"¢ 5/8"¢ 3/4"¢ 7/8"¢ 5" 5• 6" 7• 1. MIN.fl --HEX HEAD Y ANCHOR BOLT "Le' ~-1" MIN SPACE All AROUND TYP. HEX HEAD ANCHOR BOLT ~NON-SHRINK GROUT v1~-CMU BLOCK WALL (BOLTS INSTALLED 0 AFTER CONSTRUCTION) TYPICAL MASONRY ANCHOR EMBEDMENT 6 NO SCALE ~ • ro • '-ro ;'.: ;;, OPEN END UNIT -TYP. ~-SOLID GROUTED TYP. - • ro ;;, -- TYPICAL MASONRY WALL COURSE BETWENN BOND BEAM UNITS OPEN END BLOCK\ BOND BEAM UNIT I TYP. / / / ///Ir/// / . / / , • • • / / / / / / / TYPICAL BOND BEAM COURSE NOTE: SINGLE CURTAIN OF REINFORCING AT 8" CMU. DOUBLE CURTAIN OF REINFORCING AT 12• CMU SOLID TYP. / L /~ GROUTED TYPICAL MASONRY COURSING CD 2-#5 HORIZ. JAMB BAR, TYP. U.N.0. 2'-0" I.AP TYP. NO SCALE ,---HOOK WHERE 2'-0" IS NOT POSSIBLE ~-2-#5 VERT . JAMB BAR, TYP. U.N.O. WHERE OPENING IS OVER 3' -4" WIDE, VERTICAL JAMB SHALL BE FULL HEIGHT TYPICAL MASONRY JAMB AT OPENING 7 NO SCALE CD ------------~~-+-----------. -'-•·--------_.::o=_J_ ____________________ ____:::=:::_1 ,?.o,Ess,0~ rt;:~1JNG /I VI\\F"~SIMON WONG ENGINEERING c; ~~ " ;::. "' 2£ No. SC::83" --y,; • ~ STRUCTURAL & BRIDGE ENGINEERS _, "' t • P. OJ/31/0 • DISCIPLINE 9968 Htbert Street. Suite 202 Tel. (858) 566-31 lJ .s1[111uc10?.'i>-,/' DWG ND San Oiego, CA 921 31 Fax. {858) 566-6844 [ OF CAll\<JI:' S-4 "AS BUil T" -/-~ ~ .J'?Q-.1A. ,,.,. -P.E.?.lll7' EXP. '.'!> • 3t.· /2.. DATE wElt;~ Lrk/ 8--t.t-<Z> INSPECTOR ,-r DATE ~ CITY OF CARLSBAD ~ 2 ENGINEERING DEPARTMENT 8 IMPROVEMENT PLANS FOR: LAKE CAI.AVERA REMEDIAL IMPROVEMENTS TYPICAL STRUCTURAL DETAILS -2 APPRD~D WILLIA~UMMER /'2.-,,. ,,,, ~--t: _...._ DEPUTY CITY ENGINEER PE 28176 EXPIRES 3/31/08 DA Tl: II\ "/IS 8(1/t.T" OWN BY: SMC I PROJECT ND. I DRAWING ND. DA Tl: INITIAL DA Tl: iNITIAL DA Tl: INITIAL CHKD BY: EN 3821 REVISION DESCRIPTION ENGINEER Of WORK OlrtER APPROVAL CITY APPROVAL RVWD BY: EN 411-6 a. CCv L 1239&WORLOTRADEDR!VE.SUITE312 TYPICAL PAD ON SLAB @ 3, <C E NG I N E E Ii s (8SRl618•1704 faK{BSBl611M4&3 NO SCALE DD~----------------------------------------------------------------------------------------------------------------------.. C: OWG12 ClSS-IP.DWG 12 12 94 042007 . ' . ~ .. 6'-8' 1 S-7 TYP. ,-- 1 ----7 • 00 I "' • 0 I N 1 S-7 • 0 L _______ ~ 31-4" 2'-0" 2'-8" Cc V L 12396 \olORLO TRADE DRIVE, SUITE 312 0 ~ SMf DIEGO. (ALIFORNI,\ 92128 I I I I I 8'-0'' 30' -8" I I ~cJ PER@ I I L __ 1 S-7 2'-8" 10' -0' CONC. PAD SEE (8\ ~ LOCATION & SIZE PER MECH.-~ a· -a" 61 -811 7'-4" FOUNDATION PLAN SCALE: 318" • 1' 6" THK CONC. SLAB ON GRADE W/ #4 @ 12" O.C. EA. WAY CTRD IN SLAB OVER 2" CLEAN SAND OVER 10 MIL POLYETHYLENE MEMBRANE OVER 4" CLEAN COARSE SAND 1 S-7 • ... I ,.,., -/ 4 \ \S-7 / -TYP. (]\ ~ Ir---~ -- I I I I I I I ! H I . H RI I I I I I I I I I I LC-~- 1/2" PLYWD SHT'G STR. I (32/16) 5 PLY. W/ 10d COMMON NAILS @ 4" O.C. @ 8.N. & CONT. EDGES, 6" O.C. @ E.N., 10' O.C. @ F.N@ BLOCKED PER 1 S-4 2x8 @ 24' O.C. -l / 3' \ S-7, TYP. ~-------r---'----'----'--- -I I -+ I= I I . I I I 15\ I I I ,'6' ~ I I ,S-7, I I I TYP. I GE BEAM 6x14 I/ I I ( 8 I I -~ I I · I I ~ w +-I I I I -:l 7-7- '---/'._ ~ -T--7 I I I I ~ I ', 1~1 I ' ~1/f " I~ ~ I /l> I/ RIDGE ~ AM 6x1 I_/ ./ / I STRAP I I PER,"6 ' I S-7 I ~ I I I I ... I • 9 ~ "' • Q. 0 I ~ "' ~3x 6 BLK'G P. TY \ 'rT\ ~ 4 S-7 TYP. C-I C--e--L LJ __ -···----··-----------I------_J J /3 ~ TYP. 2x8 @ 24" O.C. ·"' 1\ ... S-67 ~ ROOF FRAMING PLAN SCALE: 3/8" • 1' 11'-o, ESS / 014, (S'~\lNG c.t I V/\\Jf-},._SIMON WONG ENGINEERING g (J 1-'c;<'.t, !£[:fNo sc;a~f STRUCTURAL & BRIDGE ENGCNEERS '<a<•~ ·~ ) 1., :-. 03/31/f • DISCIPLINE 9968 Hibert Street, Suite 202 Tel. (858) 566-3113 DWG NO Son Diego, CA 92131 Fox. (858) 566-6844 J'"4!,1Rucr0I'-~ ""~ c OF C~Llli:ll; S-5 "AS BUil T" 4'4V.4'~ r,: gmm. C)9-lf-lb P.E. ,Zfl/7/, EXP. 3-J/, tZ... DATE UVliBY: Lew 8-1?,· IO ) "'-_,,_ INSPECTOR DATE ~ CITY OF CARLSBAD ~ 3 ENGINEERING DEPARTMENT 8 IMPROVEMENT PLANS FOR: I.AKE CAI.AVERA REMEDIAL IMPROVEMENTS CONTROL BUILDING STRUCTURAL PLANS APPRO~ED _w1£M ~MMER ~ --12-11-,u oEPUTYC! ENGJNEER ... PE 2a11& EXPIRES 3/31/oa oArr II\ ':48·8//lt.T" OWN BY: SMt I PROJECT NO. I DRAWING NO. DATE INITIAL OAT!: !NITlAL DATE INITIAL CHKO BY: EN REVISION DESCRIPTION 3821 ENGINEER Of WORK OTI-lER APPROVAL CITY APPROVAL RVWO BY: EN 411-6 3 <:C E NG l N E E /l s {856)618•1704 fax(85Bl618•S4U 001,. ____________ .,_ __________________________________________________________________________________________________________________ _, C: OWG12 CLS8-IP,DWG 12 12 9-4 ,-1 . j' ' 04200i ' . . . i ii I!! :::, OC) I "' 3 S-7 1 S-7 TYP. TYP. 6 S-7 JOIST PER PLAN SLAB PER PLAN SECTION ,, 1 ' J/8"=1·-o· 1 s-5 8" CMU WALL TYP. II\ '/16·,8{//LT" DATE !NITIAL ENGINEER Of WORK REVISION DESCRIPTION ~\l-GtESS101',i ~<::, \\5,IJNG ~ r i V/\\(\SIMON WONG ENGINEERING ~ v ~~ v '° ~ No. S ~3--.-. '"; -'2f STRUCTURAL & BRJDGg ENGINEERS , ~ 03/31/C, ,;) * DISCIPLINE 9968 H;bert Street. Suite 202 Tel. (858} 566-3113 .,,. S';; ~ DWG NO Son Diego, CA 921 31 Fox. (658) 566-6844 s-'1 Ruc1ul'-"' ~" If OF Cl\../i:'J'; S-6 i· t P' ~ "AS BUil T" .a?'~~~ 09 · t4.•L.t1 P E. ,Zfj 171', EXP. '.3·3l-l7-DATE REVIEWED BY: CO~.~~--fi--1.1-1,l> INSPECTOR -,-DATE E- l ~ CITY OF CARLSBAD ~ 4 ENGINEERING DEPARTMENT 8 IMPROVEMENT PLANS FOR: LAKE CALAVERA REMEDIAL IMPROVEMENTS CONTROL BUILDING STRUCTURAL SECTION ~~ .. -Wl~A~~~ t.Z-/I• "' DEPUTY CITY ENGINEER PE 28176 EXPIRES J/31/0B DATE OWN BY: SMC I I DRAWING NO. DATE 1Nll1AL DATE INITIAL PROJECT NO. CHKD BY: EN 3821 OTHER APPROVAL CITY APPROVAL RVWD BY: EN 411-6 ~ • <O • 0 I N _EQ.JQ., 1 J 1 ~ :z :::J! • • <O I N a:: 0 " ~ • • . ~ ,.,., 0 ----- 1 '-6" FTG DETAIL BM PER PLAN FRAMING DETAIL Cc V L 12396 WORLD TRADE DRIVE. SUITE 312 0 ~ SAN Oi[GO. CALIFORNIA 92128 8" CMU WALL, SOUD GROUTED ~ W/ #5 @ 16" O.C. EA. WAY :z :i • OWL. MATCH VERT. <O REINF. W/ STD HOOK I N a:: 0 SLAB PER PLAN ~ • l J FTG DETAIL ST6224 @ 4' -0" O.C. ROOF JOISTS PER PLAN W / "U" HANGER 2-#5 CONT. @fli) FRAMING DETAIL • • • • . -• 2'-o· l FOR ADD'L INFO. SEE 1---. • • " - 3-#5 CONT T & B 1"=1'-0" @ ,---RIDGE BEAM PER PLAN ~-'HGLBA' BEAM SEAT t"=t•-on 2x BLK'G CONT.--~ FASCIA PER ARCH'L W/ 2-16d (2) #5 CONT. 8" CMU WALL FRAMING DETAIL 1/4" 'U' PL x 1'-6" W/ 2-3/4" DIA M.B. EA SIDE OF RIDGE BEAM A35 @ EA. BU<'G A35 EA. SIDE EA. JOIST ,---ROOF SHEATHING PER PLAN ROOF JOISTS PER PLAN 4x N~LER W/ 3f 4•~ BOLTS x5" EMBED @ 24 o.c. 1"=1'-D" (f;fl;[j) 1 4 1 1 /2" ,---RIDGE BEAM TYP EA SIDE p========¥=,.==/"'=J9====/-==t PER PLAN 2-#5 CONT. FRAMING DETAIL PL 3/4x8x1 '-0" W/ 2- 3/4" DIA x 9" NELSON STUDS @ 9" O.C. OVER 1 1/2" NON-SHRINK GROUT CMU WALL PER FOUNDATION PLAN 1"=1'-0" FOR ADD'L J INFO. SEE 1--'-i B.N. A35 @ 24" o.c. HGA 1 OKT @ BU<'G ST6224 BETWEEN BU<'G TYP. I I /_ 2 ROWS OF 3x6 BU<' G PER PLAN ROOF JOISTS PER PLAN -~ FOR ADD'LEBEB INFO. SEE • -- ST6224 B.N. A35 @ 24" O.C. HGA 1 OKT @ BU<' G ~----;,,c.+r-t-~--3x6 BU<G @ 24" o.c. FRAMING DETAIL FRAMING DETAIL 1"=1'-0" 111-C§ESSta <fiY~\JNG\ I Vr§(\SIMON WONG ENGINEERING k) c; '%'to ::7 c,; No. c:::583" "z .. ~ "' '~ ~ ~ STRUC1VRAL & BRIDG-E ENGINEERS .. " "' ' /_ "'• i"1'. OJ/31/0~ • DISCIPLINE 9968 Hibert Street, Suite 202 Tel. (858) 566-3113 J';;, J';-Rucruil'-" ~"" DWG NO Son Diego, CA 921J1 Fox. (858) 566-6844 (f OF CA\.l'G': S-7 "AS BUil T" ~~ r, ~ 07-/4•/Q PE. Z'1l7' EXP. ~J~ l2... DATE mEWED BY: 8--11 •!0 JlMt!!, l,~, INSPECTOR -r OATE ~ CITY OF CARLSBAD ~ 5 ENGINEERING DEPARTMENT 8 IMPROVEMENT PLANS FDR: LAKE CALAVERA REMEDIAL IMPROVEMENTS STRUCTURAL DETAILS APP~OVED WILLIAM E. PL.YMMER -:/_r -/;2.-//. d~ DEPUTY CITY ENGINEER PE 28175 EXPIRES J/31/08 OATE 11, 'oS-Bll/Li'" OWN BY: St.II. I PROJECT NO. I DRAWING NO. DATE INITIAL DATE INITIAL DATE INITIAL CHKO BY: EN ENGINEER OF WORK REVISION DESCRIPTION OTHER APPROVAL CITY APPROVAL RVWD BY: EN 3821 411-6 3 < E NG I N E E R S lBSB]61S~1704 fa•!BSB)61S~Sl.63 a □~------------•------------•------------------------------------------------------------------------------------------------------' C: OWG12 a.sa-1P.OWG 12 12 94 ' 042007 , .. F f" ~ ~ ' F- l f" f" ~ f r i--F E2 C ill "O :; O'.l I X I-U1 z 0 (.) Ce o ;C ::, ::J I X ~ _; ti I 0 Q. _o or cl "' w U1 ::, X ('.) z 0 <( ('.) "' ',:('.) 01 .C X ::, .. I U1 st u_ st W I °' cnX 0 0 N / "'E ~ Q. "ON /"1 " .. st N I ·-, __ ''',,, ·--..... , ---~-·-,_ . . '•, ·----,," '•,, .... ~-400 6" TO fJEAM T04CCOAIO£J,4TE Tlfc Jx.J' CONotl/T ENC47EN£NT. SIIEtT PILES NILL IJE Ct/T TO/if,4Tt'/lcLE'f/,471tJ/I tlr SL(llf.f?'t tNCA6WENT--11:=~IIP !Zx§J Pclf l'L4/I . "'-..."' '···,._,, "'·•,, ·-,,, .. • .... SEE , _. .. ·- Cl?tJSS ·•. ··,"'---,,_ , , ' " • . ' ' ·• ' .. 2 SACK 5Ltl.f!?Y 6ECrlON -...... ,, --,, ,, ··-...__, .. . . . • PREQAST 'C.,ONQlJjJ BAN Kc-"''-.. '-;,____ ·--.,,. . '·,. '-,., __ --,,_ '••• . ... ·,,___ ·-.'-·,' ·---., Clf>·(:ONDU)T BANK'~ . . ' ' ... ·. i~~} AIR,V£N~ AS~EM~Y ·,, ',,_ -.__ '-,,_ ........ _ PULL BOX F DETAIL F /M-6 PULL BOX, JENSEN ---1 PRE -CAST 48"X48" INLET BOX OR APPROVED EQUAL, TYP -------. • .. ·-'-. \_ TERMINA~/PULL BOX H · ' SEE DETAIL H/M-6 PRESSURE TRA~SpUCER PROBE-\ SEE DE.TAIL H/t,1-6 • • 24"¢ OUTLET PIPE 10 GA, SST3161 . . <{) <O Oo OQL----------------;}-N NEW OUTLET PIPE AND CONDUIT BANK 3/16"=1'-0" <{) • o~ 00 No /m a.: 0 •·W c,,- 3« BEN C. GERWICK, INC. CONSULTING ENGINEERS 20 CALIFORNIA STREET, SUITE 400 SAN FRANCISCO, CA 94111 \ \ \ EXIStlNG OUTLET • TOWER\.WITH • PROPOSE() GRATING SEE DETAll,_ G/M-7 _ DR\.J M SCRE;_EN AND 18" BFV SEE.D.ETAIL B/M-5 . •. ············ TEE-SCREEN AND 18" . SEE DETAIL A/M~:5 BFV:, TYP • ,\_. PIPE,SUPPb~T BENf';j'2 ····• ... .SEE DETAIL E/M:-7 ·· .... •. . ·. PIPE SUPPOR'T-BENT #t SEE DETAIL E/M"'-7 . . . ·, '"- • "·-- • ·--,., I / EXISTING OUTLET BOX WITH PROPOSED GRATING SEE DETAIL D/M-7 .. ," '•-....__ ..._____ '·· llf.L•,c / EXISTING OUTLET BOX 3/16" =1 '-0" A 'A \ "AS BUil T" ~HJT,~»n, PE. ,Z,f/7~ EXP ,J•,1 /•/Z.. REVIEWED BY: k)J.L.~.... l. e ~,_, INSPECTOR I ' DISCIPLINE DWG NO M-1 DATE 8-13-tt> DATE ~ CITY OF CARLSBAD [SHEfrsl -__j----J.----1---~ '.:~==6::::::-':==:::::EN=:G:::IN=:E::E:::R:::IN:::G=D:::E:::P=:A:::R=:TM:::E:::N:::T===--':~==8===: "JlS ·IJUILT' 1--=~l--=-Jl.D_.!cfr.'--"'='='------------+--·-·-··---····-1-----l-----1 DA TE INITIAL DATE INITIAL DATE lNITlAL ENGINEER OF WORK REVISION DESCRIPTION OTHER APPROVAL CITY APPROVAL IMPROVEMENT PLANS FOR: LAKE CALAVERA REMEDIAL IMPROVEMENTS OUTLET PIPE MODIFICATION APPROVED :'IILL.J.AMr~l)JMMER -~-u ~ ~•LI,_•-DEPUTY CITY ENGINEER PE 28176 EXPIRES J/31/08 DATE OWN BY: .!:A,,,cR,___ CHKD BY: .,M,,,,sw,___ RVWD BY: RJF PROJECT NO. 3821 DRAWING NO. 411-6 oo._ _____________ ,._ _______________________________________________________________________________________________________________________ _. , d4ZOOf N • c:i l:=1 3-< 2.30' I ' I ' I ' I 220' 210· I . I ' I ' I ' 200· I ' I • ' PULL BOX, JENSEN PRE-CAST 48"X48" OR APPROVED EQUAL, TYP 5'-6" EXISTING FINISH GRADE 3 FOOT ROCK BLANKET '22 .50 DAM CREST EL ~:,s;cea AIR VENT ASSEMBLY WITH FLANGED 1-INCH T WIRE MESH LEVEL TR!lNS/T/0/'I PL/LL '50X · PU LLB OX, JENSEN .... PRE -CAST 48"X48" NLET BOX OR APPROVED EQUAL, TYP SEE DETAIL E/M-6 8"0 AIR VENT PIPE SST316L - - I . -4'?/IC .YC# 80 LE/IE'l.. $eMS'ON /119/!JE t)/' CONtJl./lf 36" X 36" CONDUIT BANK . ... ENCASING HYDRAULIC, PNEUMATIC ANO ELECTRICAL. SUPPLY LINES. SEE SECTION . 2/M-8 FOR EXCAVATION AND BACKFILL · SCREEN 1 WATER INTAKE TEE SCREEN SEE DETAIL A/M-5 - SCREEN Tv'A'IYEO .90' 207. 75 . JOINT CONNECTION ·· SEE DETAIL F /M-5 Gs, f::_L mt:50_ _ . · .. ' t I I I --VAlVE ACTUATOR ASSEMBLY, TYP SEE DETAIL C/M-5· I -24"0 1/0 PIPELINE 10 GA, ss~n~1~6~L~--~ SCREEN 2 WATER INTAKE TEE SCREEN SEE DETAIL A/M-5 .5CReqY TdA'#eO gt}• L4KELEVEL J'E#J't?,f 19210 ------, ?.0215 if_ EL -2tl;?;-OO I ' MAXIMUM OPERA TING POOL WS EL 214.0 SCREEN 3 WATER INTAKE DRUM SCREEN SEE DETAIL B/M-5 OUTLET TOWER REMOVABLE CRA TINC COVER SEE DETAIL C/M-7 / -VALVE STEM OPERATING NUT SEE DE T Al L H /M -:5,-,--..r--.,---_;~~-,--198.00 TOC EL #7:;:00: . ---. !"F=ri=="'ffl<r: ........ , --- I ' I SEE SECTION 1 /M:-8 FOR ' PULL BOX EXCAVATION AND BACKFILL : ~-~8'-o" f I /94. I 5 7--r-rr---+-7"0='<--lb'--fil-i'-'11"\-111---. -~' lj;_::::=EL~-1-9~4.00-~-~,-.../....__./--..,,-....__...__,. ' I ... .._ l ~ . --: -SEE DETAIL E/M-5 . r -I 190' ' I SEE NOTES 3, 4 AND 5 -i-____ v MINIMUM OPERATING POOL WS EL 189.00 ' I ' I ' I ' 180' r----------------- • I ' PIPE SUPPORT BENT #1 SEE DETAIL E/M-7 AND SECTIONS 1/M-3 & 2/M-3 I I I I I I I I I I I I I I -3'-0" ROCK BLANKET .i/k·~- ' I ' I : ( L ----NEW 24"0 DOWN COMER PIPE10 GA, SST316L I PIPE SUPPORT BENT #2 SEE SECTION 2/M-3 . ·i , CENTERING PIPE SUPPORT, TYP ' ' . I PIPE SUPPORT BEAM & ' SADDLE W/STRAP, TYP 170' ! ...... _ SEE DETAIL 5/M:-3 . ·J PIPE SUPPORT BENT I .. · PRESSURE TRANSDUCE #3 SEE DETAIL F /M-7 "--.._ SEE DETAIL L/M-8 .-i--... ! -.............. ······ 32' EXISTING RC OUTLET TOWER WITH IN-SITU EPOXY LINING . . ' ' ' ' . SEE DETAIL L/M-6 i r 28" HOPE SLIP-LINER / ~~~T~~\E~D 1 :~~ ~UTILET PIPE, ~~~BE 6 SEE DETAIL . AND SECTION 3/M-3 • ! ! i ____ -------------~---·:-·-LL ----;;;-;;.;.;;;...;;.;;;;;;. ;;;;,;;;;;;.;.;..;;.;;,;;.;;,;;;.;;. ;,;;;.L;;.·Jl_-;;._.;. _ ---_.;. ;;.-_.; __ .;._;;._ .;;;.;..;..;_ ;.;.;...;,;;. _.,._-:.; .;;,;;;. .;_-;,;;..;. ;,; __ ;. ;._ ---_ ;._ ..;,-,-_-;;..;. _; ~ .. :.:::-;...;_:.-;.;.-;;.;;.;..,. ;;. .. ___ .;.·-:-:...; :;. ____ ;;.. ----i .. 'I /-BASE OF TOWER . TO OUTLET,~""' ___ ,.. ________ .,. _______ ""'~----;-----' --) l '_ --•.•• ------"" ' .... ...'._ _ __! __ ---------:-· -----------: ---, -' I L --EL 159.75 Box_ ~;;_;;_-~ ; .... -.. ;.._ _ .. ~; .. __ ..:,j.._;_ .. "." __ _:-_ ......... ;_ ....... -_;_;; .... ; ............ -.... :{--, .. ~-......... _; .. ; .. '."~--~ -:-__ -_'.""." _ ...... "." ..... _ .. _:'." ... "."'."'"'-.. ;. _ -'." .. '."-...... '."'.".-... _'." ".'_ .. _ .. _ ..... _-'."..i"'.' .... -......... "'.'-~ "'.'_ .. _ .. '"'-:'c""."."-_-;_ .. ~'."1~~~I T·"."--_----_-~J.L..J,.. _ -:; ; , . : :·{, J,, .. ,. , _ ---.·• ....... --_-.-----.• -· ---_---. ·· -··• 160' I . l • •• 1 ···• .•··._·. ) i ·,\< .. L ,,, •'•., .. · ~-------~---------------------2_3_0_·_0_" ___ --------------------~--~-------------3_0_·-_o_·_· _____ < • L· • ·.•·· -,·, .. ,.· .,· · ' I ' I D+OD 0+20 0+40 0+60 PROFILE 1 SECTION 3/16"=1'-o" INV EL 163.00 0+80 1+00 NOTES: 1. BRUSH OFF BLAST CLEAN 226.5' OF EXISTING 30" RCP OUTLET PIPE AS PER SSPC-SP7. 2. SLIP LINE 260 FEET 30" DIAMETER RCP OUTILET PIPE WITH 28" DIAMETER HOPE PIPE. 3. CORE DRILL 36"0 PENETRATION AND INSTALL 24"0 ANTI-SEEP WALL PENETRATION FLANGED SPOOL PER DETAIL E/M5. CONTRACTOR SHALL INSTALL PIPE PENETRATION PRIOR TO REMOVAL OF THE COFFER DAM. SEE DETAIL D/M~5 "AS BUILT" ,µ7,p'/4, -C -~hLtt-,.. P.F. -ZfJI~ EXP.,3~31 •Ll-,.. REVIEf,fD BY• W~m. L,~ INSPECTOR 1----+---+--------------+------+---+--+----1 IMPROVEMENT PLANS FOR, DISCIPLINE DWG NO. M-2 DATE 4. CONTRACTOR SHALL USE AN INFLATABLE PLUG IN THE 24"0 WALL PENETRATION FLANGED SPOOL TO PREVENT DRAININC OR CHANCING THE LAKE WATER LEVEL AFTER THE COFFER DAM IS REMOVED AND TO FACILITATE THE 1/0 PIPE INSTALLATION AS UNDER WATER CONSTRUCTION. "''''""'"""'" e-., ... """" ..... ---.............. ----'"""""'"' >---_,,_, _______ _ LAKE CALAVERA REMEDIAL IMPROVEMENTS ~ BEN C, GERWICK, INC, ~ CONSUL TING ENGINEERS 20 CALIFORN!A STREET, SUI TE 400 SAN FRANCISCO, CA 94111 5. THE PLUG SHALL BE DEFLATED AND REMOVED THROUGH THE VENT PIPE AFTER THE 24"0 1/0 PIPELINE, 8"0 AIR VENT, 24"0 DOWN COMER WITH ALL ASSOCIATED APPURTENANCES, VALVES, SCREENS AND ACTUATORS ARE INSTALLED. NEW OUTLET PIPE SECTION APPROVED WILLIAM_J:..,P_J..UMMER ,hi~--~~~,,,.,,, , ---+---··-·-'-,.--,,-,;,a'i,J,~----------t------t--t----t-----t DEPUTY CITY ENGJNEER PE 28176 EXP!RES 3/31/08 DATE ~ 'l1\ "o.,-/JIJ/lT" DA TE iNI TIAL ENGINEER Of: WORK F,EVISION DESCRIPTION DA TE iNITIAL DATE INITIAL OTHER APPROVAL CITY APPROVAL DWN BY, ACR I PROJECT NO. I DRAWING NO. CHKD BY: MSW -3821 . 