HomeMy WebLinkAboutGEMS Environmental Management Services Inc; 2024-09-25; PWS24-2282FAC
00 01 01 TITLE PAGE Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
CITY OF CARLSBAD
CONTRACT DOCUMENTS
FOR:
Carlsbad Fleet Fuel Island Upgrade
Project No. 4747
PWS24-2282FAC
1635 Faraday Ave, Carlsbad, CA 92008
Email: PWContractAdmin@carlsbadca.gov
If Principal is an individual, it is agreed that the death of any such Principal shall not exonerate
the Surety from its obligations under this bond.
Executed by PRINCIPAL this t)_ \ .... ~ day of Executed by SURETY this _2_6_th ___ day
PtU..f)\l.6:t , 20~. of August 20 24.
t"c.t:. (\,o\~
PRINCIPAL: kifl't} fµvfft,gJ/J/f(/7/h'A;~
/fl{lf N 1(itittM~ A/rf;y,C&4f -P~ ~:•m-;;z;~
(sigr?twe} /;}_
J(tvt,{Ad(! ~, UJ/iMt/&#o
(pri~me here) pii2_ r @/J,I() r
(title and organization of signatory)
SURETY:
Developers Surety and Indemnity Company
(name of Surety)
59 Maiden Lane, 43rd Floor, New York, NY 10038
(address of Surety)
212-220-7120
(teleph9ne nu~ber of Surety) ~
By: ~'
(signature of Attorney-in-Fact)
Lisa M. Lucas, Attorney-in-fact
(printed name of Attorney-in-Fact)
(attach corporate resolution showing current
power of attorney)
(Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. If
only 1 officer signs, the corporation must attach a resolution certified by the secretary or
assistant secretary under corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
END OF SECTION
00 6120 FAITHFUL PERFORMANCE AND WARRANTY BOND
Document Version: 1.0
Page 55 of 259
Date Printed: August 20, 2024
Current Update: May 2023
00 61 30 OPTIONAL ESCROW AGREEMENT Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 56 of 259
00 61 30 OPTIONAL ESCROW AGREEMENT
NAME OF PROJECT: Carlsbad Fleet Fuel Island Upgrade
NAME OF BIDDER:
This Escrow Agreement is made and entered into by and between the City of Carlsbad, Carlsbad,
California, 92008 ("Agency"), whose address is
("Contractor") and
whose address is
("Escrow Agent").
Agency, Contractor and Escrow Agent agree as follows:
1.Pursuant Public Contract Code Section 22300, Contractor has the option to deposit securities
with Escrow Agent as a substitute for retention earnings required to be withheld by Agency
pursuant to the construction contract entered into between Agency and Contractor for the
Carlsbad Fleet Fuel Island Upgrade in the amount of ___________ dated __________
("Contract"). Alternatively, on written request of Contractor, Agency shall make payments of
the retention earnings directly to Escrow Agent. When the Contractor deposits the securities
as a substitute for Contract earnings, Escrow Agent shall notify Agency within 10 Calendar
Days of the deposit. The market value of the securities at the time of the substitution shall be
at least equal to the cash amount then required to be withheld as retention under the terms
of the Contract. Securities shall be held in Agency’s name and shall designate Contractor as
the beneficial owner.
2.Agency shall make progress payments to Contractor for those funds which otherwise would
be withheld from progress payments pursuant to the Contract provisions, provided that
Escrow Agent holds securities in the form and amount specified above.
3.When Agency makes payment of retentions earned directly to Escrow Agent, Escrow Agent
shall hold them for the benefit of Contractor until the time that the escrow created under
this Escrow Agreement is terminated. The Contractor may direct the investment of the
payments into securities. All terms and conditions of this Escrow Agreement and the rights
and responsibilities of the parties shall be equally applicable and binding when Agency pays
Escrow Agent directly.
4.Contractor shall be responsible for paying all fees for the expenses incurred by Escrow Agent
in administering the Escrow Account and all expenses of Agency. These expenses and
payment terms shall be determined by Agency, 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 Agency.
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
Agency to Escrow Agent that Agency consents to the withdrawal of the amount sought to be
withdrawn by Contractor.
N/A
00 61 30 OPTIONAL ESCROW AGREEMENT Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 57 of 259
7. Agency shall have a right to draw upon the securities in the event of default by the Contractor.
Upon 7 Calendar Days' written notice to Escrow Agent from Agency of a default, Escrow Agent
shall immediately convert the securities to cash and shall distribute the cash as instructed by
Agency.
8. Upon receipt of written notification from the Agency certifying that the Work required by the
Contract is final and complete and that Contractor has complied with all requirements and
procedures applicable to the Contract, Escrow Agent shall release to Contractor all securities
and interest on deposit less escrow fees and charges of Escrow Account. The escrow shall be
closed immediately upon disbursement of all moneys and securities on deposit and payments
of fees and charges.
9. Escrow Agent shall rely on the written notifications from Agency and Contractor pursuant to
Sections (5) to (8), inclusive, of this Escrow Agreement and Agency and Contractor shall hold
Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the
securities and interest as set forth above.
10. The names of the persons who are authorized to give written notices or to receive written
notice on behalf of Agency and on behalf of Contractor in connection with the foregoing, and
exemplars of their respective signatures are as follows:
For Agency
(Finance
Director)
Title _________________________________________________________
Name
_____________________________________________________________
Signature
_____________________________________________________________
Address
_____________________________________________________________
For Contractor
Title
_____________________________________________________________
Name
_____________________________________________________________
Signature
_____________________________________________________________
N/A
00 61 30 OPTIONAL ESCROW AGREEMENT Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 58 of 259
Address
_____________________________________________________________
For Escrow
Agent
Title
_____________________________________________________________
Name
_____________________________________________________________
Signature
_____________________________________________________________
Address
_____________________________________________________________
At the time the Escrow Account is opened, Agency and Contractor shall deliver to the Escrow
Agent a fully executed counterpart of this Escrow Agreement.
IN WITNESS WHEREOF, the parties have executed this Escrow Agreement by their proper officers
on the date first set forth above.
For Agency Title
______________________________________________________________
Name
______________________________________________________________
Signature
______________________________________________________________
Address
______________________________________________________________
N/A
00 61 30 OPTIONAL ESCROW AGREEMENT Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 59 of 259
For Contractor
Title
______________________________________________________________
Name
______________________________________________________________
Signature
______________________________________________________________
Address
______________________________________________________________
For Escrow
Agent
Title
______________________________________________________________
Name
______________________________________________________________
Signature
______________________________________________________________
Address
______________________________________________________________
APPROVED AS TO FORM:
CINDIE K. McMAHON, City Attorney
BY: _____________________________
Assistant City Attorney
END OF SECTION
N/A
X
January 1, 2024
GEMS ENVIRONMENTAL MANAGEMENT SVCS,
INC.
2/28/2025
7635
http://www.arb.ca.gov/doors/compliance_cert1.html
California Air Resources Board: Off-Road Diesel-Fueled Fleets Regulation https://ssl.arb.ca.gov/ssldoors/doors_reporting/perm/php/certificate.php
1 of 2 4/30/2024, 12:11 PM
Bid No. PWS24-2282FAC
Addendum No. 1
CITY OF CARLSBAD
Fleet Fuel Island Upgrade Project
CONTRACT NO. 4747
PWS24-2282FAC
Addendum No. 1
From:
No. of Pages:
Date:
Bid Due
Janean Hawney, Contract Administrator
Phone: 442-339-2795
janean.hawney@carlsbadca.gov
1635 Faraday Ave
Carlsbad, CA 92008
5 (including this page)
July 27, 2024
August 14, 2024 - 11:00 a.m. (no change)
Notice: This Addendum forms a part of the Contract Documents for the above identified project and
modifies portions of the original Contract Documents. Documents not specifically mentioned in this
Addendum remain in full force.
Contractor must acknowledge receipt of this Addendum with RFP response by submitting signed cover
page of issued Addendum. Failure to do so may subject bidder to disqualification.
I.Edits and Clarifications to Bid Documents:
1.On Sheet 2, disregard “MN/DOT” reference noted in Paving and Striping Note 1 and Grading and
Drainage Note 11. Contractor shall reference CA/DOT specifications and standards for this project.
2.On Sheet 2 for Grading and Drainage Note 17, the referenced Geotech Report states:
8.2. Rigid Pavements
We anticipate that the existing rigid Portland Cement Concrete (PCC) pavements overlying the
existing USTs are going to be demolished and replaced as part of the project. The replacement
PCC pavements should be constructed such that the concrete thickness, reinforcement, and
aggregate base material underlayment match the existing PCC pavement sections or consist of
8 inches of 600 pounds per square inch (psi) flexural strength Portland cement concrete
reinforced with No. 4 bars, 18-inches on center each way, placed over 4 inches of aggregate
base materials, whichever is thicker. We recommend that the upper 12 inches of the subgrade
Bid No. PWS24-2282FAC
Addendum No. 1
soils along with the aggregate base materials be compacted to a relative compaction of 95
percent relative compaction as evaluated by the current version of ASTM D 1557.
3. On Sheet 2, regarding Sewer Note 2 – Contractor shall submit a permit application and obtain
approval to connect to the existing sewer.
4. On Sheet 7, regarding construction Note 8. As noted in the Manufacturer’s Technical Specification
Guide, the NDS Dura Slope Trench Drain shall be ADA compliant, minimum 6” width, cast iron grate
(Part No. DS-231), Load Class D, grate color black. Refer to Fuel Island TDS NDS 6 inch grate Class
D SLOTTED ADA HP LOAD D-231 & 232 061424 and Fuel Island Detail Sheet NDS 6 inch DURA SLOPE
Design Worx 062024 documents attached to and made a part of this Addendum No. 1.
5. On Sheet 7, regarding Construction Note 12. Construction of 4” PVC to 8” VCP connection shall be
per current City of Carlsbad Engineering Standard Drawings and Specifications; specifically, refer
to Standard Dwg. No. S-7 attached to and made a part of this Addendum No. 1. Inspection by city
prior to backfill will be required.
6. On Sheet 7, regarding sawcut line. Contractor shall construct a minimum 1’ sawcut at edge of all
new pavement, patch back for over-excavation to install forms.
DS-093 FLOWDS-097 FLOWDS-097N FLOW DS-094 FLOWDS-095 FLOWDS-096 FLOW DS-094N FLOWDS-100N FLOW DS-098 FLOWDS-102 FLOW DS-099 FLOWDS-100 FLOWDS-101 FLOW
DS
-
1
0
7
FL
O
W
DS
-
1
0
9
N
FL
O
W
DS
-
1
0
8
FL
O
W
DS
-
1
0
6
FL
O
W
DS
-
1
0
5
DS
-
1
0
6
N
FL
O
W
DS
-
1
0
9
FL
O
W
DS-090NDS-092 FLOW DS-091 FLOWDS-091N FLOW
DS-340
1'
-
0
"
25
'
-
6
"
2'-0"
67'-0"
DS
-
0
9
3
FL
O
W
DS
-
0
9
4
FL
O
W
DS
-
0
9
5
FL
O
W
DS
-
0
9
6
FL
O
W
DS-102 FLOW
DS-099
DS-100 FLOWDS-101 FLOWDS-107 FLOWDS-108 FLOW DS-106 FLOW DS-105 FLOWDS-109 FLOWDS-112 FLOW DS-111 FLOW DS-110 FLOWDS-114 FLOW
DS
-
0
9
0
N
DS
-
0
9
2
FL
O
W
DS
-
0
9
1
FL
O
W
DS-113 FLOW DS-104 FLOW DS-103 FLOW DS-100N FLOW
1'-0"
67'-0"
2'-0"
1'
-
0
"
25
'
-
6
"
DS-227 END OUTLET
outl
e
tend
DS-227 END OUTLET
outletend
DS-227 END OUTLET
outletend
DS-224 END CAP
DS-224 END CAP
DS-224 END CAP
DS-224 END CAP
DS-224 END CAP
DS-340 C.B. W/ # 1243
UNIVERSAL LOCKING OUTLET
4" Ø PIPE - INV 19"
3"Ø PIPE - INV 18.5"
DURASLOPE CHANNEL PROFILEDURASLOPE CHANNEL ISOMETRIC VIEWDURASLOPE CHANNEL PLAN VIEW
DURASLOPE 90-DEG. FLOW JOINT
FOR PRODUCT ASSISTANCE, CONTACT NDS TECHNICAL SERVICE AT techservice@ndspro.com, DESIGN ASSISTANCE- designworx@ndspro.com 851 N. HARVARD AVE. LINDSAY, CA 93247 WWW.NDSPRO.COM 1-800-726-1994 N.T.S.
DS
-
0
9
6
FL
O
W
DS-093 FLOWoutle
tend
outletend
DS-224 END CAPDS-227 END OUTLET
DS-227 END OUTLET
DS-224 END CAP
RECEIVING CHANNEL
ADJACENT CHANNEL
NOTE:
THE MINIMUM DEPTH FOR THE ADJACENT CHANNELMUST BE A OF A DS-093. THE RECEIVING CHANNEL
MUST HAVE A MINIMUM DEPTH OF DS-096
ALL END OUTLET CHANNELS MUST HAVE A 3CHANNEL DIFFERENCE.
MATCH UP THESE EDGES
TO ALIGN END AND SIDE OF GRATES
DS-227 END OUTLET
CUT HOLE THROUGHSIDE OF CHANNEL
DS-123 SCREWS
DS-224 END CAP
TRIM EDGE OF DS-224 & CHANNELTO ALLOW CLEARANCE FOR ADJACENT CHANNELWITH DS-227
DS-123 SCREWS
APPLY CALK TO OUTSIDE OF JOINTTO PREVENT CONCRETE FROM PENETRATING INTO
CHANNEL DURING POUR.
RECEIVING CHANNEL
ADJACENT CHANNEL 4" MIN.
2" MIN.
SECTION AT DURA SLOPE CHANNEL
PART # DS-123 SCREWS TO SECURE PROVIDE
DURA SLOPE DS-227 END OUTLET TO CHANNEL
OPTIONALCONSTRUCTION JOINT
DRILL 4 5/8" DIA. HOLE AT SIDE OF CHANNELTO ALLOW FOR DS-227 CONNECTION.
EXISTING SOILS
ADJACENT DURA SLOPE CHANNEL
PART # DS-227 END OUTLET
APPLY WATERPROOF SILICON OR
ALL-PURPOSE CONSTRUCTION ADHESIVE
BETWEEN PART # DS-227 AND CHANNEL
RECEIVING CHANNEL
SEE INSTALLATION DETAILS FORMINIMUM CONCRETE DIMENSIONS
NOTE:THE MINIMUM DEPTH FOR THEADJACENT CHANNEL MUST BE A OF A
DS-093. THE RECEIVING CHANNELMUST HAVE A MINIMUM DEPTH OFDS-096
ALL END OUTLET CHANNELS MUSTHAVE A 3 CHANNEL DIFFERENCE.
4" PIPE
DS-340 4" PLUMBING CONNECTION
N.T.S.
DURASLOPE CHANNEL
DS-340 C.B.DS-224 END BLOCK OFF.INTERLOCKING JOINT
NDS PART # 1243 4"
UNIVERSAL LOCKING OUTLET
FITTINGS & PIPE MAY VARY.
CONCRETE ENCASEMENT
MAY VARY PER LOAD CLASS.
EXISTING SOILS.
DS-093 FLOWDS-097 FLOWDS-097N FLOW DS-094 FLOWDS-095 FLOWDS-096 FLOW DS-094N FLOWDS-100N FLOW DS-098 FLOWDS-102 FLOW DS-099 FLOWDS-100 FLOWDS-101 FLOW
DS-
1
0
7
FLO
W
DS-
1
0
9
N
FLO
W
DS-1
0
8
FLOW
DS-1
0
6
FLOWDS-1
0
5
DS-1
0
6
N
FLOW
DS-
1
0
9
FLOW
DS-090NDS-092 FLOW DS-091 FLOWDS-091N FLOW
DS-340
DS-
0
9
3
FLO
W
DS-0
9
4
FLOW
DS-0
9
5
FLOW
DS-
0
9
6
FLO
W
DS-102 FLOW DS-099DS-100 FLOWDS-101 FLOWDS-107 FLOWDS-108 FLOW DS-106 FLOW DS-105 FLOWDS-109 FLOWDS-112 FLOW DS-111 FLOW DS-110 FLOWDS-114 FLOW
DS-0
9
0
N
DS-
0
9
2
FLOW
DS-0
9
1
FLOW
DS-113 FLOW DS-104 FLOW DS-103 FLOW DS-100N FLOW
outletend
outletend outletend
ND
S
D
E
S
I
G
N
W
O
R
X
DE
S
I
G
N
W
O
R
X
@
N
D
S
P
R
O
.
C
O
M
DA
T
E
DR
A
W
N
B
Y
:
SH
E
E
T
S
I
Z
E
:
D
DR
A
W
I
N
G
S
C
A
L
E
:
N
T
S
SH
E
E
T
1
O
F
1
6-
1
7
-
2
0
2
4
AB
I
G
A
I
L
C
.
DS-091
DS-092
DS-093
DS-094
DS-095
DS-096
DS-097
DS-098
DS-099
DS-100
DS-100N
DS-102
DS-103
DS-107
DS-108
DS-109
DS-224
DS-104
DS-106
DS-110
DS-111
DS-112
DS-113
DS-114
1243
DS-123
MATERIALS LIST
PART NO.QTY.REC.
DS-101
DS-105
GRATES & SCREWS:
DS-232
FU
E
L
I
S
L
A
N
D
CI
T
Y
O
F
C
A
R
L
S
B
A
D
DS-090N
DS-091N
DS-094N
DS-097N
DS-109N
DS-106N
DS-227
DS-340 1
KEY SITE PLAN
66 BAG(S)
NOTES:
THE HATCH PATTERN INDICATES
CHANNELS THAT NEED TO BE CUT.
VERIFY DIMENSIONS BEFORE CUTTING.
6" DURA SLOPE TRENCH DRAIN PLAN AND PROFILE
CHANNEL TOTAL : 48
5
1
3
2
1
1
1
1
1
1
1
1
1
1
1
1
2
2
1
1
RE
V
.
#
93
DW
G
.
#
:
T
O
-
0
0
4
2
2
9
DS-200H 93
2
2
2
2
2
2
2
2
2
2
2
2
2
2
6.07"
6"
24"
4.