411-6 RVWD BY: _RJF ...... :: 00--------------------------------------------------------------------------------------------------------------------------------- 042007' N -0 C °' w VJ :::, 5 ---. 24"¢ PIPE PULL BOX BEYOND CONDUIT BANK 3" i -: i . \ : I . . I . ' I - I REINFORCEMENT STEEL - #4 @ 12" OC EW □ COMPACTED ROCK ' ' 0 I /<) 6" AIR LINE CONDUITS-----~ FOR BACKWASH, TYP 0 0 0 3'-o'' 0 0 0 0 0. 0 0 O 0 O o C 0 °' 6 0 ◊ 0 $EE 01:TAIL 131:lOW ffi SECTION M-1 M-2 3/4"=1'~0" ~ 3' -o" g" 4½" 4½" 6-"" 2 2 I 74 --- ----. --,, • • • 0 <? I <!, (!) 0 ' (:) <:> • <!) (!) ? <b ¢ ! • PRECAST CONCR -TE CONDUIT BANK 4 BETWEEN PULL OXES TYPICAL M-1 1"-1'-0" ~ BEN C. QERWICK, INC. ~ CONSUL TING ENGINEERS HP12x53 BEAM -HP12x53 PILES -3' -0" ROCK ~ BLANKET . -------. --1 . ·-. ' ' .. ... ·-, . '·, ,-·. - -----"~~~ . ---~ 6 # 8 TOP AND BOTTOM EL. 199.5 (BENT 1) EL. 196.0 (BENT 2) CANTED HP12x53 BEAM - TIP EL. 178.8 (BENT 1L TIP EL.175:3 (BENT 2) - r-11;1 » !Al sj(_II '-'1R:c" Ii ! -II 11 " 11 11 " ii ,1 ii " 11 11 " " 11 11 !I 11 11 11 " 11 11 " ii ii 11 " 11 " " " " . ii - 11 !I ii 11 11 " " --A, i- 11 ,, 11 ,, '1 '1 11 I 24"¢ PIPE HP12x53 PILES 3'-0" ROCK BLANKET EL. 193.2 (BEN_T~3)~---__ [ .. _ . -·-. - - ' ' . ~- HP1 2x53 BEAM -_/ -------- SUBCRADE TIP EL. 173.4 (BENT)_) -~ 11 " " 11 " ,1 ,, " 11 " 11 " " " " " ,, 11 11 11 " " ,1 11 " ,, 11 ,, 11 " ,, 11 " " " 11 11 " Ii 11 11 11 ,, ~i --t-, 1' ,' ,1 ,1 ,1 I ,, I 24"¢ PIPE -HP1 2x53 PILES -3' -0" ROCK BLANKET 2 SECTION 3 SECTION M-1 24"¢ PIPELINE ¼" PL x 6" WIDE ------ (SEE NOTE 1) SST HOLD-DOWN ~ OVER 7" WIDE ASPHALT- IMPRECNA TED NEOPRENE STRAP SHEAR PL %x9" WIDEx9Y.," -- HICH WITH HORIZONTAL LONC SLOTTED HOLES SST PL %"x6"x4" ¼" HOPE PL TO PREVENT -- CONTACT BTWN A36 & STAINLESS STEEL SEAL>½V~ HP12x53 PILE 5 DETAIL 2"::::1'-0" -Y,' NEOPRENE PAD 1" 211 -11---1-l>--------- I ! I C l ¼" HOPE PL TO PREVENT CONTACT BTWN A36 & STAINLESS STEEL ----4-¼"¢ SST BOLTS W/ 2 STEEL WASHERS & 1 NUT. SNUC TICHT. SEE NOTE 1 ¼"¢ SST BOLT W/ 2 STEEL WASHERS & 1 NUT. SNUC TICHT. SEE NOTE 1 -HP1 2X53 BEAM & 12" NOM RADIUS SADDLE -COVER PL 1isx 6" WIDE x 9" HICH L 2-1Yi•¢ A325-SC BOLTS EACH W/ 2 HARDENED WASHERS, ASTM F436 AND 1 HEAVY HEX NUT, ASTM A 563, SEE NOTE 3. M-1 NOTES: 1. SST BOLT ASSEMBLIES, SST PIPE HOLD-DOWN AND PIPE SADDLE PLATES SHALL BE STAINLESS STEEL PRODUCTS AS FOLLOWS: a.BAND AND PLATES SHALL BE ASTM A240/A240M, TYPE 316, EXCEPT 316L WHERE WELDINC REQUIRED. b. FASTENERS INCLUDINC NUTS AND BOLTS SHALL BE ASTM F593 AND ASTM F594. SST FASTENERS MUST HAVE PLASTIC SLEEVES & WASHERS TO PREVENT CONTACT WITH A36 STEEL. 2. THE EXCAVATED AREA UNDER PRECAST CONCRETE PULL BOXES SHALL BE CUT TO CRADE PRIOR TO PLAGEMENT OF PULL BOXES. . 3. SLIP CRITICAL JOINT W/ CLASS A FAYINC SURFACE, CHECKED AT THE FACTORED LOAD LEVEL. 4. HP12 PILES & BEAMS & STEEL SHEAR PL & COVER PL USED TO CONNECT THEM SHALL CONFORM TO ASTM A36. _ ...... /\"J/5-BU/LT" DA1£ INITIAL DATE INITIAL ENGINEER OF WORK REVISION DESCRIPTION OTHER APPROVAL 6" 5" I -I TYP AT ~~ I I STIFF. PLATES/ r. v '\ 1i=· == SST PL ¾" ---\ STIFFENERS HP12x53 - AT HORIZONTAL PIPE 6 SECTION 2"==1':::;::Q" /4 . 6174 . P.G/36/ C'-\! DISCIPLINE DWG NO M-3 "AS BUil T" /., -',,.,~/_ ()9'14·11 P.E. 29l7' EXP. :7.-.'~l-/2. --DATE REVIEWED BY: Lt 2 J2_,_,._ ~ 0 .,t)-f,b -INSPECTOR DA TE ~ CITY OF CARLSBAD w 8 ENGINEERING DEPARTMENT 8 IMPROVEMENT PLANS !'OR: LAKE CALAVERA REMEDIAL IMPROVEMENTS NEW OUTLET PIPE SECTIONS APPROVED W;,LIAM E. PLUMMER ,,, ~t/~. .,.._ ~/I• DEPUTY CITY ENGINEEfl PE 28176 EXPIRES 3/31/08 DATE OWN BY: .M;8___ I PROJECT NO. I DRAWING NO. DATE INITIAL CHKD BY: MSW 3821 RVWD BY: ,.,-411-6 CITY APPROVAL 20 CALIFORNIA STREET, SUITE 400 SAN FRANCISCO. CA 94111 0~ "' « OOL.------------·------------------------------------------------------------------------------------------------------------------- • r I C ~ [o (J) w 0 ~ ~ ~ ~ _J ~ z ~ 042007 - 0 ts)~ 00 G') a~ w ~ 00 ~ c:n C 0 0 E E °' '-' b/9 ::, 8l 6 X '-' I ~ .. 00 ..f~ ON :, I .. 0 . "" ~ N ....I I ;j-g! <O I ox ;j o I s "16 ~ 2~ ~; !'.". ~(/) (/) t; i -°' 5 ox 1D' -0" 8" CMU CONTROLS ROOM 12" VENTILATION FAN VvlTH 12"X12" RUSKIN DAMPER MODEL CBD-6 OR APPROVED EQUAL .2~ o~l----------------u cij 1 I -'38 lo c!;N I ,,-. CATHCART GARCIA VON LANGEN 1 M4 32' -D" 21'-4" 3/4" FLEXIBLE PNEUMATIC PRESSURE UNES, TYP SEE SECTION 1/M4 ---- , ... ~ ~ti\> 3/4" FLEXIBLE HYDRAULIC PRESSURE LINES, TYP SEE SECTION 1 /M4 -- VALVE CONTROL PANEL - ELECTRICAL PANEL - HYDRAULIC/PNEUMATIC VALVE CONTROL CABINET ~1,8,f\ .. CONCRETE ~0 EQUIPMENT PAD j , ~(/>~ 1/----/JI ' '-/ I - --j = = = --~9';!D~GA~L~LO;;:N::-:--~-~--~=--f-~-------~~--j--f-------j'--------t3/"e::::::;:::;?""'-~~ = PNEUMATIC I 1 D' -0" 3' -0" ACCUMULATOR ----------1/L---=---"------•,IJ;_ HYDRAULIC GEAR PUMP --3/4" RIGID SST316 HYDRAULIC LINES, TYP 3/4" RIGID SST316 PNEUMATIC LINES, TYP 5' -D" ' 0 I ;c, ---1 f / 36" x 36" CONCRETE / CONDUIT BANK -1 1/2" PVC CONDUIT (VALVE PROXIMITY SVvlTCH CABLES TO HYDRAULIC/PHEUMA TIC EQUIPMENT CABINET AND PRESSURE TRANSDUCER CABLE TO CONTROL PANEL IN CONTROLS ROOM) 18" GRAVEL FILTER FLUSH VvlTH GRADE, 2" CRUSHED ROCK HYDRAULIC FLUID RESERVOIR _JI J • HYDRAULIC RESERVE ACCUMULATOR ---;_--------- MECHANICAL ROOM FLOOR PLAN SCALE: 1/2" = 1'-0" VvlNDOW 90 GALLON VERTICAL PNEUMATIC ~ • ' AIR BACKWASH CONTROL PANEL 4" CONCERTE EQUIPMENT PAD HYDRAULIC/PNEUMATIC ' <O I i--- VALVE CONTROL CABINET 2 M4 3/4" HYDRAULIC FLEX HOSE PARKER MODEL 451TL W/10343 MALE JIC 37' STRAIGHT FITTING OR APPROVED EQUAL, SST316, TYP - "' -2" DRAIN LINE SCH 80 PVC ;,-----.. FLOORING -5" DIA FUNNEL FLO R DRAIN~SUFFIX-22 WM Mo~,,• ~--1'li>c,1!J--n)<~ AFTERCOOLER RECEIVER TANKS AIR COMPRESSOR STAND ~--,_____ AFTERCOOLER /CO ALESCI NG FILTER -5-GAL AIR RECEIVER TANK 3" RIGID AIR LINE SST316 40D GAL RTICAL AIR RECEIVER TANK Mo~'1.· N6',t "fo - --8" CMU --3/4" TUBING SST316 PRE-BENT W/37' FEMALE JIC FLARE AND NUT SST316, TYP JENSEN PRECAST PULL BOX MODEL Dl 484848 W /LOCKABLE ALUMINUM COVER OR APPROVED EQUAL SEE DETAIL A/M7 3/4" TUBING SST316 PRE-BENT W/37' FEMALE JIG FLARE AND NUT SST316 TYP ''"----~---~-ACCUMULATOR -ff~ ---:--rr--~·-,a.=:::= . .::::~1-Mz'l===:ll 1 1 /2" SEPARATION BETWEEN RIGID TUBING, TYP .-----PIPE SUPPORT UNI-STRUT P1000, SST316 OR APPROVED EQUAL, TYP ON 3/ 4" TUBING [_ II 0 3/4" PNEUMATIC FLEX HOSE PARLEX MODEL 540N W/10343 MALE JIC 37" STRAIGHT FITTING OR APPROVED EQUAL, SST316, TYP POWER UNIT PLUMBING LAYOUT CONTROL ROOM WEST WALL VIEW . "''"'"'' ·-·-·-:__::~:-~ .I :r:::::===- lfr~ l __ - ___ Jlr-lll,,<"4sc- ~___;,--3/4" X 3/4" FLARED CONNECTOR PRECAST PULL BOX ·-·- ------ ........... ' _, ___ ., __ ,. ·-----] ~: a ;C Ji SECTION 1 11\ ''1,S-/f{//L I " DATE INITIAL AIR COMPRESSOR STAND D 8" CMU QJ --400 GAL VE AIR RECEIVE M<IV~lllf i,,,..t T• DATE D PIPE SUPPORT UNI-STRUT \ Pl 000 SST316 OR APPROVED 1l EQUAL, TYP ON 3" PIPE -3" BALL VALVE W/PNEUMATIC ACTUATOR SST316 TYP ~~ CHE.CK 11•t'<i;; '--'---'''--=1 o n·~ SECTION - 2 1 ;2· = 1' -o" , M4, ~ 9 Ri:t► 11-10 , •• «A." .. C,p, 8 I tit(' 0 E I ANK/ FILTER SKID AFTERCOOLER/COALESCING FILTER ~-~ OF CAUfO DISCIPLINE DWG NO M4 "AS BUil T" _,&?~~ -r: a--. ~~-,!.</!.-/I P.E. "21t7t EXP. :~ ,:a,l • I~ DATE REVIL: i-11.w u) L~ INSPECTOR ---DATE CITY OF CARLSBAD w ENGINEERING DEPARTMENT 8 IMPROVEMENT PLANS FOR: LAKE CALAVERA REMEDIAL IMPROVEMENTS CONTROL BUILDING PLAN APPROVED VvlL~M ~ ~-, ~ -/2-LI• "'' DEPUTY CITY ENGINEER PE 28176 EXPIRES 3/31/08 DATE DWN BY: DC/NL/RM PROJECT NO. INITIAL DATE INlllAL CHKD BY: JJ/MS/rv I .. CGvL 12)96WORLDTRAD£DRIVE.SU11E312 112 .. = 1._0 .. M4 •. c, 0 ::: ~O-.~~~'!.IJ!l..i'!.IJ!l-■S■AN■D■IEG■O,■C■AL■lfO'!'!R!'!NIA!'!!l'Jl9l[ll!128-■■L..-11■1--------------------------------------------------------------------------------------------------------------------------------------.. ... ;;:,,, --... E N G I N E E R s (858)618-1704 faxl8S8)618-S463 C: DWG12 CT.S8-iP.DWG 12 12/94 I I DRAWING NO. 3821 ENGINEER Of WORK REVISION DESCRIPTION OTHER APPROVAL G!TY APPROVAL RVWD BY: AB 411-6 N C 0 0 EN E "-0 •• Q'. Q'. Q_ W1 (/) :,; ::, <C 0 I X o' " .... 00 ..... "1 N 0 N :,; I .... 0 ! vy NJ I N OJ />- <O I Ox t o, N.; I -d;; ~ N I ~N E .. .a(/) ~ le Vlw ! -Q'. ox t ' t / ! I iE 0 0 _.,. 0"' 0 .. <O ~ -" .'.l :g ! j lo '· v N 0 i /. _,r-- NN N 0. .....-~ i (L V) 0~ " <( • 00 6'-3" -------------------1 JOHNSON SCREEN 2'-0" MODEL T-24 111, -----· • _ OR APPROVED EQUAL • 3" AIR BACKWASH .... _ V 1/2" ENOPLAlE SST 316L (TYP) • 0 I '"' CONNECTION PORT----------;:-• ···-+·,E'~'===i==:~ ____ ___,___ ~-,,._____ .. ~ 18" BUTTERFLY --- VALVE 18" PIPE 10 GA SST316L ____ _,, ' ~ PRO VI OE 1 1 / 4" • SST SOL TS AND GASKETS FOR INSTALLATION OF INTAKE SCREENS AND VALVES WATER INTAKE TEE SCREEN NEOPRENE GASKET -- 28" HOPE FLAN GE HEAT FUSED TO PIPE (MATCH 28" SST316 FLANGE) EXISTING 30" RCP OUTLET PIPE -~ EXISTING ~ • DETAIL / AV A" SCALE: 3/4"=1'-0' 1 Ml ,A,_ M2 28" X 24" FLANGED TEE v CONCRETE TOWER;~~ • J,.=-=·· H -1~ 4" X 1/4" SST316 STIRAP I, \-., I -~- I l I 28" OD HOPE PIPE __ / I I --~ CONCRETE SADDLE PIPE SUPPORT SEE DETAIL 0/M8 ~ / "":,..... .. '-------'---! ,., MECHANICAL STEEL LINK-SEAL / e---<J------------ S-316 MODEL LS-340-C OR . APPROVED EQUAL -- DETAIL / o SCALE: 1/2"=1'-0" ~ GATE VALVE STEM ADJUSTABLE SST STEM GUIDE W/SST BOLTS AND NUTS, MAX 10'-0" 0.C. DIM AS REQ'D ~--BY GA TE OR VALVE MFR -I/ 3/16 24"0 ANTI SEEP WALL PENETRATION FLANGED SPOOL SST316--~ 24"0 ANTI SEEP RING 36" DIA CORE DRILL TO BE RE-POUREO W/ CONCRETE - EXISTING TOWER CONCRETE WALL MIN 3/4"o ANCHOR BOLT, NUTS AND WASHER SST316 WITH CEMENT GROUT. SIZE, LENGTH, NUMBER AND PROJECTION AS REQ'D BY VALVE MFR V <I ••• •• 4 •• ~-~: ·= .. ,. ~ • CG V L 12396 WORLD TRADE DRIVE, SU!TE 312 SAN DIEGO, CAllfORNJA 92126 l NG I N E Ell! S !858)618-1704 fa~(858)&18-54&3 :\OWG12\CLS8 IP.DWG 12/12/94 ••• l> V DRAIN VALVE STEM GUIDE DETAIL NO SCALE - 18" BUTTERFLY VALVE 3'-2" JOHNSON SCREEN MOGEL T-24 OR APPROVED EQUAL 24" X 18" TEE FLANGED . 10 GA SST316L -,\ m-m-m-m-m-m-m-rn -------I 3/4" PNEUMATIC FLEX -PARLEX 540N OR APPROVED EQUAL W/10343 MALE JIC STRAIGHT FITTING . ~ ~'r-.:\--'---l v ' \ f---1 J II \ LI..LI.J..l.J..U..,..U..W.J..l.J.J..1..U"-'<1 24"0 PIPE 10 GA, SST316L ·- --3" AIR BACKWASH CONNECTION PORT WATER INTAKE DRUM SCREEN --DETAIL / B VB SCALE: 3/4"=1'-o",__ Ml A M2, ►◄--------~ ·-1 -----... V • • - DETAIL / E SCALE: 1 /2"=1'-0", M2 , MECHANICAL STEEL LINK-SEAL S-316 MODEL LS-340-C OR APPl<OVEO EQUAL --- --- _lll,' .. fJ -24"0 90" E BOW FLANGE ss· > 16 I I 24" PIPE, 10 GA SST316L ,~ PIPE SUPPORT SEE DETAIL L/M8 . ' -. . ' ,•-. . .·, . .. . . 18" BUTTERFLY 3/4' HYDRAULIC FLEX HOSE - PARKER 451TL OR APPROVED EQUAL W/10343 MALE JIC STRAIGHT FITTING ----b I ;,, VALVE FLANGE\ ..... 24" 316L SST 10 GA 1/0 PIPELINE JOHNSON SCREEN MODEL S-36 OR APPROVED EQUAL ,--8" OIA SPOOL PE x FLANGE SPOOL 10 GA, SST316 8" ELBOW 22.5", SST316L-\ 8" PIPE SST316L O \ i"_.0.----.-,, ur--..~ BLIND FLANGE, SST316L ~'/A /)) ''1/~ ¼ --24"o PIPE, 10 GA SST316 DETAIL / F' SCALE: 1/2"=1'-0", M2 - / , ;o ' f )) V PARKER LTR 252 DOUBLE AGTING HYDRAULIC ACTUATOR OR APPROVED EQUAL PARKER PROXIMITY SWITCH OR APPROVED EQUAL PARKER HP 10 PNEUMATIC DOUBLE ACTING ACTUATOR OR APPROVED EQUAL VALVE ACTUATOR ASSEMBLY L VALVE SHAFT ASSEM.BLY AND ACTUATOR MOUNTING PLATE DETAIL / c' SCALE: 1/2"-1'-Q" 1 M2 - / EL 197.00I SQUARE OPERA TING NUT STEM ~ ' / -· Al JUSTABL ST M GUID DRAIN VALVE OPERATING NUT DETAIL ,, H' SCALE: 1/2"=1'-0" M2 R~Vl~WED BY: w J.L.-. L"',141/ INSPECTOR S·l'?>· IO DATE COb'f'LJ;VC ,~-_,...___,..._.~..,..../f::L // ,/) // // // //\ · , : \, \_ GROUT Fill I..!::, -· '•. '-\' · 28" 00 HOPE PIPE >--~--~- SECTION / 1 ' EXISTING 30" RCP OUTLET PIPE EXISTING 7'x10'x5'± OUll.ET BOX 1----1------1-------------------+---+-----+---+---I IMPROVEMENT PLANS FOR: I.AKE CAI.AVERA REMEDIAL IMPROVEMENTS OUTLET WORKS MECHANICAL DETAILS APPfWVED WIL~IA~l).UMMER -u/~.: ~ ~ ....... _ /Zdl'-IJ' l-------+-··--,1-/1\..---,'118=:&-=!¼,,.'2"'T=" . -------------l----4----1------l----1 DEPUTY CllY ENGINEER PE 28176 EXPIRES J/31/08 DATE DA TE INITIAL ENGINEER OF 1NORK REVISION DESCRIPTION OWN BY: OG/NL/RM I f--'D--'A TE_~IN __ ITI __ A __ L+---'DA_T=--.ELl--'NI_TI_AL __ I CHKO BY: JJfMS/TV OTHER APPROVAL CITY APPROVAL RVWO BY: AB _ PROJECT NO. 3821 I DRAWING NO. 411-6 042007 - --~ -C c2 (I) ~ ~ ~ 0 ~ w~ 0 C> s. .i::,. ~ ~ ~ i ~ O') ~ 0 ~N c,,t,_ uo "' •• Q. rt: I ~:f :, -< 0 I X I 48" x 48" JENSEN PRE-CAST PULL BOX OR APPROVED EQUAL--~ NOTE: 3" FLANGE THREADED LOCATE HORIZ SUPPORT JUST BEYOND FLANGE SCH 40 SST316, TYP --~ 3" go· ELBOW THREADED SCH 40 SST316 3" SEAMLESS PIPE THREADED SCH 40 SST316, TYP 3" go· ELBOW FLANGEO SCH 40 SST316, TYP 3" FLEX AIR HOSE TITAN MOOEL SS200 OR APPROVED EQUAL NPT W/ CRIMPED FITTING SST316, TYP 6" GREY PVC CONOUIT SCH 40 36" x 36" CONCRETE CONDUIT BANK, TYP ---'::::::::::::::::J"\ 1-1/2" GREY PVC CONDUIT SCH 40, TYP 1 /2" ELECTRICAL FLEX CONOUIT PLASTIC 48" x 48" JENSEN PRE-CAST PULL BOX OR APPROVED EQUAL ----, 3" FLANGE THREAOED SCH 40 SST316, TYP -----. 3" 90" ELBOW THREADED SCH 40 SST316 ---. 3" SEAMLESS PIPE THREADED SCH 40 SST316, TYP 3" 90' ELBOW FLANGED SCH 40 SST316, TYP 3" FLEX AIR HOSE TITAN MOOEL SS200 OR APPROVED EQUAL NPT W/CRIMPEO FITTING SST316, TYP --- 6" GREY PVC CONOUI T SCH 40 36" x 36" CONCRETE CONOUIT BANK----- 1-1/2" GREY PVC CONDUIT SCH 40, TYP 3/4" HYORAULIC FLEX HOSE PARLEX MOOEL 451TC OR APPROVEO EQUAL W/10343 MALE JIC 37' STRAIGHT FITTING SST316, ___ ,, j~" PNEUMATIC FLEX HOSE PAR LEX MODEL 540N OR APPROVED EQUAL W/10343 MALE JIC 37' STRAIGHT FITTING SST316, TYP ___ _,, HORIZ PIPE SUPPORT UNI-STRUT P1000 SST316, TYP SEE DETAIL J/M6 3" UNI-STRUT CLAMP SST316 ,t7.-,:.:;__j_._-3• FLEX AIR HOSE TITAN MODEL SS200 OR APPROVEO EQUAL NPT W/CRIMPED FITTING SST316, TYP ::cl---3/4" HYORAULIC FLEX HOSE PARLEX MODEL 451TC OR APPROVED EQUAL W/10343 MALE JIC 37' STRAIGHT FITTING SST316, TYP lhi~IJ1c-==~~~l-3/4" PNEUMATIC FLEX HOSE PARLEX -MOOEL 540N W/10343 MALE JIC 37' RIGHT 90° PULL BOX B PLAN VIEW DETAIL 3/4" = 1'-0" NOTE: LOCATE HORIZ SUPPORT JUST BEYOND FLANGE I I I I II D C1 STRAIGHT FITTING OR APPROVED EQUAL SST316, TYP "l--3/4" TUBING SST316 PRE-BENT W/ 37" FEMALE FLARE AND NUT SST316 '--3/4" JUNCTION BOX PVC NEMA 6P "----HORIZ PIPE SUPPORT UNI-STRUT P1000 SST316, TYP SEE OETAIL K/M6 3/4" CREY PVC '-----ELECTRICAL CONDUIT HORIZ PIPE SUPPORT UNI-STRUT P1000 SST316, TYP SEE OETAIL J/M6 3" UNI-STRUT CLAMP SST316 3" SEAMLESS PIPE THREADED SCH 40 SST316 TO PEDESTAL #_1 711/i'(/ C(IJ'"()(JT =jc=;p,!1>---TO PEDESTA #1lNP(lt.t.fJOK//47C/I --, .. \ + rr ti +--",~ 11 1111 TERMINAL PULL BOX G PLAN VIEW -~-/-;-~_A_1~~-o-· -+--G=----t@® 3/4" TUBING SST316 PRE-BENT W/ WELD ON 37" MALE JIC FLARE SST316 3/4" TUBING SST316 PRE-BENT W/ 37" FEMALE FLARE ANO NUT SST316 3/4" JUNCTION BOX PVC NEMA 6P 3/4" GREY PVC ELECTRICAL CONOUIT HORIZ PIPE SUPPORT UNI-STRUT P1000 SST316, TYP SEE OETAIL K/M6 1 /2" ELECTRICAL FLEX CONDUIT PLASTIC HORIZ PIPE SUPPORT UNI-STRUT P1000 SST316, TYP VERTICAL PIPE SUPPORT UNI-STRUT P1000 SST316, TYP-, 48" x 48" JENSEN PRE-CAST POLL BOX OR APPROVED EQUAL------- 3" THREAOEO FLANGE SCH 40 SST316, TYP --- 3/4" HYDRAULIC FLEX HOSE PARLEX MODEL 451TC OR APPROVEO EQUAL W/10343 MALE JIC 37" STRAIGHT FITTING SST316, TYP --..._____.,:; 36"¢ KNOCKOUTS 3" SEAMLESS PIPE THREAOED SCH 40 SST316 -I --1-1 -=-1-- 1 I 3/4" PNEUMATIC FLEX HOSE PARLEX MOOEL 540N OR APPROVED EQUAL W/10343 MALE JIC 37¢ STRAIGHT FITTING SST316, TYP __ / b,--."""'-1 I -;;i~=>ll=71 36" x 36" CONCRETE CONDUIT BANK 1 /2" ELECTRICAL FLEX CONDUIT PLASTIC _ _,,, A=- ~~"'ll=,, 3/4" GREY PVC ELECTRICAL CONOUIT 3" UNI-STRUT CLAMPS SST316, TYP 3" 90" ELBOW FLANGEO SST316, TYP 3" SEAMLESS PIPE THREADEO SCH 40 SST316, TYP 6" GREY PVC CONDUIT SCH 40, TYP 3" FLEX AIR HOSE TITAN MODEL SS200 OR APPROVED EQUAL W/CRIMPEO NPT FITTING SST316, TYP 1-1/2" CREY PVC CONDUIT SCH 40, TYP rl'=ti=F"g,.,--1-1/2" GREY PVC ELECTRICAL CONDUIT ·-i"'-=4._-1 /2" ELECTRICAL FLEX CONOUI T PLASTIC 3/4" JUNCTION BOX PVC NEMA 6P HORIZ PIPE SUPPORT UNI-STRUT P1000 SST316, TYP SEE DETAIL K/M6 3/4" UNI-STRUT CLAMPS SST316, TYP 3/4" TUBING SST316 PRE-BENT W/ 37" FEMALE FLARE AND NUT SST316 STRAIGHT CONTINUOUS PULL BOX C, D, E, F1 AND F2 PLAN VIEW DETAIL E 3/4" = 1'-0" C1 48" x 48" JENSEN NOTE: PRE-CAST PULL BOX QR LOCATE HORIZ SUPPORT APPROVED EQUAL ---~ JUST BEYONO FLANGE 3" FLANGE THREADED SCH 40 SST316, TYP---..,.