7
"
0.31"
6"
0.75"
PROJECT NAME:
DURA SLOPE™ GRATE
FILE # TS_DS_GRATE_CI-DI SLOTTED_ADA_LOAD D
SPECIFICATION:
MATERIAL: CAST IRON/DUCTILE IRON — 6” WIDE x 24” LONG x 0.75” HIGH
LOAD CLASS C –LOADS OF 176 - 325 PSI, RECOMMENDED FOR HEAVY DUTY PNEUMATIC TIRE FORKLIFTS AND TRACTOR-TRAILERS AT
SPEEDS LESS THAN 20 M.P.H., H-20 RATED
*LOAD CLASS D (REQUIRES DS-200H DUCTILE IRON FRAME) - LOADS OF 326-575 PSI. RECOMMENDED FOR HEAVY-DUTY HARD TIRE
FORKLIFTS AT SPEEDS LESS THAN 20 M.P.H, H-20 RATED
REQUIRES (2) FH #1/4-20 x 1-1/2” SCREWS #629 (SUPPLIED WITH CHANNEL)
FITS ALL DURA SLOPE CHANNEL SECTIONS AND IN-LINE CATCH BASIN (DS-340)
TWO GRATES PER CHANNEL SECTION.
Rev: 3/2/2022
CAST IRON/DUCTILE IRON SLOTTED GRATE - LOAD CLASS C, D*
FOR PRODUCT ASSISTANCE, CONTACT NDS TECHNICAL SERVICE AT techservice@ndspro.com, DESIGN ASSISTANCE- designworx@ndspro.com
851 N. HARVARD AVE. LINDSAY, CA 93247 WWW.NDSPRO.COM 1-800-726-1994
PART NUMBER
(MATERIAL) SIZE SLOT WIDTH LOAD
CLASS
OPEN AREA
FLOW RATE W/ 1/2” HEAD
WEIGHT
(MATERIAL)
ADA HEEL
PROOF
DS-231(CAST IRON)
DS-232 (DUCTILE IRON)
6” x 24” x
0.75” .31” x 4.70” C,D*
OPEN AREA—17.23 IN2 / LF
FLOW RATE—53 GPM / LF
15.90LB (CI)
15.20LB (DI)
YES YES
TECHNICAL SPECIFICATION
DURA SLOPE™ CAST IRON/DUCTILE IRON SLOTTED GRATE
PLAN VIEW
SECTION
NOTES:
CITY OF CARLSBAD
SEWER LATERAL
(WITH OPTIONAL WYE)S-7
Bid No. PWS24-2282FAC
Addendum No. 2
CITY OF CARLSBAD
Fleet Fuel Island Upgrade Project
CONTRACT NO. 4747
PWS24-2282FAC
Addendum No. 2
From:
No. of Pages:
Date:
Bid Due
Janean Hawney, Contract Administrator
Phone: 442-339-2795
janean.hawney@carlsbadca.gov
1635 Faraday Ave
Carlsbad, CA 92008
4 (including this page)
July 22, 2024
August 14, 2024 - 11:00 a.m. (no change)
Notice: This Addendum forms a part of the Contract Documents for the above identified project and
modifies portions of the original Contract Documents. Documents not specifically mentioned in this
Addendum remain in full force.
Contractor must acknowledge receipt of this Addendum with RFP response by submitting signed cover
page of issued Addendum. Failure to do so may subject bidder to disqualification.
I.Edits and Clarifications to Bid Documents:
1.The date on Addendum No. 1 has been revised to reflect July June 27, 2024, which was the actual
date of release.
Bid No. PWS24-2282FAC
Addendum No. 2
2. The sign-in sheet from the Mandatory Pre-Bid meeting held on July 17, 2024, at 11 a.m. is
attached to this Addendum No. 2.
II. Questions & Answers:
1. Will the City of Carlsbad accept a California General Engineering License "A" for the construction
of this project and will you require a HAZ Certification by the licensed contractor?
Answer: Replace requirement in the bidding documents for General Contractors to have a valid
‘B’ license, with the requirement the General Contractors have a valid California General
Engineering License "A" for the construction of this project with a HAZ Certification.
2. Can an alternate fuel dispensing design be substituted for the specified fuel dispensing system?
Answer: Contractor to follow the basis of design detailed in the bidding documents.
3. For daily site access during construction, can contractors be issued a pass card?
Answer: For site access at gate, contractors are to push buzzer button at gate and staff will
open gate.
4. Will water service via hose reels be required at the fuel island?
Answer: Water service at fuel island will be required. Former location of water hose reels was
shown during walk through.
5. Regarding the fuel monitoring system, is the existing system to be left in place?
Answer: The existing fuel monitoring system is out of date with regard to fuel leak detection.
The plans and specifications call for this deficiency to be corrected with a pressure monitoring
system rather than a vacuum monitoring system.
6. Can existing conduits at the building exterior be reused for low voltage wiring between fuel island
and fuel monitoring system?
Answer: Contractor to follow the basis of design detailed in the bidding documents.
7. Regarding new conduit to be installed as necessary at electrician room, can this be surface
mounted outside of electrical room?
Answer: Contractor to follow the basis of design detailed in the bidding documents. Should
Contractor’s installation plan deviate from the bid documents, Contractor shall submit plan for
proposed conduit routing to city for review and approval prior to proceeding with work.
8. Regarding the pad elevation at the fuel tanks, should this pad be elevated with concrete slope at
fuel tank covers to minimize rusting of tank covers?
Bid No. PWS24-2282FAC
Addendum No. 2
Answer: Contractor to follow the basis of design detailed in the bidding documents, but the city
would be interested in reviewing a proposal for this additional work to be done as a change
order to the contract with the successful bidder.
Bid No. PWS24-2282FAC
Addendum No. 3
CITY OF CARLSBAD
Fleet Fuel Island Upgrade Project
CONTRACT NO. 4747
PWS24-2282FAC
Addendum No. 3
From: Janean Hawney, Contract Administrator
Phone: 442-339-2795
janean.hawney@carlsbadca.gov
1635 Faraday Ave
Carlsbad, CA 92008
No. of Pages: 2 (including this page)
Date: August 5, 2024
Bid Due August 14, 2024 - 11:00 a.m. (no change)
Notice: This Addendum forms a part of the Contract Documents for the above identified project and
modifies portions of the original Contract Documents. Documents not specifically mentioned in this
Addendum remain in full force.
Contractor must acknowledge receipt of this Addendum with RFP response by submitting signed cover
page of issued Addendum. Failure to do so may subject bidder to disqualification.
I. Edits and Clarifications to Bid Documents: None
II. Questions & Answers:
1. What is the minimum height on the high side of the canopy, and do you want down spout and
drains?
Answer: The solar canopy should be sloped at a 5-degree angle. With the low end per detail
below at 15’ height and a surface length of 24’, the high side of the canopy should be
approximately 19.17’ high. No downspouts needed.
Bid No. PWS24-2282FAC
Addendum No. 3
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 60 of 214
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS
INTRODUCTION
The specifications contained in this 00 73 00 Agency Supplemental General Provisions take
precedence over the specification language contained in the Standard Specifications for Public
Works Construction, “The Greenbook,” latest edition and all errata. This specification addresses
the unique conditions in Carlsbad that are not addressed in The Greenbook. Therefore, if there
is a conflict, these specifications shall control.
The Greenbook may be purchased at Bidder’s/Contractor’s local technical bookstore or directly
from the publisher. These Supplemental General Provisions are available only for download from
the online bidding portal with Contract Documents. The Agency does not provide hard copies.
When used in the Contract Documents, statements, or command phrases (active voice and
imperative mood) refer to and are directed at the “Bidder” or “Contractor” as applicable. The
specifications are written to the “Bidder” before award and the “Contractor” after award. Before
award, interpret sentences written in the imperative mood as starting with “The Bidder shall.”
Interpret the term “you” as “the Bidder” and interpret the term “your” as “the Bidder’s.” After
award, interpret sentences written in the imperative mood starting with “The Contractor shall.”
Interpret the term “you” as “the Contractor” and interpret the term “your” as “the Contractor’s.”
PART 1 GENERAL PROVISIONS
SECTION 1 – GENERAL, TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND
SYMBOLS
GENERAL
ADD the following:
1. The word “provide” shall mean “furnish and install,” unless otherwise stated.
2. In reference to Drawings, where words “shown,” “indicated,” “detailed,” “noted,”
“scheduled,” or words of similar import are used, it shall be understood that reference is
made to the Plans accompanying these provisions, unless stated otherwise.
3. Where the words “equal,” “approved equal,” “equivalent,” and 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.
4. The word “perform” shall be understood to mean that the Contractor, at its expense, shall
“perform all operations and furnish labor, tools and equipment,” and further, “furnish
and install materials that are indicated, specified or required” shall be understood 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.”
5. 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
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 61 of 214
be understood to mean “as required to properly complete the Work as required and as
approved by the Engineer,” unless stated otherwise.
Where the words “approved,” “approval,” “acceptance,” or words of similar import are used, it
shall be understood that the approval, acceptance, or similar import of the Engineer is
intended.
TERMS AND DEFINITIONS
Where applicable ADD/REPLACE the following:
1. Agency - The City of Carlsbad or the Carlsbad Municipal Water District, the owner of the
Project.
2. Agency Approval - Except where stated in this Contract to the contrary, the phrases
“Agency approval,” and “Agency’s written approval” or such similar phrases shall mean
approval by the City Manager for the City of Carlsbad or the Executive Manager for the
Carlsbad Municipal Water District, which approval shall not be unreasonably withheld.
3. Agency Forces – City of Carlsbad or Carlsbad Municipal Water District employees who
perform construction work.
4. Agency Supplement - 00 73 00 Agency Supplemental General Provisions; and 00 74 00
Agency Supplemental Technical Provisions.
5. Allowance (AL) - Payment under Allowance Bid items, denoted as “AL,” shall be based on
the actual expenditures and for pre-authorized items of the Work in accordance with the
Contract Documents. The unused portions of the Allowances shall revert to the Agency
upon acceptance of the Project or Work.
6. Apparent Low Bidder - The Bidder whose Bid having been publicly opened, initially meets
the material requirements of the Bid Documents and whose Bid price is the lowest
received.
7. Applicable Laws - Laws, statutes, ordinances, rules, orders, and regulations of
governmental authorities and courts having jurisdiction over the Project.
8. As-Builts - The CAD drawings prepared from the approved Red-lines for record keeping
purposes.
9. Award of Contract (Award) - The date on which the Board or designee executes the
Contract.
10. Bid - Any proposal submitted to the Agency in competitive bidding for the construction,
alteration, repair, or improvement of any structure, building, road or other improvement
of any kind.
11. 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 for the Carlsbad
Municipal Water District.
12. Business Day - See Working Day.
13. Calendar Day – Every day on the calendar, including weekends and holidays.
14. City - The term “City” or “the City” means, City of Carlsbad. See also Agency.
15. City Council - The legislative body that governs the City of Carlsbad and has the authority
to pass ordinances and appropriate funds.
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 62 of 214
16. City Engineer - The term “City Engineer” is defined as the Transportation Director, or
designee, and is the person authorized to perform the functions of the City Engineer as
defined in Government Code Section 66416.5. The City Engineer is the City's "duly
authorized officer" for the purposes of Public Contract Code Sections 4107 and 4107.5.
17. City Manager – The appointed official who directs the administration of the City of
Carlsbad.
18. Construction Documents - Plans and details, including Plans showing installation of major
systems, equipment, fixed furnishings and graphics, the technical specifications and all
other technical drawings, schedules, diagrams and specifications, accepted Shop
Drawings, Working Drawings, and submittals that are necessary to set forth in detail the
requirements for the Project.
19. Construction Manager – The Project Inspector’s immediate supervisor and the Engineer’s
designated representative for the first level of appeal for informal dispute resolution.
20. Construction Work - The portion of the Work to construct the Project as set forth in the
Contract Documents in conformance with 2-1, “WORK TO BE DONE.”
21. Contract – The written agreement between the Agency and the Contractor covering the
Work.
22. Contract Documents - Contract Documents include the following: The signed Contract,
Addenda, Notice Inviting Bids, funding agency provisions, Bid including documentation
accompanying the Bid and any post-Bid documentation submitted prior to the Notice of
Award when attached as an exhibit to the Contract, Bonds, Permits, CEQA documents,
Standard Specifications (the “Greenbook”), Agency Supplement, Plans, Standard Plans,
Construction Documents, Reference Specifications, and Change Orders. Contract
Documents, when applicable, shall also include Site and Coastal development permits,
NEPA documents, re-vegetation plans, biological letters or technical reports, habitat
mitigation plans, storm water documents, and local, state, and federal resource agency
permits.
23. Contract Time - The number of Working Days to complete the Work as specified in the
Contract Documents.
24. Contractor – The individual, partnership, corporation, joint venture, or other legal entity
having a Contract with the Agency to perform the Work. In the case of Work being done
under permit issued by the Agency, the permittee shall be constructed to be the
Contractor. The term “prime contractor” shall mean Contractor.
25. Critical Path – In the Construction Schedule, the sequence of activities that represents
the longest path through the Project network of activities and the shortest possible
Project duration.
26. Days – Days shall mean consecutive calendar days unless otherwise specified in this
Contract.
27. Defective Work - Work that does not conform to the Contract Documents.
28. Delay Factor - The Delay Factor may be the basis for compensation for idle equipment
time on an excusable delay. The factor has been calculated to include the ownership costs
without including operating costs. The Delay Factor recovers all the Contractor’s non-
operating costs in an 8-hour day. If payment is made for equipment on an excusable delay,
it is limited to 8 hours per day or 40 hours per week maximum.
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 63 of 214
29. Deputy City Engineer – The Engineering Manager of the Construction Management &
Inspection Division and the Construction Manager’s immediate supervisor and the
Engineer’s designated representative for the second level of appeal for informal dispute
resolution.
30. 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 or Executive 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.
31. Drawings - See Plans.
32. D-size Sheet - “D” size paper for engineering design applications refers to 22” x 34” paper.
33. Engineer - The Deputy City Manager, Public Works of the City of Carlsbad acting either
directly or through designated representatives and the third level of appeal for informal
dispute resolution.
34. Engineer of Record/Design Engineer – A registered Professional Engineer licensed in the
State of California who is qualified to act as an agent of a Project Owner or to prepare
Plans for facilities to be accepted by the City of Carlsbad or the Carlsbad Municipal Water
District. The term includes persons licensed in the State of California as Civil Engineers or
Structural Engineers, as well as other licensed professionals like Architects and Landscape
Architects.
35. Executive Manager – The appointed official who directs the administration of the
Carlsbad Municipal Water District.
36. Field Book - The Agency field maps showing sewer and water facilities.
37. Field Order - A Field Order is a written agreement by the Engineer to compensate the
Contractor for work items in accordance with 2-8, “EXTRA WORK” or 2-9, “CHANGED
CONDITIONS.” A Field Order does not change the Contract Price or Contract Time or the
intent of the Contract. The unused portions of the Field Orders shall revert to the Agency
upon acceptance of the Work.
38. Final Environmental Document - The CEQA and/or NEPA document issued for the Project,
such as certified environmental impact reports, mitigated negative declarations (MNDs),
negative declarations, or exemptions.
39. Final Payment - The last payment for the Contract made to the Contractor, excluding
Retention.
40. Fleet & Facilities Project Manager – The Project Manager with the Fleet & Facilities
Division and the Construction Manager’s immediate supervisor and designated
representative for the second level of appeal for informal dispute resolution.
41. Float – The number of days by which an activity in the Construction Schedule may be
delayed from either its earliest start date or earliest completion date without extending
the Contract Time (total float). Total float belongs to the Project and to any Party to
accommodate changes in the Work or to mitigate the effect of events which may
delay completion.
42. Holiday - Holidays observed by the Agency are listed below:
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 64 of 214
Holiday Observed On
New Year’s Day January 1
Martin Luther King Day 3rd Monday in January
Presidents’ Day 3rd Monday in February
Memorial Day Last Monday in May
Independence Day July 4
Labor Day 1st Monday in September
Indigenous Peoples’ Day 2nd Monday in October
Veteran’s Day November 11
Thanksgiving Day 4th Thursday/Friday in
November
Christmas Day December 25
If any Holiday listed falls on a Saturday, the Saturday and the preceding Friday are both
legal Holidays. If the Holiday falls on a Sunday, both Sunday and the following Monday
shall be legal Holidays. Unless specified otherwise in the Contract Documents or
authorized by the Engineer, do not work on Holidays.
43. Minor Bid Item – a single contract item constituting less than 10 percent (10%) of the
original Contract Price bid.
44. Normal Working Hours - Unless specified otherwise, Normal Working Hour core periods
shall be 7:00 AM to 5:00 PM, Monday through Friday, inclusive. Saturdays, Sundays, and
Agency Holidays are excluded. For Traffic Control Permits, Normal Working Hours are
defined as 7:00 AM to 3:30 PM, unless specified otherwise.
45. Notice of Completion (NOC) - A document recorded with the County of San Diego to
signify that the Work has been completed and accepted by the Agency.
46. Party or Parties - The Agency, the Contractor, or both, their respective permitted
successors or assigns, and any other future signatories to the Contract.
47. Plans – The drawings, profiles, cross sections, Standard Plans, working drawings, and shop
drawings, or reproductions thereof, approved by the City Engineer, which show the
location, character, dimensions or details of the Work.
48. Prime Contractor - See Contractor.
49. Project Inspector – the Engineer’s designated representative for inspection, Contract
administration and the first level for informal dispute resolution.
50. Project Site (Site) - Areas where the Work is performed pursuant to the Contract.
51. Public Works Manager – The Public Works Manager of the Fleet & Facilities Division and
the Facilities Engineering Project Manager’s immediate supervisor and designated
representative for the third level of appeal for informal dispute resolution.
52. Punchlist - A list of items of Work or corrections generated after a Walk-through that is
conducted when the Contractor considers that the Work and Services are complete.
53. Quality Control Standards and Procedures - The standards and procedures that are
stated in a written manual that can be furnished to the Engineer upon request. The
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 65 of 214
standards and procedures are followed by the Supplier in the production of materials
supplied for the Work Site.
54. Red-lines - Plans with annotations of changes made during construction to reflect the
actual improvements or facilities built during construction whether concealed or visible.
55. Retention - The amount withheld from the money due to the Contractor in accordance
with 7-3.2, “PARTIAL AND FINAL PAYMENT.”
56. Samples - Physical examples of the materials, equipment, or workmanship specified or
required and which conform with the standards and specifications in the Contract
Documents and by which the Work shall be evaluated.
57. Schedule - A Critical Path Method (CPM) schedule of construction activities and their
durations to be performed during the Contract Time and prepared by the Contractor in
accordance with 6-1, “CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE
WORK,” and accepted by the Engineer.
58. Scope of Work (SOW) - Labor, materials, equipment, facilities, and services required to
be performed or provided by the Contractor to complete the entire Project or the various
separately identifiable parts of the Project pursuant to the provisions of the Contract
Documents.
59. Services - Work performed in connection with the layout, construction, testing,
inspection, and commissioning of the Work or administration of the Contract and which
may include professional services such as engineering, surveying, construction
management and legal services that are required in accordance with the Contract
Documents. Services are incidental to the Work.