---,c--'~-------'r,---;,', 3" go• ELBOW THREAOEO SCH 40 SST316 3" SEAMLESS PIPE THREADED SCH 40 ---.J E M2 HORIZ PIPE SUPPORT UNI-STRUT P1000 SST316, TYP SEE DETAIL J/M6 3" TUBING SST316 PIPE PRE-BENT 3" SEAMLESS PIPE THREAOEO SCH 40 SST316 SST316, TYP 3" go• ELBOW U:!!,.LJJ-1--+-c----TO PEOESTAL #3 FLANGED SCH 40---t--_ SST316, TYP 3" SEAMLESS PIPE THREADED SCH 40 SST316, TYP ----].__ 3" COUPLING THREAOEO SCH 40 SST316, TYP 1 1 /2" GREY PVC CONDUIT SCH 40, TYP -,.._ 6" GREY PVC CONOUIT SCH 40 1' -4" • TYP 1• I I 10· I 3/4" TUBING SST316 PRE-BENT W/ WELD ON 37" MALE JIC FLARE SST316 r;==ll9=ftj%> --To PEDESTAL #3 T/1/i'(/ C(ITC{lj'" lh,~q=!'=t----TO PEOESTAL #3 PUlt 80%//4TCII TERMINAL PULL BOX H PLAN VIEW 7' -0" DIAMETER , l 3/4" TUBING SST316 PRE-BENT W/ 37" FEMALE JIC FLARE ANO NUT SST316 HORIZ PIPE SUPPORT UNI-STRUT P1000 SST316, TYP SEE DETAIL K/M6 PRESSURE TRANSDUCER PROBE 1 1/2" GREY PVC ELECTRICAL CONDUIT W/ ACCESS SLOT NOTE: CONTINUOUS CONDUIT FROM PULL BOX "F" TO "'H" FOR . PRESSURE TRANSDUCER PROBE 24"~ PIPE 10 CA, SST316L 28" X 24" FLANGED TEE I 3" FLEX AIR HOSE TITAN MODEL SS200 OR APPROVEO EQUAL NPT W/CRIMPEO FITTING MALE AOAPTER, TYP 3" COUPLING THREAOEO SCH 40 SST316, TYP HORIZ PIPE SUPPORT UNI-STRUT P1000 SST316, TYP SEE DETAIL J/M6 3" THREADEO FLANGE SCH 40 -~, SST316, TYP 3/4" HYDRAULIC FLEX HOSE PARKER MODEL 451TC OR APPROVED EQUAL W/10343 MALE JIC 37" STRAIGHT FITTING -,, SST316, TYP 3/4" PNEUMATIC FLEX HOSE PARLEX MOOEL 540N OR APPROVED EQUAL W/10343 6" GREY PVC CONDUIT TYP SCH 40 MALE JIC 37¢ STRAIGHT FITTING ---i~~~l~ SST316, TYP 1 1/2" GREY PVC CONDUIT SCH 40, TYP 3/4" GREY PVC ELECTRICAL CONOUIT 1/2" ELECTRICAL FLEX CONDUIT PLASTIC, TYP 3/4" JUNCTION BOX PVC NEMA 6P 3/4" GREY PVC ELECTRICAL CONOUIT 3/8" X 2 1/2" ANCHOR BOLT SST316, TYP LEFT 90° ELBOW PULL BOX F PLAN VIEW 3/4" GREY PVC ELECTRICAL CONDUIT 3" go· ELBOW FLANGED SST316, TYP 3/4" TUBING SST316 PRE-BENT W/ 37" FEMALE FLARE AND NUT SST316, TYP HORIZ PIPE SUPPORT UNI-STRUT P1000 SST316. TYP SEE DETAIL K/M6 3" PIPE SST316 NOTES 3" UNI-STRUT CLAMP SST316 HORIZ PIPE SUPPORT UNI-STRUT P1000 SST316, TYP UNI-STRUT P1000 BRACE SST316 3/8" x 2 1/2" ANCHOR BOLT SST316, TYP VERTICAL UNI-STRUT P1000 SST316 CONCRETE PULL BOX WALL UNI-STRUT PIPE SUPPORT DETAIL J NO SCALE MG 1. THE 28" X 24" FLANGEO TEE SHALL BE TEMPORARILY SUPPORTEO ON CONCRETE BLOCKS UNTIL ALL CONNECTIONS ARE MAOE. ~i 3/4" UNI-STRUT CLAMP\ SST316, TYP \ UNI-STRUT P1000 BRACE SST316 NEOPRENE GASKET-, <J <l 28"¢ BLINO FLANGE, SST316L 2. AFTER PROVIDING CONNECTION BETWEEN THE NEW 24" 1/0 PIPE AND EXISTING 30" OUTLET PIPE, CONTRACTOR SHALL INSTALL PIPE SUPPORT(S) AS DISCIPLINE OWG NO o"° . N :gN :f I ... 0"' I"" _, 2~ <<OX ,o I .. o~ ~J~ ,.s~ ~I .. --{/) --t,_ ..; :;J w i."' "' !H>x t!,; i 2 E ~ ~ 0 !j.2 ~ ~8s, ----------------. j'~g -+ N .lo 1 ~o ,..-N ,N 8~ ;j t .. z CAJHCART . GARCIA.: .. VON LANGEN: .. u. ~ .. CCV L ms6 1'JORLO TRAD£ DRIVE. sum :m 11;0 I::! SAN OIECiO, CALIFORNIA 92128 3/4" TUBING SST316JL-~--,f 3/4" GREY PVC CONDUIT 1/ UNI-STRUT PIPE SUPPORT DETAIL K MG VERTICAL UNI-STRUT P1000 SST316 CONCRETE PULL BOX WALL 3/8" X 2 1/2'. ANCHOR SOLT SST316, TYP -+- ' 6"~ SPOOL PE X FLG, 10 GA, SST316 TOWER DRAIN VALVE 6" ECCENTRIC PLUG VALVE, SST316 (NORMALLY CLOSED) PLACE VALVE AT 8 O'CLOCK POSITION ON BLINO FLANGE FACE INV EL 163.50 PER OETAIL 0/M8 . DETAIL 'L' SCALE: 1/2"= 1' M2 M6 "AS BUILT" J~~ ~ ~.,n-09-1-f:·/.1 P.E' 2 '3/7' EXP. '.'3 ~:J /. /2,. DA TE REVIEWED BY: tu&~. L.,~ INSPECTOR B-to-W DATE f's'Hml CITY OF CARLSBAD ISHEETSI 1--~f---t----------------+---f---+---+---I ~ ENGINEERING DEPARTMENT 38 l--~f---+----------------+---f---+---+---1 --·--' IMPROVEMENT PLANS FOR: LAKE CALA VERA REMEDIAL IMPROVEMENTS PULL BOX PIPE AND HOSE ARRANGEMENT A~!:'~0~ • WILl,IAM L.12.LUMMER t--'--r--+---------~---+---t---t---t---f ~ -c ,:7--~ ~ 12·/.· ' J---if---t-..-=,--,==c-------~~-+--~f---+---+---1 DEPUTY CITY ENGINEER PE 28176 EXPIRES 3/31/08 '46~ 131/llT" DATE DATE INITIAL DATE INITIAL ENGINEER OF WORK REVISION DESCRIPTION 0 THER APPROVAL DA TE INITIAL CITY APPROVAL OWN BY: OG L Rli CHKO BY: JJ/MS/TV RV\"1J BY: AO PROJECT NO. 3821 I ORAWING NO. 411-6 ~3 <C £NG I N E ER s [asaJrn.1104 Fail8S8J611M,n NO SCALE ' oo~~!!\'l'l~~,----'"'!'J!'!i~-..1-... -----------iiill..., ______________ ..i, ___________________ .,. ___________________________________________ ""'!'_(-, ________________________________ J "c: OWG12 Cl..58-IP.OWG 12 12 94, . 042001 N .... 0 0:: a. I " < 0 I X t N oN ~ 00 "O "0 e:ig (I) co ::> (I) ~ I 0 + 3~ 9 N C--N 0 " I + 0"' ~~ ~* ~o I .. O+ ~'j~ 1~~ ~E .. a.a~ ,.r ::I w i.(11 0:: .-x "o i; ~ 2 E i ~ 0 HORIZ PIPE SUPPORT UNI-STRUT P1001 SST316 NOTE: UNI-STRUT MUST BE SPACED FROM WALL TO KEEP PIPES 3"¢ 90' ELBOW THREAOED SCH VERTICAL PIPE SUPPORT UNI-STRUT P1DOD SST316 3" SEAMLESS PIPE THREAOEO SCH 40, SST316, TYP CONTROL BUILDING WALL PENETRATION --- 3/4" 90' ELBOW FEMALE NPT X MALE 37' FLARED JIC SST316, TYP ----. 3/4" TUBING SST316 A MINIMUM OF 3-1 /2" FROM PULL BOX WALL I PRE-BENT W/ FEMALE 37' ---~=l:::111 FLARE ANO NUT SST316, TYP- 3/4" UNI-STRUT CLAMP SST316, TYP -~ 3/4" PIPE THREAOEO SST316, TYP CONTROL BUILDING WALL PENETRATION HORIZ PIPE SUPPORT UNI-STRUT P1001 SST316 ~~~""' 1 M7 PULL BOX A PLUMBING PLAN VERTICAL PIPE SUPPORT UNI-STRUT PlDDD SST316 A 3/4" HYDRAULIC FLEX HOSE PARKER MODEL 451TL OR APPROVED EOUAL W/10343 MALE JIC 37' STRAIGHT FITTING SST316, TYP (VERTICALLY EVERY OTHER ONE) 8. 3/4" PNEUMATIC FLEX HOSE PARKER MODEL 540N OR APPROVED EQUAL W/10343 MALE JIC 37' STRAIGHT FITTING SST316, TYP (VERTICALLY EVERY OTHER ONE) BACKFILL MATERIAL 3" PIPE THREAOEO SCH 40 SST316 ----... 4" CONCRETE WALKWAY-.. SEE NOTEs---, • 0 I in DETAIL SCALE: 3/4"=1'-0' 3/4" 90' ELBOW FEMALE NPT X MALE 37' FLARE SST316, TYP - ' . A M4 • 3" THREAOED FLANCE SST316, TYP 3" UNI-STRUT CLAMP SST316 TYP 3" FLEX AIR HOSE TITAN MODEL SS2DD DR APPROVED EOUAL W/ CLAMPED NPT FITTING SST316, TYP 36" x 36" CONCRETE CONOUIT BANK 6" CREY PVC CONDUIT SCH 40 1-1/2" GREY PVC CONDUIT SCH 40 I---_,3/4" PNEUMATIC FLEX HOSE PARLEX MODEL 540N OR APPROVEO EQUAL W/10343 MALE JIC 37' STRAIGHT FITTING SST316 . 3/4" HYORAULIC FLEX HOSE PARKER MODEL 451 TL OR APPROVEO EQUAL W/10343 MALE JIC 37' STRAIGHT FITTING SST316 1 1 /2" CRAY PVC SCH 40 ELECTRICAL CONOUIT (TO BE CONNECTEO TO CONTROL ROOM) 3/4" HYDRAULIC TUBING SST316 PRE-BENT W/ FEMALE 37' FLARE ANO NUT SST316, TYP CONTROL ROOM EXTERIOR WALL 8" CMU PULL BOX A PLUMBING LAYOUT FRONT SECTION VIEW PULL BOX A& B-EXCAVATION/BACKFILL DETAIL SECTION SCALE: 3/4"=1'-0' M7 " -NOTES ~g~ ~801---------------, 1. EXCAVATION TRENCH FOR 48 X 48 PULL BOXES, A ANO 8 SHALL BE 9-FT WIDE ANO 5-FT DEEP " -·~ 1~8 ·+N lo ~o I;!; N •N > t~ 2. FOR PULL BOXES A AND 8, BACKFILL TRENCH USING IMPORT MATERIAL WITH 907. COMPACTION TO HYDRAULIC ACTIJATDR-----~ TO INTAKE SCREEN AIR TO PNEUMATIC ACTIJATOR r TO HYDRAULIC ACTIJATOR END OF TRAVEL MICRO SWITCHES BACKWASH PORT, SCREEN 3/4" HYDRAULIC FLEX HOSE PARKER MODEL 451TL OR APPROVED EOUAL W/10343 MALE JIC 37' -----fl\\ STRAIGHT FITTING SST316, TYP ll /Jjffl--3/4" PNEUMATIC FLEX HOSE PARLEX MODEL 540N OR APPROVED EQUAL W/10343 MALE JIC 37' STRAIGHT 3'' FLEX AIR HOSE TITAN MODEL SS200 OR APPROVEO EQUAL W/ CRIMPED NPT FITTING SST316, TYPrr-_.::,~71-""-"-t' Z-f~~-FITTING SST316, TYP 1 1 /2" GRAY PVC CONDUIT SCH 40, TYP 3" THREADED FLANCE SST316 ___ _ UNI-STRUT PIPE SUPPORT P1001 SST316 CR APPROVED EQUAL, TYP 3" UNI-STRUT PIPE CLAMP SST316, TYP ·.<LI_ L < . L 6" GRAY PVC CONDUIT -----.,. SCH 40, TYP ' < " " {(7]'---fl----ll-.--1/2" ELECTRICAL FLEX CONOUIT PLASTIC 4" x 6" JUNCTION BOX PVC NEMA 6P --!f--3/4" GRAY PVC SCH 40 ELECTRICAL CONDUIT 1!------,/ 4" UNI-STRUT PIPE CLAMP SST316, TYP ~""'='~~'==~=2,,IJ__-\f--7/4" TUBING SST316 PRE-BENT W/ FEMALE 37' FLARE AND NUT SST316, TYP '-il--~3• SEAMLESS PIPE SCH 40 SST316 '--ll---3• 90' THREADED ELBOW SCH 40 SST316 PEDESTAL #1 PIPE AND HOSE SUPPORT DETAIL E NO SCALE M1 7' D" -. y "' /' 5' -7" I ..__,, - ~ . • ---- ... " ~ I 1o c. " " E M2 · 1 / .. ~ " I I/ " ~ • ·~ ' "-------PIPE SUPPORT OETAIL SEE OWG M3 ( ZB" 11/JPE !ti. ' CRATING FRAME 7 L3"x3"x1 /4" SST316L ~ C COtlPt!ilG 11\ \. CRATING SUPPORT BEA MS ·; 2 L3"x3"x1/4" SST316L SEE DETAIL CS-1 ~ FRP GRATING PANELS EXISTING OUTLET BOX WITH PROPOSED GRATING DETAIL 1/2" = 1' GRATING NOTES: APPLY TO DETAILS G/M2 AND D/M1 1. EXTENO GRATING CONTINUOUSLY OVER GATE GUIDES AND GA TES. 2. NOTCH GRATING SUPPORTS AT GA TES AS REQUIRED. 3. GRATING SPAN ,___, SEE PLAN . 4. WIDTH OF GRATING SECTIONS SHALL NOT EXCEED 3'-0". 5. SHOP DRAWINGS BASEO ON FIELD DIMENSIONS SHALL BE SUBMITTED TO THE CONSTRUCTION MANAGER PRIOR TD FABRICATION. 6. MATERIAL FDR SUPPORTS OF STEEL AND ALUMINUM GRATING TO BE SAME AS GRATING. EXCEPT METAL SUPPORTS THAT ARE TO BE EMBEDDED IN CONCRETE SHALL BE TYPE 316 STAINLESS STEEL 7. UNLESS NOTED OTHERWISE ON PLANS. GRATING THICKNESS SHALL BE AS 'TABULATED IN GRATING THICKNESS TABLE' FOR APPLICABLE TRAFFIC. 8. BEARING BAR THICKNESS FOR GRATING TO BE 3/16" MINIMUM. 9. BAND ALL EOGES 111TH 3/16 x OEPTH OF BEARING BAR. 10. PROVIDE MISCELLANEOUS GRATING FASTENERS AS REQUIREO. 11. TYPE OF MA TERI AL USED SHALL BE AS SHOWN ON PLANS OR AS SPECIFIED. THIS STANDARD DETAIL INCLUDES 3 TYPES. ALTHOUGH ALL 3 MAY NOT BE INCLUDED IN PROJECT. 12. THE HORIZONTAL CLEARANCE BETWEEN THE GRATING AND .GRAING SUPPORTS SHALL NOT BE LESS THAN 1/4" NOR GREATER THAN 1 /2" AND AS SPECIFIED. 13. ALL GRATING SECTIONS, \'MEN IN PLACE, SHALL ALWAYS BE FIRMLY ANCHORED TD THEIR SUPPORTS AS SPECIFIED. FOOT TRAFflG GRATING THICKNESS TABLE " MAXIMUM ALUMINUM STEEL FIBERGLASS· • SPAN (IN) (IN) (IN) .3'-6" 1 1 /4' 1· 1 1/2" 4'-0 .. 1 1/2" 1· 1 1/2" 4' -6'" 1 3/4" 1" 1 1/2'' s'-o" 1 3/4" 1 1/4" MAXIMUM 5'-6" 2· 1 1/4" ALLOWABLE 6'-0" 2 1/4" 1 1/2" SPAN IS 4'-6" LIMIT D M1 FRP GRATING MINIMUM BEARING DIMENSION SEE NOTES _...JV " SST316 GS-1 '--2-L3"x3"x1/4 GRATING SUP BEAMS PORT .·•· i ·, if~'!~ti - " • .· !Ji 'l'"'tt'~}c · . 0 -~:: ,:t· .·f . _N· ,.:., '{;·fi ·. _ .. · .. : .. ,. ' '" . ·. °t.l<~n s,. ,. '..-:., --~':·:; . ' ' ' ,. -~ ,,,,..._.,,_ .. -. -.:;:'.'., _,, . DATE TO HYDRAULIC ACTIJATOR VALVE 2 TO HYDRAULIC ACTUATOR VALVE 3 TO INTAKE SCREEN AIR BACKWASH PORT SCREEN 2 INTAKE SCREEN AIR BACKWASH PORT SCREEN 3 ~ ~ 3/4" HYDRAULIC FLEX .. " HOSE PARKER MODEL 451TL OR APPROVED EOUAL W/10343 MALE JIC 37' STRAIGHT FITTING SST316, TYP--....l._ 3" THREADED FLANCE SST316, TYP-~ 3" FLEX AIR HOSE TITAN MODEL SSZDD OR APPROVEO EOUAL W/CRIMPEO NPT FITTING SST316, TYP 3" UNI-STRUT PIPE CLAMP SST316, TYP 3" SEAMLESS PIPE SST316 SCH 40 _..../ T, 9 12" I • • TO PNEUMATIC ACTUATOR VALVE 2 TO PNEUMATIC ACTIJATOR VALVE 3 TO HYDRAULIC ACTUATOR ENO OF TRAVEL MICRO SWITCHES VALVE 2 TO HYDRAULIC ACTIJA TOR ENO OF TRAVEL MICRO SWITCHES VALVE 3 3/4" PNEUMATIC FLEX HOSE PARKER MOOEL 540N OR APPROVED EQUAL W/10343 MALE JIC 37' STRAIGHT FITTING SST316, TYP 4 x 6" JUNCTION BOX NEMA 6P, TYP 3/4" GRAY PVC SCH 40 ELECTRICAL CONDUIT ,,......----HORIZ PIPE SUPPORT ,,,,,,.-UNI-STRUT P1001 , ~ SST316, TYP 3 / 4" TIJBING SST316 _ _j'J"----'-,:;;<"'"---:-;c'Y:'-"-_il__-:-.1WJ-\l'-1L::-4 ,.,-lllLILil_.J'---- 3/8" x 3" ANCHOR SOLT SST316, TYP. PRE W/ FEMALE - 37' FLARE AND NUT SST316, TYP 1-1/2" SEPARATION, TYP PEDESTAL #3 PIPE AND HOSE SUPPORT NOTE: PIPE SUPPORT NOT SHOWN DETAIL F NO SCALE M1 F M2 SEE OWG M3 FOR SECTIONS ANO OETAILS ALUMINUM GRATING 8'W!'~, 2 1 /2" THICK SEE CRATING NOTES "'6 EXISTING CONCRETE ~ '\ OUTLET TOWIER 6"0//eRl11P tltV CO;VC;feTE TO/Ye/? W/171 $x.Y,,'x8"tf'E£JIIE/ltJ9 ANCHOR BOLT 5/8"¢x0'-6", SST316, TYP +--- / OUTLET TOWER REMOVABLE GRATING COVER PLAN DETAIL SCALE: 1 /2" = 1' MINIMUM BEARING DIMENSION SEE NOTES SQUARE RECESSEO WASHER G M1 1/2"~ X 0'-2 1/2" BOLT AND NUT SST316 FRP GRATING D' 0 1• • 'O'' A' ~,, el\c, '-X, 7,r,; Xo o·- SST:ll 6, nP /SECTION A-A LUMINUM CR EE GRA TIN DISCIPLINE DWG NO M7 5/8"xo'-6" STAINLESS STEEL .// ANCHOR BOLTS @ 1'-6" CTRS, II R I "AS BUil T" 1'-0" CTRS FDR FIBERGLASS . ANGLES OR IN LIEU OF ANCHOR '-1/4 FILLET WELD BOLTS, USE 3/4" CONCRETE / ,. ~k Ii~ 02-/4-lt? ANCHORS @ 1'-0" DC .. U"x3"x 1/4" GRATING SUPPORT ANGLE FRAME SST316 (FOR P.E. 21Jf7' EXP. :.J-"Jl·l'Z--DATE FOOT TRAFFIC GRATING) REVIEWEO BY: GS-2 lv~ L<!-IID, "' ~-ta-io INSPECTOR ,-11 DATE ~ CITY OF CARLSBAD m 2 ENGINEERING DEPARTMENT 8 IMPROVEMENT PLANS FOR: LAKE CALAVERA REMEDIAL IMPROVEMENTS PIPE SUPPORT AND GRATING DETAILS AP_:.'>0-~2 ,WILiM ~~ 1:2-11-"' " ., , DEPUTY CITY ENGINEER PE 281715 EXPIRES J/31/08 DATE 11\ "AS·tJUlt. T" D \lvN BY: OG/NL/RM INl11AL DATE INITIAL OATE PROJECT NO. INITIAL CHKD BY: JJ/MS/TV 3821 411-6 6'-6" 2 1/4" 1 1/2" DEFLECTION ENG!NEER OF WORK REVISION DESCRIPTION OTI-1ER APPROVAL CITY APPROVAL RVWD BY: AB I I DRAWING NO. . ' i ,, CG V L 12396 WORLD TRAD£ DRIVE, SUITE 312 ! ;Q ~ SAN DIEGP, CAllfORNlA 92128 ~::t <C ENG I N E ER S (858)61!--1104 Fax(8S8lb11M~63 oo~=~~!'ii:'---"""T:~'!T"-.,__..,. ______________________ .i.,. ______________________________________________________________________________ J C: OWG12 ct..S8-l?.OWG 12 12 94 1'-0" 2 1/2" 1 3/4" TO 1/4" MAX : ' .' 042007 1 /4" 11-iK NEOPRENE PAO, 6" ~OE. 2" OVERLAP W/ 316SST SANO STRAP, TYP ALL U-BOLTS ALONG 24"~ OOWNCOMER -- A 3/4" U-BOLT, SST316 24"~ OOWN COMER PIPE, SST316L 3/4" U-BOLT, SST316 24" ~ OOWN COMER PIPE, SST316L ALL ANGLE BRACE JOINTS ARE TO BE FULLY WELOED PLAN VIEW SECTION A-A DETAIL NO SCALE PULL BOX TD ALIGN ~TI-i CONOUIT, SEE NOTE 1 L L M2 M5 r-----7 I I I I I I ~-1 /2"x0' -6" ANCHOR SOLT L 4"x2"x1/4", SST316 L 2"x2"x1/4", SST316, TYP EXISTING OUTLET TOWER WALL ¼" 11-iK NEOPRENE PAO ~-L 2"x2"x1/4", SST316, TYP ½"~ ANCHOR .BOLT ~TH 6" EMBEOMENT FILLEO ~ TH CEMENT GROUT OUTLINE OF CONOUIT, . TOP FLUSH ~TI-i TOP OF ROCK BLANKET =====t::e::. tQ~Z_ Q 0 ' 1 0 BOX & BACKFILL SECTION I-w "' • z 0 <( --' I a, .., "' u 0 a: , , .. • a . . · :·" .... _·· '.,1_.-.. ·-=-· TOP OF CONDUIT FLUSH ~TI-i TOP OF ROCK BLANKET, SEE NOTE l COMPACTEO ROCK BACKFILL, SEE NOTE 1 (±) 0 0 0 0 0 0 (±) 0 0 0 0 0 0 (±) 0 0 0 0 0 0 NOMINAL NOMINAL - TYPICAL CONDUIT BANK & BACKFILL SECTION 1 SCALE: 3/4" = 1'-0" , Ml , NOTE: 1. CONTRACTOR IS RESPONSIBLE FOR MEANS ANO METHOOS OF EXCAVATION ANO BACKFILL. MAXIMUM OVER EXCAVATION INTO SUBGRAOE SHALL NOT BE GREATER THAN 6". 1/4" THICK X 5" WIOE TYPE 316 SST BAND STRAP----~ .1_·. ' •. .. 3/4"~ OR 7/8"~ TYPE 316 SST ANCHOR BOLT /STRAP REQUIRED WHERE SHOWN, -- TYP 1/4" THK NEOPRENE PAO 3000 PSI CONC MIN 12" THICK 2-#3 TIE '. ' ' >-»,~ <._'-(;(«, • : . .·• . ' 2-#4 L---\-,""'d--__..j PROVIOE 0+18" LONG y>,.Y,' 24" WIOE, 12" THICK ~-6#4 STEEL OOWELS IN BASE AGAINST CONC SLAB, DRILL 1 UNDISTURBED SOIL OR 1 /2"~ MIN, 6" DEEP, 95% CCMPACTEO FILL ANO EPOXY CROUT CONCRETE SADDLE PIPE SUPPORT DETAIL o ' NO SCALE , M6 , 1-w "' • z 0 <( I --' • a, "' "' 8 a: 5/IEET PILtS fllll. 8c CQT 70 t114TC/I Etlft1TICl'I tJ.r 5tf/l{lff clYCll,5t,4/E/YT 5TEELS/IEETf'/LlSTtJ -- REJ/#111 •• b • • ·» . ' . . ' = . . . ..,. ' . . . . . v' . • ~ . • 0 • • ... " .• ,i • • • ~ • • I ' • ... 4£)/J G'T()/J[,1/J71J JCC(J;J10!}.4TE TIie J;r 3' C/JN!)t//T El(C.15£41£,Y r r==========i;t--JI-__ /IP !2x5:I f'Eli' f'L/1/{ ;;, ·,' A •· " ; " " . . ". • '. ,. . ' : .. : __ "'. . . :--; .. : • ~ . • •• , • Q . . . . . . : '9 '· "AS BUILT" J' DISCIPLINE OWG NO M8 ()9--t,f-lO P.E. ,Zfln{,, EXP. -:3<3(·/Z-OATE REVIEWEO BY: lb~ 1-¥,/ INSPECTORY 9--'£'~ -tD DATE fsHEETl CITY OF CARLSBAD I SHEETS I l----+---1--------------+----+---+--+---l ~ ENGINEERING OEPARTMENT 38 ~==::'..:==::::'::==========:::::::::::=====-'====~ -e .i J.,: ~ ~ .... ~ ~ , w ti N0.CS133l1 . i . JV~ ~~Q_I,: : -\ . C/',I\.. F" CA(\f_O .... DATE iNI TIAL ENGINEER OF WORK REVISION DESCRIPTION DA TE 1Nl11AL DA TE !NITIAL OlliER APPROVAL CITY APPROVAL IMPROVEMENT PLANS FOR: LAKE CALAVERA REMEDIAL IMPROVEMENTS PIPE SUPPORT DETAILS OvVN BY: DG L RM CHKO BY: JJ/1'5/TV RVWO BY: AB PROJECT NO. 3821 I ORA~NG NO . 411-6 - I . - CONTROL SYMBOLS SINGLELINE DIAGRAM SYMBOLS ELECTRICAL SYMBOLS SYMBOL DESCRIPTION SYMBOL DESCRIPTION SYMBOL DESCRIPTION -+f-9L OL: MOTOR STARTER OVERLOAD c0 UTILITY COMPANY METER Q)-, JUNCTION BOX OR CONDUIT FITTING [D-1 vvv ELECTRICAL DEVICE OR OUTLET * NORMALLY CLOSED CONTACT NV\ DISTRIBUTION OR CONTROL TRANSFORMER EXPOSED CONDUIT ') 5:f© AIR CIRCUIT BREAKER, AMPS / POLES ' ~ f-NORMALLY OPEN CONTACT @ SHUNT-TRIP COIL ---UNDERGROUND CONDUIT I ' @ COIL, MS: MOTOR STARTER, CR: CONTROL I 777' ) MCP MOTOR CIRCUIT PROTECTOR BREAKER CONDUIT RUN WITH 3#12 AW_G. RELAY, TO: TIME DELAY RELAY I /\ MAGNETIC MOTOR STARTER, NEMA SIZE 1 --v FLEX CONDUIT <l9 MAINTAINED "ON-OFF" SELECTOR SWITCH [SJ 1 FULL VOLTAGE, NON-REVERSING Gs;s PUSH BUTTON STATION REV : REVERSING S/S: START /STOP, LOS: LOCKOUT/STOP, J: JOG --'-N.O. PUSHBUTTON SWITCH (START) PW : PART WINDING START 0 0 RVAT : REDUCE VOLTAGE AUTOTRANSFORMER START -=t=-ELECTRICAL GROUND tl9 N_C, PUSHBUTTON SWITCH (STOP) A ELECTRIC MOTOR, 700 H.P. ( s) MANUAL MOTOR STARTER MfA 1_ TOGGLE SWITCH HAND-OFF -AUTO SELECTOR SWITCH I Rvssl REDUCED VOLTAGE SOLID STATE MOTOR CdNTROLLER g:=1 DUPLEX RECEPTACLE 0 0 (SOFT STARTER) i2 TIMED CONTACT, NORMALLY OPEN, TIME CLOSED MH MOUNTING HEIGHT o;tcr TIMED CONTACT, NORMALLY CLOSED, TIME OPEN I MPU I MOTOR PROTECTION UNIT ~ PRESSURE SWITCH ~> n INDICATING LIGHT OVERLOAD PROTECTION 0-...,?_ LIMIT SWITCH ZSO=OPEN ZSC=CLOSE ' . - ICIO INSTANT CLOSE, INSTANT OPEN ' .. ICTO INSTANT CLOSE, TIME OPEN ' IOTC INSTANT OPEN, TIME CLOSE TOAE TIME DELAY AFTER ENERGIZING TOAD TIME DELAY AFTER DE-ENERGIZING IR CURRENT RELAY OL OVERLOAD CONTACT KIO ELAPSED RUN TIME METER . -. '. ·, ' . " '??,.oFESs10,t. '<,Q I'--BAS.SJ-: ~( $0-' . 0~ )... $ ~ (i) :2 NO C513~ ,.. °Z 0 · m w -200 m rt EXP, JUNE 30, 2 ~ N . ' ~ 'Nt m" * f g,.,-'. DISCIPLINE - F c DWG NO ' . . E1 "AS BUil T" . . ~dd,'3,:~~ a9-Af·Lt2. P.E. '2.9t_7t: EXP. 3-.1.l· 12.. DATE REVIEWED BY: . W.#.l---. I '1'" -$~\"l-W , .,.,. .,, INSPECTOR DATE ~ CITY OF CARLSBAD m ,, 4 ENGINEERING DEPARTMENT 8 ·• IMPROVEMENT PLANS FOR: LAKE CALAVERA REMEDIAL IMPROVEMENTS LEGENDS AND SYMBOLS ,, ·' . . APPROVED WILLIAM gMMER ....-1:01 .. ~ ~ w.n»t~ l2-l/·t26 • -·-,, DEPUTY CITY ENGINEER 'PE281715 EXPIRES .3/.31/08 • DATE .. ALEXANDER ENGINEERS INC. . II\ '.48-:l'Jl//LT'' -DATE INITIAL DWN BY: JCl I PROJECT NO. I DRAWING NO. DATE INITIAL DATE INITIAL CCV L 12]96 WORLD TRADE DRIVE, SU(T£ 312 502 W. ALOSTA AVE, SUITE 17 REVISION DESCRIPTION CHKD BY: JCL 3821 SAN DIEGO, CALIFORNIA 92128 Gl.£NOORA C~F. 91740 ENGINEER OF WORK -OTiiER APPROVAL CITY APPROVAL RVWO BY: JSP 411-6 (8511)618•170,. fax(8S11)618~S46l ' ENGINEERS '621$) 914-12« C: \DWG12\CLSB-!P.DWG 12/12/94 ! I ~ ~ ~ ~ ~ i I 1 l I I j I ~ [J "I V> 0 <3 "' I X I -,. * N I-V> z 0 0 lL 0 l'2 ::, :, X I -,. ~ N N C) z a "" ~ X I -,. ~ N N N > C _J o:,a O Vl El EO a. .. o "' I-wx Vl I ::,, -,. ~ N N C) " 0 N >'. I _, ;:!-I!' <O I ox 01 N -,. d~ ~N =:'. N 15 .. ~ V, vib -"' ox C 5- 0 ~E 0 0 -"" 0" 0 .. O'.) • "' 0 <O -'o lo -,. N 0 /. -,. ,..._ N N N a. /o a.: V) 0~ " "" 00 I ' /, I, ,\ \ I ! j / I I i CATHCART GARCIA, / / . / / , VON LANGEN CCV L 12396 \o/ORlD TRADE DRIVE, SUITE 312 SAN DIEGO, CAL!fORNlA 92128 E N G I N E E R S (8S8)618-170~ Fa~!BS81618-St.6l C: DWG12 CLSB-IP.DWG 12 12 94 ...-1:-1 --■-ALEXANDER ENGINEERS INC. 502 W. ALOSTA AVE. GLENDORA 826 914-1244 SUITE 17 CALIF. 91740 ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' --1 ' ~ I I ) I I I .,..---; -------------------c:c.e-:::::-:::~~---------------------~ LAKE CALAVE 2 ' A J NSEN PRECAST OR A R VEO EQUAL 24" X 36" PULL B ES WIT TRAFFIC LID, TYP ·-,, ,· . ·· 1:, ') ,!·4./ 1 • f • I ' . . : . . ' 1 :-• 4 ' I , · ,f 1 4 • I "--,,-1, ;_,; I ' ( ' -::-' PULL llDx,,~ -=,--, - I I ' PULL BOX B ~cc PU!,L _BO.JI'.. A/ -/ --- -' ::::_-7 _ __:::::::..: ----J CON TROt:' BU~ING I ~, 0 _______ ., ELECTRJCAL SI 1'= 30 ---------- ------- CONDUIT BANK FOR HYDRAULIC, PNUEMATIC ANO CONTROL LINES PULL BOX. JENSEN PRECAST 48"X48" OR APPROVEO EOUAL. TYP ___ PULL BOX 0 ... ,. ,---,,_ ,. -------. w z :, DATE INITIAL ENGINEER OF WORK PULL BOX E -·····-"- a•~••-• ,,. '/?$ tftlltT" ' . '- -PULL BOX G PULL BOX H EXISTING OUTLET TOWER 24"0 PIPE 10 GA SST 316L TEE-SCREEN ANO 18" BFV ~~ULL BOX F2 PULL BOX Fl --PULL BOX F • SHEET NOTES. [j] LOCATION OF SOG&E HANOHOLE IS APPROXIMATE. COOROINATE WITH SOG&E FOR EXACT LOCATION, CONOUIT SIZING ANO ROUTING FROM HANOHOLE TO UTILITY SER\1CE PEOESTAL. I] TRANSITION FROM 2/C#18 SH TO CABLE SUPPLIEO BY TRANSMITTIER MANUFACTURER. CABLE SHALL BE CONTINOUS TO TRANSMITTIER ELEMENT. INSTALL STRAIN RELEIF PER TRANSMITTER MANUFACTURER'S RECOMMENOA TIONS. DATE INITIAL DATE INITIAL I] u" ~ j',/\\.~ DISCIPLINE -fl"~ OF CJ,.\.\ifJ OWG NO E2 "AS BUil T" ,,ta7~~ tl'/-1±•/tl P.E. 2/J/7(, EXP. 3 •-:J t'.: LZ. DATE REVIEWEO BY: t.uJJ ... _ L~.., ~-•i~ ti> INSPECTOR OATE L[] CITY OF CARLSBAD ~ 5 ENGINEERING OEPARTMENT 8 IMPROVEMENT PLANS FOR: LAKE CAlAVERA REMEDIAL IMPROVEMENTS SITE ELECTRICAL PLAN APPROVEO Wl~M ~MMER ~, ~.. ~//.AJ DEPUTY CITY ENGINEER PE 28176 EXPIRES 3/31/08 DATE OWN BY: OG/NliRM PROJECT NO. ORAWING NO. I I CHKO BY: lJfMS/TV 3821 411-6 REVISION DESCRIPTION 01HER APPROVAL CITY APPROVAL RVWO BY: AB N 0 KEYED NOTES [TI COORDINATE WITH SDG&E FOR NEW SERVICE. GENERAL NOTES 1. ALL POWER CONDUCTORS SHALL BE COPPER THWN, 600VAC. 2. MAIN SERVICE BREAKERS AND BRANCH CIRCUIT BREAKERS SHALL BE INVERSE TIME, 65,000 AIC SYMMETRICAL RATING, WITH ADJUSTABLE INSTANTANEOUS TRIP. MAIN CIRCUIT BREAKER SHALL HAVE ADJUSABLE (LSIG). SERVICE 480/277 VAC 3¢, 4 WIRE TOTAL LOAD CALCULATION LOAQ DESCRIPTION FLA AIR COMPRESSOR 17.3 HYDRAULIC PUMP 2.6 MISCELLANEOUS POWER 27.0 25% OF LARCEST MOTOR 4.3 CONNECTED LOAD 51.2 SDC.&E PAD MOUNTED TRANSFORMER ,---------7 I NEW METER/MAIN PEDESTAL I -----DISTRIBUTION PANEL--100A BUSS ---7 I I I M I I ml L ____ _J 101 102 I I 100ATI I 3P I I . CFI I I I I l "C, #4 B.C. -. GND WELL ) 20 AT 3P 1 "C,#4 B.C. 103 ,-----"'---, GND WELL 10 HP AIR COMP. PANEL ) 15 AT 3P ) 15AT 2P 104 _j --------- HPU 3 KVA 104 04 T-1 5 KVA 1 ¢ l l O 480-120/240V 11 1 PANEL 12 CKT SINGLE LINE DIAGRAM TO GROUND BUS NTS PRECAST CONCRETE GROUND WELL WITH TRAFFIC COVER -w.,=n; ,,-i:::;===:".:==;::~<-«&.':-'!7 FINISHED GRADE 1/,-,1/;'~-;,; cl . . ~»---,, -~'½ ~~~ GROUND CONNECTION 3/4"DIA X 10'-0" COPPER CLAD GROUND ROD ELECTRICAL EQUIPMENT GROUND BUS OR LUG GROUND · CONNECTION--------, BONDED TO METALLIC COLD WATER PIPING SYSTEM WHERE AVAILABLE CONCRETE FOUNDATION OR FOOTING-------. NOT MORE THAN J" OR LESS THAN 1" WHERE CONCRETE IS IN DIRECT CONTACT WITH EARTH -- BC '«~-...: ~~,'/40,1/ /~~'Y 20' OR MORE INSULATED GROUND BC (3" MIN FROM REBAR) GROUND WELL DETAIL B CONCRETE ENCASED UFER GROUND C .NOT .TO SCALE E3 NOT TO SCALE E3 ...-1:01 -·- CG V L 12396 WORLD TRADE ORNE, SUITE 312 0 ~ SAN DIEGO, CALlfORNIA 92128 ALEXANDER ENGINEERS INC. 502 W. ALOSTA AVE. SUITE 17 GLENDORA. CONDUIT NUMBER @:) C1QD <@ID C@D @:) <@) <@±§) C1QD Cf® CfQD C1QD C@:) <JI0 @:) @:) @:) <1ID @:) <1ID VOLTS 120/240 IDENTIFICATION INTERIOR LICHTINC EXTERIOR LIGHTING HPU CONTROL PNL PCP EXTERIOR LICHTINC SPACE SUBTOTAL WATTS TOTAL ¢A WATTS TOTAL ¢8 WATTS CONN ECTED WATTS CONDUIT· SCHEDULE FROM POWER PULL BOX NEW XFMR PAD ME I c." & MAIN PEDESTAL SWBD SWBD T-2 UPS-2 PCP PCP itJLtii~E PCP VALVE ACTUATER PANEL SWBD T-1 PNL "A" PNL "A" PULL BOX PULL BOX PULL BOX I 1¢ PHASE WATTS A 1400 300 500 2200 3200 2020 4720 B 500 300 800 TO QTY & FILL EACH SIZE CONDUIT NEW XFMR PAD 4" CONDUIT ONLY W/ PULL ROPE METER & MAIN 4" CONDUIT ONLY PEDESTAL W/ PULL ROPE DISTRIBUTION 2" I J/f l PANEL #6 CND COMPRESSOR 3/ 4" 3#12 1#12 CND T-2 3/4" 3#12 1#12 CND UPS-2 3/4" 3#12 1#12 CND 3#12 HPU 3/4" 1#12 CND . VALVE ACTUATER 1 " 20#14 PANEL HPU PANEL 1 " 28#14 PCP 2" PULL ROPE LAKE LEVEL 3/ 4" 2/C#18 SH. TRANSMITTER VALVES 1 " 12#14 T-1 3/4" 3#12 & #12 CND. PNL "A" 3/4" 3#12 & #12 CND. EXHAUST FAN 3/ 4" 2#12 & #12 CND. RTU PNL 3/ 4" 3#12 & #12 GND. VALVE 1 3/4" 4#14 VALVE 2 3/ 4" 4#14 VALVE 3 3/4" 4#14 PANEL A MAIN CB 40/2 CKT MAIN CKT BKR NO. '}') NO. BKR WATTS IDENTIFICATION A B 20 1 _r, r, 2 15 300 ACTUATOR CONTROL PNL 15 3 r, r, 4 20 720 RECEPTACLES 15 5 r, r,_ 6 15 400 EMERGENCY LIGHTS 20 7 r, r,_ 8 20 500 SPARE 15 9 r, r,_ 10 15 300 PCP 11 _r, r, 12 1/PUl/PS. 1000 1220 SUB O AL WATTS REMARKS: AMPS 39.0 DISCIPLINE DWG NO E3 "AS BUil T" q..oFESSJo ,p,'>. >:.~~·t~ ,.u?~-/ ~ C9--1-4:-10 " !lo/' ,, . i' ~ 'f, " /;; ,; ·-iT ,,,.,,,, . ._, ~ 'z i3 __ NO. C51338 .,h m . ~ EXP:JUNE30;'200 9l P.E. '29/7t; EXP. 3 • 3{.' /2. DATE ;, ~~pt 3/-REVIEWED BY: . "-nc r/\\\',: u)~ l.1.fl . . ,_ . .,, B•\~~10 •,,,_,.._, .. INSPECTOR --DATE ~ CITY OF CARLSBAD ~ 6 ENGINEERING DEPARTMENT 8 IMPROVEMENT PLANS FOR: LAKE CALAVERA REMEDIAL IMPROVEMENTS SINGLELINE DIAGRAM, LOAD CALCS, SCHEDULES APPROVED WILLl~UMMER . ~ . /. 12--P.t26 DEPUTY CITY ENGINEER-PE 28176 EXPIRES 3/31/08 DATE I I\ '1/5 .8tllt.T" OWN BY: JCL PROJECT NO. DRAWING NO. DATE INITIAL DATE iNITIAL DATE INITIAL CHKD BY: JCl -. ENGINEER OF' WORK REVISION DESCRIPTION OTHER APPROVAL CITY APPROVAL RVWD BY: JSP 411-6' 38st,;,.· , .. ~ .q;: E NG I N E E R S (858)6',8-1104 Fax!8SBJ618•546l aall.!..!!!!!!!'!!!!'!!!!"'!!!'!!!!!" ___ '""!!!"-"!"!!!'"'_.,_.,,_J••"•-•'"•'-------------------------------------------------------------------------------------------------------c: OWC12 CLSB-IP.OWG 12 12 94 d42ooi f -rv r ~ ~n r ~ ~N E r f:_ [ , r t [Q (J) ~ ~ ~ 0 w :E ~ a, G') s, .,::. 0 ~~ (J) -;j_ a, ~ ~ J' X 6' PULL BOX SDG&E 3314 m ----102 f----- I ~ I I I M ------~~ --,___ 2o~"-swsD -=-=---f'-__ ~ (iQ£Y T-2 ~---cf'.11IOOJ <J:Q'.04~A)-~~ T-1 11 1 PCP/RTU --0 0-.. PE-2 +8' (TYP OF 6) 1~ · ( I I I I I ( I I l --.--......... A-6 -3 112 A-1 ------II LIGHTING & RECEPTICLI! PLAN 3/8" = 1 '-+0''. I ...-1:-1 -·- --0 P NL "A" D E4 CONTROLS ROOM POWER PLAN B 3/8" = 1 · -0" PE-1 +8' PE-3 +8' E4 Cc V L 12396 WORLD TRADE DRIVE, SUITE 312 ALEXANDER ENGINEERS INC. 502 W. ALOSTA AVf., . ~ ~ SAN DIEGO, CALlfORNIA, 92128 GLENDORA SUITE 17 CA!JF, 91740 b C 200 109 -------, ------------------I 048 -- C/(/<~t. /2 l)V 1./PS ----~ - 105 1 /2"C, 2# 14 --- 01 ol ---------------- 1 ) PE-4 +8' i YDRAULIC POWER UNIT +--#lW CO#T,ft)t IYl/2'E 72l /ll"tl F£?'41 l"Cl"/£Td 22#/,/,,/Jl,P. PULL BOX SEE M-7 ONDUIT BANK SEE M-X & E-X FOR CONTINUATION ----+--;, ' ' ,· 4"¢ STEEL PIPE CONCRETE FILLED 12"¢ CONCRETE A.C. PAVEMENT :~~ffesf// ,. BARRIER POST 'C ' NOT TO SCALE E 4, LEFT SIDE VIEW D 9 • A'---~30''----;,!' -,,t--FULL BACKPAN ,---7 I I I I RTU I L ___ JI ,---71 LAKE LEVEL INDICATOR I _.-j-+t--BACKPAN DEVICES L ___ JI , lllllllllll!lll]][]]Jlllllllllll ~: r-TERMINAL STRIP 1 ~Ps-1-11 I I I 4: = = = -:::J-1 HOUSEKEEPING PAD-~ E]' LL=1J -· EF=3 q I ' PCP ELEVATION D E4 ENCI.OSURE CONSTRUCTION NOTES 1 · ~~tE~lfl,Ltt 'ikL~tS .&~V;,J~H,¼c'& »I.Vi<'r'~dd1R'i11. COLO ROLLED STEEL 2. CONSTRUCTION WILL BE NEMA 3R RAINTIGHT. 3. ALL NUTS SOLT$ ANO SCREWS WILL BE STAINLESS STEEL. 4. NUTS, BOLTS & SCREWS WILL NOT BE VISIBLE FROM OUTSIDE OF ENCLOSURE. 5. NAMEPtATES W!LL BE PROVIDED AS REQUIRED. 5. CONTROL WIRING WILL BE MARKED AT BOTH ENDS BY PERMANENT WIRE MARKERS. 7. A PlASTIC COVERED WIRING DVIGRAM WILL BE ATTACHED TO THE INSIDE Of TI-IE FRONT DOOR. 8. ENCLOSURE WILL BE FACTORY WJREO ANO CONFORM TO REQUIRED NEMA STANDARDS. 9. COLOR TO BE: RANCH GREEN FRONT VIEW • LOAD SIDE UTILITY. SIDE I LIGHT FIXTURE SCHEDULE BASE PLAN TYPE DESChlPTIUN LAMPS MOUNTING EXTERIOR WALL MOUNT 1-150 HPS WALL (1~0) GUTH MODEL WL15G-150HM/WG ¼~o) HEAVY-OUTY TURRET 4-F40T12 CHAIN INDUSTRIAL FLOURESCENT. HO/¢W/SS LITHONIA MODEL AFST-4-40-120-ES W/HC36 ¼go) HEAVY-DUTY TURRET 4-F40T12 CHAIN INOUSTRIAL FLOURESCENT. HO/CW/SS LITHONIA MODEL TAFST-4-40-120-ES W/HC36 (,go) HEAVY-DUTY TURRET 2-F40T12 CHAIN' INDUSTRIAL FLOURESCENT. HO/CW/SS LITHONIA MOOEL AFST-2-40-120-ES W/HC36 (,~o) LEO EMERGENCY EXIT LEO SURFACE LITHONIA MOOEL LQM-A-B-1-R-120-EL- N-OL ~ MOTION SENSOR WALL LUMAPRO MODEL 0 4VW88 REMARKS W/WIREGAURO PASSIVE INFRARED UTILITY PEDESTAL DETAIL E 1/2" ~ 1·-0· E4 DISCIPLINE owe No E4 "AS BUil T" ~~T~ v9--H·LP P.E. WO? EXP '3·31•(1.--: OATE REVIEWED BY: l0 JR._._, . 9·13 -ti> INSPECTOR DATE fsi=im7 CITY OF· CARLSBAD I SH3EE8TS I 1---1---+----------------+---+----+---+-----, ~ ENGINEERING OEPARTMENT f---t---t--------~-----t-----t-----t---t--1 , DA TE INITIAL ENGINEER OF WORK 'AS·I.Jl/ll T" REVISION DESCRIPTION DATE INlTIAL DA1£ INITIAL OTiiER APPROVAL CITY APPROVAL IMPROVEMENT Pif.:NS FOR: LAKE CA_~YERA REMEDIAL IMPROVEMENTS POWER PL.Pfl, LIGHTING PLAN, CONDUIT SCH,EDULE AND DETAILS Willi M L MMER .. . ~ 12-11·" DEPUTY C!l"'t' ENGINE[ PE 28175 EXPIRES 3/31/08 • DATE OWN BY: JCL PROJECT NO. I DRAWING NO. CHKO BY: JCL 3821 411 6 RVWD BY: JSP • > ""' E N G I N E E RS {858)618~17b4 Fax!BSB)618M546l aa11,,.'!!!'!!!!!!'!!!!~~----'"'!'!!'!!!!"ll!'l-..l~'~"~'>~•~a~-•~,.~•---------,l,.,----------------------------------------------------------------------------------------------------;,---------------c: OWG12 a.S8-IP.OWG 12 12 94 • ' ~ . i ' ' 042007 -r~ f c ~"' [ tN ,:. ~ ~ r 6 (J) ~ ~ ~ 0 ~ w ~ '· \ -.J G) j ~ $..iv w ..... ::J. (X) I;>' 0) ~ ~ i <ii bl ::, MCC 120 VAC H TB-AC GROUND~ N BUSS':3/~ ) CB 20 A EMI/R I FILTER 000 000 GFI ~ AC POWER AC-PF~ FAIL 0 UPS ~UPS FAULT UPS-F ~ TO REMOTE 1/0 . ~ DC POWER FAIL DC-PF TO PLC AND REMOTE 1/0 L1 N2 G TO CONTROLS TORTU + L2 N2 G +24 voe P.S. CB ) 1+~4 1 l1 & L2 POWER CABLES MUST . BE OF SUFFICIENT LENGTH TO . +24 V BUSS -24 PLUG INTO UPS DR UTILITY DUPLEXES. -24 V BUSS CB) PCP WR SUPPLY RTU & CONTROLS POWER DISTRIBUTION DIAGRAM A RTU PANEL 120 V CKT # ES-1 ES-2 TD-1 (IOTC) ES-3 OFF.~ L-----<) I o>-----o ES-4 INTRUSION ALARM SCHEMATIC ...-1=-1 -·-ALEXANDER ENGINEERS INC. 502 W, ALOSTA AVE. GLENDOR.\ SUITE 17 CALIF. 91740 CCV L 12396w'ORLOTRAOEORIVE,-SUlTE312 INTRUSION ALARM ALARM IN BYPASS E5 TO RTU 120 V 0 CKT # 1------<H ~A'-----------< TD-2 PE-1 ---l f--- PE-2 ---lf--- PE-3 ---l f--- PE-4 ---l f--- EXTERIOR LIGHTING CONTROL(li) E5 24 voe . -- ( I -I 1/1 I LI I/ . CKT#3 EXTERIOR LIGHTING #1 CKT#9 EXTERIOR LIGHTING #2 PULL BOX @ TOP 0 F SLOPE_~ HYDRAULIC PUMP UNIT IN REMOTE HYDRAULIC PUMP UNIT COMMON ALARM COMPRESSOR IN REMOTE COMPRESSOR RUNNING COMPRESSOR LOW AIR PRESS VALVE 1 OPENED VALVE 1 CLOSED VALVE 2 OPENED VALVE 2 CLOSED VALVE 3 OPENED VALVE 3 CLOSED AC POWER FAIL UPS FAULT DC POWER FAIL INTRUSION OVERRIDE INTRUSION 01-1 00-1 01-2 00-2 01-3 00-3 01-4 00-4 01-5 00-5 01-6 00-6 01-7 00-7 1-------i~Ol-8 00-8 ._ _____ _, 1--------JDl-9 1------..-JDl-10 I------..-J 01-11 1--------i 01-12 1--------i 01-13 1-------01-14 1-------01-15 Al-2 i.---..:,4;_--=2"'-DM,,,,Ac,__-I 1--------i 01-16 /, r---7 HYDRO-BURST FAILURE ALARM 1-------101-17 t; I I _J r L - --r-+ CABLE,/ BY MFGR / LEVEL XMTR MOTION DETECTED 1--------.-iDl-18 NOTE: 1. ALL FIELD AND INNER PANEL ANALOG SHIELDS SHALL BE GROUNDED ONLY IN THE PC PANEL. 2. ALL LOOP POWERED DEVICES SHALL BE FUSED. 3. ALL SPARE 1/0 SHALL BE WIRED TO THE PLC TERMINAL STRIP. RTU INPUT /OUTPUT DIAGRAM VALVE 1 HYDRAULIC CONTROL VALVE 1 OPEN VALVE 2 HYDRAULIC CONTROL VALVE 2 OPEN VALVE 3 HYDRAULIC CONTROL VALVE 3 OPEN HYDRO-BURST FAILURE ALARM SPARE LAKE LEVEL SPARE DISCIPLINE OWG NO E5 L_----------f../1-------} TO RTU "AS BUILT" ,U?~,;,, r;~ 1.79-1,f-•/6 P.E. -z.ao, EXP '.3 • 31-a. DATE LAKE LEVEL DIAGRAM REVIEWED BY: l()Jk L~~ INSPECTOR DATE i___ _ _j__J._ ___________ --1-_-+--l---+-~ ~ Cl~l1N~fiNG ~t~~~N~AD ~ 1---+--+----------------+----+--+--~-+--1 IMPROVEMENT PLANS FOR: LAKE CALAVERA REMEDIAL IMPROVEMENTS CONTROL, SCHEMA TICS , RTU 1/0 DIAGRAM APP!iOYEQ • W:;J,IA~~ UMMER ~~~!ll.o.'""'