60. Separate Contractors - Those individuals or entities that have entered into arrangements
with the Agency for the provision of labor, materials, or other services in connection with
the Project who are not under contract with the Contractor.
61. Supplemental Provisions – See Agency Supplement.
62. Walk-through - The procedure the Agency uses to evaluate the status of the Project and
to generate a Punchlist prior to acceptance of the Work.
63. Work – All labor, materials, equipment, tools, and services and other requirements of the
Contract Documents as modified by Change Order, whether completed or partially
completed, provided or to be provided by Contractor to fulfill Contractor’s obligations.
The Work may constitute the whole or a part of the Project.
64. Working Day - 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:
• Saturday;
• Sunday;
• any day designated as a holiday by the Agency;
• 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 association;
• any day the Contractor is prevented from working at the beginning of the
workday for cause as defined in Section 6-6.1; or
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 66 of 214
• 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.
65. Work Site - See Project Site (Site).
ABBREVIATIONS
1-3.2 Common Usage.
ADD the following:
AML Approved Material List
CADD Computer Aided Design and Drafting
CA MUTCD California Manual on Uniform Traffic Control Devices
CCT Correlated Color Temperature
CEQA California Environmental Quality Act.
CFR Code of Federal Regulations
CGP Construction General Permit
CIPM Cured-In-Place-Manhole
CL Centerline
CMS Content Management System Database
CNC Computer Numerical Control
CRI Color Rendering Index
CSA Canadian Standards Association
DBE Disadvantaged Business Enterprise
DCE Data Computer Equipment
DG Decomposed Granite
DVBE Disabled Veteran Business Enterprise
DWT Detectable Warning Tiles
EOW Engineer of Work
ESL Environmentally Sensitive Lands
ESO Electrical Service Orders
FRP Fiberglass Reinforced Plastic
GFE Good Faith Effort
GMT Greenwich Mean Time
GPS Global Positioning System
IDA International Dark Sky Association
IP Ingress Protection
LCD Liquid Crystal Display
LD Laser Diode
LER Luminaire Efficiency Rating
MBE Minority Business Enterprise
MDFT Minimum Dry Film Thickness
MHPA Multiple Habitat Planning Area
MH Manhole
MIL Military
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 67 of 214
MJ Mechanical Joint
M&M Maintenance and Monitoring
MMC Mitigation and Monitoring Coordination
MOV Metal Oxide Varistor
NA Numerical Aperture
NC Not Connected, Normally Closed
NEPA National Environmental Policy Act of 1969
NEXT Near End Crosstalk
NCHRP National Cooperative Highway Research Program
NOC Notice of Completion
NPDES National Pollutant Discharge Elimination System
NTP Notice to Proceed
OC On Center
ODP Open Drip Proof
OFNR Optical Fiber Nonconductive Riser
OTDR Optical Time Domain Reflectometer
PB Pull Box
PCMS Portable Changeable Message Signs
PCU Photoelectric Control Unit
PEP Plant Establishment Period
PIC Polyethylene Insulated Cable
PL Property Line
RFP Request for Proposal
RFI Request for Information
RPMS Rubber Polymer Modified Slurry
SIC Standard Industry Classification
SMS Short Message Service
SMTP Simple Mail Transfer Protocol
SOW Statement of Work, Scope of Work
SOV Schedule of Values
SPDT Single Pole Double Throw
SSD Surge Suppression Devices
TDR Time Domain Reflectometer
TEES Transportation Electrical Equipment Specifications
TFFN Thermoplastic Flexible Fixture Wire Nylon Jacketed
TIG Tungsten Inert Gas
UF Underground Feeder
UPRR Union Pacific Railroad Company
VAC Volts AC
VPC Vitrified Polymer Composite
WBE Women Business Enterprise
1-3.3 Institutions.
ADD the following:
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 68 of 214
AMTRACK American Track National Railroad Passenger Corp.
ANSI American National Standards Institute
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
BNSF Burlington Northern Santa Fe Railway
DSD Development Services Department
FHWA Federal Highway Administration
GRI Geosynthetic Research Institute
IPCEA Insulated Power Cable Engineers Association
IES Illuminating Engineering Society (Photometric Data)
ISO International Organization for Standardization
MTS San Diego Metropolitan Transit System
NACE National Association of Corrosion Engineers
NAFP National Association of Pipe Fabricators
NCTD North County Transit District
NEMA National Electrical Manufacturers Association
NOAA National Oceanic and Atmospheric Administration (Dept. of Commerce)
NFPA National Fire Protection Association
PCI Prestressed Concrete Institute
SANDAG San Diego Association of Governments
SD&AE San Diego & Arizona Eastern Railroad
SDTI San Diego Trolley, Inc.
UL Underwriters’ Laboratories Inc.
USGS United States Geological Survey
UPRR Union Pacific Railroad Company
1-6 BIDDING AND SUBMISSION OF THE BID
1-6.2 Subcontractor Listing.
ADD the following:
Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100
through 4113. The use of Subcontractors in no way relieves the Contractor of any obligations or
responsibilities under the Contract.
The following excerpts or summaries of some of the requirements of this Chapter are included
below for information:
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 69 of 214
The Bidder shall set forth in the Bid, as provided in Section 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), whichever 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
Contractor a penalty in an amount of not more than 10 percent of the Subcontract involved, after
a public hearing.
1-7 AWARD AND EXECUTION OF THE CONTRACT
1-7.1 General.
DELETE in its entirety and SUBSTITUTE with the following:
1-7.1 Standard Contract Provisions.
1-7.1.1 Successor’s Obligations.
All grants, covenants, provisions and claims, rights, powers, privileges and abilities
contained in the Contract Documents shall be read and held as made by and with, and
granted to and imposed upon, the Contractor, the Agency, and the Contractor’s and the
Agency’s respective heirs, executors, administrators, successors, and assigns.
1-7.1.2 Waiver of Legal Rights.
1. The Agency’s failure to insist, in any 1 or more instances, upon the performance of
any provision of the Contract, or to exercise any right therein, shall not be construed
as a waiver or relinquishment of such provisions or rights.
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 70 of 214
2. Any waiver of any breach of the Contract shall not be held to be a waiver of any other
or subsequent breach.
3. Any waiver the Agency issues to any provision of the Contract shall only be effective
if it is agreed upon in writing by the Agency and if it is specific to the matter concerned.
1-7.1.3 Requests for Information (RFI).
1. Inquiries from the Contractor seeking clarification of the requirements of the Contract
Documents shall be submitted in writing to the Agency as a Request for Information
(RFI).
1-7.1.4 Assignment to Awarding Body.
1. In accordance with subdivision (b) of Public Contract Code Section 7103.5, the
Contractor and the Contractor’s Subcontractors shall conform to the following
requirements:
a. 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
the Contractor’s Subcontractor offer and agree 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
(Business and Professions Code Section 16700 et seq.) arising from purchases
of goods, services, or materials pursuant to the public works contract or the
subcontract.
b. This assignment shall be made and become effective at the time the awarding
body tenders to the Contractor, without further acknowledgment by the
Parties.
1-7.2 Contract Bonds.
ADD the following:
1. 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 the circular is enough to provide bonds in the amount required by the Contract shall be
deemed approved unless specifically rejected by the Agency. Bonds from all other sureties
shall be accompanied by all documents enumerated in Code of Civil Procedure Section
995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals.
2. 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.
3. The faithful performance/warranty bond will be reduced to 25 percent of the original amount
30 Calendar Days after recordation of the Notice of Completion and will remain in full force
and effect for the 1-year warranty period and until all warranty repairs are completed to the
satisfaction of the Engineer. The bond to secure payment of laborers and materials suppliers
shall be released 6 months plus 30 Calendar Days after recordation of the Notice of
Completion if all claims have been paid.
4. 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 its liabilities in an amount
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 71 of 214
equal to or in excess of the amount of the bond. The bonds are to contain the following
documents:
a. An original, or a certified copy, of the unrevoked appointment, power of attorney,
bylaws, or other instrument entitling or authorizing the person who executed the
bond to do so.
b. A certified copy of the certificate of authority of the insurer issued by the insurance
commissioner.
5. If the Bid is accepted, the Agency may require a financial statement of the assets and liabilities
of the Surety for the quarter calendar year preceding the date of the execution of the bond.
The financial statement shall be made by an officer’s certificate as defined in Corporations
Code Section 173. In the case of a foreign Surety, the financial statement may be verified by
the oath of the principal officer or manager residing within the United States.
6. If the Surety on any bond furnished by the Contractor is declared bankrupt, becomes
insolvent, or its right to do business is terminated in any state where any part of the Project
is located, immediately notify the Engineer; and immediately substitute another bond and
Surety acceptable to the Agency.
7. The Contractor shall require the Surety to mail its standard “Bond Status” form to the Agency.
ADD 1-7.2.1 Payment.
1. If enumerated in the Contract Documents, the Bid item for “Bonds (Payment and
Performance)” includes full compensation for actual costs of payment and performance
bonds. The Contractor may submit a request for payment of actual invoiced costs up to the
Bid amount, but not to exceed 2.5% of the Contract Price, no less than 10 Working Days after
the award of the Contract.
2. If enumerated in the Contract Documents, if the Bid item for “Bonds (Payment and
Performance)” exceeds actual invoiced costs, any such differential amount up to the Bid
amount shall be paid as a part of the Final Payment.
SECTION 2 – SCOPE OF THE WORK
2-1 WORK TO BE DONE
ADD the following:
1. Where approval or acceptance by the Agency is required, only a general approval is required.
However, such approval does not relieve the Contractor from the Contractor’s responsibility
for complying with all applicable laws, codes, and best industry practices. Contractor has its
obligation to fulfill all conditions of the Contract.
2. In accordance with the provisions of California Law, the Contractor shall possess or require
the Contractor’s Subcontractor(s) to possess valid appropriate license(s) for the Work being
performed as conveyed in the Bidding Documents.
2-2 PERMITS
DELETE in its entirety and SUBSTITUTE with the following:
2-2 PERMITS, FEES, AND NOTICES
1. The Contractor shall obtain and pay for all business taxes, business licenses, permits, and
fees required for constructing the Project and licenses and inspections necessary for the
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 72 of 214
proper execution and completion of the Work, unless specified otherwise in the Contract
Documents.
a. Resource Agency Permits. [insert when applicable]
b. To the extent that there is a change in the type or cost of any of such permits, fees,
licenses, or inspection occurring after Award of Contract, there shall be an
equitable adjustment in the Contract Price on account of such change under the
Extra Work provisions.
c. The Contractor shall comply with and give notices required by applicable laws. The
Contractor is not entitled to damages or additional payment for delays
attributable to the acquisition of permits.
d. The Contractor shall pay the Agency for regulatory fees, fines, or penalties
imposed on the Agency arising from the Contractor’s failure to complete the Work
in accordance with the Contract Documents.
2. Contractor shall not begin work until all permit’s incidental to the Work are obtained. This
includes, and is not limited to, encroachment, right-of-way, grading and building permits
necessary to perform Work for this Contract on Agency property, streets, or other rights-
of-way. Permits for night work, overload, blasting, demolition, and disposal of all
materials removed from the Project are also Contractor’s responsibility.
3. The Contractor shall obtain and pay for all permits for the disposal of all materials
removed from the Project. The cost of the permit(s) shall be included in the price Bid for
the appropriate Bid item and the Agency shall not pay additional compensation for
Contractor to obtain such permits.
4. Permits shall be maintained in valid status until acceptance of the Work by the Agency.
2-2.1 Building Permits.
1. The Contractor shall obtain the required building permits from Agency’s permitting
departments. Any prior approval obtained for the Plans shall not in any way waive this
requirement.
2. Request inspections in accordance with the building codes in effect on the permitted Plans
and by City’s Development Services Department, Building Division or Construction
Management and Inspection Department. Any Work performed without the benefit of the
required permit and subsequent inspection shall be removed and replaced at the discretion
of the City Building Inspector at no additional cost.
3. The payment for procuring Building Permits shall be included in the Allowance Bid item for
“Building Permits.” If no such Bid item is included in the Bid Schedule, payment shall be
included in the various Bid items and no additional payment shall be made. For this project,
the building permit is on file for the contractor to pick up from the City’s Development
Services Department.
2-2.2 Caltrans Encroachment Permit.
1. Unless specified otherwise, the Agency has applied for the Caltrans Encroachment Permit.
a. The Contractor shall pay for and secure the permit prior to construction.
b. The Contractor shall arrange and pay for inspection as required by Caltrans.
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 73 of 214
2. The Contractor is solely responsible for permit processing delays to the Contract Time that
result from incomplete or inaccurate information provided by the Contractor to the Agency
or Caltrans.
3. When applicable, the payment for procuring Caltrans Encroachment Permits including any
inspection fees shall be included in the allowance Bid item for “Caltrans Encroachment
Permit.” If no such Bid item is included in the Bid schedule, payment shall be included in the
various Bid items and no additional payment shall be made.
2-3 RIGHT-OF-WAY
ADD the following:
1. The Contractor shall coordinate access to private property with the property owners and the
timing of accessing private property when the Agency has already obtained rights of entry.
Unless otherwise provided, the Contractor shall coordinate, 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. The Contractor shall protect any private and
public improvements.
2-4 COOPERATION AND COLLATERAL WORK
ADD the following:
1. The Contractor shall coordinate and cooperate with all the utility companies during the
relocation or construction of their lines. The Contractor may be granted a time extension if,
in the opinion of the Engineer, a delay is caused by the utility company. No additional
compensation will be made to the Contractor for any such delay.
2. If work to be performed by the Agency or its separate Contractors is not shown or specified
in the Contract Documents, the Engineer shall notify the Contractor in writing 10 Working
Days prior to the start of such work and make available Plans or Specifications for work to be
performed by others that may be pertinent to Contractor’s Work. If Contractor determines
that the work to be performed by the Agency or its separate Contractors may interfere with
or cause damage or delays to Contractor’s Work, notify the Engineer in writing within 3
Working Days of the Engineer’s notice. The Contractor shall diligently pursue with the
Engineer resolution of potential conflicts with the work of others.
3. The Contractor shall prepare and submit to the Engineer for approval a plan and schedule to
integrate the work of Contractor or its Subcontractors, Agency or the work of others. The plan
shall conform to the tasks identified in the Construction Schedule and identify additional tasks
as necessary and the sequencing of interrelated activities.
2-5 THE CONTRACTOR’S EQUIPMENT AND FACILITIES
2-5.2 Temporary Utility Services.
ADD the following:
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 74 of 214
1. The Contractor shall furnish, install, maintain, and remove all temporary utility services, such
as light, power, electrical, gas, and water, at its own expense for construction and
maintenance activities until acceptance of Work. These include piping, wiring, lamps, and
other equipment necessary for the Work.
2. The Contractor shall obtain a construction meter for water used for the construction, testing,
disinfection and flushing of new water or sewer facilities, vegetation establishment and
maintenance, site maintenance, landscaping, cleanup, and all other work requiring water.
The Contractor shall contact the water agency that serves the Project Site for requirements.
3. 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. The costs shall be
considered incidental to the items of Work that they are associated with and no additional
payment will be made for them.
2-6 CHANGES REQUESTED BY THE CONTRACTOR
ADD the following:
1. Any plan or method of work suggested to the Contractor by the Agency, but not specified or
required by the Contract or Change Order, which is adopted or followed by the Contractor in
whole or in part shall be done at the Contractor’s sole risk and responsibility.
2. The Contract Price is not subject to adjustment for any type of tax increases after the Award.
ADD the following: 2-6.1 Cost Reduction Proposal.
1. The Contractor may submit to the Engineer in writing, proposals for modifying the Plans,
Specifications, or other requirements of the Contract for the sole purpose of reducing the
total cost of construction.
2. The cost reduction proposal shall not impair, in any manner, the essential functions or
characteristics of the Project such as service life, economy of operation, ease of
maintenance, quality, desired appearance, or design and safety standards.
3. The following information must be included in the cost reduction proposal:
a. A description of both the existing Contract requirements for performing the Work and
the proposed changes.
b. An itemization of the Contract requirements that shall be changed if the proposal is
adopted.
c. A detailed estimate of the cost of performing the Work under the existing Contract
and under the proposed change.
d. A statement of the time within which the Engineer shall act on the cost reduction
proposal.
e. The Contract items of Work affected by the proposed changes, including any quantity
variation attributable thereto.
4. This subsection does not require the Engineer to consider any cost reduction proposal. The
Agency shall not be liable to the Contractor for not approving or acting upon any cost
reduction proposal the Contractor submitted nor for any delays to the Work attributable to
the cost reduction proposal.
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 75 of 214
5. If a cost reduction proposal is similar to the information included in the Contract Documents
or adopted by the Agency after the advertisement and prior to Award of the Contract, the
Engineer will not accept such proposal and reserves the right to make such changes without
compensation to the Contractor under the provisions of this subsection.
6. The Contractor shall continue to perform the Work in accordance with the requirements of
the Contract until a Change Order incorporating the cost reduction proposal has been
issued.
7. The Engineer is the sole judge of the acceptability of a cost reduction proposal and the
estimated net savings. In determining the estimated net savings, the Agency has the right
to disregard the Contract Bid prices if, in the judgment of the Engineer, such prices do not
represent a fair measure of the value of the Work to be performed or to be deleted.
8. The Agency reserves the right to require the Contractor to share in the Agency’s costs of
investigating the Contractor’s cost reduction proposal. When this is required, the
Contractor shall indicate the Contractor’s acceptance in writing allowing the Agency to
deduct amounts payable to the Contractor.
9. If the Engineer accepts the Contractor’s cost reduction proposal in whole or in part, the
Engineer shall issue a Change Order to incorporate the changes in the Plans and
Specifications which are necessary to permit the cost reduction proposal or such part of it
as has been accepted to be put into effect. If the Engineer’s approval is conditional, the
Change Order shall include any conditions upon which the Engineer’s approval is based.
10. The Change Order also includes the estimated net savings in the cost of performing the
Work due to the accepted cost reduction proposal and provides that the Contract cost be
adjusted by crediting the Agency with 50% of estimated net savings amount.
11. The Contract Time shall not be extended by the acceptance of the cost reduction proposal
and the performance of the Work unless specified otherwise in the Change Order.
12. The amount specified as payable to the Contractor in the Change Order is full compensation
for the cost reduction proposal and the performance of the Work.
13. The Agency expressly reserves the right to adopt a cost reduction proposal for general use
on contracts administered by the Agency when it determines that the proposal is suitable
for application to other contracts. When an accepted cost reduction proposal is adopted
for general use, only the Contractor who first submitted such proposal shall be eligible for
compensation subject to this subsection, and in that case, only for contracts awarded prior
to submission of the accepted cost reduction proposal.
14. The cost reduction proposals identical or similar to previously submitted proposals shall be
eligible for consideration and compensation under the provisions of this subsection if the
identical or similar previously submitted proposals were not adopted for general
application to other contracts administered by the Agency.
15. Subject to the provisions contained in the Contract, the Agency or any other public agency
shall have the right to use all or any part of any submitted cost reduction proposal without
obligation or compensation of any kind to the Contractor.
16. The Contractor shall bear all costs to revise bonds for the Project to include the cost
reduction incentive proposal work.
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 76 of 214
2-7 CHANGES INITIATED BY THE AGENCY
2-7.1 General.
ADD the following:
1. 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 Contractor
and Agency, unless both parties agree to proceed with the change by Change Order.
2. 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 involved, and shall provide for the Contractor’s signature indicating acceptance.
3. Unless expressly set forth in writing in a Change Order signed by the Agency and the
Contractor, changes initiated by the Agency shall not be construed as the Agency directing
the Contractor’s mean-and-methods in the execution of the Work.
2-7.2 Payment- Contract Unit Prices - not used.
2-7.3 Payment – Increases of More than 50 Percent.
1. Should the actual quantity of an item of Work covered 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 percent 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 2-8. The Extra Work per Section 2-8, 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.
2-7.4 Payment – 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 Specifications, 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 2-8; however, in no case will payment be less than would be
made for the actual quantity at the Contract Unit Price nor more than would be made for 50
percent of the Bid quantity at the Contract Unit Price.
2-7.5 Stipulated Unit Prices – not used.
2-7.6 Agreed Prices.
Agreed Prices are prices for new or unforeseen Work, or adjustments in Contract Unit Prices per
Section 2-7.2, 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
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 77 of 214
basis of Extra Work in accordance with Section 2-8, except as otherwise specified in Sections 2-
7.3 and 2-7.4.
2-7.7 Schedule of Values.
Before 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.
2-7.8 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 notification 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 in this Agency Supplement,
shall be computed on the basis of Extra Work per Section 2-8.
2-8 EXTRA WORK
ADD the following:
1. 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.
2. Any request by the Contractor for Extra Work shall be in writing to the Engineer and shall
include itemized estimates and in accordance with Section 7-4. The Contractor shall fully
itemize the Extra Work cost estimates such as labor and payroll costs, quantities, crew
composition, production rates, material costs, Subcontractor and Supplier costs, equipment
costs, supplemental costs, and time impact.
2-9 CHANGED CONDITIONS
ADD the following:
The Contractor shall promptly notify the Engineer of the following Work Site conditions
(“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 performed; and
3. Material differing from that represented in the Contract which the Contractor
believes may be hazardous waste, as defined in Health and Safety Code Section
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 78 of 214
25117, 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
performance time, the Contractor, upon submitting a written request, will be granted an
extension of time subject to Section 6-4.2.
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 with them.
1. 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 occurrence of any event or other cause, unless the Contractor shall have first given
the Engineer written notice of potential claim as specified in this Section 2-9. Compliance with
this section shall not be required as a prerequisite to notice provisions in Section 6-4.2(4)
Extensions of Time, nor to any claim that is based on differences in measurement or errors
of computation as to Contract quantities.
2. The Contractor shall provide the Agency with a written document containing a description of
the particular circumstances giving rise to the potential claim, the reasons for which the
Contractor believes additional compensation may be due and the 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 will not be accepted.
3. The potential claim shall include the following certification relative to the California False
Claims Act, Government Code Sections 12650-12656.
“The undersigned certifies that the above statements are made in full awareness of the
California False Claims Act, Government Code Sections 12650-12656. The undersigned
further understands and agrees that this potential claim, unless resolved, must be
restated as a claim in response to the Agency’s proposed final estimate for it to be further
considered.”
By: Title:
Date:
Company Name:
4. The Contractor’s estimate of costs may be updated when actual costs are known. The
Contractor shall submit proof of its actual costs to the Engineer within 20 Working Days after
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 79 of 214
the affected Work is completed. Failure to do so shall be cause to deny any later-filed claim
regarding a potential claim described in this Section 2-9.
5. The intent of this Section 2-9 is to have differences between the parties arising under the
Contract brought to the attention of the Engineer at the earliest possible time so that such
matters can be settled, if possible, or other appropriate action promptly taken.
2-10 DISPUTED WORK
ADD 2-10.1 Claims.
1. A Claim is a written demand by the Contractor that seeks an adjustment in the Contract Price,
Contract Time, or other relief associated with a dispute arising under or relating to the
Contract, including a breach of any Contract provision. A voucher, invoice, or other routine
request for payment is not a Claim.
2. A Claim shall conform to these specifications and may be considered after the Agency has
previously denied a request by the Contractor for a Change Order seeking the demanded
relief.
3. The Contractor shall submit a Claim to the Engineer if a dispute occurs that arises from or
relates to the Contract. The Claim shall seek all relief to which the Contractor asserts the
Contractor is entitled as a result of the event(s) giving rise to the dispute. The Contractor’s
failure to process a Claim in accordance with these specifications shall constitute a waiver of
all relief associated with the dispute. Claims are subject to 6-10, “Right to Audit.”
4. The Contractor shall continue to perform the Services and Work and shall maintain the
Schedule during any dispute proceedings. The Engineer will continue to make payments for
undisputed Services and Work.
5. The Agency’s Claims process specified in the Agency Supplement shall not relieve the
Contractor of the Contractor’s statutory obligations to present Claims prior to any action
under the Government Code.
6. Except for those final payment items disputed in the written statement required in Section
7-3.2, 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 7-3.2 shall be submitted
no later than 30 Calendar 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 2-9 Changed Conditions, 2-10 Disputed Work, 4-1(22) Protection, 6-4.4 Written
Notice and Report, or 6-4.2(4) Extensions of Time, unless the Contractor has complied with
notice or protest requirements.
7. The Engineer will consider Contractor’s filed Claims, which must be detailed enough so the
Engineer can determine the basis and amount of the Claims. Contractor shall provide the
Engineer additional information to determine the facts or contentions involved in a Claim if
requested by the Engineer. If additional information is needed, Contractor must provide
Engineer with this information within a reasonable time of being asked for additional
information. Failure to submit such information and details will be sufficient cause for
denying the Claims.
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 80 of 214
8. Payment for Claims shall be processed by the next payment application of their resolution for
those Claims approved by the Engineer. The Contractor shall proceed with informal dispute
resolution under Section 2-10, Disputed Work, for those Claims remaining in dispute.
2-10.1.1 Initiation of Claim.
1. A Claim is a written demand by the Contractor that seeks an adjustment in the Contract Price,
Contract Time, or other relief associated with a dispute arising under or relating to the
Contract, including a breach of any provision of the Contract. A voucher, invoice, payment
application or other routine request for payment is not a Claim. A Claim shall conform to
these specifications and may be considered after the City has previously denied a request
from the Contractor for a Change Order seeking the demanded relief. The Contractor shall,
consistent with 2-10.1.2, give the Agency written notice of Claim prior to commencing any
Disputed Work. Failure to give the notice shall constitute a waiver of all Claims in connection
with the Disputed Work. 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 and such
direction shall not be construed as the Agency directing the Contractor’s mean-and-methods
in the execution of the Work. After the Agency has rejected a Change Order request and prior
to proceeding with dispute resolution pursuant to the Public Contract Code, applicable
provisions of which are specified below, the Contractor shall attempt to resolve all disputes
informally through the following dispute resolution chain of command:
For claims with a monetary value of $50,000 or less:
i. Project Inspector
ii. Fleet and Facilities Project Manager
iii. Public Works Manager
For claims with a monetary value greater than $50,000:
iv. Project Inspector
v. Fleet and Facilities Project Manager
vi. Public Works Manager
vii. City Engineer
viii. City Manager or Executive Manager
2. Consistent with Section 2-10.1.2, 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, Contract
Time, and all other evidentiary materials. At each level of Claim or appeal of Claim the Agency
will, within 10 Working Days of receipt of the Claim or appeal of Claim, review the
Contractor’s report and respond with a position, request additional information or request
that the Contractor meet and present its report. When additional information or a meeting
is requested the Agency will provide its position within 10 Working Days of receipt of the
additional information or Contractor’s presentation of its report. The Contractor may appeal
each level’s position up to the Deputy City Engineer/Engineering Manager for claims less than
$50,000 and/or up to the City Manager for the City of Carlsbad or Executive Manager for the
Carlsbad Municipal Water District for claims greater than $50,000 after which the Contractor
may proceed under the provisions of the Public Contract Code. The Agency’s failure to state
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 81 of 214
a position or otherwise respond to a Claim within the timeframes set forth above shall be
deemed a rejection of the Claim by the Agency.
3. The authority within the dispute resolution chain of command is limited to recommending a
resolution to a Claim to the City Manager for the City of Carlsbad or Executive Manager for
the Carlsbad Municipal Water District. Actual approval of the Claim is subject to the Change
Order provisions in the Contract.
4. Any remaining Claims not resolved by the informal dispute resolution process described
above shall be resolved in accordance with Public Contract Code Section 9204, the relevant
portion of which is included below:
(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 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 governing 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 dispute. 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 settlement 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
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 82 of 214
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 private 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.
(5) If a Subcontractor or a lower tier Subcontractor lacks legal standing to assert a
Claim against a public entity because privity of Contract does not exist, the Contractor
may present to the public entity a Claim on behalf of a Subcontractor or lower tier
Subcontractor. A Subcontractor may request in writing, either on their 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 presented to
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 83 of 214
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 contractual obligations.
(i) This section shall remain in effect only until January 1, 2027, and as of that date is
repealed, unless a later enacted statute that is enacted before January 1, 2027,
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 Section 20104 et seq., applicable provisions of
which are included below:
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
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 84 of 214
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.
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 85 of 214
(f) This article does not apply to tort Claims and nothing in this article is intended nor
shall be construed to change the time periods for filing tort Claims or actions specified
by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with
Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code.
20104.4 The following procedures are established for all civil actions filed to resolve
Claims subject to this article:
(a) Within 60 days, but no earlier than 30 days, following the filing or responsive
pleadings, the court shall submit the matter to nonbinding mediation unless waived
by mutual stipulation of both parties. The mediation process shall provide for the
selection within 15 days by both parties of a disinterested third person as mediator,
shall be commenced within 30 days of the submittal, and shall be concluded within
15 days from the commencement of the mediation unless a time requirement is
extended upon a good cause showing to the court or by stipulation of both parties. If
the parties fail to select a mediator within the 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 Procedure, notwithstanding Section 1141.11 of that code.
The Civil Discovery Act (Title 4 (commencing with Section 2016.010) of Part 4 of the
Code of Civil Procedure) shall apply to any proceeding brought under this subdivision
consistent with the rules pertaining to judicial arbitration.
(2) Notwithstanding any other provision of law, upon stipulation of the parties,
arbitrators appointed for purposes of this article shall be experienced in construction
law, and, upon stipulation of the parties, mediators and arbitrators shall be paid
necessary and reasonable hourly rates of pay not to exceed their customary rate, and
such fees and expenses shall be paid equally by the parties, except in the case of
arbitration where the arbitrator, for good cause, determines a different division. In no
event shall these fees or expenses be paid by state or county funds.
(3) In addition to Chapter 2.5 (commencing with Section 1141.10) of 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.
(b) The court may, upon request by any party, order any witnesses to participate in
the mediation or arbitration process.
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 86 of 214
20104.6 Payment on undisputed portion of Claim; interest on arbitration awards or
judgments:
(a) No local agency shall fail to pay money as to any portion of a Claim which is
undisputed except as otherwise provided in the Contract.
(b) In any suit filed under Section 20104.4, the local agency shall pay interest at the
legal rate on any arbitration award or judgment. The interest shall begin to accrue on
the date the suit is filed in a court of law.
5. 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 2-10.
2-10.1.2 Claim Certification Submittal.
1. If the Contractor’s Claim seeks an increase in the Contract Price, the Contract Time, or both,
submit with the Claim an affidavit certifying the following:
a. The Claim is made in good faith and covers all costs and delays to which the Contractor
is entitled as a result of the event(s) giving rise to the Claim.
b. The amount Claimed accurately reflects the adjustments in the Contract Price, the
Contract Time, or both to which the Contractor believes the Contractor is entitled.
c. All supporting costs and pricing data are current, accurate, and complete to the best
of the Contractor’s knowledge. The Contractor shall supply a cost breakdown per item
of Work.
d. The Contractor shall ensure that the affidavit is executed by an official who has the
authority to legally bind the Contractor.
2-10.1.3 Agency’s Final Determination.
1. If the Contractor disagrees with the City Manager or Executive Manager’s final determination,
as described in 2-10.1.1(1-2), Contractor must notify the Engineer in writing of the
Contractor’s objection within 15 Working Days after receipt of the written determination and
file a “Request for Mediation” in accordance with 2-10.2, “Dispute Resolution Process.”
2. Failure to give notice of objection within the 15 Working Days period shall waive the
Contractor’s right to pursue the Claim.
2-10.1.6 Mandatory Assistance.
1. If a third-party dispute, litigation, or both, arises out of or relates in any way to the Services
provided under the Contract, upon the Agency’s request, the Contractor shall assist in
resolving the dispute or litigation. The Contractor’s assistance includes, but is not limited to
the following:
a. Providing requested documents in a timely manner.
b. Providing professional consultations.
c. Attending mediations, arbitrations, depositions, trials, or any event related to the
dispute resolution and litigation.
2-10.1.6.1 Compensation for Mandatory Assistance.
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 87 of 214
1. The Agency will reimburse the Contractor for reasonable fees and expenses incurred by the
Contractor for any required assistance rendered in accordance with 2-10.1.6, “Mandatory
Assistance” as Extra Work.
2. The Engineer will determine whether these fees and expenses were necessary due to the
Contractor’s conduct or failure to act.
3. If the Engineer determines that the basis of the dispute or litigation in which these fees and
expenses were incurred were the result of the Contractor’s conduct or the Contractor’s
failure to act in part or in whole, the Contractor shall reimburse the Agency for any payments
made for these fees and expenses.
Reimbursement may be through any legal means necessary, including the Agency’s withholding
of the Contractor’s payment.
ADD 2-10.2 Dispute Resolution Process
2-10.2.1 Mandatory Non-binding Mediation.
1. If a dispute arises out of or relates to the Contract, or the breach of it, and if the dispute
cannot be settled through those procedures described in Section 2-10.1.1, the parties
must attempt to settle the dispute in an amicable manner, using mandatory mediation
under the Construction Industry Mediation Rules of the American Arbitration Association
before having recourse in a court of law.
2. To initiate mediation, the initiating party shall serve a Request for Mediation at the
American Arbitration Association (AAA).
2-10.2.2 Mandatory Mediation Costs.
1. The expenses of witnesses for either side shall be paid by the party producing such
witnesses. All other expenses of the mediation, including required traveling and other
expenses of the mediator and the cost of any proofs or expert advice produced at the
direct request of the mediator, shall be borne equally by the parties, unless they agree
otherwise.
2-10.2.3 Selection of Mediator.
1. A single mediator, knowledgeable in construction aspects and acceptable to both parties,
shall be used to mediate the dispute.
2. If AAA is used, the initiating party shall concurrently file with AAA a “Request for
Mediation” along with the appropriate fees, a copy of requested mediators marked in
preference order, and a preference for available dates.
3. If AAA is selected to coordinate the mediation (Administrator), within 10 Working Days
from the receipt of the initiating party’s Request for Mediation, the opposing party shall
file the following:
a. A copy of the list of the preferred mediators listed in preference order after
striking any mediators to which they have any objection.
b. A preference for available dates.
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 88 of 214
c. Appropriate fees.
4. If the parties cannot agree on a mediator, then each party shall select a mediator and
those mediators shall select the neutral third party to mediate the matter.
2-10.2.4 Conduct of Mediation Sessions.
1. Mediation hearings shall be conducted in an informal manner and discovery shall not be
allowed.
2. Discussions, statements, or admissions shall be confidential to the proceedings and shall
not be used for any other purpose regarding the party’s legal position. The parties may
agree to exchange any information they deem necessary.
3. Both parties shall have an authorized representative attend the mediation. Each
representative shall have the authority to recommend entering into a settlement. Either
party may have attorney(s), witnesses, or expert(s) present. Either party may request a
list of witnesses and notifications of whether attorney(s) shall be present.
4. Any resulting agreements from mediation shall be documented in writing. Mediation
results and documents, by themselves, shall be “non-binding” and inadmissible for any
purpose in any legal proceeding, unless such admission is otherwise agreed upon in
writing by both parties. Mediators shall not be subject to any subpoena or liability and
their actions shall not be subject to discovery.
ADD 2-10.3 Governing Law & Forum for Litigation.
1. This Contract shall be governed by and construed in accordance with the laws of the State of
California. Any lawsuits, at law or in equity, between the parties arising out of this Contract
shall be filed in a court of competent jurisdiction in the County of San Diego. With respect to
venue, the parties agree that this Contract is made in and will be performed in the County of
San Diego. The parties waive all provisions of law providing for a change of venue in these
proceedings to any other county.
ADD 2-10.4 Pre-judgment Interest.
1. The parties stipulate that if a judgment is entered against a party for breaching this Contract,
the pre-judgment interest shall be 2% per annum.
SECTION 3 – CONTROL OF THE WORK
3-2 SELF-PERFORMANCE
ADD the following:
1. If Contractor fails to satisfy the provisions requiring the Contractor to complete Work
amounting to at least 50 percent of the Contract price with its own organization unless
stipulated otherwise in the Contract Documents, 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
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 89 of 214
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 proceedings under this section, the Contractor, or prime Contractor, shall
be entitled to a public hearing before the Board and shall be notified 10 Calendar Days in
advance of the time and location of the hearing. The determination of the Board shall be final.
3-3 SUBCONTRACTORS
ADD the following:
1. The Contractor shall incorporate these Specifications in the Contractor’s subcontracts for the
work being performed by the Contractor’s Subcontractor.
2. The Contractor shall obtain or require that each Subcontractor obtains insurance policies in
accordance with 5-4, “INSURANCE” which shall be kept in full force and effect for the duration
of the Contract and in any attached supplemental agreements.
3. In any dispute between the Contractor and the Contractor’s Subcontractors, the Agency shall
not be made a party to any judicial or administrative proceeding to resolve the dispute.
4. The Contractor shall ensure that the Contractor’s Subcontractors are appropriately licensed
for the duration of the work that is performed under the Subcontracts in accordance with 2-
1, “WORK TO BE DONE.” If a Subcontractor is not properly licensed, the Contractor shall cease
payment to the Subcontractor for all work performed when the Subcontractor was not
properly licensed. The Contractor shall return to the Agency any payment the Contractor
made to a Subcontractor for work performed when the Subcontractor was not licensed.
5. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be
responsible for their work.
6. Where the Contract Documents require that a particular product be installed or applied by
an applicator approved by the manufacturer, ensure the Subcontractor or Supplier employed
for such work is approved by the manufacturer.
7. 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 subcontracted. This submittal will confirm the Subcontractor’s commitments in the Bid.
3-4 AUTHORITY OF THE ENGINEER
ADD the following:
1. The Engineer shall be the single point of contact and shall be included in all communications
between Contractor and any Agency representative.
3-5 INSPECTION
ADD the following:
1. Contractor shall make available to the Engineer accurate books and accounting records
regarding all its activities. Contractor shall contractually require all Subcontractors to this
Contract to do the same. The Engineer shall have access to the Contractor’s, and any
Subcontractors documents described in this Section 3-5(1) within San Diego County. The
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 90 of 214
Engineer shall have the right to monitor, assess, and evaluate Contractor’s and its
Subcontractor’s performance pursuant to this Contract. The Engineer’s monitoring,
assessments, and evaluations will include, but shall not be limited to, audits, inspection of
premises, reports, contracts, subcontracts and interviews of Contractor’s staff and the staff
of all Subcontractors to this Contract. 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. Contractor shall also permit the
Engineer to audit, examine, copy and make excerpts or transcripts from such data and
records, and to make audits of all invoices, materials, payrolls, records of personnel, and
other data relating to all matters covered by this Contract. Any inspection described in this
Section 3-5(1) shall occur as often as the Engineer deems necessary and during normal
business hours. However, any such inspection shall not unreasonably interfere with
Contractor’s ongoing business operations. Contractor and all Subcontractors to this Contract
shall maintain such data and records for as long as may be required by applicable laws and
regulations.
2. The Agency may utilize consultants to assist the Engineer during construction in observing
the Contractor’s performance. The consultant shall be the Agency’s Representative on the
Site assisting the Engineer and must not be confused with a building inspector with the
Agency or with a Special Inspector.
3. The Agency may utilize a Special Inspector for inspection of specialty work and materials,
whose costs the Agency will pay for unless the Contractor fails inspection. If inspections or
tests reveal non-compliance with the requirements of the Contract Documents, the
Contractor shall pay for all corrective measures deemed necessary by the Engineer and also
pay the cost of the Agency’s subsequent re-inspection and re-testing.
4. Inspections required by codes or ordinances are the Contractor’s responsibility.
5. The Contractor’s quality control testing and inspections are the Contractor’s responsibility.
Contractor shall coordinate and schedule all inspections and tests. The Contractor shall give
the Engineer notice of tests and inspections made by others. At least 5 Working Days of notice
shall be given for offsite inspections. The Contractor shall wait until the Engineer has
responded and agreed to Contractor’s schedule before scheduling test or inspections.
6. The Agency shall schedule any inspections and tests as the Agency deems necessary to ensure
the Work is accomplished in accordance with the requirements of the Contract Documents
(other than inspections for work performed in accordance with a permit). The Contractor is
responsible for the inspection of all Work performed in accordance with the Contract
Documents.
7. Contractor shall provide access in accordance with Cal-OSHA Standards as necessary.
8. Contractor shall remove and replace any items of Work performed without the required
permit or inspection. For required subsequent inspection, the Contractor shall remove and
replace Work at the discretion of Engineer at no additional cost to the Agency. Inspection of
the Work does not relieve the Contractor of full compliance with the Contract Documents.
9. Contractor shall not conceal the Work prior to inspection, testing, or approval required by
the Contract Documents, the Engineer’s prior written request, or by other agencies. If any
item of Work is done prior to obtaining the required approvals when requested by the
Engineer, Contractor shall expose the Work for inspection, testing, and/or approval. Upon
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 91 of 214
successful completion of the inspection, testing, or approval, the Contractor shall proceed
with the Work. The Contractor shall bear all direct and indirect costs and damages of such
uncovering and re-covering and shall not be entitled to an increase in the Contract Price or
the Contract Time, unless the Contractor has given the Engineer and any other affected
agencies written notice of the Contractor’s intention to cover the Work and the Engineer has
not acted in response to such notice.
10. When specified, Contractor shall make arrangements for tests, inspections, and approvals
with an independent testing laboratory or entity acceptable to the Engineer, or with the
appropriate public authority. The payment for such tests, inspections, and approvals are
included in the Contract Price.
11. Unless specified otherwise, the Contractor shall pay the cost of inspections and tests. If
inspections or tests reveal non-compliance with the requirements of the Contract
Documents, the Contractor shall bear the cost of corrective measures deemed necessary by
the Engineer and the cost of the Agency’s subsequent re-inspection and re-testing.
12. 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.
13. Contractor agrees to maintain and/or make available, to the Engineer, within San Diego
County, accurate books, and accounting records relative to all its activities and to
contractually require all Subcontractors to this Contract to do the same. The Engineer shall
have the right to monitor, assess, and evaluate Contractor’s and its Subcontractors
performance pursuant to this Contract, the monitoring, assessments, and evaluations to
include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts
and interviews of Contractor’s staff and the staff of all Subcontractors to this Contract. At any
time during normal business hours and as often as the Engineer may deem necessary, upon
reasonable advance notice, Contractor shall make available to the Engineer for examination,
all of its, and all of its Subcontractors’ records with respect to all matters covered by this
Contract and will permit the Engineer to audit, examine, copy and make excerpts or
transcripts from such data and records, and to make audits of all invoices, materials, payrolls,
records of personnel, and other data relating to all matters covered by this Contract.
However, any such activities shall be carried out in a manner so as to not unreasonably
interfere with Contractor’s ongoing business operations. Contractor and all Subcontractors
to this Contract shall maintain such data and records for as long as may be required by
applicable laws and regulations.
3-6 THE CONTRACTOR’S REPRESENTATIVE
ADD the following:
1. Both the representative and alternative representative shall be the Contractor’s employees
and shall not be assigned to a Subcontractor unless otherwise approved by the Agency in
writing.
2. The Contractor’s Project team shall attend scheduled construction meetings as required by
the Engineer. If any of Contractor’s staff cannot attend, the Contractor shall notify the
Engineer a minimum of 24 hours in advance, prior to the start of the scheduled meeting. If
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 92 of 214
the Contractor does not provide the required notification, the Contractor shall pay for the
costs of the Agency’s staff, consultants, or both that attended. The Contractor shall be
charged a minimum of 2 hours of the attendee’s time.
3. The payment for the Contractor’s attendance at Project meetings is included in the Contract
Price. The Engineer shall deduct costs assessed to the Contractor for not attending the
meetings from the monthly progress payment via Change Order.
3-7 CONTRACT DOCUMENTS
3-7.1 General.
ADD the following:
1. Specifications and Plans are divided into groups by engineering discipline for the Agency’s
convenience. These divisions are not for the purpose of apportioning the Work or
responsibility for the Work among Subcontractors and Suppliers.
2. The Contractor shall supply any Work that may reasonably be inferred from the Specifications
or Plans as being required to produce the intended result whether or not it is specifically
called for, at no additional cost to the Agency.
3. If referenced documents have been discontinued or updated by the issuing organization, the
replacement documents issued or otherwise identified by that organization shall be used or,
if there are no replacement documents, the last version of the document before it was
discontinued.
4. Scaled dimensions on Contract Documents are approximate. Before ordering materials or
commencing the Work, the Contractor shall measure the Site for proper size and fit and verify
dimensions and quantities by taking measurements in the field. The Contractor shall be
responsible for their accuracy.
5. The Contractor shall verify any conditions affecting the cost of the Work through a reasonable
examination of the Work Site prior to submitting the Bid.
6. 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.
7. The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract
Documents are intended to be complementary and cooperative. Anything specified in the
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.
8. The Plans shall be supplemented by such working drawings and shop drawings as are
necessary to adequately control the Work.
9. 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.
10. 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.
11. The Contractor shall, upon discovering any error or omission in the Plans or Specifications,
immediately call it to the attention of the Engineer.
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 93 of 214
3-7.2 Precedence of the Contract Documents.
DELETE in its entirety and REPLACE with the following:
1. If there is a conflict between any of the Contract Documents, the document highest in the
order of precedence, and most recent in edition, shall control. The order of precedence, from
highest to lowest, shall be as follows:
a. Permits (issued by jurisdictional regulatory agencies including environmental
documents).
b. Change Orders and supplemental agreements; whichever occurs last.
c. Contract Addenda, whichever occurs last.
d. The signed written Contract.
e. Bid/Proposal.
f. Project Plans.
g. Technical Specifications.
h. Standard Drawings.
i. Agency Supplemental General Provisions (Section 00 73 00).
j. Agency Supplemental Technical Provisions (Section 00 74 00).
k. Standard Plans
i. City of Carlsbad Standard Drawings.
ii. Carlsbad Municipal Water District Standard Drawings.
iii. City of Carlsbad modifications to the San Diego Area Regional Standard
Drawings.
iv. Traffic Signal Design Guidelines and Standards.
v. State of California Department of Transportation Standard Plans.
vi. California Manual on Uniform Traffic Control Devices (CA MUTCD).
l. “Greenbook” (Standard Specifications for Public Works Construction).
m. Reference Specifications.
2. When additional small business/minority/women-owned/veteran or other special
requirements by funding sources are included in the Contract Documents, the funding
source’s requirements shall govern.
a. With reference to the Drawings, the order of precedence shall be as follows: Figures
govern over scaled dimensions.
b. Detail Drawings govern over general Drawings.
c. Addenda and Change Order Drawings govern over Plans.
d. Plans govern over Standard Drawings.
3. When a conflict exists between the ADA requirements of Title 24, and the Agency
Supplemental Provisions, the most restrictive requirement shall be followed.
ADD: 3-7.3 Red-lines and Record Documents.
3-7.3.1 General.
1. 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.
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 94 of 214
2. The Contractor shall keep the Red-lines current with entries checked by the Engineer
before the Work is covered. Contractor’s failure to update and deliver Red-lines
information monthly to the Engineer for review and approval may result in the
withholding of monthly progress payments.
3. The Contractor shall note the source identification, such as RFI numbers and Change
Order numbers, as required identifying the source of the change to the Contract
Documents.
4. The Contractor shall deliver the Red-lines to the Engineer upon completion of the
Construction Work.
5. The Contractor shall legibly annotate a full-size set of Plans daily, in red ink, to record
additions, deletions or changes to the Work and changes in location, elevation or
character of the Work not otherwise shown or noted in the Contract Documents. This
“redline” set of drawings shall be kept on the Job Site, shall be used only as a record set,
and shall be delivered to the Engineer within 10 Calendar Days of completion of the Work.
Contractor shall immediately give written notice of any conflicts between these
documents to the Engineer.
6. As-built information shall represent field measurements, approved Shop Drawings,
Working Drawings, samples, product data, and other pertinent data discovered during
the performance of the Work. The Contractor shall note the source of the change such as
RFI or Change Order numbers, as required. The Contractor shall clearly record additions
or changes in the Work and depth of underground facilities by dimensioning from 2,
known, fixed points.
7. Payment for Record Drawings and Documents shall be included in the various Bid items
and no additional payment will be made therefore.
3-7.3.2 Asset Specific Red-lines.
1. Irrigation System Red-lines: Not Used.
2. Re-vegetation Red-lines: Not Used
3. Utility Red-lines: Utility Red-lines shall show any changes from the Plan for the following:
a. Horizontal and vertical bends
b. Changes in pipe material or pressure class
c. Isolation valves
d. Insulating joints
e. Blow off valves by stationing and offsets.
f. Air vacuum valves by stationing and offsets.
g. Water and recycled water meter boxes replaced.
h. Water sampling stations
i. Cathodic test stations
j. Locations of all sewer laterals and cleanouts.
k. Items abandoned in place following dewatering operation.
4. Building/Structure Red-lines: Building Red-lines shall show any changes from the Plans
for the following:
a. Location by dimension and the depth by elevation of underground lines, valves,
plugged tees, and capped ends.
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 95 of 214
b. By dimension or scale Plans, wiring, conduits, and pull boxes as installed.
c. Information necessary to maintain and service concealed items of Work.
d. Dimensional changes to the Drawings.
e. Revisions to details shown on the Drawings.
f. Depths of foundations below the first floor.
g. Locations and depths of underground utilities.
h. Revisions to the routing of piping and conduits.
i. Revisions to electrical circuitry.
j. Actual equipment locations.
k. Duct size and routing.
l. Locations of concealed internal utilities.
m. Changes made by Change Orders.
n. Details not shown on original Plans.
5. Traffic Signals and Street Lighting: Not Used
6. Slurry Seal and Asphalt Concrete Overlay:
a. The Contractor shall clearly record on the forms the Agency provides in MS Excel
format the actual dates and quantity of each Bid item applied to each street
segment and comments regarding each segment and record reasons if no work is
performed.
7. Fiber Optic and Wi-Fi Device Red-lines: Fiber Optic and Wi-Fi Device Red-lines shall clearly
record by dimension from 2 known fixed points and by depth of underground facilities all
deviations, modifications, and changes in the Work. Records, deviations, modifications,
and changes on the day the Work is performed shall reflect the actual Work location and
shall be marked in red at the scale of the Plan sheet on which they are recorded. Red-
lines shall show the equipment locations and associated information for the following:
a. Locations and depths of underground utilities.
b. Revisions to the routing of piping and conduits.
c. Actual equipment locations.
d. Pull Boxes.
e. Electrical Meter, including meter address.
f. Items abandoned in place.
3-7.3.3 Payment.
1. The payment for Red-lines Drawings shall be included in the Contract Price.
ADD 3-7.4 Measurement and Dimensions.
1. Scaled dimensions are approximate. Before ordering materials or commencing the Work, the
Contractor shall measure the Site for proper size and fit and verify dimensions and quantities
by taking measurements in the field. Contractor shall be responsible for their accuracy.
3-8 SUBMITTALS
3-8.2 Working Drawings
ADD the following:
1. Working Drawings shall be submitted electronically to the Agency.
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 96 of 214
DELETE Table 3-8.2 in its entirety and REPLACE with following:
Item Section/
Drawing
No.
Title Subject
1 3-12.5.2 Sewage Bypass and Pumping
Plan
Sanitary Sewers
2 3-12.8.2 Dewatering Plan Water Pollution Control
3 5-7.2.2 Shoring Plan Safety
4 300-3.2
Cofferdams Structure Excavation & Backfill
5 303-1.6.1 General Falsework
6 303-1.7.1 General Placing Reinforcement
7 303-3.1 General Prestressed Concrete Construction
8 304-1.1.2 Falsework Plans Structural Steel
9 306-8.8
SDW-
154*
Valves, Hydrants, and
Appurtenances
Water Valve Bypass Details for
Mainlines 16-Inch and Larger
10 306-8.8.3 Thrust Blocks and Anchor
Blocks
Unless specified otherwise, design of all
size water main thrust blocks and
anchor blocks
11 307-1.1
General Jacking Operations
12 307-2.1
General Tunneling Operations
13 308-3 Submittals Microtunneling
14 601-2.1.2 Engineered Traffic Control Plan
(TCP)
Temporary Traffic Control for
Construction and Maintenance Work
Zones
15 1001-3 Storm Water Pollution
Prevention Plan (SWPPP)
Water Pollution Control
16 1001-4 Water Pollution Control Plan
(WPCP)
Water Pollution Control
* Note: The distance dimensions shown between the bypass pipes and the mainlines are subject
to change to field conditions.
Items listed in Table 3-8.2, except for items 1, 2 and, 5, (if applicable to this project) shall be
prepared by a Civil or Structural Engineer registered by the State of California. Item 15 shall be
prepared by a Qualified SWPPP Developer (QSD) in accordance with 1001 3, “Storm Water
Pollution Prevention Plan (SWPPP).” Item 16 shall be prepared in accordance with 1001-4,
“Water Pollution Control Plan (WPCP).”
3-8.3 Shop Drawings. As relevant to project
ADD the following:
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 97 of 214
1. Shop Drawings shall be submitted electronically to the Agency.
2. Additional Shop Drawings may be required by the Special Provisions.
DELETE Table 3-8.3 in its entirety and REPLACE with following:
TABLE 3-8.3
Item Subsection Title Subject
1 207-2.5 Joints Reinforced Concrete Pipe
2 207-8.4 Joints Vitrified Clay Pipe
3 209-2.2.2 Shop Drawings Steel Pipe and Fittings
4 216-1 General Precast Reinforced Concrete Box
5 218-1 General Precast Vault
6 304-1.1.1 Shop Drawings Structural Steel
7 304-2.1 General Metal Hand Railings
3-8.4 Supporting Information.
ADD the following:
1. The Contractor shall submit samples of the materials with cut sheets of the products. The
Contractor shall organize cut sheets for review and approval by the Engineer prior to use on
the Project and identify deviation from any of the specified material clearly, including cut
sheets and samples of both the specified material and basis for the substitution. Included
should be the Agency’s Project Name, Project Number, and the Engineer’s name, Contractor
Name, and Submittal Number and clearly indicate the specific product to be used.
2. When photos of material are required, they shall be clear in resolution, identify the specific
item for review, and shall indicate the name of the item, source, and date taken. The material
shown in the photo shall be currently available for use on the Project.
3. For landscaping and irrigation materials, the Contractor shall submit samples and test results
to the Engineer within 15 Working Days of the Notice to Proceed.
4. Test sections (“Mock ups”) of materials as required in the Special Provisions shall be accepted
by the Engineer before proceeding with the Work.
5. 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 10
Calendar 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.
3-8.6 Manufacturer’s Operation, Maintenance, and Warranty Instructions.
To sentence (1), DELETE in its entirety and SUBSTITUTE with the following:
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 98 of 214
For each pre-manufactured product covered by a manufacturer’s warranty, Contractor shall
submit 1 electronic copy and 3 bound original or legal copies prior to acceptance of the Contract.
3-9 SUBSURFACE DATA
DELETE in its entirety and SUBSTITUTE with the following:
3-9 TECHNICAL STUDIES AND SUBSURFACE DATA
1. If reports of explorations and tests of Site conditions are referenced in the Contract
Documents, Contractor is encouraged to inspect the Site, acquire, and review these
reports, and take other necessary steps to thoroughly familiarize oneself with the Site
conditions. If a review of the documents and Site inspection indicate an obstruction or
utility conflict with the proposed work, immediately notify the Engineer.
2. Subsurface data shall include geotechnical reports, groundwater elevations, soil analyses
and characterization, and other information included or referenced in the Special
Provisions and shall apply only at the location of the test holes and to the depths
indicated.
3. Contractor is encouraged to review subsurface data, examine the Site and assess the Site
conditions pertaining to the Work. If a review of the documents and Site inspection
indicate an obstruction or utility conflict with the proposed work, immediately notify the
Engineer.