----/2, //. A.I.I l---+--h---------------1------+--t---+--J DEPUTY CHY ENGINEER PE 2817el EXPIRES 3/31/08 DATE l-~,--1.~=+-'m_/l\ ____________ ~-+~=-t="''--+==-+--=-l OWN BY: DATE INITIAL 1-'-DA_T-=.E~I_NI_TIA_L-+-_DA_T_ELI_NITI_A_L-i CHKO BY: ENGINEER Of WORK REVISION DESCRIPTION OlHER APPROVAL CITY APPROVAL RVWO BY: JCL JCL JSP PROJECT NO. ~21 I DRAWING NO. 411-8 ~ ~ SAN DIEGO, CALIFORNiA 92128 > ~ L-E~N~G~I N~E ~E ~· ·:..:"':'1':":·":"~';";IBS~8}6;1B;•';"~' -~~~=--------..L--------------------------------------------------------------------------------------------------------------0 Q (152l5) 914-1244 C: OWC12 ctsa-1P.DWG 12 12 94 ' ; ... Q42007 • 4 35 ,-,11S.,R.4 w 3 . 2 l:12s.,R.4w. \"-------d -.. ~~ -----~-,. i ' I I I I I I As CoNSTRUCT£D CALAVEQ.A DAM QESEQVOIQ SITE PAAT OF !\~·35 T.115. R.4W !\B.BJM. SAN DIE.GO COUNTY -CALIFORNIA CAAi 21AD MUTUAL WATtQ CQ 5, 0. fQASER.·MANAGtQ OJNEQ. A.L. SONOt.lU.GGtR.• r.NGINr.tR. .5EPTEM&ER 19-41 !,C~L.I: 11'1 f't:l!;T ?::IT u1.t::::tµ::1::::::::::::::1• ~;;;i'i'::::::::::lr~a• , 1023-002 ~ 4 7' ,., ' .' t, -r, ,A- 1 ', J' f ' ,': 1 ) '{, ' f' I 1,i { ' . ,! ' ' ~ I • I~~ l t '.,, ,' ,c- ~,41.,t.~~~ « \ ,½,, :,, ' . - p .. ,, -' -- '.' ' .I --~- .,..-~--" ' ~ "'"i . , ,-,...__,__, ,~,,1 ~ --.if, I I , ! 1\ ~i 1\] '•1 .,,,~' ze,o ,f"?.;US ; ' ' ' ,1 ~11,~ ,t, ~ i,d,,rt..-, ',l,\.i:.••~•>\li.•, ,"J,:~~~A"1r".-wrvi,11.•S'/4t:~Jlr,,,,.~A,~•i ..,,.t, \) ::, ~ .:,-'l• ~, -----.. I --r, .'i/ -1~ ~ /: - I . I I t, 1, •l: ' Jr' ,. I, , .. I ',i I, \ ' I, ,, \ 'I (' 1 .,23...-p l' I ,. I a l I~ •,,~' ' I,' Wrap ~ w,lh Jhdcl leod 3/6 Ot;,lb I J"r. S/4, JH. t '--'.Kl-...:L L'tf.,insJ;rod · 5/a,"~JtKI. N.RNG,£.PClfl/r10 CONN££TION , I e"x 1z" Plon1<_1nq r ,. 4'Ptpe ~~Jo"~- .5£C TION F""•F • .t,,",(q' /'h1lin9 b/ocJG 1z'~blwctmj PLJ1NOJ:"PI£~ ., ~ , I .5£CTION£E. JCALJ. ~-J•O " I Lx , . NOTE.J; .A~s ~ live loOtj.J on bridge • 100 ~-per !near foof,u,,;f orm zooo lbJ .,Concenlra/ed. ~c::e.s tn plonlr1n9 • bd .s/i,gge,s,:1. , . , .All ms/al po,ls tobega/,Mnlze.da9'ven one coot.red leodQrtdlwocooJJeuw,,,,11'H.Hr')po,nf. 411 y,,.ef<b and connection:!. fo c/evelo~ful/ .slrtf"gth o/Connecled rr,.mherJ. r loori"9 plar,lu lb /Je nailed ,b egch floor ~om with al le<nl two 4"no,l.s. • OUl/of lo!Mlr • , cl...t.ZZl.O ' IJ) ·'•·o.·. "'J• • • • , -~ ........... \.•:. -•••• ,.,,,. --~, ... • •l I • ••' ••• ,., .... -. ••• u_ ...... , ••• ··, \!:,.•?-~:, 1:· .... ·u1-·: •. :_:.i ,.: : .. · ·. : ·: . ... Q I • • • - • I I. 0 . 0 ,, • • '-1 • • • • • I I • • • • ... ,., ,·• ..... .,, .. ·. ··• . • ,... ·1i0 • • •• •• •• I i-: ~ Al?f-_o/1.' d .. ~ . . () .': .. 11· . . w/lJ 1·1 "' . f • I I # I ......... ,••·1·"., (' ~ .. ,····· _. I ·•. 11 • •' • :. 0 I • • • • • I • I • .. I • • ·11 · ' ·••t • ., •O••: : • 11 • • , c> I 1, • ·, · • :.· 1:i1 1~·•·1J,.,.·i:J. ·: ,, . • ·L M'..,.. 11 I • • • • •• . ""., ....... . . --U -• •••-_L ___ _ ..•• ; .... .,..-:r.,...I . --....... -r---• ' . . .. . . •: ,.._ . . . . ~. . ~-.... . . . . .. ,•, -. • , + • '", • ••• •, • -"• , 1 •• ,., I,•,• ,t e;R.5£.. OI S(JSJ)UJS/ON R>W£.Oj .,a,•. . •• •• •• : C) I I • f . . . ,, ,.• A· -~· • • • • ' . • • I ..... t • • f ♦ • I • t -~·. :. ·:o~··. I • ,, + I O • I I I I • • • • I, ,. . ·•-~,.•· '; .. , .. . . . : . . • . .•• 0 .\i.d ,too'.1 , •• , 74:"" • . . 0 • " ,· • • I t I • i' f I • • I • • ' • '• A • • • • i I ; I Ii' t •• ~ O O I. 0 • /Vbtn~ ~rod ,, ' . .JC,11 I-!! I " I•() ~fS!ht:'j 4•Sk/.Tee I I I I .sJ;, &II epn:6. ---- I • 3-IO .,I • ·O I I I 1 r-:-:0u1/ei' '!bwer ~ 1 ,or oose of .Ju1p. Tower I of pe,; .Jee er De..T. .5LJ.5P£H.5l0N TOWe.R 3GAJ..LI"• t~o• I I I I I I I boJie Oaa2065 fis CONS TRLJ CTC.D. /'Y(SeV C//L.tl v'£,0;"1 D...t/M J.JJN Dlt:..GO COUNrY Carlsbad Muf'-lol Waier Comp.w,y. Owner. Seo,. l!J4I. .A. L. 5on~reqrer, J:' --,neer, STATli, OF CALIFORNIA DEPARTMENT OF PUaLIC WORKS OIVISION OF WATER R£SOURCO APPLICATION NO. 64 7 i·,t!-~.ll :/;.J ,;,., ','( ,. APPROVED AS(! ~-SA. FE:.::_; _M __ ar_ch.;......;;;;26...,,_1_94=2___ ·-_ , .. ·•. t. . . . ~ .. '~ STAT£ £NG(N£~. •·~" /i:?~f,r..,;, -· ,· ~ ... •:r,· MICROFILMED •e..'? fr \ jJ. :1.:JO /.l,00 :/90 ~ i';:j t j t 0~1d<Je1 I 12• I (# " 'MorKF"' ToP or Towe:.R .1,I I 1' JC.ft.£ z •l-0 ... ~ ;;:j ~ ~ • " (\J ~<;> \\i MlrKE.• ' ~ I AnqJe jrorne,k:tY,,~ lo 5' 4,,,1, 'Tf)P lnE-W ,le,/ £ye. bOlls 1r, 7bWCr l'\O'l.1 tll 11:rtve.s for Cables . t:....yeboH.J ¥4•)( e.· .,e, nca-lop of TolNCr. -'c-ALC. 1fa1• ,!o" ..!>R-~t'.O, ' . ,:..,,• • • 'O-r-t--1---l'-----I-..J_----;----~r+-+-·-+----11- 1 ...... ~------.------+ • ___ ... • • G\ ----r1a-~J1r.·:ji------;-------4-----'---''-- rot> OF Pl£../? 14" • Slo,oc I I lo/ PLAN OF ~P!LLWAY 0 SO :SCA LI!. IN 'lt.l!.T -- I ,, I I . ,, -- • .3 Jfor,zon~I row., of' z• Weep hole,, -r ---::=:;ii· -# 'I.Sii-2.s'c. ___________ _.....,; Ol?Crc/e Ct.Jlofl l.6'J<t.5'~ Cul'of/ e$' ., ti 1!!11 ,,,, . f1xZ'/,Si';qc, Oendlof,l t,f'~~ xS@!!l•'if'l•I I!!'> ..SlJPPQ(>T B~ACl<t:..T D,t.7:,://L Or L..alXJE'R . , . Jc,u.&.,••/-0 ~•xff IMl►b..J.J rtoo,; m,n0cohd .:Jl:.CTIONIIL-PL.t:1N .Ar Fl r.v BIi,,., Sl:.CTIONlli_ PLAN .Ar t:..Ll!..11, /02. ,5 F'oR VAL..V£ JT~M.S ~L.~ l"•t'-cf ovr.sid. l owler•-45; to lop of Tower /r,.,ide Lodrler • 63 • • • • :irCo~ M x. -l!,•, .f. Req. , i II. ~ ;;j ~ ii! :8 .. .. :t Z ; I f ~ 0 o· o· ------------- () () -.: l 3 • ;j 0 ~ ~ 0 ... .... a a 0 ..5eCTION .,R-A 0 60 Cl1LAV£RA DAM Dl-COQO or ~IL.I... J.loL.l!...J. ~~ 1-oCATION e._ ~OG ... ~o,:;, LOCATION .51!..l! .SH~E..T I. ~TATIONS R~f:E:.R 10 torDAM, .J •1b t.o 00n? Sfo, l•TS £./,ao9.00 ·26◄1 • aro~ O.G. 11/Zb -'/»41 O·Z. ll..:==------1 ~"1.1!:!C~~L.Se,! .,... a, 1111 4•& D, 9, n ~-~0.•7. r• . U•+ ,,,, .q • ML· •-"b .,, .. ~ LOCATION~ 1-oG ~~~~=.::!.!. 12t)6 6/,e...-,!-!":-·~~ ::r:-=.. =~-------1 4•17D.~. "Bl SO't,.,o t11,S+ao ...-,,----tfl,/1&·'41 1-a 'lol'tilrocJc ll·tl , • ~-IOl«I( r: IO•II D, • //•Ill Roek ,a •I'S o. c,. • • + roe Jc < 1 • , , .,., ----- lfJ ~ ~ -, .. -.: ' Ill ~ 1 Ai ;; _ __/ U.2110 e.1. 1!10 t:..1.200 (d. /.56.1.5'1 .. . •; l!Jor:s, u•/•,j bdi, /lltl"f'l TOP PLAN .A.s CoNSTk'LJCTeD . Frasey CALA Vt:RA DAM a.AN Dli!.GO COUNTY Car/Jbod Mutval V'b/e.r Company. owner. .Jept. /!HI. MICROFILMED A. J.. • .:SOndere~ . 1:,.n tneer. -------------·---------------------ti2 ,. C>O ,, ,, ,, ,, ,, PLAN 0 /00 SCALE IN FEET. SECTION A-A 0 50 SCALE IN FE.E. T I LL v,/ A y -- .?O,o [rill~ shown fhu.s:-• Z/1, /j ♦ T TOWeR _j · TYPE C Row Lm E/. 157. s II TYPE C TYPe t:J ,.....u ___ Spillway Elev. 216.SO Pier ror Foot Br,age Rock tJl.1nl.~f Compacted Earth Fi'// ,ljIQCIU, __ ;__£/.. 223 ,•a· I , I l REINFORCED CONCRETE TOWER I ! '-..i:o,. IJE-"D111..s of Tc,wt!!r ..5t!!e Shcef J- ' ----=::::n:.~~~ ----+-----TYPe C --~--TYPE A--+< 11 SECTION 8-B 0 IO Z0 .!IO "'1 50 SCALI!. IN Fl!.l!.T. /0* F,#,wL.tM E/. 1'1,0 ELEVATION T • l l. (-14-•_J El. IS!J, 75 £/. l5t.. 7,5 30 L/,1( ff ()"' 2t31 STEEL. PIPE ,:# /0 (j;((iG PtAN OP OUTLET TowER J.. ., M--\-8z .J£INF0'2C£0 CONCRJ; Ti: ,/)/iJE 2SJ L..fi'N6ThS w) 8 FT. IAIJ/Oa° 1'11.La°IJ c/OII,/ T TYPE A SECTIONS THRU OUTLET PIPE 0Vil.£T PI/Jli ll.llNPOJlCIAIG rn~'JAI.J'11ril/!TICAL .:'0#6/ TtJDINA L 8 &dDf'Wash ---_ ,i--Origin,1/ Ground -----. -------- 0 S SCALE IN FEET SPILLWAY PROF/Le () /00 SCALI! IN Fe~r ------ A 2d ¾ 0-ll't_ -~ OTOP~ MTf'OM • Ta' Q .SI NS C E>• •It~ 4-OTOPffJ07rOM 2-"0 ..SIDli.S SECTION C-C Axis of' Dam 0 IOO SCALE 11'1 FEET -- ----------- I' ... 14 CJ r~ " I ~u. -· -•.• ~ !--I?; , _,. ..... v ,!&,I v V A R r:_. I ~, --'E ' .... .,,,,1. ,I 1./ .... / ,r ~ ,I ~ -::., • I ~ <£ . iij /Q I I/ I.LI J ta I ~ , ,, I~ v,., ,. C '{::/, '-S .. ' tJ ; ~ .~ 4 I) 5 h j I') . r.l , VJ 0 500 1000 ~()() CAPACITY IN ACRE-FEET ------ ;_ SPILLWAY SILL EL. 216.S·-;-;;'~·iii3;;a;H~;I~~~~:~:;~-~-;:_-- ., • !S\W ... £1. 214.5 ,3.ounife--r 2,53' 1 SECTION D-D 0 10 20 SCALE IN FEer I I .. , • i • -• • . -I .. . ... .... .. .. As CoN.5TRUCTE.D. C,I\L;lt. 'IER14. --DAM SAN DIEGO COUNTY • I. Carlsbad Mulual Water Company, Owner. s~ t: 1,,,.1 A.L. Scnd~re99er. en ,neer. STATE OFGALIFORNIA DEPARTMli.NT OF PUILIC W11R1<$ DIVISION OF WA'TliiR RESOURCES AP~~~~;~sAnTY!.-JJ-·_• __ _ __ M __ arc=h-=2~6,1..-:l~94:..:.2__ ~ ~ S ¾• 11 STAT£ iNGINi:li.R LAKE CALAVERA OUTLET IMPROVEMENTS IMPROVEMENT PLAN FOR: 31 5054 E N G I N E E R I N G C O R P O R A T I O N "RECORD DRAWING" 518-8 SEPTEMBER 2020 VICINITY MAP DECLARATION OF ENGINEER OF WORK I HEREBY DECLARE THAT THE DESIGN OF THE IMPROVEMENTS AS SHOWN ON THESE PLANS COMPLIES WITH PROFESSIONAL ENGINEERING STANDARDS AND PRACTICES. AS THE ENGINEER IN RESPONSIBLE CHARGE OF THE DESIGN OF THESE IMPROVEMENTS, I ASSUME FULL RESPONSIBLE CHARGE FOR SUCH DESIGN. I UNDERSTAND AND ACKNOWLEDGE THAT THE PLAN CHECK OF THESE PLANS BY THE CITY OF CARLSBAD IS A REVIEW FOR THE LIMITED PURPOSE OF ENSURING THE PLANS COMPLY WITH CITY PROCEDURES AND OTHER APPLICABLE POLICIES AND ORDINANCES. THE PLAN CHECK IS NOT A DETERMINATION OF THE TECHNICAL ADEQUACY OF THE DESIGN OF THE IMPROVEMENTS. SUCH PLAN CHECK DOES NOT, THEREFORE, RELIEVE ME OF MY RESPONSIBILITY FOR THE DESIGN OF THESE IMPROVEMENTS. AS ENGINEER OF WORK, I AGREE TO INDEMNIFY AND SAVE THE CITY OF CARLSBAD, ITS OFFICERS, AGENTS, AND EMPLOYEES HARMLESS FROM ANY AND ALL LIABILITY, CLAIMS, DAMAGES, OR INJURIES TO ANY PERSON OR PROPERTY WHICH MIGHT ARISE FROM THE NEGLIGENT ACTS, ERRORS OR OMISSIONS OF THE ENGINEER OF WORK, MY EMPLOYEES, AGENTS, OR CONSULTANTS. PROJECT SITE CONSTRUCTION PLANS CONTRACT NO. 5054 FOR THE CARLSBAD, CALIFORNIA LAKE CALAVERA OUTLET IMPROVEMENTS COUNCIL MEMBERS MATT HALL - MAYOR CORI SCHUMACHER - COUNCIL MEMBER KEITH BLACKBURN - COUNCIL MEMBER VACANT - COUNCIL MEMBER PRIYA BHAT-PATEL - COUNCIL MEMBER CITY MANAGERSCOTT CHADWICK Carlsbad 1 G-1 TSRKAE TITLE SHEET LOCATION MAP SCALE: 1" = 500' PROJECT LOCATIONCITY OF CARLSBAD TITLE SHEET LEGEND, GENERAL NOTES AND ABBREVIATIONS 1 2 3 4 5 DRAWING No.DRAWING TITLESHEET No. SHEET INDEX G-1 G-2 6 OUTLET PIPE DEMOLITION SECTIOND-2 7 8 M-1 9 10 M-2 OUTLET PIPE MODIFICATION PLAN OUTLET PIPE MODIFICATION SECTION 1 11 M-3 OUTLET PIPE MODIFICATION SECTION 2 12 M-4 13 M-5 TUBING ROUTING - VALVE 1 OUTLET PIPE DEMOLITION PLAND-1 M-6 FLOW SYMBOLS AND NOTES M-7 FLOW DIAGRAM - CHANGES TO AIR & HYDRAULIC SYSTEM GENERAL SITE PLANC-1 PIPE AND HOSE SUPPORT DEMOLITIOND-3 CONTROL CABINET MODIFICATIONS SALVAGE/DEMOLITIOND-4 14 AIR PIPING MODIFICATIONS OUTSIDE OF CONTROL CABINET IN CONTROL BLDG CONTROL BLDG CONTROL CABINET SYSTEM MODIFICATION PULLBOX 'F' MODIFICATIONS M-815 M-916 M-1017 M-1118 CONTROL TUBING AND PIPING ROUTING SECTIONS - VALVE 1M-1219 TUBING ROUTING - VALVE 2 & 3M-1320 CONTROL TUBING AND PIPING ROUTING SECTIONS - VALVE 2M-1421 CONTROL TUBING AND PIPING ROUTING SECTIONS - VALVE 3M-1522 EXISTING OUTLET BOX MODIFICATIONSM-1623 MECHANICAL DETAILSMD-124 STRUCTURAL GENERAL NOTESS-125 STRUCTURAL PLAN, SECTION AND ELEVATIONS-226 CONTROL CABINET TUBING ROUTING City of STANDARD ELECTRICAL SYMBOLS AND ABBREVIATIONSE-127 ELECTRICAL SITE PLANE-228 CONTROL BUILDING ELECTRICAL PLANE-329 CONTROLSE-430 PHOTOSE-531 SCALE: 1" = 5000' DocuSign Envelope ID: 925BAFE0-2CDD-48DA-9084-813350421E8F 10/20/2020 LAKE CALAVERA OUTLET IMPROVEMENTS IMPROVEMENT PLAN FOR: 31 5054 E N G I N E E R I N G C O R P O R A T I O N "RECORD DRAWING" 518-8 2 G-2 TSRKAE LEGEND, GENERAL NOTESAND ABBREVIATIONS WORK TO BE DONE THE IMPROVEMENT WORK SHALL BE PERFORMED IN ACCORDANCE WITH THEFOLLOWING DOCUMENTS, CURRENT AT THE TIME OF CONSTRUCTION, AS DIRECTEDBY THE CITY ENGINEER. 1. CARLSBAD MUNICIPAL CODE 2. CITY OF CARLSBAD ENGINEERING STANDARDS 3. THIS SET OF PLANS 4. THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (GREEN BOOK) CURRENT EDITION. 5. THE SAN DIEGO AREA REGIONAL STANDARD DRAWINGS AND AS MAY BE MODIFIED BY THE CITY OF CARLSBAD STANDARDS. 6. CALIFORNIA STORM WATER QUALITY ASSOCIATION BMP CONSTRUCTION HANDBOOK AND CALTRANS CONSTRUCTION SITE BMP MANUAL. LEGEND ABBREVIATIONS ABANDON ADDITIONAL AIR VALVE ALTERNATE AMERICAN WIRE GAUGE ANGLE APPROXIMATE ASBESTOS CEMENT PIPE ASPHALTIC CONCRETE AT AVENUE BEGIN VERTICAL CURVE BETWEEN BLOW OFF BOTTOM BOTTOM OF PIPE BUTTERFLY VALVE BUILDING CABLE TV CAST IRON CATCH BASIN CITY OF CARLSBAD CENTER CENTERED CENTER LINE CHECKERED CHLORINATION CLASS CLEAR CEMENT MORTAR LINED CARLSBAD MUNICIPAL WATER DISTRICT COMBINATION CONCRETE CONCRETE CYLINDER PIPE CONCRETE REINFORCING STEEL INSTITUTE CONNECTION CONTINUOUS CORRUGATED METAL PIPE COUPLING CARBON STEEL CUBIC YARD DIAGONAL DIAMETER DRAWING DUCTILE IRON DUCTILE IRON MECHANICAL JOINT DUCTILE IRON PIPE DRIVE EACH EACH FACE EACH WAY ELECTRIC ECCENTRIC END VERTICAL CURVE ELECTRICAL ELEVATION ENGINEER EXPANSION EXISTING FLOW CONTROL FACILITY FINISHED GRADE FIRE HYDRANT FORCE MAIN FIBER OPTIC FINISHED SURFACE FLANGE FLEXIBLE FLOW LINE FOOT OR FEET GAS GAUGE GALLON GALLONS PER MINUTE GALVANIZE GALVANIZED STEEL HIGH WATER LEVEL HORIZONTAL HYDRANT HYDRAULIC GRADE LINE INVERT ELEVATION INCH OR INCHES INSIDE DIAMETER IRON PIPE SIZE INVERT INVERT ELEVATION POUNDS LINEAL FEET LONG OR LENGTH LEFT LEUCADIA WASTEWATER DISTRICT LOW WATER LEVEL MANUAL AIR VALVE MACHINE BOLT MANHOLE MANUFACTURER ABD ADDL AV ALTN AWG ANG APPROX ACP AC @ AVE BVC BTWN BO BOT BOP BFV BLDG CATV CI CB COC CTR CTRD C/L CHKD CHL CL CLR CML CMWD COMB CONC CCP CRSI CONN CONT CMP CPLG CS CY DIAG DIA DWG DI DIMJ DIP DR EA EF EW E ECC EVC ELEC EL ENGE EXP EXST FCF FG FH FM FO FS FLG FLEX FL FT G GA GAL GPM GALV GALVS HWL HORIZ HYD HGL IE IN ID IPS INVT IE LBS LF LG LT LWD LWL MAV MB MH MFR MAXIMUM MECHANICAL MECHANICAL JOINT MILE MILLION GALLON MINIMUM NORTH NORTH AMERICAN VERTICAL DATUM NORMALLY CLOSED NATIONAL GEODETIC VERTICAL DATUM NOT TO SCALE NUMBER ON CENTER OPENING OUTSIDE DIAMETER PACKAGE PLAIN END PLATE PUSH ON POINT POINT OF VERTICAL INFLECTION POLYVINYL CHLORIDE POUNDS PER SQUARE INCH GAUGE PRESSURE PRESSURE REDUCING STATION PRESSURE REDUCING VALVE PROPERTY LINE PUMP STATION RADIUS RECOMMENDATION REFERENCE REINFORCE REINFORCED CONCRETE PIPE REQUIRED RESTRAINED JOINT RESERVOIR RIGHT OF WAY ROAD ROUGH GRADE RIGHT RECYCLED WATER RESILIENT WEDGE GATE VALVE SEWER STORM DRAIN SAN DIEGO GAS AND ELECTRIC CO. SAN DIEGO REGIONAL STANDARD DRAWINGS SCHEDULE SQUARE FEET SHEET SLEEVE SERVICE POINT SPECIFICATION SQUARE STAINLESS STEEL STANDARD STATION STEEL SUPPORTS TELEPHONE THRUST BLOCK TEMPORARY BENCH MARK THREADED THICK THICKNESS TOP OF CONCRETE ELEVATION TOP OF PIPE TOP OF WALL ELEVATION TYPICAL UNKNOWN UNLESS NOTED U.S. COAST AND GEODETIC SURVEY VERTICAL CURVE VENT THROUGH ROOF VERTICAL WATER AGENCIES STANDARDS WATER LEVEL WATER SURFACE WATER WELDED STEEL PIPE WELDED WIRE FABRIC WELDED WIRE MESH WITH WORK ORDER MAX MECH MJ MI MG MIN N NAVD NC NGVD NTS NO. OC OPNG OD PKG PE PL PO PT PVI PVC P.S.I.G. PRESS PRS PRV P/L PS RAD RECOMM REF REINF RCP REQD RJ RSVR R.O.W. RD RG RT RW RWGV S SD SDG&E SDRSD SCHED, SCH SF SHT SLV SP SPEC SQ SS STD STA STL SPRTS TEL, T TB TBM THD THK t T/CONC TOP T/WALL TYP UNK U.N. USC&GS VC VTR VERT WAS WL WS WTR, W WSP WWF WWM W/ WO GENERAL NOTES (CONTINUED)GENERAL NOTES LEAST TWO FULL WORKING DAYS PRIOR TO STARTING CONSTRUCTION NEAR THEIR FACILITIES AND SHALL COORDINATE WORK WITH A COMPANY REPRESENTATIVE. UNDERGROUND SERVICE ALERT SDG&E AT&T DISTRIBUTION TIME WARNER CABLE NEXTG NETWORKS, INC. THE CONTRACTOR SHALL NOTIFY AFFECTED UTILITY COMPANIES (SEE BELOW) AT LEVEL 3 COMMUNICATIONS (800) 422-4133 (800) 660-7343 (619) 574-3661 (760) 438-7741 (408) 687-0800 (720) 888-2639 15. CITY OF CARLSBAD(STREETS AND STORM DRAIN) AT&T TRANSMISSION (760) 434-2980 (714) 963-7964 CARLSBAD MUNICIPAL WATER DISTRICT (760) 438-2722 UTILITY INFORMATION OBTAINED FROM AVAILABLE RECORD DRAWINGS OR UTILITY MAPS. VERTICAL ELEVATIONS ARE UNKNOWN. CONTRACTOR SHALL VERIFY HORIZONTAL AND VERTICAL LOCATIONS AND BEARING AND INCLINATIONS SUFFICIENTLY AHEAD OF SCHEDULE TO ALLOW TIME FOR DESIGN REVISIONS, IF NECESSARY. PROVIDE A MINIMUM OF 12 INCHES OF VERTICAL SEPARATION BETWEEN UTILITY CROSSINGS, UNLESS OTHERWISE APPROVED BY THE ENGINEER. PRIOR TO FINAL ACCEPTANCE OF WORK BY THE CITY.THE ORIGINAL DRAWINGS SHALL BE REVISED TO REFLECT AS-BUILT CONDITIONS CARLSBAD STANDARDS ALL EXISTING IMPROVEMENTS INCLUDING BUT NOT LIMITED 16. THE CONTRACTOR SHALL REPLACE IN KIND AND IN ACCORDANCE WITH ALL CITY OF TO PAVEMENT, SIDEWALKS, CURBS AND GUTTERS, MEDIAN IMPROVEMENTS, BERMS, PAVED AND DIRT ROADS, DRAINAGE DITCHES, CULVERTS, DRAIN PIPES, SEWER LATERALS, WATER SERVICES, LANDSCAPING, HARDSCAPE IRRIGATION FACILITIES, TRAFFIC CONTROL LOOPS, LIGHTING AND ELECTRICAL, ABOVE AND BELOW GROUND, DAMAGED DURING CONSTRUCTION OF THE PROJECT, EXCEPT AS SPECIFICALLY INDICATED ON THE DRAWINGS. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL TRAFFIC CONTROL, INCLUDINGPREPARATION OF APPROVED TRAFFIC CONTROL PLANS. THE PROJECT SITE AT ALL TIMES DURING CONSTRUCTION. INCLUDING SHORING, AND SHALL BE SOLELY RESPONSIBLE FOR CONFORMING TO ALL LOCAL, STATE AND FEDERAL SAFETY AND HEALTH STANDARDS, LAWS AND REGULATIONS. A DETAIL PLAN TO THE CITY ENGINEER AND/OR CONCERNED AGENCY SHOWING THE DESIGN OF SHORING, BRACING SLOPE OR OTHER PROVISIONS TO BE MADE OF WORKER PROTECTION FROM THE HAZARD OF CAVING GROUND DURING THE EXCAVATION OF SUCH TRENCH OR TRENCHES OR DURING THE PIPE INSTALLATION THEREIN. THIS PLAN MUST BE PREPARED FOR ALL TRENCHES FIVE FEET (5') OR MORE IN DEPTH AND APPROVED BY THE CITY ENGINEER AND/OR CONCERNED AGENCY PRIOR TO EXCAVATION. IF THE PLAN VARIES FROM THE SHORING SYSTEM STANDARDS ESTABLISHED BY THE CONSTRUCTION SAFETY ORDERS, TITLE 8 CALIFORNIA ADMINISTRATIVE CODE, THE PLAN SHALL BE PREPARED BY A ON THE CONSTRUCTION PLANS WERE OBTAINED BY A SEARCH OF THE AVAILABLE RECORDS. ATTENTION IS CALLED TO THE POSSIBLE EXISTENCE OF OTHER UTILITY FACILITIES OR STRUCTURES NOT SHOWN OR IN A LOCATION DIFFERENT FROM THAT SHOWN ON THE PLANS. THE CONTRACTOR IS REQUIRED TO TAKE DUE PRECAUTIONARY MEASURES TO PROTECT THE UTILITIES SHOWN ON THE PLANS AND ANY OTHER EXISTING FACILITIES OR STRUCTURES NOT SHOWN. AHEAD OF THE CONSTRUCTION TO PERMIT THE REVISIONS OF THE CONSTRUCTION PLANS IF IT IS FOUND THAT THE ACTUAL LOCATIONS ARE IN CONFLICT WITH THE PROPOSED WORK. ACCESS FOR FIRE AND OTHER EMERGENCY VEHICLES SHALL BE MAINTAINED TO THE CONTRACTOR SHALL DESIGN, CONSTRUCT AND MAINTAIN ALL SAFETY DEVICES THE CONTRACTOR SHALL CONFORM TO LABOR CODE SECTION 6705 BY SUBMITTING ALL OPERATIONS CONDUCTED ON THE SITE OR ADJACENT THERETO, INCLUDING WARMING UP, REPAIR, ARRIVAL, DEPARTURE OR OPERATION OF TRUCKS, EARTHMOVING EQUIPMENT, CONSTRUCTION EQUIPMENT AND ANY OTHER ASSOCIATED GRADING EQUIPMENT SHALL BE LIMITED TO THE PERIOD BETWEEN 7:00 A.M. AND 6:00 P.M. EACH DAY, MONDAY THRU FRIDAY AND NO CONSTRUCTION OPERATIONS SHALL BE CONDUCTED ON WEEKENDS OR HOLIDAYS. (A LIST OF CITY HOLIDAYS IS AVAILABLE AT THE ENGINEERING DEPARTMENT COUNTER.) ALL OFF-SITE HAUL ROUTES SHALL BE SUBMITTED BY THE CONTRACTOR TO THE CITY ENGINEER FOR APPROVAL TWO FULL WORKING DAYS PRIOR TO BEGINNING OF WORK. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DEBRIS OR DAMAGE OCCURRING ALONG THE HAUL ROUTE OR ADJACENT STREETS AS A RESULT OF THE GRADING OPERATION. DURING CONSTRUCTION, OPERATIONS WILL CEASE IMMEDIATELY, AND THE PERMITTEE WILL NOTIFY THE CITY ENGINEER. OPERATIONS WILL NOT RESTART UNTIL THE PERMITTEE HAS RECEIVED WRITTEN AUTHORITY FROM THE CITY ENGINEER TO DO SO. THE CONTRACTOR SHALL VERIFY THE LOCATION OF ALL EXISTING FACILITIES THIS PLAN SUPERSEDES ALL OTHER PLANS PREVIOUSLY APPROVED BY THE CITY OF CARLSBAD REGARDING IMPROVEMENTS SHOWN ON THIS SET OF PLANS. REGISTERED ENGINEER AT THE CONTRACTORS EXPENSE. A COPY OF THE OSHAEXCAVATION PERMIT MUST BE SUBMITTED TO THE INSPECTOR PRIOR TO IF ANY ARCHAEOLOGICAL RESOURCES ARE DISCOVERED WITHIN ANY WORK ZONE THE EXISTENCE AND LOCATION OF UTILITY STRUCTURES AND FACILITIES SHOWN (ABOVEGROUND AND UNDERGROUND ) WITHIN THE PROJECT SITE SUFFICIENTLY EXCAVATION. 1. 2. 3. 4. 5. 6. 7. 8. 9. SECTION AND DETAIL IDENTIFICATION SYSTEM DRAWING FROM WHICH SECTION IS CUT B SCALE: SECTION TITLE SECTION DRAWING WHERE SECTION IS SHOWN SECTION LETTER - SECTION CALLOUTSECTION LETTER DRAWING ON WHICHDETAIL APPEARS DETAIL AC-1 SCALE: DETAIL TITLE 3- DETAIL NUMBER M-3 DETAIL NUMBER DETAIL CALLOUT 2 EXIST BUILDING / STRUCTURE EXIST FENCE EXIST OVERHEAD POWER DEMO/REMOVE CONCRETE FLANGED JOINT WELDED JOINT ELBOW DOWN PLUG VALVE BUTTERFLY VALVE BALL VALVE PNEUMATIC ACTUATOR HYDRAULIC ACTUATOR INSPECTION NOTES 1.FIELD INSPECTION BY DSOD: REPRESENTATIVES FROM DSOD WILL PERIODICALLY INSPECT THE WORK IN PROGRESS DURING CONSTRUCTION, INCLUDING THE MATERIALS BEING INCORPORATED INTO THE WORKS, AS WELL AS THE TEST RESULTS AND DOCUMENTATION ASSOCIATED WITH THE PROJECT. THE CONTRACTOR SHALL ALLOW DSOD REPRESENTATIVES ACCESS TO ALL LOCATIONS WITHIN THE PROJECT BOUNDARIES. ALL COMMUNICATION WITH DSOD PERTAINING TO THE PROJECT SHALL BE COORDINATED THROUGH THE OWNER'S ENGINEER OR DESIGNATED REPRESENTATIVE. A 72-HOUR NOTICE FROM THE OWNER'S REPRESENTATIVE IS REQUIRED TO SCHEDULE A DSOD INSPECTION. THEREFORE, THE CONTRACTOR SHALL COOPERATE WITH THE OWNER'S REPRESENTATIVES BY GIVING AT LEAST FIVE (5) BUSINESS DAYS NOTICE OF ANY INSPECTION REQUIRING DSOD INVOLVEMENT TO ENSURE THE OWNER HAS SUFFICIENT TIME TO COORDINATE WITH DSOD. REFERENCE DRAWINGS LAKE CALAVERA REMEDIAL IMPROVEMENTSCOC DWG NO. 411-6 CALAVERA DAM RESERVOIR SITE COC DWG NO. 806-5 BASIS OF BEARINGS AND COORDINATES REFER TO COC DRAWING NO. 411-6 BENCHMARK THE ELEVATION BENCHMARK IS A SET ROD ON TOP OF EARTHEN DAM10 FT EAST OF WEST END OF DAM. NGVD29 ELEVATION = 223.00 FEET NAVD88 ELEVATION = 225.15 FEET ELEVATIONS SHOWN HEREON CONFORM WITH NAVD88 DIG ALERT 811 WATER SERVICES, RECYCLED WATER SERVICES AND SEWER LATERALS ARESHOWN IN THEIR APPROXIMATE LOCATION. ALL SERVICES SHALL BE KEPT ACTIVEUNLESS REQUIRED FOR CONSTRUCTION ACTIVITIES. SCHEDULED SERVICEINTERRUPTIONS SHALL BE COORDINATED WITH THE CITY REPRESENTATIVE PRIORTO SERVICE INTERRUPTION. SERVICES DAMAGED DURING CONSTRUCTION SHALLBE REPLACED TO THEIR ORIGINAL WORKING CONDITION AND TESTED PER CITYREQUIREMENTS IN ACCORDANCE WITH CITY OF CARLSBAD ENGINEERINGSTANDARDS AT THE EXPENSE OF THE CONTRACTOR. CONTRACTOR SHALL NOT USE ANY PUBLIC RIGHT-OF-WAY FOR STOCKPILING OR STAGING OF WORK WITHOUT WRITTEN APPROVAL OF THE CITY OF CARLSBAD. 10. 11. 12. 13. 14. DocuSign Envelope ID: 925BAFE0-2CDD-48DA-9084-813350421E8F 10/20/2020 LAKE CALAVERA OUTLET IMPROVEMENTS IMPROVEMENT PLAN FOR: 31 5054 E N G I N E E R I N G C O R P O R A T I O N "RECORD DRAWING" 518-8 3 C-1 TSRKAE GENERAL SITE PLAN SCALE: 1" = 50'-0" LAKE CALAVERA EXST CONTROL BUILDING EXST PUBLIC TRAIL EXST DIRT TRAIL CONTRACTOR STAGING AREA EXST GATE AND EXST ACACCESS RD EXST REMOVABLE BOLLARDS EXST SPILLWAY EXST OUTLET TOWER & PIPING EXST ACACCESS RD EXST DIRT/GRAVELACCESS RD EXST OUTLET BOX FENCE SEE DWG M-16 & S-2FOR MODIFICATIONS SEE DWGS D-1, D-2, M-8 & M-9FOR MODIFICATIONS SEE DWG M-3, M-4, M-5 & M-6FOR MODIFICATIONSTAMARACK AVENUEEXST HIGH VOLTAGEOVER HEAD POWER LINES VEGETATION REMOVAL AND MAINTENANCE IN THIS AREA IS PERMITTED BY STREAMBED ALTERATION AGREEMENT NOTIFICATION NO. 1600-2013-0241-R5. THE PROJECT IS EXEMPT FROM ENVIRONMENTAL REVIEW PER CALIFORNIA ENVIRONMENTAL QUALITY ACT (CEQA) GUIDELINES SECTIONS 15302 (REPLACEMENT OR RECONSTRUCTION OF EXISTING FACILITIES); 15303 (NEW CONSTRUCTION); AND 15304 (MINOR ALTERATION TO LAND AND VEGETATION). A NOTICE OF EXEMPTION WAS FILED WITH THE SAN DIEGO COUNTY CLERK IN COMPLIANCE WITH SECTION 21152(b) OF PUBLIC RESOURCES CODE (CEQA). ENVIRONMENTAL NOTES: 1.IF VEGETATION DISTURBANCE IS SCHEDULED TO OCCUR DURING THE BIRD BREEDING SEASON (BETWEEN JANUARY 15 AND SEPTEMBER 15) A BIOLOGIST SHALL PERFORM A NESTING BIRDSURVEY WITHIN THE PROPOSED CONSTRUCTION AREA AND APPROPRIATELY-SIZED BUFFER NO MORE THAN 72 HOURS PRIOR TO VEGETATION DISTURBANCE. IF THE PLANNED VEGETATIONDISTURBANCE DOES NOT OCCUR WITHIN 72 HOURS OF THE NESTING BIRD SURVEY, THEN THEAREA SHALL BE RE-SURVEYED. IF NESTING BIRDS ARE FOUND, THEN THE QUALIFIED BIOLOGIST SHALL ESTABLISH AN ADEQUATE BUFFER ZONE (ON A SPECIES-BY-SPECIES, CASE-BY-CASE BASIS)IN WHICH CONSTRUCTION ACTIVITIES WOULD BE PROHIBITED UNTIL THE NEST IS NO LONGER ACTIVE. THE SIZE OF THE BUFFER ZONE IS DETERMINED BY THE BIOLOGICAL MONITOR BASED ONTHE AMOUNT, INTENSITY, AND DURATION OF CONSTRUCTION, AND CAN BE ALTERED BASED ONSITE CONDITIONS. IF APPROPRIATE, AS DETERMINED BY THE BIOLOGICAL MONITOR, ADDITIONAL MONITORING OF THE NESTING BIRDS MAY BE CONDUCTED DURING CONSTRUCTION TO ENSURETHAT NESTING ACTIVITIES ARE NOT DISRUPTED. CITY WILL PROVIDE BIOLOGICAL SURVEY AND MONITORING SERVICES AND THE CONTRACTOR WILL MAKE WORK ACTIVITY ADJUSTMENTS ASDESCRIBED ABOVE IN COMPLIANCE WITH DIRECTION FROM THE CITY. 2.ALL VEHICLES, EQUIPMENT, TOOLS, AND SUPPLIES SHOULD STAY WITHIN THE LIMITS OF THEAPPROVED TEMPORARY IMPACT AREAS. NO VEHICLES, EQUIPMENT, TOOLS, AND SUPPLIES SHOULD BE PLACED WITHIN THE WATER OR WETLAND VEGETATION OUTSIDE OF APPROVEDTEMPORARY IMPACT AREAS. 3.EQUIPMENT REFUELING SHOULD OCCUR IN AN UPLAND AREA FAR ENOUGH AWAY FROM THEWATER TO PREVENT CONTAMINATION OF WATERS. 4.CONTRACTOR SHALL INSTALL BMP FEATURES (E.G. SILT FENCING, STRAW WADDLES, AND GRAVELBAGS) TO PREVENT OFF-SITE SEDIMENTATION AND STORM WATER & NON-STORM WATER POLLUTION. EXST FENCED AREA W/SOMESPACE FOR STAGING PUBLICTRAIL PUBLICTRAIL GENERAL NOTES: 1.CONTRACTOR SHALL ALLOW PUBLIC ACCESS AT ALL TIMES EXCEPT FOR TEMPORARY CLOSURES. TEMPORARY CLOSURE OF THE PUBLICTRAILS MAY BE PERMITTED FOR PUBLIC SAFETY REASON FOR 8 HOURS MAXIMUM DURING CONSTRUCTION. CONTRACTOR SHALL NOTIFY THECITY IN 72 HOURS WITH A PUBLISHED SCHEDULE OF CLOSURES. 2.AN 8 FT CHAIN LINK SECURITY FENCE SHALL BE INSTALLED FORTHE STAGING AREA(S). 3.EXISTING CONTOURS SHOWN ARE FOR INFORMATIONAL PURPOSESONLY TO SHOW DIFFERENCE IN ELEVATION FROM CREST OF DAM TO OUTLET TOWER AND OUTLET BOX. DocuSign Envelope ID: 925BAFE0-2CDD-48DA-9084-813350421E8F 10/20/2020 LAKE CALAVERA OUTLET IMPROVEMENTS IMPROVEMENT PLAN FOR: 31 5054 E N G I N E E R I N G C O R P O R A T I O N "RECORD DRAWING" 518-8 4 D-1 TSRKAE OUTLET PIPE DEMOLITION PLAN SCALE: 3/16" = 1'-0" PROTECT-IN-PLACE OUTLETTOWER AND GRATING COVER PROTECT-IN-PLACECONDUIT BANK (TYP) PROTECT-IN-PLACETERMINAL/PULL BOX(TYP) DEMO SECTION OF 8" Ø SCH 10, TYPE 316 SS AIR VENT PIPE, PARTLY SUBMERGED, COORDINATE W/ DWG NO. D-2, M-8 & M-9 EXST 30" (HDPE LINED) RCP OUTLET PIPE PROTECT-IN-PLACE OUTLET BOX AND GRATING INTAKE 1 - PROTECT ENTRANCECONE FOR REINSTALLATION ANDREMOVE 18" BFV UNDER PARTLYSUBMERGED CONDITIONS INTAKE 2 - REMOVE AND PROTECTTEE-SCREEN FOR REINSTALLATIONAND REMOVE 18" BFV UNDERSUBMERGED CONDITION REMOVE SECTION OF 24" Ø SCH 10, TYPE 316 SS OUTLET PIPE AS NECESSARY UNDER SUBMERGED CONDITIONS. FOR REINSTALLATION COORDINATE W/ DWG NO. D-2, M-8 & M-9 INTAKE 3 - REMOVE 18" BFV UNDER SUBMERGED CONDITIONS. SEE NOTE 2 PROTECT-IN-PLACE 8"Ø AIR VENT PIPE AND ASSEMBLY D-2UNBOLT FLANGE AND REMOVE SECTION UPSTREAM UNDER SUBMERGED CONDITIONS. COORDINATE W/ DWG NO. D-2, M-8, M-9 & M-10. SEE NOTE 1 REMOVE HEADER CLAMP ATSUPPORT BENT. REINSTALL W/MODIFIED HEADER. SEE D-2 D-32SUPPORT BENT #3. SEE DETAIL DEMO BFV AND ACTUATOR NUT PROTECT-IN-PLACE OUTLETBOX AND GRATING. REMOVEALL DEBRIS WITHIN DEMO BFV AND ACTUATORSEE PHOTO 1 EXST PULL BOX FSEE PHOTO 2 CUT TUBING AS NECESSARYTO INSTALL VALVES.COORDINATE W/ DWG NO. M-7 NTS PHOTO 1 NTS PHOTO 2 AADJUST POSITION OF PIPE LENGTH TO ACCOMMODATE FIELD WELD ABOVE WATER SURFACE NOTES: 1.CONTRACTOR TO REMOVE 24" OUTLET PIPEBETWEEN CONNECTION OF 8" Ø AIR VENT PIPE ANDFLANGE AT OUTLET TOWER IN ORDER TO TRANSFER TO FABRICATOR FACILITY FOR MODIFICATION. 2.CITY HAS PREVIOUSLY REMOVED THE BARRELSCREEN AND IS STORED. CONTRACTOR TO RETRIEVE FROM THE CITY AND REINSTALL. PROTECT-IN-PLACE LEVEL SENSOR WIRING INSIDE 4" PVC SCH 80 CONDUIT DocuSign Envelope ID: 925BAFE0-2CDD-48DA-9084-813350421E8F 10/20/2020 LAKE CALAVERA OUTLET IMPROVEMENTS IMPROVEMENT PLAN FOR: 31 5054 E N G I N E E R I N G C O R P O R A T I O N "RECORD DRAWING" 518-8 5 D-2 TSRKAE OUTLET PIPE DEMOLITION SECTION PROTECT-IN-PLACE OUTLETTOWER AND GRATING COVER D-1A PROTECT-IN-PLACETERMINAL/PULL BOX(TYP) DEMO SECTION OF 8" Ø AIR VENT PIPE UNDER SUBMERGED CONDITIONS, COORDINATE W/ DWG NO. D-1, M-8 & M-9 PROTECT-IN-PLACE 30" RCP ( HDPE LINED) OUTLET PIPE PROTECT-IN-PLACE PIPE SUPPORT BENT (TYP OF 3) INTAKE 1 - REMOVE & PROTECT ENTRANCE CONE FOR REUSE. REMOVE & DEMO 18" BFV & ACTUATOR ASSEMBLY. COORDINATE W/ MECH DWGS DEMO SECTION OF 24" Ø SCH 10, TYPE 316 SS OUTLET PIPE AS NECESSARY, COORDINATE W/ DWG NO. D-1, M-8, M-9 & M-10 INTAKE 2 - REMOVE &PROTECT TEE-SCREEN FORREUSE. REMOVE & DEMO 18"BFV & ACTUATOR ASSEMBLYPROTECT-IN-PLACE8"Ø AIR VENT PIPEAND ASSEMBLY 0+00 0+20 0+40 0+60 0+80 1+00 1+20 1+40 160' 170' 180' 190' 200' 210' 220' 230' PROTECT-IN-PLACE4" PVC SCH 80 LEVELSENSOR WIRING INSIDECONDUIT PROTECT-IN-PLACE 36"x36" CONDUIT BANK ENCASING HYDRAULIC, PNEUMATIC AND ELECTRICAL SUPPLY LINES EXST 3'-0"ROCK BLANKET INTAKE 3 - REMOVE & DEMO 18" BFV & ACTUATOR ASSEMBLY, SEE NOTE 2 EL 207.83' EL 202.15' 16 34" MIN 16 34" MIN PULL BOX F SEE DWG D-1 UNBOLT FLANGE AND REMOVE SPOOL W/ WEEP RING AS INDICATED. INSTALL TEMPORARY SS TYPE 304, 1" SQ WELDED 11 GAUGE WIRE MESH USING BOLTS AND WASHERS OVER COMPLETE OPENING. WIRE MESH BY MCNICHOLS OR EQUAL CUT PIPE ABOVE THE WS EL SEE DWG NO. D-1 SCALE: 3/16" = 1'-0" SECTION NOTES: 1.LAKE LEVELS ARE DEPENDENT ON RAINFALL ANDTHE CONTRACTOR HAS TO ACCOUNT FOR THELEVEL OF LAKE AT THE TIME OF CONSTRUCTION. THE LAKE LEVELS WILL NOT BE REDUCED BY THE CITY. 2.CITY HAS PREVIOUSLY REMOVED THE BARRELSCREEN AND IS STORED. CONTRACTOR TO RETRIEVE FROM THE CITY AND REINSTALL. REPLACE LAKE LEVEL SENSOR AT EL 192.1 CONTRACTOR SHALL NOTROTATE VALVE EXTENSIONSTEM. SPILLWAY EL 218.50' SEE NOTE 1 EL 161.75' MIN OPERATING POOL EL 189.00' EL 198.00' EL 194.15' MAX OPERATINGPOOL EL 214.00' DocuSign Envelope ID: 925BAFE0-2CDD-48DA-9084-813350421E8F 10/20/2020 LAKE CALAVERA OUTLET IMPROVEMENTS IMPROVEMENT PLAN FOR: 31 5054 E N G I N E E R I N G C O R P O R A T I O N "RECORD DRAWING" 518-8 6 D-3 TSRKAE PIPE AND HOSE SUPPORT DEMOLITION NTS EXISTING PEDESTAL #1 PIPE AND HOSE SUPPORT PROTECT EXST HORIZ PIPE SUPPORT UNI-STRUT P1001 SS 316, TYP PROTECT EXST 4" x 6" JUNCTION BOXNEMA 6P, TYP PROTECT EXST 3/4" TUBING SS 316 PROTECT EXST 3/4" GRAY PVC SCH 40ELECTRICAL CONDUIT TO HYDRAULIC ACTUATOR VALVE 3 REMOVE TO EXST PNEUMATICACTUATOR VALVE 2 REMOVE TO EXST PNEUMATIC ACTUATOR VALVE 3 REMOVE TO HYDRAULIC ACTUATOR END OFTRAVEL MICRO SWITCHES EXST VALVE 2.PREPARE TO ADD NEW CONDUIT & CABLE PROTECT EXST 3/8" x 3" ANCHOR BOLTSS 316, TYP TO INTAKE SCREEN AIR BACKWASH PORT SCREEN 2 TO HYDRAULIC ACTUATOR VALVE 2 REMOVE TO HYDRAULIC ACTUATOR END OF TRAVEL MICRO SWITCHES EXST VALVE 3. PREPARE TO ADD NEW CONDUIT & CABLEREMOVE EXST 3" SEAMLESSPIPE SS 316 SCH 40 PROTECT EXST 3" UNI-STRUTPIPE CLAMP SS 316, TYP TO EXST PNEUMATIC ACTUATOR TO HYDRAULIC ACTUATOR END OFTRAVEL MICRO SWITCHES PROTECT EXST 3/4" TUBING SS 316PRE-BENT W/ FEMALE 37° FLARE ANDNUT SS 316, TYP PROTECT EXST 3/4" GRAY PVC SCH 40ELECTRICAL CONDUIT PROTECT EXST 3" SEAMLESS PIPE SCH 40 SS 316 PROTECT EXST 4" x 6" JUNCTION BOX PVC NEMA 6P REMOVE EXST 3/4" PNEUMATIC FLEXHOSES TO EXST PNEUMATIC ACTUATOR.COORDINATE W/ DWG NO. M-11 TO EXST HYDRAULIC ACTUATOR TO INTAKE SCREEN AIR BACKWASH PORT, SCREEN 1 PROTECT EXST 3" UNI-STRUT PIPE CLAMP SS 316, TYP PROTECT EXST UNI-STRUT PIPE SUPPORT P1001 SS 316, TYP REMOVE EXST 3" FLEX AIR HOSE W/ FITTING REMOVE EXST 3/4" HYDRAULIC FLEXHOSES TO CYLINDER ACTUATOR PROTECT EXST 3/4" UNI-STRUT PIPE CLAMP SS 316, TYP BACK FLUSH HYDRAULIC LINES. INSTALLAND PREPARE TO INSTALL NEW TUBING.COORDINATE W/ DWG NO. M-11 TO INTAKE SCREEN AIRBACKWASH PORT SCREEN 3 NOTES: 1. REMOVE HYDRAULIC 34" TUBING AS INDICATED. 