4. Soil test reports for test holes which have been drilled are available for review at the office
of the Engineer. Additional exploration may be performed at Contractor’s own expense.
5. The indicated groundwater elevation is that which existed on the date specified in the
data. It shall be Contractor’s responsibility to determine and allow for the groundwater
elevation on the date the Work is performed. A difference in groundwater elevation
between what is shown in soil boring logs and what is encountered during construction
shall not be considered as a basis for Extra Work in accordance with 2-8, “Extra Work.”
3-10 SURVEYING
3-10.1 General.
ADD the following:
1. The Engineer or Surveyor shall request a right of entry to perform survey services on sewer
mains and manholes from City of Carlsbad, wastewater@carlsbadca.gov or call 442-339-
2722, 7 Calendar Days prior to the start of survey services.
2. The Contractor shall hire and pay for the services of a licensed Surveyor (“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 in the Contract 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.
3. All surveying data submittals shall conform to the requirements of Section 3.8, “Submittals.”
The Contractor shall submit grade sheets to the Engineer before commencing work in the
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 99 of 214
area affected by the grade sheets. The Contractor shall submit field notes for all required
surveying to the Engineer within 10 Calendar Days of performing the survey. All surveying
field notes, grade sheets and survey calculations shall be submitted electronically. The field
notes, calculations and supporting 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 documentation for any
computer program. The field notes shall be prepared in conformance with the Caltrans
“Surveys Manual.” The Contractor shall have a Record of Survey prepared by the Surveyor
and file it in conformance with Business and Professions Code Sections 8700-8805 when the
Surveyor performs any surveying that such map is required under Business and Professions
Code Section 8762 and whenever the Surveyor shall establish, set or construct any
permanent survey monument. SDRS drawing M-10 A, B, C type monuments, bolts, spikes,
leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments
and marks that are at, or accessory to, property corners and street centerlines are permanent
survey monuments. The Record of Survey shall show all monuments set, control monuments
used, the basis of bearings and all other data needed to determine the procedure of survey
and the degree of accuracy attained by the field surveying including the unadjusted ratio of
closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The Record of
Survey shall show the location and justification of location of all permanent monuments set
and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the
Engineer’s review and approval before submittal to the County Surveyor and before submittal
to the County Recorder.
4. Payment for Work performed to satisfy the requirements shall be included in the actual Bid
items requiring the survey work and no additional payment will be made. Extension of unit
prices for Extra Work shall include full compensation for attendant survey work and no
additional payment will be made. Payment for the replacement of disturbed monuments and
the filing of Records of Survey and/or corner records, including filing fees, shall be incidental
to the Work necessitating the disturbance of the monuments and no additional payment will
be made.
3-12 CONTRACT INFORMATION SIGNS
ADD the following:
Signs shall not be posted until approved by the Engineer. The Contractor shall complete and
submit a Review for Sign Permit (form P-11), available at:
Permits, Applications & Forms | Carlsbad, CA (carlsbadca.gov)
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 100 of 214
3-12 WORK SITE MAINTENANCE
3-12.1 General.
ADD the following:
1. Maintain Site improvements including any temporary facilities, equipment, or other
materials. Remove graffiti encountered on the Site within 24 hours. See also SECTION 400 -
PROTECTION AND RESTORATION.
2. As a condition of Final Payment, the Contractor shall submit a signed and notarized affidavit
stating that all brush, trash, debris, and surplus materials resulting from this Project have
been disposed of in a legal manner. The cost of disposal is the Contractor’s responsibility.
3. The Contractor shall provide and maintain enclosed toilets for the use of their employees.
Toilets must be kept in a neat and sanitary condition and ensure that they comply with all
applicable laws, ordinances, and regulations pertaining to public health and sanitation of
dwellings and camps. The cost of such is the Contractor’s responsibility.
4. If required in the Special Provisions, the Contractor shall provide and maintain enclosed
toilets for the use of the Agency’s and Contractor’s officers, employees, or agents. Toilets
must be kept in a neat and sanitary condition and ensure that they comply with all applicable
laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and
camps. The cost of such is the Contractor’s responsibility.
5. 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, by the SWPPP and/ or BMP plan. Such
dams shall be removed from the Site as soon as their use is no longer necessary.
6. Work Site maintenance shall be conducted on non-workdays when increased levels of
maintenance are deemed necessary, in the opinion of the Engineer, to preserve the health
safety or welfare of the public and or to comply with applicable regulations.
7. Disposal of all rubbish and surplus materials is incidental to Work Site maintenance. Disposal
shall be made off the Site and shall be in accordance with:
a. Local codes and ordinances that govern locations and methods of disposal.
b. All applicable safety laws.
c. Requirements of Subpart H, Section 1926.252 of the OSHA Safety and Health
Standards for Construction.
8. Work Site maintenance is considered incidental to the items of work that they are associated
with and no additional payment will be made.
9. Cleanup and Dust Control. Throughout all phases of construction, including suspension of the
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.
3-12.2 Air Pollution Control.
ADD the following:
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 101 of 214
1. Contractor shall carry out effective measures whenever and as often as necessary to prevent
Contractor’s operation from producing dust in amounts damaging to property, cultivated
vegetation, domestic animals, or causing a nuisance to persons living or occupying buildings
in the vicinity. Contractor shall be responsible for any damage resulting from any dust
originating from Contractor’s operations. The dust abatement measures shall be continued
until Contractor is relieved of further responsibility by the Engineer.
2. Contractor shall adhere to Air Pollution Control District County of San Diego regulations for
equipment used on the Job Site.
3-12.3 Noise Control.
ADD the following:
1. All internal combustion engines used in the Work shall be equipped with mufflers in good
repair and are subject to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter
8.48.
3-12.4 Storage of Equipment and Materials.
3-12.4.1 General.
ADD the following:
1. Equipment and material storage shall be confined to areas approved by the Engineer.
Disposal of all rubbish and surplus materials shall be at the Contractor’s expense.
2. 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.
3. Materials shall be delivered to the Work Site only during Working Hours, 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.
4. Prior to storage of any materials which have been shipped to or by the Contractor to any
location within the City’s boundaries the Contractor shall provide the Engineer a copy of lease
agreements for each property where such materials are stored. The lease agreement shall
clearly state the term of the lease, the description of 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.
5. 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. Storage of hazardous wastes, construction equipment material, and
parking and fueling of equipment shall not occur in biologically sensitive areas.
6. 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
is 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.
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 102 of 214
7. The Contractor shall furnish and maintain in good condition all equipment and facilities as
required for the proper execution and inspection of the Work. Such equipment and facilities
shall meet all requirements of applicable ordinances and laws.
8. Restore the storage area to an equal or better condition as deemed necessary by the Engineer
and at no additional cost to the Agency.
10. When required by the Engineer, 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 incomplete.
11. 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.
12. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed
immediately, and the area cleaned.
13. 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.
14. 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
because of such suspension.
15. Cleanup and dust control required in the Contract shall also be executed on weekends and
other non-Working Days when needed to preserve the health safety or welfare of the public.
The Contractor shall conduct effective cleanup and dust control throughout the duration of
the Contract. The Engineer may require increased levels of cleanup and dust control that, in
his/her sole discretion, are necessary to preserve the health, safety and welfare of the public.
Cleanup and dust control shall be considered incidental to the items of Work that they are
associated with and no additional payment will be made for them.
16. Vermin Control. At the time of acceptance, structures entirely constructed under the Contract
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.
17. 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
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 103 of 214
for them. These costs shall be considered incidental to the items of Work that they are
associated with and no additional payment will be made for them.
3-12.4.2 Storage in Public Streets.
DELETE in its entirety and SUBSTITUTE with the following:
1. Construction materials shall not be stored in streets, roads, or highways for more than 5
Calendar Days after unloading. All materials not installed or used in construction within 5
Calendar Days after unloading shall be stored at a location approved by the Engineer.
2. Construction equipment shall not be stored at the Work Site before its actual use nor for
more than 5 Calendar Days after it is no longer needed. Time necessary for repair or assembly
of equipment may be authorized by the Engineer.
3. 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. Immediately after placing backfill,
all excess material shall be removed.
4. The Contractor shall not store equipment for traffic control in right of way.
ADD 3-12.4.3 Storage and Staging Areas.
1. Storage and staging areas are the Contractor’s responsibility. If the Plans designate a staging
location within the Project or in close proximity, the Contractor may utilize such area for their
use. The storage and staging areas shall be as close as possible to the Site. Contractor is
responsible for obtaining any permits, leases, or any other items necessary to obtain staging
areas.
2. Storage of hazardous wastes, construction equipment material, and parking and fueling of
equipment shall not be allowed in the MHPA or other biologically sensitive areas. Ensure the
fueling of vehicles occurs only within designated staging areas using appropriate catch basins
and devices.
3. Return the storage and staging area and the adjacent area to an equal or better condition as
deemed necessary by the Engineer, at no additional cost to the Agency.
4. The Contractor shall provide the Engineer a copy of the lease agreement for any property to
be used for the storage of materials or equipment prior to delivery or storage of any materials
or equipment. Each lease agreement shall clearly state the term of the lease and a description
of the materials or equipment allowed to be stored and shall provide for the removal of the
materials or equipment and restoration of the storage site within the time allowed for the
Work.
5. Construction equipment shall not be stored at the Work Site before its actual use on the Work
nor for more than 5 Calendar Days after it is no longer needed. Time necessary for repair or
assembly of equipment may be authorized by the Engineer.
3-12.6 Water Pollution Controls
3-12.6.2 Best Management Practices (BMPs).
ADD the following:
1. Contractor shall submit a BMP plan as a submittal to the Agency.
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 104 of 214
3-12.6.3 Storm Water Pollution Prevention Plan (SWPPP) Not Used.
3-12.6.5 Payment.
DELETE in its entirety and SUBSTITUTE with the following:
1. Unless otherwise specified, payment for water pollution control, including implementation
and maintenance of BMPs, shall be considered as included in the Contract Unit Price for each
item in the Bid. Payment for dewatering shall be as specified in the Special Provisions.
ADD 3-12.7 Vermin Control.
1. The Site and structures constructed under the Contract shall be kept 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.
3-13 COMPLETION, ACCEPTANCE, AND WARRANTY
3-13.1 Completion.
DELETE in its entirety and SUBSTITUTE with the following:
1. The Contractor shall comply with the following prior to requesting a Pre-Final inspection of
the Work and filing of a written assertion that the Work has been completed:
a. Provide completed and signed redline drawings and record documents including
installation, maintenance and operation instructions, manuals and/or tools for
installed equipment.
b. Provide and properly label all keys for existing facilities or new permanent work.
c. Provide all items specified to be supplied as extra stock and spare parts. Wrap, seal,
or place in a container all items as necessary to allow for storage by the Agency for
future use. Verify the specified quantities.
d. Provide all final Special Inspection reports and certifications required by equipment
manufacturers to demonstrate compliance with applicable codes and standards.
e. Obtain any required certifications from the Engineer of Record for permanent BMPs.
f. Comply with all requirements of permits issued by jurisdictional agencies.
g. Remove temporary facilities from the Site.
h. Thoroughly clean the Site and remove all mark-outs and construction staking.
2. The Agency Inspector will schedule the Pre-Final inspection within 5 Working Days of receipt
of the Contractor’s request. The Inspector will generate a list of deficiencies (Punchlist) within
5 Working Days after the Pre-Final inspection.
3. The Contractor shall have 30 Working Days to correct the deficiencies and provide a written
response to each Punchlist item. The Inspector will review the corrective work within 5
Working Days of receipt of the Contractor’s written response to each Punchlist item. Any
outstanding deficiencies will be considered incomplete Work and the Punchlist will be
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 105 of 214
returned to Contractor. Full payment will not be made for any Bid item with outstanding
deficiencies and a Final Inspection will not be scheduled until all deficiencies are completed
to the satisfaction of the Inspector.
4. The Contractor shall submit a request for Final Inspection which shall include a written
assertion that the Work has been completed in accordance with the Contract Documents and
a written response describing the corrective Work completed for all punch list items
identified in the Pre-Final inspection(s). The request for Final Inspection will not be
considered without the Contractor’s written response to the punch list items. The Inspector
will schedule the Final Inspection within 10 Working Days of receipt of the Contractor’s
request and invitees will include the Construction Manager, Engineer and representatives
from agencies or utility companies having jurisdiction over the Work. The Contractor’s
attendance is mandatory.
5. If, in the Engineer’s judgment, the Work has been completed in accordance with the Contract
Documents, the Engineer will set forth in writing the date the Work was completed. This will
be the date when the Contractor is relieved from responsibility to protect and maintain the
Work, and to which liquidated damages will be computed.
ADD 3-13.1.1 Requirements Before Requesting a Walk-through.
1. The following items are required prior to requesting a Walk-through:
a. Remove temporary facilities from the Site.
b. Thoroughly cleaning the Site and removing all mark outs and construction staking.
c. Provide completed and signed Red-lines in accordance with Contract Document
requirements.
d. Provide all material and equipment maintenance and operation instructions and/or
manuals.
e. Provide all tools which are a permanent part of the equipment installed in the Project.
f. Provide and properly identify all keys for construction and all keys for permanent
work.
g. Provide all final Special Inspection reports required by the applicable building code.
h. Provide all items specified to be supplied as extra stock. Wrap, seal, or place in a
container all items as necessary to allow for storage by the Agency for future use.
Verify the specified quantities.
i. Ensure that all specified equal opportunity (if applicable) and certified wage rate
documentations covering the Contract Time have been submitted.
j. Provide the spare parts for the proposed irrigation system as specified in the Special
Provisions.
2. Contractor shall notify the Engineer to arrange a final inspection of permanent BMPs
installed and shall obtain the completed, signed, and stamped DS-563 Form 30 Calendar Days
prior to the issuance of the Notice of Completion.
ADD 3-13.1.2 Walk-through and Punchlist Procedure.
1. When Contractor considers that the Work and Services are complete, notify the Engineer in
writing that the Project is complete and request that the Contractor and the Engineer perform
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 106 of 214
a Walk-through for the generation of a Punchlist. Contractor shall notify the Engineer at least
7 Working Days in advance of the Walk-through.
2. The Engineer will first determine if the Project is ready for a Walk-through by verifying
whether the Contractor have completed all items as required by 3-13.1.1, “Requirements
Before Requesting a Walk-through.”
3. If the Work includes sewer and storm drain installations, the inspection shall include
televising in accordance with the requirements in the Contract Documents.
4. The Engineer shall facilitate the Walk-through.
5. Contractor shall make Plans, specifications, and technical data, such as submittals and
equipment manuals, available at the Site for the Walk-through attendees.
6. The Engineer will provide the Contractor with the Punchlist within 15 Working Days after the
date of the Walk-through and submit it to the Contractor. The Agency shall not provide a
preliminary Punchlist.
7. If the Engineer finds that the Project is not substantially complete as defined in the Contract,
the Engineer will terminate the Walk-through and notify the Contractor in writing.
8. If, at any time during the Engineer’s evaluation of the corrective Work required by the
Punchlist, the Engineer discovers that additional corrective Work is required, the Engineer
may include that corrective Work in the Punchlist. Contractor shall remain solely responsible
for the Project Site until the Project is completely operational, all Punchlist items have been
corrected, and all operation and maintenance manuals have been accepted by the Agency.
9. The Engineer shall meet with the Contractor until all Punchlist items are corrected. If
Contractor takes longer than 30 Working Days to complete the corrective Work, the Project
shall be subject to re-evaluation.
10. Upon acceptance of the Work, Contractor shall assemble and deliver to the Engineer all
records, documents, warranties, material certifications, bonds, guarantees, maintenance and
service agreements, and maintenance and operating manuals. Written warranties, except
manufacturer’s standard printed warranties, shall be on a letterhead addressed to the
Contractor. Warranties shall be submitted in the format described in this section, modified
as approved by the Agency, to suit the conditions pertaining to the warranty.
3-13.2 Acceptance
DELETE in its entirety and SUBSTITUTE with the following:
1. Acceptance of the Work will occur after all the requirements of the Contract Documents have
been fulfilled. If, in the Engineer’s judgment, the Contractor has fully performed the Contract,
the Engineer will recommend to the City Manager for the City of Carlsbad or Executive
Manager for the Carlsbad Municipal Water District that the Contractor’s performance of the
Contract be accepted. Upon such certification by the Engineer, the City Manager or Executive
Manager may accept the Work. Upon the acceptance of the Work by the City Manager or
Executive Manager, a “Notice of Completion” will be filed in the office of the San Diego
County Recorder. The date of recordation shall be the date of acceptance of the Work.
2. Once the “Notice of Completion” has been recorded, the Engineer will release the retention.
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 107 of 214
3-13.3 Warranty.
DELETE in its entirety and SUBSTITUTE with the following:
1. Contractor shall warranty and repair all defective materials and workmanship for a period of
1 year. This warranty period shall start on the date the Work was recorded by the “Notice of
Completion” unless the Agency has beneficial use of the Project (excluding water, sewer, and
storm drain projects). In addition, Contractor shall warranty the Work against all latent and
patent defects for a period of 10 years.
2. The warranty period for specific items covered under manufacturers’ or suppliers’ warranties
shall commence on the date they are placed into service at the direction of or as approved
by the Engineer in writing.
3. All warranties, express or implied, from Subcontractors, manufacturers, or suppliers, of any
tier, for the materials furnished and work performed shall be assigned, in writing, to the
Agency, and shall be delivered to the Engineer prior to the acceptance of the Contractor’s
performance of the Contract.
4. Replace or repair defective materials and workmanship in a manner satisfactory to the
Engineer after notice to do so from the Engineer and within the time specified in the notice.
If Contractor fails to make such replacements or repairs within the time specified in the
notice, the Agency may perform the replacement or repairs at Contractor’s expense. If
Contractor fails to reimburse the Agency for the actual costs, Contractor’s Surety shall be
liable for the cost.
5. The warranty period shall be extended with respect to portions of the Work corrected under
warranty. Items that shall be warrantied free from defective workmanship and materials for
a period longer than 1 year are as follows:
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 108 of 214
Specified Item Minimum Warranty Period
Detectable Warning Tile
Construction
3 Years of Manufacturer’s Warranty
All Work Under SECTION 500 – PIPELINE
REHABILITATION
3 Years
Fiber Optic Interconnect Cables 2 Years
Luminaires1 10 Years of Manufacturer’s Warranty
LED Signal Modules 3 Years of Manufacturer’s Warranty
1 Provide documentation verifying that the induction luminaire models being offered for the
Project are covered by the 10-year warranty.
6. Contractor shall provide the Agency a copy of the manufacturer’s warranty for private sewer
pumps, including the alarm panel and all other accessories.
a. Contractor shall involve the manufacturer in the installation and startup as needed to
secure any extended warranty required.
b. This section is not intended to limit any manufacturer’s warranty which provides the
Agency with greater warranty rights than set forth in this section or the Contract
Documents.
c. The warranty shall include all components. The form of the warranty shall be
approved by the Engineer in accordance with 3-13.3.2, “Warranty Format
Requirements.”
7. If, during the warranty period, any item of the Work is found to be Defective Work, Contractor
shall correct it promptly after receipt of written notice from the Agency to do so. The
warranty period shall be extended with respect to portions of the Work corrected as part of
the warranty requirements.
ADD 3-13.3.1 Defective Work.
1. If the Engineer finds any part of the Work, to be defective or not in compliance with the
Contract Documents, the Contractor shall correct the Defective Work in accordance with the
Engineer’s written instructions and within the specified time limits.
2. The Engineer may order Contractor to stop all or part of the Project if, upon notice, Contractor
fails to immediately correct the Defective Work in conformance with the Contract
Documents. The Contractor bears all direct and indirect costs and damages that result from
the Agency’s Stop Work notice.
3. The Engineer may determine in its sole discretion to accept Defective Work instead of having
the Contractor correct the Defective Work. However, the Contractor will still be financially
responsible for the Defective Work. The Engineer shall issue a deductive Change Order and
will incorporate the necessary revisions in the Contract Documents for the Defective Work,
the diminished value to the Project, or for the cost to repair the Defective Work.
4. If the Contractor fails to correct Defective Work within the specified time limits, the Engineer
may correct the Contractor’s Defective Work. The Agency has the right to correct any
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 109 of 214
Defective Work without notice in the event of an emergency. Contractor shall bear all direct
and indirect costs of the Defective Work that the Agency corrects.
5. When undertaking remedial action under this section, the Agency may exclude Contractor
from all or part of the Site, take possession of all or part of the Work and suspend Contractor’s
Work and or services, and incorporate into the Project all materials and equipment stored at
the Site or for which the Agency has paid but Contractor has stored elsewhere.
6. For Building Projects which require a certificate of occupancy, not including sewer and water
facilities, if the Contractor fails to correct the Defective Work listed on the Agency’s Punchlist
within 30 Working Days in accordance with 6-1.1, “Construction Schedule,” the Contractor
shall reimburse the Agency for all costs to provide inspection services required to monitor
the Contractor’s Work beyond the 30 Working Days. The Agency shall bill the Contractor for
the additional inspection at the Agency’s established rates.
7. If the Contractor completes the Project or portions of the Project prior to NOC, the Contractor
shall preserve equipment by developing and implementing a preventive maintenance
program in compliance with manufacturer’s recommendations.
ADD 3-13.3.2 Warranty Format Requirements.
1. Written warranties, except manufacturer’s standard printed warranties, shall be on the
Contractor’s and Contractor’s agents’, material suppliers’, installers’, or manufacturers’ own
letterhead, addressed to and for the Agency’s benefit. Submit warranties in the format
described in this section, modified as approved by Engineer to suit the conditions pertaining
to the warranty.
2. The Contractor shall obtain warranties, executed in triplicate by responsible Subcontractors
and Suppliers, within 10 Working Days after completion of the applicable item of Work.
Except for items put into use with the Engineer’s permission with date mutually agreed upon
in writing, ensure that the beginning time of the warranty is the Project completion date.
3. The Contractor shall verify that the documents are in proper form, contain full information,
and are notarized.
4. The Contractor shall verify that warranties are signed by both the Contractor and the
appropriate party.
5. The Contractor shall provide warranties to the Engineer with a neatly typed table of contents,
identifying each warranty with the number and title of the applicable specification section
requiring the warranty and the name of the product or work item.
6. The Contractor shall separate each warranty with index tab sheets keyed to the table of
contents listing. Provide complete information using separate typed sheets as necessary. The
information shall include a list of Subcontractors and Suppliers with the name, address, and
telephone number of the responsible principals.
3-13.3.3 Long-Term Warranty Contract (LTWC).
1. If specified in the Special Provisions and when a LTWC is included in the Contract Documents,
the Contractor shall execute and submit the supplemental agreement for the extended
Project warranty (the LTWC covering the workmanship and materials).
2. The first 3 years of warranty protection after installation shall be secured by the faithful
performance and payment bonds in accordance with 1-7.2, “Contract Bonds.”
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 110 of 214
3. At the conclusion of the initial 3-year bonded warranty period, an “n”-year subsequent
manufacturer’s warranty for labor and materials shall commence and run concurrently with
the LTWC, where “n” is the number of additional years beyond the initial 3 years as specified
in the Special Provisions. Alternatively, and with respect to the 3-year bonded warranty, the
Contractor may submit a 2-year bond followed by 1-year bond. If the alternate option is
selected, the 1-year bond shall be submitted to the Agency at least 90 Calendar Days before
the expiration of the original 2-year bond. Contractor shall clearly inform the Contract
Specialist of the option selected. The protection provided shall not be for less than 3 + “n”
years continuously.
4. The manufacturer’s warranty for parts and labor shall secure performance of the LTWC by
the Contractor. Additional security in the form of bonds for both the LTWC and the
manufacturer’s extended “n”-year warranty (in years 4 and on following Acceptance) for
labor and materials may, but is not required to be, provided per the compensation provisions
of the LTWC.
5. The manufacturer warranty shall extend to performance of the LTWC by the Contractor,
including without limitation the performance of periodic inspections, preparation of periodic
reports, and performance of repairs or replacements including parts and labor. If the
manufacturer warranty does not expressly extend to the LTWC or is qualified in any way to
exclude warranty of the performance of the LTWC by the Contractor, the surety bond shall
be provided for the LTWC in accordance with 1-7.2, “Contract Bonds.”
6. If the Contractor is unable to obtain a bond which extends the “n”-year term of the LTWC, to
obtain a manufacturer warranty or both which clearly and unambiguously extends to secure
performance of the LTWC by the Contractor for the “n”- year term, the Agency shall accept
either form of security provided that at least 1 of these forms is provided before award.
7. Provision of the manufacturer’s warranty, bonds, or both as specified is a pre-condition to
award of the Contract.
8. Refer to the LTWC for additional information. The provisions of 3-3, “SUBCONTRACTORS”
shall not apply to LTWC.
ADD 3-14 PARTNERING
1. Contractor may request the formation of a formal partnering relationship (Partnering) by
submitting a request in writing to the Engineer after approval of the Contract. If Contractor’s
request for Partnering is approved by the Engineer, scheduling of a Partnering workshop,
selecting the Partnering facilitator and workshop, selecting the Partnering facilitator and
workshop site, and other administrative details shall be as agreed to by both Parties.
2. The establishment of a Partnering shall not change or modify the terms and conditions of the
Contract and shall not relieve either party of the legal requirements of the Contract.
3. The goals of Partnering include the following:
a. The Engineer and Contractor’s representatives, including Contractor’s
Subcontractors, actively working together as partners.
b. Avoidance of destructive confrontation and litigation among the parties.
c. Mutual understanding on how the Work is to be conducted.
d. Establishment of mutual key results to facilitate Project success.
e. Establishment of an atmosphere of teamwork, trust, and open communication.
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 111 of 214
3-14.1 Payment.
1. The payment for providing a facilitator and a workshop site shall be borne equally by the
Agency and Contractor. Contractor shall pay in advance all compensation for the costs of the
facilitator and for the costs of obtaining the workshop site.
2. Unless a Bid item has been provided for “Partnering,” the Agency’s share of such costs shall
be reimbursed to Contractor as Extra Work. Markups shall not be added. Other costs
associated with the Partnering relationship shall be borne separately by the party incurring
the costs.
ADD 3-15 PUBLIC CONVENIENCE
1. The Contractor shall provide and maintain safe and adequate pedestrian and vehicular access
to fire hydrants; hospitals; police and fire stations; commercial and industrial establishments
including churches, schools and parking lots; service stations; public transportation;
pedestrian crossing; motels and establishments of similar nature. Access shall be continuous
and unobstructed unless otherwise approved by the Engineer.
2. The Contractor shall provide access for emergency vehicles and mail delivery and trash
collection services. The trash hauling schedule can be obtained by contacting Republic
Services at Customer Support | Republic Services.
3. During paving operations, the Contractor shall provide paved parking within 800 feet of the
affected residences or businesses unless otherwise approved by the Engineer.
4. The Contractor shall provide notification 72 hours prior to the start of construction in the
public right-of-way that affects vehicular traffic, parking, or pedestrian routes. For a full street
closure, all residences and/or businesses on the affected street or alley shall be notified. For
partial street closures or for curb, sidewalk or driveway repairs, the residences and/or
businesses directly affected by the Work shall be notified. The notice shall:
a. Be written and hand delivered.
b. State the date and time the Work will begin and its anticipated duration.
c. Provide a brief description of the Work and simple instructions to the home or
business owner on actions to facilitate the construction.
d. List 2 telephone numbers 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. An
answering machine shall not be connected to either number.
e. For residences, be prepared on 65-lb. brightly colored card stock or equivalent
durability with contrasting, 12-point font or larger printing; pre-cut in a manner for
hanging on a doorknob; and minimum size of 3-1/2 inches wide by 8-1/2 inches long
(refer to the appendices for an example).
f. Be approved by the Engineer prior to distribution.
5. The Contractor shall post “No Parking” signs 72 hours in advance of the Work. The 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. If the Work is delayed or rescheduled, the signs shall
be removed and re-posted 72 hours in advance of the rescheduled Work.
6. Payment for public convenience shall be considered as included in the Contract Price for each
item in the Bid and no additional payment will be made.
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 112 of 214
ADD 3-16 SITE ACTIVITIES BY THE AGENCY OR SEPARATE CONTRACTORS
3-16.1 The Agency’s Right to Award Separate Contracts.
1. The Agency reserves the right to perform work or operations outside the Scope of Work of
the Contract related to the Project with Agency Forces, Separate Contractors, or both. If work
to be performed by another party was not noted in the Contract, the Agency shall give written
notice to Contractor 10 Working Days prior to the start of any Work. If Contractor determines
that the work being performed by the Agency or others may interfere with or cause damage
to Work being performed by Contractor, notify the Engineer in writing within 3 Working Days
of the Engineer’s notice.
3-16.2 Integration of the Work with Separate Contractors.
1. When specified in the Contract Documents, prepare a plan to integrate the work performed
by Separate Contractors, Agency Forces, or both with the performance of the Work and
submit the plan to the Engineer for approval. The plan shall be fair and reasonable for
Contractor and the Separate Contractors. Work with Separate Contractors to reach an
agreement for the prepared plan. Arrange the performance of the work so that the Work and
the work of the Separate Contractors are, to the extent applicable, properly integrated and
jointed in a manner that avoids any damage to the Work or to the work of the Separate
Contractors.
3-16.3 Coordination.
1. Coordinate Contractor’s activities and the Schedule with the activities and schedules of the
Separate Contractors and make any revisions to the Schedule deemed necessary to avoid any
disruption to the Work or to the work of the Separate Contractors.
3-16.4 Use of Site.
1. Provide the Agency and the Separate Contractors reasonable opportunities for the storage of
materials and equipment and performance of their work. Connect and coordinate work and
operations with the work and operations of the Agency and the Separate Contractors as
required by the Contract Documents.
2. Coordinate traffic control with the Separate Contractors for other projects and minimize the
impact to the community. Prior to the start of construction, submit Contractor’s plan for
coordination.
3-16.5 Deficiency in Work of Separate Contractors.
1. If part of Contractor’s Work depends on proper execution or results upon construction or
operations by the Agency or a Separate Contractor, prior to proceeding with that portion of
the Work, promptly report to the Separate Contractor and the Engineer any apparent
discrepancies or defects in construction that would render it unsuitable for proper execution
and results. Use good faith efforts to resolve any such discrepancies or defects or any related
disagreements. Contractor’s failure to report constitutes Contractor’s acceptance of the
Work of Separate Contractors as fit, proper, and coordinated with the Work.
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 113 of 214
3-16.6 Payment.
1. Payment for reporting deficiencies, coordinating, and resolving discrepancies shall be
included in the Contract Price.
SECTION 4 – CONTROL OF MATERIALS
4-1 PROTECTION
ADD the following:
1. The Contractor shall repair or replace any equipment and materials in the event of vandalism,
damage, or theft at no additional cost to the Agency.
2. 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.
3. All costs to the Contractor for protecting, removing, and restoring existing improvements
shall be included in the Bid.
4. The Agency and affected utility companies have, by a search of known records, endeavored
to locate and indicate on the Plans, all utilities which exist within the limits of the Work.
However, the accuracy and/or completeness of the nature, size and/or location of utilities
indicated on the Plans is not guaranteed.
5. The Contractor shall determine the location and depth of all utilities, including service
connections, which have been marked by the respective owners and which may affect or be
affected by its operations. If no pay item is provided in the Contract for this Work, full
compensation for such Work shall be considered as included in the prices Bid for other items
of Work.
6. The Contractor shall not interrupt the service function or disturb the support 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.
7. 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.
8. 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.
9. 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.
10. When placing concrete around or contiguous to any non-metallic utility installation, the
Contractor shall at its expense:
a. Furnish and install a 2-inch cushion of expansion joint material or other similar
resilient material; or
b. Provide a sleeve or other opening which will result in a 2-inch minimum-clear annular
space between the concrete and the utility; or
c. Provide other acceptable means to prevent embedment in or bonding to the
concrete.
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 114 of 214
11. 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 protection 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 procedures required to maintain or restore the integrity of the system.
12. Unless otherwise specified, the Contractor shall remove all interfering portions 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.
13. When feasible, the owner is responsible for utilities within the area affected by the Work will
complete their necessary installations, relocations, 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 Contract
Documents. Utilities which are relocated 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.
14. 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.
15. 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.
16. 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 property line, or between a meter and the limits of temporary construction or
slope easements. The relocation of such service connections will be paid and will include the
restoration of all existing improvements which may be affected by the relocation. The
Contractor may agree with the owner of any utility to disconnect and reconnect interfering
service connections. The Agency will not be involved in any such agreement.
17. 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
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 115 of 214
physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of
the utility agency or company. Such temporary omission shall be for the Contractor’s
convenience and no additional compensation will be allowed therefore or for additional
work, materials or delay associated with the temporary omission. The portion thus omitted
shall be constructed by the Contractor immediately following the relocation of the utility
involved unless otherwise directed by the Engineer.
18. The Contractor shall notify the Engineer of its Construction Schedule insofar as it affects the
protection, removal, or relocation of utilities. The notification shall be included as a part of
the Construction Schedule. The Contractor shall notify the Engineer in writing of any
subsequent changes in the Construction Schedule which will affect the time available for
protection, removal, or relocation of utilities.
19. 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.
20. The Contractor may be given an extension of time for unforeseen delays attributable to
unreasonably protracted interference by utilities in performing the Work correctly shown on
the Plans.
21. 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 identified 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.
22. The Contractor will be compensated for damages incurred due to delays for which the Agency
is responsible or for delays attributable to interferences, relocations, or alterations not
covered by the Contract Documents. These damages for delay will be determined by the
Engineer. The Agency shall not be liable for damages which could have been avoided by the
judicious handling of forces, equipment, or plant. These avoidable damages will be
determined by the Engineer. The Engineer may grant Contractor an extension of time for
damages due to delay.
23. 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.
4-2 INSPECTION
4-2.1 General
ADD the following:
1. All costs of inspection at the source, including salaries and mileage costs, shall be paid by the
Contractor.
2. Materials typically accepted by Certificate of Compliance shall not require inspection at the
source unless specified in the Contract Documents. For a list of these items or materials,
Contractor may refer to the Summary of Work.
3. Location changes to the source of materials requiring inspection without the required 24-
hour notification may result in non-compliant material subject to rejection. Contractor shall
be responsible for staff charges resulting from last minute changes or cancellations once staff
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 116 of 214
has been deployed. The Engineer shall issue a deductive Field Order for a minimum of 2 hours
of staff time to reimburse the Agency for misdirected staff charges. The Contractor shall be
notified in writing of the additional staff charges incurred.
4. Steel pipe in sizes larger than 18 inches shall require inspection at the source of production.
5. Vitrified clay and cast-iron pipe in all sizes are acceptable upon submittal of a Certificate of
Compliance, subject to sampling and testing by the Agency.
6. Agency staff or a qualified inspection agency approved by the Engineer shall witness all
welding, lining, coating, and testing. Contractor shall incur additional inspection costs
outlined in 4-2.3, “Inspection of Items Not Locally Produced.”
7. All parts of production (including but not limited to product fabrication, welding, testing,
lining, and coating of straight pieces and specials) shall be performed or produced in the
United States.
8. Welding and all testing shall be performed by certified welders and testing staff with
credentials traceable in the United States.
9. 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 California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of
Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations
as may apply. Contractor shall furnish Engineer with such information as may be necessary
to keep the Engineer fully informed regarding progress and manner of work and character of
materials. Inspection or testing of the whole or any portion of the Work or materials
incorporated in the Work shall not relieve Contractor from any obligation to fulfill this
Contract.
4-2.3 Inspection of Items Not Locally Produced
ADD the following:
1. The Engineer may elect Agency staff or Consultants to perform inspection of an out-of-town
manufacturers. The Contractor shall incur additional inspection costs of the Engineer
including lodging, meals, and incidental expenses based on Federal Per Diem Rates, along
with travel and car rental expenses. If the manufacturing plant operates a double shift, a
double shift shall be figured in the inspection costs.
a. At the option of the Engineer, full time inspection shall continue for the length of the
manufacturing period. If the manufacturing period will exceed 3 consecutive weeks,
Contractor shall incur additional inspection expenses of the Engineer’s supervisor for
a trip of 2 Working Days to the site per month.
b. When the Engineer elects Agency staff or Consultants to perform out-of-town
inspections, the wages of staff employed by the Agency shall not be part of the
additional inspection expenses paid by Contractor.
c. Federal Per Diem Rates can be determined at the location below:
https://www.gsa.gov/portal/content/104877
2. Specialty Testing of Foreign Materials.
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 117 of 214
a. Materials that are manufactured, produced, or fabricated outside of the United States
shall be delivered to a distribution point in California, unless otherwise specified.
Quality Control and related testing shall be performed to all applicable specified US
standards. Manufacturer’s testing and staff certification shall be traceable to a United
States regulatory agency. Retain the materials for a sufficient period of time to permit
inspection, sampling, and testing. The Contractor shall not be entitled to an extension
of time for acts or events occurring outside of, at point of entry, or during transport
to the United States, unless the extension is acceptable to the Engineer.
ADD 4-2.4 Specialty Inspection Paid for by the Contractor
1. Contractor shall employ and pay for the services of a qualified inspection agency to perform
specialty inspection services if required by the Contract Documents.