2. REUSE PNEUMATIC 3 4" SS TUBING TO THE EXTENT POSSIBLE. REMOVE SECTIONS AS NECESSARY FOR RECONNECTION. COORDINATE WITH MECHANICAL DWGS. SEE NOTE 2 REMOVE EXST 3/4" HYDRAULIC FLEX HOSES TO CYLINDER ACTUATOR REMOVE EXST 3/4" PNEUMATIC FLEXHOSES TO PNEUMATIC ACTUATOR EXST 24"Ø OUTLET PIPE TO BE REMOVED, MODIFIEDAND REINSTALLED NTS EXISTING PEDESTAL #3 PIPE AND HOSE SUPPORT NTS WATER INTAKE 2 TEE SCREEN REMOVE CONDUIT AND WIRE. PREPARE TO ADDNEW CONDUIT & LIMIT SWITCH WIRING & CABLE PROTECT EXST 3" THREADED FLANGE SS 316 PROTECT IN-PLACE 18" PIPE SCH 10 SS 316 NTS WATER INTAKE 3 DRUM SCREEN DEMO EXST 18" BUTTERLY VALVE &ACTUATOR DEMO EXST 18" BUTTERLY VALVE & ACTUATOR PROTECT 24"x18" TEEFLANGED SCH 10 SS 316REMOVE & PROTECT EXST DUAL DRUMSCREEN FOR REINSTALLATION REMOVE & PROTECT EXST SINGLEDRUM SCREEN FOR REINSTALLATION REMOVE EXST 3" FLEX AIR HOSE W/ FITTING BACK FLUSH HYDRAULIC LINES. INSTALL AND PREPARE TO INSTALL NEW TUBING. COORDINATE W/ DWG NO. M-13, M-14 & M-15 EXST 24"Ø OUTLET PIPE TO BE REMOVED, MODIFIEDAND REINSTALLED EXST 24"Ø OUTLET PIPE TO BE REMOVED, MODIFIED AND REINSTALLED PROTECT EXST 3" THREADED FLANGE SS 316 DocuSign Envelope ID: 925BAFE0-2CDD-48DA-9084-813350421E8F 10/20/2020 LAKE CALAVERA OUTLET IMPROVEMENTS IMPROVEMENT PLAN FOR: 31 5054 E N G I N E E R I N G C O R P O R A T I O N "RECORD DRAWING" 518-8 7 D-4 TSRKAE CONTROL CABINET MODIFICATIONSSALVAGE/ DEMOLITION REMOVE AND DEMO ALL 14" SSTUBING (TYP OF 6) SALVAGE 3/8" TVTP FITTINGS (TYP OF 6) FITTING TO REMAIN IN PLACE (TYP OF 6) REMOVE AND SALVAGE ALL SS TUBING AND FITTINGS (CITY TO STORE) DEMO SOLENOID VALVES AND ALLASSOCIATED WIRING (TYP) SALVAGE BALL VALVES AND DELIVER TO THE CITY (TYP) REMOVE AND DEMO ALL 3/8" FLEXIBLE TUBING AND FITTINGS RELOCATE SPEED CONTROL VALVES(TYP OF 6) COORDINATE W/ DWG NO. M-5 SALVAGE MANUAL BALL VALVE AND FITTINGS (TYP OF 3). DELIVER TO THE CITY NTS DEMO SOLENOID VALVES AND WIRING (TYP OF 3) CONTROL CABINET MODIFICATION DETAIL DEMO KEY PROTECT IN PLACEPNEUMATICCONTROL WIRING DEMO ALL WIRING THAT CONTROLS THE HYDRAULIC SYSTEM COMPONENTS REMOVE AND SALVAGE ALLHYDRAULIC SS TUBING ANDFITTINGS (CITY TO STORE) DEMO ALL WIRING THATCONTROLS THE HYDRAULICSYSTEM COMPONENTS REMOVE AND SALVAGEALL HYDRAULIC SS TUBINGAND FITTINGS(CITY TO STORE) PROTECT IN PLACE WIRING TO THE PNEUMATIC ACTUATION UNIT DocuSign Envelope ID: 925BAFE0-2CDD-48DA-9084-813350421E8F 10/20/2020 LAKE CALAVERA OUTLET IMPROVEMENTS IMPROVEMENT PLAN FOR: 31 5054 E N G I N E E R I N G C O R P O R A T I O N "RECORD DRAWING" 518-8 8 M-1 TSRKAE FLOW SYMBOLS AND NOTES DocuSign Envelope ID: 925BAFE0-2CDD-48DA-9084-813350421E8F 10/20/2020 LAKE CALAVERA OUTLET IMPROVEMENTS IMPROVEMENT PLAN FOR: 31 5054 E N G I N E E R I N G C O R P O R A T I O N "RECORD DRAWING" 518-8 9 M-2 TSRKAE FLOW DIAGRAM - CHANGES TO AIR& HYDRAULIC SYSTEM EXIST RECIPROCATINGCOMPRESSOR (2)ATMOSPHERIC AIRHYDRAULIC OILRESERVOIR 90 GAL RECEIVER AIR TANK OUTLET BOX EXISTING LEGEND PROPOSED P P P P P P MODIFY VALVE NO. 2 VALVE NO. 1 CONTINUATION TO INTAKE SCREENS NOT SHOWN ACCUMULATOR 400 GALRECEIVERAIR TANK NOTES 1 4 VAULT 'F' LOCATEDON CREST OF DAM CONTROLS W/ IN CONTROL BUILDING CABINET, SEE M-6 4 NEW IN-LINE 24" PLUG VALVE PNEUMATIC OPERATED INTAKE NO. 1 1 2 2 3 5 6 AIR BACKWASH 7 89 9 9 10 11 2 NEW 18" PLUG VALVE PNEUMATIC OPERATED (TYP OF 2) 3 CLEAN AND REUSE EXIST HYDRAULIC LINES FOR AIR SERVICE 4 ADD 3/4" BRASS BALL VALVES (TYP OF 12) W/ IN VAULT 'F' 5 6 DEMO HYDRAULIC SYSTEM, HYDRAULIC OIL RESERVOIR 7 REMOVE EXIST HYDRAULIC BLOCK VALVE AT PANEL WALL 8 DEMO HYDRAULIC BALL VALVE AND SOLENOID VALVE 9 CONNECT DISCHARGE SIDES OF AIR RECEIVERS 10 ADD 3/4" CHECK VALVE 11 USE EXIST IN-LINE FILTER (TYP OF 3) NEW STL PIPE TOGETHER HERE W/ THREADED FITTINGS. MODIFY OUTLET BOX, SEE M-16 & S-2 SEE M-8 & M-9 DISABLE EXIST AIRBACKWASH SYSTEM DEMO INSPECT, TEST AND REPAIR EXIST REFRIGERATED AIR DRYER (TYP OF 2) RELOCATED FROM SIDE PANELWALL TO MAIN PNEUMATICCONTROLLER (TYP OF 6) SEE M-5 ROTATE 90° EXISTCHECK VALVE PIPING & EQUIPMENT INSIDE THECONTROL BUILDING BUT OUTSIDE OFTHE CONTROL CABINET, SEE M-3,M-4 & M-5 12 SEE DWG D-4 (TYP OF 6) 12 ADD 3/8" BRONZE BALL VALVE AT PANEL WALL. SEE DWG M-4 (TYP OF 12) A3B A3A A2B A2A A1B A1A H3B H3A H2B H2A H1B H1A OVER FLOW A3B VALVE NO. 3 H3B H3A H2B H2A H1B H1A A3B A3A A2B A2A A1B A1A H3B H3A A3A A2BH2B A2A H2A A1B H1B H1AA1A AND ACCUMULATOR, AND ELECTRICAL 5 14 14 13 COORDINATE WITH MECH DWGS 13 ADD 3/4" SS TYPE 316 WELDED PIPE HEADER AND VALVES, TYP FOR 3-VALVES 14 INSTALL PRESSURE TRANSMITTERS, ONE PER RECEIVER AIR TANK, 90 GALAND 400 GAL. SEE SECTION B ON M-3AND DETAIL 3 ON M-4 DocuSign Envelope ID: 925BAFE0-2CDD-48DA-9084-813350421E8F 10/20/2020 LAKE CALAVERA OUTLET IMPROVEMENTS IMPROVEMENT PLAN FOR: 31 5054 E N G I N E E R I N G C O R P O R A T I O N "RECORD DRAWING" 518-8 10 M-3 TSRKAE AIR PIPING MODIFICATIONS OUTSIDE OFCONTROL CABINET IN CONTROL BLDG SCALE: 1/2" = 1'-0" EXISTING CONTROL BUILDING FLOOR PLAN MODIFICATION SECTION KEY A- EXST 90 GAL VERT PNEUMATIC RECEIVER EXST AIR COMPRESSOR(TYP OF 2) EXST 400 GAL VERT AIR RECEIVER TANK EXST CONC EQUIPMENT PAD DEMO EXST HYDRAULIC SYSTEMRESERVOIR AND ACCUMULATOR.REMOVE HYDRAULIC LINES THATLEAD TO THE VALVE CONTROLCABINET. FOR MODIFICATIONS,SEE DWG M-5 & M-6 -ANTS SECTION INSPECT, TEST & REPAIR AIR DRYER (TYP OF 2) SEE PHOTO BELOW FOR EQUIPMENT NAME PLATE NTS PHOTO - EQUIPMENT NAME PLATE INFORMATION B- -BNTS SECTIONEXST 400 GAL VERTAIR RECEIVER TANK REMOVE EXST UNION & ADD1" BRONZE CHECK VALVE NEW 1" BRONZE BALL VALVE NEW GALV UNION NEW 1" GALV PIPING NEW GALV PIPING ADD 1" PIPING, TEES, ELBOWS AND UNION TO EXST DRYER PIPING NEW 1" BRONZE BALLVALVE THDxTHD CM-4 EM-4 DM-4 REUSE EXST GALV ELBOWREUSE EXST ELBOW NEW 1" BRONZE BALL VALVE THDxTHD FROM AIR DRYER EXST FREE STANDING OUTLETVALVE CONTROL PANEL NEW 1" GALV TEE PIT 400 SEEMD-17NEW 1" x 12" BUSHINGTO PIT 400 INSTALLPIT 90 INSTALL PIT 400 DocuSign Envelope ID: 925BAFE0-2CDD-48DA-9084-813350421E8F 10/20/2020 LAKE CALAVERA OUTLET IMPROVEMENTS IMPROVEMENT PLAN FOR: 31 5054 E N G I N E E R I N G C O R P O R A T I O N "RECORD DRAWING" 518-8 11 M-4 TSRKAE CONTROL BLDG M-3CNTS SECTION FORCONTINUATIONSEE -D NEW 1" GALV PIPING TYP NEW 1" BRONZECHECK VALVE NEW 1" BRONZE BALL VALVE DEMO PIPING TYP M-3ENTS SECTION ROTATE EXST VALVE TO PROPER ORIENTATION, CAP TOWARD TOP M-3DNTS SECTION NEW PIPE CONTINUES TO THEBACK WALL AND TO THE LEFT-C 1" GALV CS PIPE 1" THD GALV COUPLING 1" x 1/2" NPT GALV BUSHING 3/8" FLEX TUBING 1/2" BRONZECHECK VALVE 1/2" BRONZE BALL VALVE 1/2" NPT x 3/8" FLEX TUBING FITTING 1/2" MNFT x 3/8" TUBINGFITTING REMOVE EXST FLEX TUBING & FITTINGS SEE DETAIL -1 SEE DETAIL -2 EXST 90 GAL AIRRECEIVING TANK EXST 90 GALAIR RECEIVINGTANK -1NTS DETAIL -2NTS DETAIL EXST 2" CPLG 1/2" x 1/2" GALV THD NIPPLE (TYP) EXST 3/4" x 2"GALV BUSHING EXST 3/4" x 3/4"GALV BUSHING 1/2" GALV THD ELBOW 1/2" BRONZE CHECK VALVE 1/2" BRONZE BALL VALVE 1/2" MNPT x 3/8"TUBING FITTING 3/8" TUBING REUSE EXST AIR FILTER REUSE EXSTBALL VALVE NEW 3/8" BRONZE BALL VALVE NEW 3/8" BRASS NIPPLE NEW 3/8" MNPT x 3/8"TUBING FITTING NEW 3/8" TUBING NEW 1" GALVPIPE TOFITTING BELOW NEW 1" GALV PIPE TOFITTING TO THE RIGHT 3/8" FLEX TUBING 1 12" GALV NIPPLE TO EXST AIR FILTER -2 FROM EXST 400 GAL AIR RECEIVER FROM EXST 90 GALAIR RECEIVING TANK REUSE EXSTFITTING INTERIOR OFCONTROL PANEL 1/2" GALV NIPPLE BOTH SIDESOF CHECK VALVE NEW 3/8" BRASS NIPPLE EXST 90 GAL AIRRECEIVING TANK DEMO ALL HYDRAULIC CONNECTIONS, TUBING AND HOSE 1/2" GALV THD TEE MD-17PIT 90 SEE DocuSign Envelope ID: 925BAFE0-2CDD-48DA-9084-813350421E8F 10/20/2020 LAKE CALAVERA OUTLET IMPROVEMENTS IMPROVEMENT PLAN FOR: 31 5054 E N G I N E E R I N G C O R P O R A T I O N "RECORD DRAWING" 518-8 12 M-5 TSRKAE CONTROL CABINETSYSTEM MODIFICATION NTS MODIFICATIONS TO CONTROL CABINET - CONTROL BUILDING - 1 - 3 - 2 DETAIL NTS 1 - PNEUMATIC 3-POSITION 4-WAY SOLENOID STACK SALVAGE FITTINGS AND REPLACE WITH PROPOSED SHOWN (TYP OF 6)NEW EXST SOLENOID STACK PROPOSED EXISTING EXST 3/8" x 1/2" THDxTHD BRASS BUSHING 3/8" BRASS NIPPLE (TYP) RELOCATED SPEEDCONTROL VALVESEE PHOTO 2 - DETAIL NTS 2 - EXST CONTROLCABINET RELOCATED SPEED CONTROL VALVE SEE 1 - DEMO TUBING NEW 3/8" TUBING, FOR ROUTING SEE DETAIL DEMOFITTING PROPOSEDEXISTING ADD NEW VALVE& FITTING SEEPROPOSEDSHOWN(TYP OF 6) EXST BULKHEAD FITTING W/ 3/8" MNPT INTO THE CABINET 3/8" MNPT x 3/8" TUBINGFITTING (SMCKQ2H) DETAIL NTS 3 - EXST CONTROL CABINET RIGHT INTERIOR SIDEOF EXST CONTROLCABINET SALVAGE EXST BALL VALVE AND DELIVER TO CITY PROPOSEDEXISTING ADD NEW VALVE FITTINGSEE PROPOSED SHOWN(TYP OF 6) EXST BULKHEADFITTING W/ 3/8"FNPT INTO THECABINET 3/8" BRASS NIPPLE 1" LONG NEW EXST NEW EXST MODIFY CONNECTIONS TO PNEUMATIC-3 POSITION 4-WAY SOLENOID STACK PER DETAIL MODIFY EXST PNEUMATIC FITTINGSAND TUBING BY ADDING NEW VALVESAT SIX (6) LOCATIONS WHERE LINESEXIT CONTROL PANEL PER DETAIL MODIFY EXST HYDRAULIC VALVES, FITTINGS AND TUBING BY ADDING NEW VALVES AT SIX (6) LOCATIONS WHERE LINES EXIT CONTROL PANEL PER DETAIL 3/8" TUBING 3/8" MNPT x 3/8" TUBING FITTING (SMCKQ2H) NEW 3/8" BRONZETHDxTHD BALLVALVE 3/8" MNPT x DUAL 3/8" TUBING FITTING (SMCKQ2U) (FOR LOCATION SEE M-3)DEMO HYDRAULICTUBING ANDFITTINGS,SEE DWG D-4 M-61 NEW 3/8" TUBING,FOR ROUTINGSEE DETAIL M-61 (TYP OF 6) NOTE: COORDINATE MODIFICATIONS WITH DWG M-2. NEW 3/8" BRONZETHDxTHD BALLVALVE RIGHT INTERIOR SIDE OF EXST CONTROL CABINET PROTECT IN PLACE PNEUMATIC CONTROLLER AND WIRING COORDINATE WITH DWG D-4 FOR ALL OTHER HYDRAULIC SYSTEM COMPONENTS REMOVAL AND DEMO DocuSign Envelope ID: 925BAFE0-2CDD-48DA-9084-813350421E8F 10/20/2020 LAKE CALAVERA OUTLET IMPROVEMENTS IMPROVEMENT PLAN FOR: 31 5054 E N G I N E E R I N G C O R P O R A T I O N "RECORD DRAWING" 518-8 13 M-6 TSRKAE CONTROL CABINET TUBING ROUTING M-5 1 NTS NEW 3/8" NYLON TUBING ROUTING W/ IN CONTROL CABINET A1A EXST PNEUMATIC 3-POSITION 4-WAYSOLENOID STACK EXST CONTROL PANEL A1B A2A A2B A3A A3B H1A H1B H2A H2B H3A H3B MODIFICATIONS PER DWG M-5. CONNECT TUBING AS INDICATED ON DWG M-5 CONNECT TUBING TOCORRESPONDING VALVES PERDWG M-5, TYP OF 12 DocuSign Envelope ID: 925BAFE0-2CDD-48DA-9084-813350421E8F 10/20/2020 LAKE CALAVERA OUTLET IMPROVEMENTS IMPROVEMENT PLAN FOR: 31 5054 E N G I N E E R I N G C O R P O R A T I O N "RECORD DRAWING" 518-8 14 M-7 TSRKAE PULL BOX 'F' MODIFICATIONS - 2 - 1 NTS MODIFICATIONS TO PULL BOX 'F' EXST 3 4" SS TUBING 34" SS BALL VALVE DETAIL (TYP OF 12) NTS 1 - SMC 34" TUBING x 3 4" MNPT FITTING DETAIL (TYP OF 6) NTS 2 - 3 4" SS THREADED 90° ELBOW 34" SS BALL VALVE 34" x 34" TUBING x 3 4" FEMALE NPT 34" SS NIPPLE NOTE: ADJUST NIPPLE LENGTH & VALVE ANGLE TO ACCOUNT FOR TUBING SPACING. EXST 34" SS TUBING - 3 FOR LINE DESIGNATION NOTE: ORIENT VALVE LEVER TOACCOMMODATE OPERATION. INTERCONNECT TUBING A1A & H1A,A1B & H1B, A2A & H2A, A2B & H2B,A3A & H3A, AND A3B & H3B. LINE DESIGNATION NTS 3 - EXST PULL BOX 'F' NOTE: VERIFY LINE DESIGNATION WITH INTHE EXISTING CONTROL PANEL PRIOR TOPERFORMING MODIFICATIONS TO PULLBOX 'F' A1A A1B A2A A2B A3A A3B H1A H1B H2A H2B H3A H3B REPLACE LEVEL TRANSMITTERTERMINATION ENCLOSURE DocuSign Envelope ID: 925BAFE0-2CDD-48DA-9084-813350421E8F 10/20/2020 LAKE CALAVERA OUTLET IMPROVEMENTS IMPROVEMENT PLAN FOR: 31 5054 E N G I N E E R I N G C O R P O R A T I O N "RECORD DRAWING" 518-8 15 M-8 TSRKAE OUTLET PIPE MODIFICATION PLAN SCALE: 3/16" = 1'-0" EXST OUTLET TOWER AND GRATING COVER EXST CONDUIT BANK(TYP) PROTECT EXST TERMINAL/PULL BOX 'F2' FIELD WELD, NEW 8" Ø AIR VENT PIPETO EXST VENT PIPE. SET POSITION OFWELD ABOVE WATER SURFACEELEVATION AT TIME OF INSTALLATION.SEE DWG M-9 EXST 30" RCP OUTLET PIPE EXST PIPE SUPPORT BENT (TYP OF 3) EXST OUTLET BOX W/GRATING,FOR MODIFICATIONS SEE VALVE 3 - INSTALL 24" ECC PLUG VALVE W/PNEUMATIC ACTUATOR. FOR 34" SS TUBING ROUTING SEE DWGS M-13 & M-15. PROTECT EXIST 8"Ø AIRVENT PIPE AND ASSEMBLY PROTECT EXST PULL BOX 'F',SEE M-1 EXST 24"Ø OUTLET PIPE 8"Ø SS TYPE 316 SCH 10 VENT PIPING VALVE 2 - INSTALL 18" PLUG VALVE W/PNEUMATIC ACTUATOR. SEE DWG M-13 & M-14. RETRIEVE BARREL SCREEN FROM CITY STORAGE AND INSTALL. (REPLACES EXST VALVE 3) PROTECT EXST 4" CONDUIT LEVEL SENSOR PROTECT EXST TERMINAL/PULL BOX 'F1' PROTECT EXST TERMINAL/PULLBOX 'G' EXST TERMINAL/PULL BOX 'H' FABRICATE SCH 10, TYPE 316 SS PIPE W/ CLASS D 24" TYPE 316 SS FLG. INSTALL UNDER SUBMERGED CONDITIONS. SEE DWGS M-9 & M-10 VALVE 1 - INSTALL 18" ECC PLUG VALVEW/ PNEUMATIC ACTUATOR TO REPLACE18" BFV AND REINSTALL TEE BARRELSCREENS. SEE DWG M-9. FOR CONTROLTUBING ROUTING SEE DWG M-11 & M-12.(REPLACES EXST VALVE 2)BM-10AM-11AM-9AM-13REMOVE OUTLET PIPING HEADER, REUSE EXST 24"x18" TEE SECTION. PROVIDE FULLPENETRATION WELD EACH END UNDER SHOP CONTROLLED CONDITIONS. REINSTALLCOMPLETE HEADER UNDER SUBMERGED CONDITION. SEE DWG M-10 EXST INTAKE # 1 - INSTALL 18", SCH 10, TYPE 316 SS SPOOL PIECE W/ 18" CLASS D FLANGES, TYPE 316 SS BOTH ENDS. VERIFY NEW SPOOL LENGTH PROVIDES ENTRANCE CONE WEIR ELEVATION TO MATCH EXISTING M-161 NOTES: 1.CONTRACTOR TO REMOVE 24" OUTLET PIPE BETWEEN THE CONNECTION TO THE 8" Ø AIR VENT PIPE AND THE 24" FLANGE AT OUTLET TOWER TO MODIFY UNDER SHOP CONDITIONS. 2.VALVE 1, 2 & 3 TO BE INSTALLED WITH 4 - 5 LB MAG ANODES. 3.INSTALL ISOLATION FLANGE KITS BOTH SIDES OF VALVES 1, 2 & 3. 4.LEVEL TRANSMITTER SHALL BE WATERPILOT MODEL FMX21 WITH ORDER NUMBER: FMX21-AA221KGE25HPS INCLUDING 120' (CONTRACTOR TO FIELD VERIFY LENGTH) OF SHORTABLE SUBMERSIBLE CABLE, AND A TERMINABLE BOX. NO SUBSTITUTIONS. MD-1 1 MD-1 2 REPLACE LEVEL SENSOR AND SUBMERSIBLE CORD (SEE NOTE 4) LEVEL SENSOR TERMINATION ENCLOSURE DocuSign Envelope ID: 925BAFE0-2CDD-48DA-9084-813350421E8F 10/20/2020 LAKE CALAVERA OUTLET IMPROVEMENTS IMPROVEMENT PLAN FOR: 31 5054 E N G I N E E R I N G C O R P O R A T I O N "RECORD DRAWING" 518-8 16 M-9 TSRKAE OUTLET PIPE MODIFICATION SECTION 1 SCALE: 3/16" = 1'-0" EXST OUTLET TOWER ANDGRATING COVER M-8A EXST TERMINAL/PULLBOX (TYP) EXST 30" RCP OUTLET PIPE PROTECT-IN-PLACE PIPESUPPORT BENT #1 PROTECT EXST 8"Ø AIR VENT PIPE AND ASSEMBLY SECTION 0+00 0+20 0+40 0+60 0+80 1+00 1+20 1+40 160' 170' 180' 190' 200' 210' 220' 230' EXST 4" PVC SCH 80 LEVEL SENSORWIRING INSIDE CONDUIT EXST 36"x36" CONDUIT BANK ENCASING HYDRAULIC, PNEUMATIC AND ELECTRICAL SUPPLY LINES EXST 3'-0" ROCK BLANKET VALVE 3 - INSTALL 24" PLUG VALVE W/PNEUMATIC ACTUATOR TYPE 316 SS HEADER AND 34" TYPE 316 SSTUBING. SEE DWGS M-13 & M-15 NOTES: 1. PERFORMING THE WORK SHOWN ON THIS SHEET REQUIRES TEMPORARY BLOCKAGE OF OUTLET PIPE WITHIN OUTLET BOX. SEE DWG NO. M-16. 2. REPLACE EXISTING ACTUATOR HOSE CONNECTIONS WITH SS TUBING. 3. FOR TUBING ROUTING SEE DWGS M-11, M-12, M-13, M-14 & M-15. 4. VALVE 1, 2 & 3 TO BE INSTALLED WITH 4 - 5 LB MAG ANODES. 5. INSTALL ISOLATION FLANGE KITS BOTH SIDES OF VALVES 1, 2 & 3. FABRICATE 24" SCH 10, TYPE 316 SS PIPE W/ CLASS D FLANGE INSTALL UNDER SUBMERGED CONDITIONS, SEE DWG M-10 PROTECT-IN-PLACE PIPESUPPORT BENT #2 PROTECT-IN-PLACE PIPESUPPORT BENT #3 VALVE 1 - INSTALL 18" ECC PLUG VALVE W/ PNEUMATIC ACTUATOR TYPE 316 SS HEADER, AND 34" TYPE 316 SS TUBING. SEE REMOVE OUTLET PIPING & COORDINATE W/ DWG D-2. REUSE EXST 24"x18" TEE SECTION. PROVIDE FULL PENETRATION WELD. REINSTALL UNDER SUBMERGED CONDITION. SEE DWG M-10 EXST INTAKE #1 - INSTALL 18", SCH 10,TYPE 316 SS SPOOL PIECE W/ 18" CLASS DFLANGES, TYPE 316 SS BOTH ENDS. VERIFYNEW SPOOL LENGTH PROVIDES ANENTRANCE CONE WEIR ELEVATION TOMATCH EXISTING VALVE 2 - INSTALL 18" ECC PLUG VALVE W/ PNEUMATIC ACTUATOR TYPE 316 SS HEADER AND 34" TYPE 316 SS TUBING, SEE DWGS M-13 & M-14. RETRIEVEBARREL SCREEN FROM CITY STORAGE AND INSTALL. REMOVE NUTS AT SUPPORTSAS NECESSARY TO REMOVE24" PIPE SECTION. WORKPOTENTIALLY UNDERSUBMERGED CONDITIONS. M-11A TO OUTLET BOX FIELD WELD BUTT STRAP ON 8" SS VENT PIPE PER DETAIL MD-15 M-12A MD-1 1 MD-1 2 7' DIA EL 203.28' SPILLWAY EL 218.50' EL 161.75' MIN OPERATING POOL EL 189.00' EL 198.00' EL 194.15' MAX OPERATING POOL EL 214.00' PROVIDE PIPESUPPORTS ATEACH BENT FORNEW 8" VENTPIPE EL 207.83' DocuSign Envelope ID: 925BAFE0-2CDD-48DA-9084-813350421E8F 10/20/2020 LAKE CALAVERA OUTLET IMPROVEMENTS IMPROVEMENT PLAN FOR: 31 5054 E N G I N E E R I N G C O R P O R A T I O N "RECORD DRAWING" 518-8 17 M-10 TSRKAE OUTLET PIPE MODIFICATION SECTION 2 SCALE: 1/2" = 1'-0"M-8BSECTION 12'-2" ± (FIELD VERIFY) EXST OUTLET TOWER12"3'-6" SEE NOTE 1SEE NOTE 1 C/L PIPE SUPPORTBENT #3 WELD 8"Ø AIR VENT PIPE CONNECTION, SEE SECTION THIS SHT EXSTNEW PERFORM FULL PENETRATIONWELD UNDER CONTROLLEDFAB SHOP CONDITIONS EXST 24"Ø PIPE EXST [REF]20"±NEWFLANGE 24" SCH 10 TYP 316 SS PIPE REUSE EXSTTEE SECTION A-SCALE: 1/2" = 1'-0"-ASECTION 24" SCH 10 TYP 316 SS PIPE 20"±38" THK PIPE REINFORCMENTAND COMPLY W/ AWWA M-11 8" Ø SCH 10 TYP 316 SS FIELD DETERMINE TO PROVIDE CLEARANCE AT VALVES, PIPING AND SUPPORT BENTS VALVE 3 8" CLASS D TYPE 316 SS FLGS 8" Ø SCH 10 TYPE 316 SS PIPE.SEE M-9 FOR CONTINUATION INSTALL ISOLATION FLANGE KIT BOTH SIDES OF VALVE MD-1 2 ANODE TYPINSTALL PERDETAIL MD-1 1 12" NOTE:1. CONTRACTOR TO INSTALL EXSTTEE AND VALVE 2 TO AVOIDINTERFERENCES W/ VALVE 3. DocuSign Envelope ID: 925BAFE0-2CDD-48DA-9084-813350421E8F 10/20/2020 LAKE CALAVERA OUTLET IMPROVEMENTS IMPROVEMENT PLAN FOR: 31 5054 E N G I N E E R I N G C O R P O R A T I O N "RECORD DRAWING" 518-8 18 M-11 TSRKAE TUBING ROUTING - VALVE 1 SCALE: 1/2" = 1'-0"M-8ASECTION B-SCALE: 1/2" = 1'-0"-BSECTIONAM-12BM-12NEW STRUCTURALCHANNEL, SEE SEE NOTE 1 34" TUBING IN SAME PLANE NOTES: 1.CONNECT NEW 34" TUBING TO THE TWO EXISTING 34" PNEUMATIC LINES ANDTHE TWO CLEANED HYDRAULIC LINES, AND CONTROL WIRING AND CABLE.COORDINATE WITH DWGS D-3, M-2 AND ELECTRICAL. 2.FIELD VERIFY AND COORDINATE CONTROL PANEL OPERATION WITHCORRESPONDING PNEUMATIC TUBING AND CONTROL WIRING PRIOR TOMAKING CONNECTIONS. VERIFY CONTROL PANEL OPEN COMMAND RESULTS INOPENING THE VALVE, AND LIMIT SWITCH RESULTS IN OPEN INDICATIONS.VERIFY OPEN AND CLOSE ACTION, AND INDICATION FOR EACH VALVE. 3.VALVE / PIPING / TUBING ARRANGEMENT SHOWN SCHEMATICALLY. TUBING MAYBE FIELD ADJUSTED HORIZONTALLY OR VERTICALLY OR PLACED IN ADIFFERENT PLANE FROM THAT SHOWN. NOTE: PNEUMATIC LINE DESIGNATION & LOCATION WITHIN THE EXST CONDUIT BANK ARE PROVIDED FOR REFERENCE ONLY. FIELD VERIFY. ADD SPOOL TO EXST INTAKE #1,SEE DWG M-9 MD-14 TUBING SUPPORT SEE DETAIL NEW EXST A1A H1A CABLE AND CONDUIT FOR OPEN & CLOSE LIMIT SWITCHES PROVIDE WATER TIGHT CONNECTION, COORDINATE W/ VALVE MANUFACTURER. A1B H1B S-24 -1 EXIST SUPPORT BENT #1 EXIST SUPPORT BENT #2 EXIST SUPPORT BENT #3 EXIST TERMINAL/PULL BOX 'G' EXIST TERMINAL/PULL BOX 'H' NEW EXST H1B A1B H1A CONTROLCONDUIT A1A ADD AIR VENT PIPING,SEE DWG M-8 & M-9 -1 NTS WATER INTAKE TEE SCREEN EXST 18"Ø PIPE VALVE 118" ECC PLUG VALVE REINSTALL EXST INTAKE TEESCREENRECONNECT AIRBACKWASH PIPING VALVE 1 INSTALL ISOLATION FLANGE KIT BOTH SIDES OF VALVE MD-12 ANODE TYP, INSTALL PER DETAIL MD-1 1 EXST INTAKE #1 DocuSign Envelope ID: 925BAFE0-2CDD-48DA-9084-813350421E8F 10/20/2020 LAKE CALAVERA OUTLET IMPROVEMENTS IMPROVEMENT PLAN FOR: 31 5054 E N G I N E E R I N G C O R P O R A T I O N "RECORD DRAWING" 518-8 19 M-12 TSRKAE CONTROL TUBING AND PIPINGROUTING SECTIONS - VALVE 1 SCALE: 1 1/2" = 1'-0"M-11 AVALVE 1 TUBING SECTION THREAD ONE SIDE OF NIPPLETO MATCH PORT SIDE (TYP OF 4) TYPE 316 SS 34" BALL VALVETHD x SOCKET W/ PLUG (TYP OF 4) PIPE AND FITTING 34" SCH 40SOCKET WELD 34" 316 SS SCH 40 34" 316 SS TUBING SEE M-11 FORCONTINUATION SEAT ENDFROM BARREL SCREENM-141 B-TYPE 316 SS 34" BALL VALVESOCKET x SOCKET (TYP OF 2) NOTES: 1.VALVE / PIPING / TUBING ARRANGEMENT SHOWNSCHEMATICALLY. TUBING MAY BE FIELD ADJUSTEDHORIZONTALLY OR VERTICALLY OR PLACED IN A DIFFERENTPLANE FROM THAT SHOWN. SUBMIT PROPOSED PIPING &TUBING ARRANGEMENT FOR ENGINEER'S APPROVAL PRIORTO FABRICATION (TYP FOR ALL THREE VALVES). 2.VERIFY AT THE CONTROL PANEL THAT PRESSURE ON A1A &H1A IS DESIGNED TO CLOSE THE VALVE.FROM BARREL SCREENSCALE: 1 1/2" = 1'-0"- BVALVE 1 TUBING SECTION NOTE:COORDINATE SUPPLY AND RETURN PNEUMATICTUBING FROM CONTROL ROOM. SEE DWG M-11AND FIELD VERIFY. WATER SURFACE VARIES H1A (A1A BEHIND) H1B (A1B BEHIND) WATER SURFACEVARIES VALVE 1 TO OUTLET BOXMD-16 A1A H1A H1B A1B TYPE 316 SS 34" BALL VALVESOCKET x SOCKET (TYP OF 6) TYPE 316 SS 3 4" BALL VALVESOCKET x THD (TYP OF 4) ANODE TYPINSTALL PERDETAIL MD-1 1 INSTALL ISOLATION FLANGE KIT BOTH SIDES OF VALVE MD-1 2 DocuSign Envelope ID: 925BAFE0-2CDD-48DA-9084-813350421E8F 10/20/2020 LAKE CALAVERA OUTLET IMPROVEMENTS IMPROVEMENT PLAN FOR: 31 5054 E N G I N E E R I N G C O R P O R A T I O N "RECORD DRAWING" 518-8 20 M-13 TSRKAE TUBING ROUTING - VALVE 2 & 3 SCALE: 1/2" = 1'-0"M-8ASECTIONAM-14SCALE: 3/4" = 1'-0"-BSECTIONB-AM-15 SEE NOTE 1 8 SEPARATE SUPPLY ANDRETURN PNEUMATIC TUBINGLINES FROM CONTROL ROOM.COORDINATE W/ THIS DWGSECTION A AND DWG D-3 TOP VIEW VALVE 3 CONDUIT AND WIRE FOR CONTROL VALVE 3 OPEN/CLOSED LIMIT SWITCHES A2AH2A A2B H2B A3A H3A A3B H3B NOTE: FOR ENLARGED DETAIL OFTUBING FOR VALVE 3, SEE M-15A NOTE: PNEUMATIC LINE DESIGNATION &LOCATION WITHIN THE EXST CONDUITBANK ARE PROVIDED FOR REFERENCEONLY. FIELD VERIFY FOR CONTINUATION SEE DWG M-14 & M-15.SEE NOTE 3 THIS SHEET A2A A2B A3A A3B VALVE 2 CONTROL CONDUIT AND WIRE VALVE 3 CONTROL CONDUIT AND WIRE H2A H2B H3A H3B NOTES: 1.CONNECT NEW 34" TUBING TO THE TWO EXISTING 3 4" PNEUMATIC LINES ANDTHE TWO CLEANED HYDRAULIC LINES, AND CONTROL WIRING AND CABLE.COORDINATE WITH DWGS D-3 AND M-2. 2.FIELD VERIFY AND COORDINATE CONTROL PANEL OPERATION WITHCORRESPONDING PNEUMATIC TUBING AND CONTROL WIRING PRIOR TOMAKING CONNECTIONS. VERIFY CONTROL PANEL OPEN COMMAND RESULTSIN OPENING THE VALVE, AND LIMIT SWITCH RESULTS IN OPEN INDICATIONS.VERIFY OPEN AND CLOSE ACTION, AND INDICATION FOR EACH VALVE. 3.VALVE / PIPING / TUBING ARRANGEMENT SHOWN SCHEMATICALLY. TUBINGMAY BE FIELD ADJUSTED HORIZONTALLY OR VERTICALLY OR PLACED IN ADIFFERENT PLANE FROM THAT SHOWN. 4.SUPPORTS FOR THE 34" TUBING AND CONDUIT ARE NOT SHOWN.CONTRACTOR TO PROVIDE AS NECESSARY. EXIST SUPPORT BENT #3 EXIST TERMINAL/PULL BOX 'H' EXIST OUTLET TOWER SEE NOTE 1 NEW EXIST CONDUIT AND WIRE FOR CONTROLVALVE 2 OPEN/CLOSED LIMIT SWITCHES INSTALL ISOLATION FLANGE KIT BOTH SIDES OF VALVE MD-12 ANODE TYP INSTALL PER DETAIL MD-1 1 DocuSign Envelope ID: 925BAFE0-2CDD-48DA-9084-813350421E8F 10/20/2020 LAKE CALAVERA OUTLET IMPROVEMENTS IMPROVEMENT PLAN FOR: 31 5054 E N G I N E E R I N G C O R P O R A T I O N "RECORD DRAWING" 518-8 21 M-14 TSRKAE CONTROL TUBING AND PIPINGROUTING SECTIONS - VALVE 2 SCALE: 1 1/2" = 1'-0"M-13 AVALVE 2 - SECTION CYLINDER PORT - MATCH THD PORT SIZE W/ MNPT STEEL SCH 40 NIPPLE 3 4" BALL VALVE TYPE 316 SSSOCKET x SOCKET 34" PIPE TYPE 316 SCH 40W/ SOCKET FITTINGS 316 SS SCH 40316 SS TUBING FROM BARREL SCREEN SIDE VIEW TOP VIEW TYPE 316 SS 34" BALL VALVETHD x SOCKET W/ THD PLUG (TYP OF 6) SEAT END 34" UNION TYPE 316 SSSOCKET x SOCKET SEAT END VALVE 2 SCALE: 3" = 1'-0"-1CYLINDER TO PNEUMATIC PIPING CONNECTION -1 316 SS SCH 40 PIPE316 SS TUBING MD-16 34" PIPE TYPE 316 SCH 40W/ SOCKET FITTINGS EXST 18"Ø TYPE 316 SS PIPE EXST 18"Ø TYPE 316 SS PIPE 3 4" BALL VALVE TYPE 316 SSSOCKET x SOCKET (TYP OF 6) TO OUTLET HEADER TOWER & OUTLET BOX H2B A2B H2A A2A MD-16 34" PIPE TYPE 316 SCH 40 3 4" BALL VALVE TYPE 316 SSSOCKET x SOCKET AIR CYLINDER PORT SIZE x 1" STEEL INCREASER TYP -2 TYP TYPE 316 SS 34" BALL VALVESOCKET x THD (TYP OF 4) TYPE 316 SS 3 4" BALL VALVESOCKET x THD (TYP OF 4) NOTES: 1.CONNECT NEW 34" TUBING TO THE TWO EXISTING 34" PNEUMATICLINES AND THE TWO CLEANED HYDRAULIC LINES, AND CONTROLWIRING AND CABLE. COORDINATE WITH DWGS D-3 AND M-2. 2.FIELD VERIFY AND COORDINATE CONTROL PANEL OPERATION WITHCORRESPONDING PNEUMATIC TUBING AND CONTROL WIRING PRIORTO MAKING CONNECTIONS. VERIFY CONTROL PANEL OPEN COMMANDRESULTS IN OPENING THE VALVE, AND LIMIT SWITCH RESULTS INOPEN INDICATIONS. VERIFY OPEN AND CLOSE ACTION, ANDINDICATION FOR EACH VALVE. 3.VALVE / PIPING / TUBING ARRANGEMENT SHOWN SCHEMATICALLY.TUBING MAY BE FIELD ADJUSTED HORIZONTALLY OR VERTICALLY ORPLACED IN A DIFFERENT PLANE FROM THAT SHOWN. 4.SUPPORTS FOR THE 3 4" TUBING AND CONDUIT ARE NOT SHOWN.CONTRACTOR TO PROVIDE AS NECESSARY. NOTE: TYPICAL FOR ALL THREE VALVES. -2 NTS WATER INTAKE DRUM SCREEN EXST 24"Ø PIPE VALVE #2 ECC PLUG VALVE EXST 24"x18" TEE REINSTALL EXST SCREEN RECONNECT AIRBACKWASH PIPING ANODE TYP INSTALL PER DETAIL MD-1 1 INSTALL ISOLATION FLANGE KITBOTH SIDES OF VALVE MD-1 2 1"x 34" NYLON PIPE BUSHINGFARWEST PART# 111 40010 DocuSign Envelope ID: 925BAFE0-2CDD-48DA-9084-813350421E8F 10/20/2020 LAKE CALAVERA OUTLET IMPROVEMENTS IMPROVEMENT PLAN FOR: 31 5054 E N G I N E E R I N G C O R P O R A T I O N "RECORD DRAWING" 518-8 22 M-15 TSRKAE CONTROL TUBING AND PIPINGROUTING SECTIONS - VALVE 3 SCALE: 1 1/2" = 1'-0" VALVE 3 SECTION TYPE 316 SS 34" BALL VALVETHD x SOCKET W/ THD PLUG 316 SS SCH 40316 SS TUBING M-11 A 3 4" 316 SS SCH 40 PIPE34" 316 SS TUBING SEAT END TO TOWER & OUTLET BOX TO TOWER TYPE 316 SS 34" BALL VALVESOCKET x SOCKET (TYP OF 2) TYPE 316 SS 34" BALL VALVE THDx SOCKET W/ PLUG (TYP OF 4) THREAD ONE SIDE OF NIPPLE TO MATCH PORT SIZE (TYP OF 4) PIPE AND FITTING 34" TYPE 316SCH 40 W/ SOCKET WELD FITTINGS TYPE 316 SS 3 4" BALL VALVESOCKET x SOCKET (TYP OF 4) TOP VIEW 24"Ø SCH 10 TYPE 316 SS PIPE 24"Ø SCH 10 TYPE 316 SS PIPE SIDE VIEW SEE NOTE 1 SEAT END M-141 MD-16 3 4" TYPE 316 SCH 40 PIPE W/SOCKET FITTINGSA3B H3B A3A H3B TYPE 316 SS 34" BALL VALVESOCKET x THD (TYP OF 4) NOTES: 1.CONNECT NEW 34" TUBING TO THE TWO EXISTING 34" PNEUMATIC LINES ANDTHE TWO CLEANED HYDRAULIC LINES, AND CONTROL WIRING AND CABLE.COORDINATE WITH DWGS D-3 AND M-2. 2.FIELD VERIFY AND COORDINATE CONTROL PANEL OPERATION WITHCORRESPONDING PNEUMATIC TUBING AND CONTROL WIRING PRIOR TOMAKING CONNECTIONS. VERIFY CONTROL PANEL OPEN COMMAND RESULTSIN OPENING THE VALVE, AND LIMIT SWITCH RESULTS IN OPEN INDICATIONS.VERIFY OPEN AND CLOSE ACTION, AND INDICATION FOR EACH VALVE. 3.VALVE / PIPING / TUBING ARRANGEMENT SHOWN SCHEMATICALLY. TUBINGMAY BE FIELD ADJUSTED HORIZONTALLY OR VERTICALLY OR PLACED IN ADIFFERENT PLANE FROM THAT SHOWN. 4.SUPPORTS FOR THE 3 4" TUBING AND CONDUIT ARE NOT SHOWN.CONTRACTOR TO PROVIDE AS NECESSARY. SEE SIDE VIEW ANODE TYPINSTALL PERDETAIL MD-1 1 INSTALL ISOLATION FLANGE KITS BOTH SIDES OF VALVE MD-1 2 DocuSign Envelope ID: 925BAFE0-2CDD-48DA-9084-813350421E8F 10/20/2020 LAKE CALAVERA OUTLET IMPROVEMENTS IMPROVEMENT PLAN FOR: 31 5054 E N G I N E E R I N G C O R P O R A T I O N "RECORD DRAWING" 518-8 23 M-16 TSRKAE EXISTING OUTLET BOX MODIFICATIONS M-81 SCALE: 3/4" = 1'-0" EXISTING OUTLET BOX A - 20" BFV EXST OUTLET BOX FLOW LINK SEAL (TYP) 45° FLARE, 14" CLEARANCE BTWN FLARE EDGE AND ID OF OUTLET PIPE ALL AROUND 3'-0" 20" SCH 40 TYPE 316 SS PIPE THIMBLE 76" (APPROX) 1'-2" NEW CONCRETE SEE STRUCTURAL DWGS FOR REINFORCEMENT 4" (APPROX) 20" SCH 10 TYPE 316 SS 96" (APPROX) 68" (APPROX) EXST OUTLET BOX -A SCALE: 3/4" = 1'-0" SECTION EXST GRATING D- 6" PVC DRAIN PIPESEE PROFILE -C SCALE: 1/2" = 1'-0" SECTION OUTLET BOX INSIDE WALL OUTLET BOX FLOOR GROUT DRAIN PIPEINTO PLACE -D SCALE: 1" = 1'-0" SECTION 4"x0.020"x5' SCH 40 PVCWELL SCREEN W/THREADED END CAP C- B --B SCALE: 1/2" = 1'-0" SECTION 45° SLOPE 5'-0"4'-0" NO. 3 WELL PACKING SAND EXCAVATED TRENCHW/ NATIVE BACKFILL NOTE: CONTRACTOR TO VERIFYID OF EXIST OUTLET PIPE LINERPRIOR TO FABRICATION OF PIPETHIMBLE AND VALVEREPLACEMENT. -B 4'-0" NATIVE SOIL FILTER FABRIC BAND OPENING IN GRATING TO ALLOW INTERNAL TEE HANDLE WRENCH 38" THK x 5" WIDE TYPE316 THRUST RING.WELDED ALL AROUNDBOTH SIDES 20" BFV TYPE 316 SS OPERATOREXTENSION STEM.TRUMBULL OR EQUAL 3 MD-1 5'-0" 12" FILTER FABRIC NATIVE SOIL 4"x0.020"x5' SCH 40 PVC WELL SCREEN W/ THREADED END CAP EXCAVATED TRENCHW/ NATIVE BACKFILL NO. 3 WELLPACKING SAND 4"x0.020"x5' SCH 40 PVC WELLSCREEN W/ THREADED END CAP INLINE CHECK VALVE, TIDEFLEX CHECKMATE OR EQUAL DocuSign Envelope ID: 925BAFE0-2CDD-48DA-9084-813350421E8F 10/20/2020 LAKE CALAVERA OUTLET IMPROVEMENTS IMPROVEMENT PLAN FOR: 31 5054 E N G I N E E R I N G C O R P O R A T I O N "RECORD DRAWING" 518-8 24 MD-1 TSRKAE MECHANICAL DETAILS -1 NTS ANODE MOUNTING -2 NTS ISOLATION FLANGE KIT -3 NTS OUTLET BOX "WATER" COVER -4 NTS TUBING SUPPORT BRACKETA-TUBING SUPPORT CHANNEL -A NTS TUBING SUPPORT BRACKET SECTION 3 4" PNEUMATICSS TUBING (TYP)3" OC TYP8"12" Ø 316 SS BOLTS 316 SS UNISTRUT OR EQUAL, SPACE AT 3'-0" OC MAX UNLESS OTHERWISE SHOWN ON DWGS CUSHIONED PIPE CLAMPUNISTRUT OR EQUAL LENGTH TO SUITCONTROL CONDUIT -5 NTS VENT PIPE BUTT STRAP CONNECTION -6 NTS 3/4" SCH 40 SS PIPE, VALVE AND TUBING FITTING 8" Ø SCH 10, TYPE 316 SS VENT PIPE 4"4" 12" 1/4 TUBING FITTING W/ MNPT END SOCKET WELD 34" TYPE 316 SSBALL VALVE FNPT END 3 4" TYPE 316 SS TUBING TYP 3 4" THK PL COVER"WATER" ON TOP W/ 18" CLEARANCEALL AROUND 8"9"34" HOLE THRU 14" FLANGE 14" x 14" WELDEDSTL PL 12" THK PL 6" SCH 40 PIPE -7 NTS PRESSURE INDICATOR / TRANSMITTER 3 12" DIA PRESSUREGAUGE, LIQUID FILLED, 14" NPTCONNECTION,SPEC 17329 PRESSURE INDICATINGTRANSMITTER ANDSENSOR, SPEC 17329 12" 316 SS DIRECTMOUNT BLOCK ANDBLEED MANIFOLD 12" 316 SS BALLVALVE 400 GAL / 90 GAL RECEIVER CONNECTOR PERLOCATION UNIVERSAL MOUNTING BRACKET 12" NPT 316 SSADAPTER A (TO BE FIELD VERIFIED) B (TO BE FIELD VERIFIED)3 12"1"HOLE Ø TO MATCH FLANGE HOLE Ø 316" x 2" MILDSTEEL BAR COATING PER SECTION 09900 NOTES: ANODE - FARWEST CORROSION CONTROL COMPANY. PROMAGSPECIALTY MAGNESIUM ML-5 LAUNCH ANODE 5LBS. MOUNT 4 PERVALVE. ADJUST TO HANG VERTICALLY. VERIFY ELECTRICALCONTINUITY BETWEEN EACH ANODE AND CORRESPONDING CIVALVE. DO NOT PAINT ANODES. NO BEND HERE IF USED ON A HORIZONTALLY MOUNTED VALVE. 58" Ø HOLE FORMOUNTING ANODE, UTILIZE 12" Ø BOLTS,WASHER BOTH SIDES W/ DOUBLE NUTS STEEL THREADED STUD INSULATING SLEEVE (FULL WIDTH) INSULATING WASHER(BOTH ENDS OF STUD) STEEL WAHSER & NUT(BOTH ENDS) INSULATINGGASKET NOTES: 1.USE HALF WIDTH SLEEVES AT THREADED FLANGE BOLTS (I.E. AT BFV BONNET). 2.INSULATING MATERIALS: PHENOLIC GASKE - TYPE "E" NEOPRENE FACED INSULATING SLEEVE - 132 INCH CE PHENOLIC TUBING INSULATING WASHER - LAMINATED CE PHENOLIC 1. 2. SEE NOTE 2 4S-2 TYPE 316 SS COUPLINGFIELD BUTT WELD OPTIONAL SS BUSHING, SIZE AS REQUIRED 2" SQ NUT 14" 14" THK x 14" WIDESTL PL RING AMP10 562 CAM LOCK BOX LOCK OMIT THIS PORTION FOR VALVES MOUNTED HORIZ ADD ADDITIONAL HOLE AS NECESSARY FOR ANY GIVEN LOCATION DocuSign Envelope ID: 925BAFE0-2CDD-48DA-9084-813350421E8F 10/20/2020 REQUIRED VERIFICATION AND INSPECTION OFCONCRETE CONSTRUCTIONVERIFICATION AND INSPECTIONCONTINUOUSINSPECTIONPERIODICINSPECTIONKelseyStructural8320 Lake Ashwood Ave.San Diego, CA 92119619.920.1262DocuSign Envelope ID: 925BAFE0-2CDD-48DA-9084-813350421E8F10/20/2020 KelseyStructural8320 Lake Ashwood Ave.San Diego, CA 92119619.920.1262DocuSign Envelope ID: 925BAFE0-2CDD-48DA-9084-813350421E8F10/20/2020 LAKE CALAVERA OUTLET IMPROVEMENTS IMPROVEMENT PLAN FOR: 31 5054 "RECORD DRAWING" 518-8 27 E-1 CAD JMJM STANDARD ELECTRICAL SYMBOLSAND ABBREVIATIONS DocuSign Envelope ID: 925BAFE0-2CDD-48DA-9084-813350421E8F 10/20/2020 LAKE CALAVERA OUTLET IMPROVEMENTS IMPROVEMENT PLAN FOR: 31 5054 "RECORD DRAWING" 518-8 28 E-2 CAD JMJM ELECTRICALSITE PLAN LAKE CALAVERA DocuSign Envelope ID: 925BAFE0-2CDD-48DA-9084-813350421E8F 10/20/2020 LAKE CALAVERA OUTLET IMPROVEMENTS IMPROVEMENT PLAN FOR: 31 5054 "RECORD DRAWING" 518-8 29 E-3 CAD JMJM CONTROL BUILDINGELECTRICAL PLAN SCALE: 1/2" = 1'-0" EXISTING CONTROL BUILDING FLOOR PLAN PARTIAL SINGLE LINE DIAGRAM DocuSign Envelope ID: 925BAFE0-2CDD-48DA-9084-813350421E8F 10/20/2020 LAKE CALAVERA OUTLET IMPROVEMENTS IMPROVEMENT PLAN FOR: 31 5054 "RECORD DRAWING" 518-8 30 E-4 CAD JMJM CONTROLS DocuSign Envelope ID: 925BAFE0-2CDD-48DA-9084-813350421E8F 10/20/2020 LAKE CALAVERA OUTLET IMPROVEMENTS IMPROVEMENT PLAN FOR: 31 5054 "RECORD DRAWING" 518-8 31 E-5 CAD JMJM PHOTOS NTS HYDRO PNEUMATIC CONTROL NTS LCP INTERNAL ELEVATION NTS LCP EXTERNAL ELEVATION NTS RTU ELEVATION DocuSign Envelope ID: 925BAFE0-2CDD-48DA-9084-813350421E8F 10/20/2020