2. The payment for the specialty inspection service Work shall be included under the Bid item
for “Specialty Inspection Paid For By the Contractor.”
3. When an Allowance Bid item for “Specialty Testing Under the Direction of the Engineer” is
provided, Contractor shall employ and pay for the services of a qualified third-party
independent laboratory to perform the required testing. Contractor shall be reimbursed for
the cost of testing under this Bid item.
4. Contractor shall be reimbursed for the cost of specialty inspections when an Allowance Bid
item is included in the Bid otherwise the cost is the responsibility of the Contractor if the
manufacturer requires a specialty inspection service.
4-3 TESTING
ADD the following:
1. Except as specified in these Special Provisions, the Agency will bear the cost of testing of
locally produced materials and/or on-site workmanship where the results of such tests meet
or exceed the requirements indicated in the Standard Specifications, Technical Specification,
and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor.
2. At the option of the Engineer, the source of supply of each of the materials shall be approved
by the Engineer before the delivery is started. All materials proposed for use may be
inspected or tested at any time during their preparation and use. If, after incorporating such
materials into the Work, it is found that sources of supply that have been approved do not
furnish a uniform product, or if the product from any source proves unacceptable at any time,
the Contractor shall furnish approved material from other approved sources. If any product
proves unacceptable after improper storage, handling or for any other reason it shall be
rejected, not incorporated into the Work and shall be removed from the Project Site all at the
Contractor’s expense.
3. 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. The tests may be made
at any place along the Work as deemed necessary by the Engineer. The costs of any retests
made necessary by noncompliance with the specifications shall be borne by the Contractor.
4-4 TRADE NAMES
ADD the following:
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 118 of 214
1. Whenever materials or equipment are indicated in the Contract Documents by using the
name of a proprietary item or the name of a particular supplier, the naming of the item is
intended to establish the type, function, and quality required.
2. Unless stated otherwise, materials or equipment of other suppliers may be accepted if
sufficient information is submitted to the Engineer for review to determine whether the
material or equipment proposed is equivalent or equal to that named.
3. For reviews prior to Bid:
a. The Engineer shall respond to Contractor’s substitution proposal by the last date for
issuing an Addendum for the Contract. If the Engineer fails to respond to Contractor’s
substitution proposal before the Bid due date, the substitution proposal shall be
deemed denied.
b. Contractor may bring forward a substitution proposal after Award that was denied
based on the Engineer’s failure to respond by submitting a Cost Reduction Proposal
in accordance with 2-6.1, “Cost Reduction Proposal.”
4. Include the following information in the request for substitution:
a. Whether or not acceptance of the substitute for use in the Work shall require a change
in any of the Contract Documents to adopt the design to the proposed substitute.
b. Whether or not incorporation or use of the substitute in connection with the Work is
subject to the payment of any license fee or royalty.
c. All variations of the proposed substitute from the items originally specified shall be
identified.
d. Available maintenance, repair, and replacement service requirements. The
manufacturer shall have a local service agency within 50 miles (80.5 km) of the Site
which maintains properly trained personnel and adequate spare parts and is able to
respond and complete repairs within 24 hours.
e. Certifications from the manufacturer or service provider that the proposed substitute
shall perform the intended function adequately under the expected service
conditions, achieve the results called for by the general design, and be similar and of
equal substance to that indicated.
5. There is no guaranteed time frame for the Engineer’s review of the substitution requests. Any
lack of action on the Engineer’s side within Contractor’s requested time does not constitute
acceptance of the substitution.
6. If, in the opinion of the Engineer, substitute items are determined to be unsatisfactory in
performance, appearance, durability, compatibility with existing equipment or systems,
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.
7. The burden of proof as to the type, function, and quality of any such substitute product,
material or equipment shall be upon Contractor. The Engineer may require at Contractor’s
expense additional data about the proposed substitute.
8. Acceptance by the Engineer of a substitute item does not relieve Contractor of the
responsibility for full compliance with the Contract Documents. If the Engineer takes no
exceptions to the proposed substitution, it shall not relieve Contractor from Contractor’s
responsibility to the efficiency, sufficiency, quality, and performance of the substitute
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 119 of 214
material or equipment in the same manner and degree as the material and equipment
specified by name.
9. The Bid submittal shall be based on the material and equipment specified by name in the
Contract. If the proposal is rejected by the Engineer, Contractor shall not be entitled to either
an extension in Contract Time, an increase in the Contract Price, or both.
10. As applicable, no Shop Drawing or Working Drawing submittals shall be made for a substitute
item nor shall any substitute item be ordered, installed, or utilized without the Engineer’s
prior written approval.
11. The Contractor is responsible for the satisfactory performance of substituted items. If, in the
sole opinion of the Engineer, the substitution is determined to be unsatisfactory in
performance, appearance, durability, compatibility with associated items, availability of
repair parts and suitability of application the Contractor shall remove the substituted item
and replace it with the originally specified item at no cost to the Agency.
4-5 WEIGHING AND METERING EQUIPMENT
REPLACE the first paragraph with the following:
All scales and metering equipment used for proportioning materials shall be inspected for
accuracy and certified within the past 12 months by the State of California Bureau of Weights
and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic
registered with or licensed by the County.
SECTION 5 – LEGAL RELATIONS AND RESPONSIBILITIES
5-1 LAWS AND REGULATIONS
ADD the following:
1. 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
prohibitions against discrimination, harassment, and retaliation. The Contractor shall forfeit
to the Agency the penalties prescribed in the Labor Code for violations.
2. Each worker shall be paid subsistence and travel as required by the collective bargaining
agreement on file with the State of California Department of Industrial Relations.
3. The Contractor’s attention is directed to Labor Code Section 1776 which imposes
responsibility 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 remaining provisions of the Labor Code.
4. Municipal ordinances that affect this Work include Chapter 11.06. Excavation and Grading. If
this notice specifies locations or possible materials, such as borrow pits or gravel beds, for
use in the proposed construction Project which would be subject to Fish and Game Code
Section 1601 or 1603, the conditions established in Fish and Game Code Section 1601 et seq.
shall become conditions of the Contract.
5-3.3 Payroll Records.
ADD the following:
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 120 of 214
1. The Contractor and its Subcontractors shall maintain and furnish to the Agency, at a
designated time, a certified copy of each weekly payroll reflecting the wages containing all of
Contractor’s and Subcontractors’ employees engaged in the Work and a statement of
compliance signed under penalty of perjury.
5-3.4 Hours of Labor
ADD the following:
1. Unless otherwise approved in writing by the Engineer, the hours of work shall be between
the hours of 7:00 AM and 4:00 PM on Mondays through Fridays, excluding Agency holidays.
The Contractor shall obtain the written approval of the Engineer if the Contractor desires to
work outside these 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 stated hours and/or days when, in his/her sole opinion, such work
conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor
shall pay the inspection costs of such work.
2. The Contractor shall incorporate the dates, areas and types of work prohibited in this section
in the Construction Schedule. 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.
5-4 INSURANCE
5-4.1 General.
ADD the following:
1. 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 by the Contractor, his or her agents, representatives,
employees or Subcontractors. The insurance shall meet the City’s policy for insurance as
stated in City Council Policy No. 70.
a. Coverages and Limits: Contractor shall maintain the types of coverages and minimum
limits specified in these Agency Supplemental General Provisions (00 73 00):
i. Commercial General Liability (CGL) Insurance: Insurance written on an
“occurrence” basis, 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
the120equireed occurrence limit.
ii. 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.
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 121 of 214
iii. Workers’ Compensation and Employers’ Liability Insurance: Workers’
compensation limits as required by the Labor Code 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 Contract with the exception of Workers’ Compensation and Business
Automobile Liability Insurance contain, or are endorsed to contain, the following
provisions.
i. The Agency, its officials, employees and volunteers must 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 Agency, its officials, employees or volunteers. All additional
insured endorsements must be evidenced using separate documents attached
to the certificate of insurance; 1 for each company affording general liability,
and employers’ liability coverage.
ii. The Contractor’s insurance coverage shall be primary insurance as respects
the Agency, its officials, employees and volunteers. Any insurance or self-
insurance maintained by the Agency, its officials, employees or volunteers
shall be in excess of the Contractor’s insurance and shall not contribute with
it.
iii. Any failure to comply with reporting provisions of the policies shall not affect
coverage provided to the Agency, its officials, employees or volunteers.
iv. 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 Contract shall be
endorsed to state that coverage shall not be nonrenewed, suspended, voided,
canceled, or reduced in coverage or limits except after 10 Calendar Days’ prior written
notice has been sent to the Agency 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 Agency. At the
option of the Agency, either: the insurer shall reduce or eliminate such deductibles or
self-insured retention levels as respects the Agency, 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 Contract shall
contain a waiver of all rights of subrogation the insurer may have or may acquire
against the Agency 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 Subcontractors shall be subject to all of the
requirements stated in these Agency Supplemental General Provisions (00 73 00).
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 122 of 214
g. Acceptability of Insurers. Insurance must 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 No. 70.
h. Verification of Coverage. Contractor shall furnish the Agency with certificates of
insurance and original endorsements affecting coverage required by this clause. The
certificates and endorsements for each insurance policy are to be signed by a person
authorized by that insurer to bind coverage on its behalf. The certificates and
endorsements are to be in forms approved by the Agency and are to be received and
approved by the Agency before the Contract is executed by the Agency.
i. Coverage and Limits. Contractor will maintain the types of coverage and minimum
limits indicated below unless the Risk Manager or City Manager or Executive Manager
approves a lower amount. These minimum amounts of coverage will not constitute
any limitations or cap on Contractor’s indemnification obligations under this Contract.
Agency, its officers, agents, and employees make no representation that the limits of
the insurance specified to be carried by Contractor pursuant to this Contract are
adequate to protect Contractor. If Contractor believes that any required insurance
coverage is inadequate, Contractor will obtain such additional insurance coverage, as
Contractor deems adequate, at Contractor’s sole expense. The full limits available to
the named insured shall also be available and applicable to the Agency as an
additional insured.
j. Cost of Insurance. The Cost of all insurance required under this Contract shall be
included in the Contractor’s Bid.
5-6 PATENTS FEES AND ROYALTIES.
DELETE in its entirety and SUBSTITUTE with the following:
1. Contractor shall pay, at no additional cost to the Agency, all applicable royalties and license
fees arising from the Work. Contractor shall indemnify and defend all claims and lawsuits for
infringement of patent, trademark, and copyright against the Agency and shall hold the
Agency harmless from any loss.
5-7 SAFETY
5-7.1.1 General.
ADD the following:
1. When conducting grading or excavation, place Contractor’s name and emergency telephone
number adjacent to the Work at intervals and locations approved by the Engineer. The
method of posting shall be approved by the Engineer.
2. The Contractor shall respond and initiate corrective action in accordance with OSHA and
within 24 hours of the notice of the nonconforming Work that poses an imminent threat to
person or property.
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 123 of 214
3. 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.
ADD: 5-7.1.3 Health and Safety Plan (HSP).
1. The Contractor is ultimately responsible for the health and safety of Contractor’s employees.
These specifications shall not be construed to limit Contractor’s liability nor to assume that
the Agency, its employees, or designees shall assume any of Contractor’s liability associated
with Site safety considerations.
2. Contractor shall have a HSP in effect at least 1 week prior to the commencement of the Work.
The HSP shall comply with all OSHA and other applicable requirements.
3. The HSP shall specifically address procedures and protocols that shall be followed to monitor
for or respond to the presence of hazardous atmosphere, possibility for engulfment, gasses
due to organic soils or proximity to landfills, exposure to hazardous products such as may be
released when grinding, cutting, or torching galvanized or painted surfaces or asbestos
containing materials, contaminated soil, and groundwater. Identify response actions that
shall be taken when these conditions are encountered.
4. The Agency shall not assume any role in determining the adequacy of the HSP on Contractor’s
behalf.
5-7.3 Use of Explosives.
ADD the following:
1. Explosives may be used only when authorized in writing by the Engineer. The Contractor shall
prepare and submit an application for blasting permit to the City of Carlsbad Engineering
Department and comply with the City’s blasting policy.
5-7.7 Security and Protective Devices.
5-7.7.1 General.
DELETE in its entirety and SUBSTITUTE with the following:
1. Security and protective devices shall consist of fencing, railing, steel plates, or other devices
for the protection of workers or the public from hazards posed by open excavations or any
work in progress. Security and protective devices shall remain in place until the Work is
accepted.
2. Unless otherwise specified, no separate or additional payment will be made for security and
protective devices. Payment shall be included in the Contract price for the various Bid items
requiring such devices.
ADD: 5-7.7.3 Playground Safety. Not Used
5-7.7.2 Security Fencing
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 124 of 214
1. The payment for security fencing Work for open excavations shall be included in the Contract
Price.
5-7.8 Steel Plate Covers
5-7.8.1 General.
ADD the following:
1. The Contractor shall protect transverse or longitudinal cuts, voids, trenches, holes, and
excavations in the right-of-way that cannot be properly completed within 1 Working Day by
adequately designed barricades and structural steel plates (plates) that shall support legal
vehicle loads in such a way as to preserve unobstructed traffic flow.
2. For trench widths exceeding those in Table 5-7.8.2, a structural design shall be prepared by a
California registered civil or structural engineer regularly engaged in the design of shoring
systems.
3. The Contractor shall secure approval in advance from authorities concerning the use of any
bridging proposed on the Work.
4. The Contractor shall shore the trench adequately to support the bridging and traffic loads.
5. The Contractor shall design plates for HS 20-44 truck loading in accordance with Caltrans
Bridge Design Specifications Manual and evaluate soil conditions and ensure that the plate
extends enough beyond the trench walls to support traffic loads.
6. The Contractor shall use the plates skid-resistant with a nominal COF of 0.35 as determined
by California Test Method 342. If a different test method is used, the Contractor may utilize
standard test plates with known coefficients of friction available from each Caltrans District
Materials Engineer to correlate skid resistance results to California Test Method 342.
7. Plates shall provide complete coverage to prevent any person, bicycle, motorcycle, or motor
vehicle from being endangered due to plate movement causing separations or gaps.
8. Alternative installation methods may be submitted in accordance with 3-8, “SUBMITTALS”
for the Engineer’s approval.
9. Contractor shall install signage and postings with a 2 inch (50.8 mm) minimum letter height
indicating the steel plate cover load limit, the Company’s name, and a 24-hour emergency
contact phone number. See 601-1, “GENERAL.”
10. Contractor is responsible for the maintenance of the plates, shoring, and asphalt concrete
ramps or any other approved device used to secure the plates. Contractor shall immediately
mobilize necessary personnel and equipment after being notified by the Engineer, the
Agency, or a member of the public of a repair needed for such items as plate movements,
noise, anchors, and asphalt ramps. Failure to respond to the emergency request within 2
hours shall be grounds for the Agency to perform necessary repairs that shall be invoiced at
the actual cost including overhead or $500 per incident, whichever is greater. Failure may
also result in a “Stop Work” notice.
11. When plates are removed, Contractor shall repair any damage to the pavement with fine
graded asphalt concrete mix or slurry seal satisfactory to the Engineer.
12. The pavement shall be cold planed to a depth equal to the thickness of the plate and to a
width and length equal to the dimensions of the plate. The cold milling shall produce a flat
surface that the plate shall rest on with no horizontal or vertical movement. Horizontal gaps
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 125 of 214
between the unmilled pavement and the plate shall not exceed 25 mm (1 “) and shall be filled
with elastomeric sealant material which may, at the contractor’s option, be mixed with no
more that 50%, by volume, of Type I aggregate conforming to the requirements of tables 203-
5.2 and 203-5.3.
ADD 5-8 INDEMNIFICATION AND HOLD HARMLESS AGREEMENT
1. Contractor agrees to defend, indemnify, and hold harmless Agency, its affiliated and
subsidiary entities, and its elected and appointed officials, officers, directors, managers,
employees and agents (“Indemnified Parties”) from and against all claims asserted, liability
established, or judgments for damages or injuries to any person or property, including to
Contractor’s officers, employees, agents, or subcontractors, arising directly or indirectly out
of the Work, which arise from, are connected with, or are caused or claimed to be caused by
the acts or omissions of Contractor, its officers, employees, agents or subcontractors.
Contractor’s duty to defend, indemnify, and hold harmless shall not include any claims or
liabilities arising from the sole negligence or sole willful misconduct of the Indemnified
Parties.
Contractor further agrees that its duty to defend includes all attorney fees and costs
associated with enforcement of this indemnification provision, defense of any claims arising
from this Contract, and, where a conflict of interest exists or may exist between Contractor
and Agency, the reasonable value of attorney fees and costs if Agency chooses, at its own
election, to conduct its own defense or participate in its own defense of any claim related to
this Contract.
2. Contractor shall also defend and indemnify the Indemnified Parties against any challenges to
the Award of the Contract to Contractor, and Contractor will pay all costs, including defense
costs for the Agency. Defense costs include the cost of separate counsel for the Indemnified
Parties, if the Indemnified Parties request separate counsel.
3. Contractor shall also defend and indemnify the Indemnified Parties 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 Agency. Defense costs include the cost of
separate counsel for the Indemnified Parties, if the Indemnified Parties request separate
counsel.
4. Contractor shall defend, indemnify, protect and hold the Indemnified Parties harmless from
and against any dispute between Contractor and Contractor’s Subcontractors if the
Indemnified Parties are made a party to any judicial or administrative proceeding.
ADD 5-9 CONFLICT OF INTEREST
1. Establish and make known to Contractor’s employees appropriate safeguards to prohibit
employees from using their positions for a purpose that is or gives the appearance of being
motivated by desire for private gain for themselves or others and particularly those with
whom they have family, business, or other relationships. Project personnel shall not accept
gratuities or any other favors from Subcontractors or potential Subcontractors.
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 126 of 214
2. Contractor is subject to all federal, state, and local conflict of interest laws, regulations, and
policies applicable to public contracts and procurement practices (Government Code Sections
1090 et. seq. and 81000 et. seq., the Agency’s Ordinances, and the City of Carlsbad Municipal
Code). If, in performing the Work, Contractor makes or participates in a “governmental
decision” in accordance with Title 2, Section 18701, subdivision (a)(2) of the California Code
of Regulations, or performs the same or substantially all the same duties for Agency that
would otherwise be performed by an Agency employee holding a position specified in the
Agency’s conflict of interest code, Contractor shall be subject to a conflict of interest code
requiring the completion of 1 or more statements of economic interests disclosing
Contractor’s relevant financial interests.
3. Statements of economic interests shall be made on Fair Political Practices Commission Form
700 and filed with the City of Carlsbad’s City Clerk. Contractor shall file a Form 700 (Assuming
Office Statement) within 30 Calendar Days of the Agency’s written determination that
Contractor shall be subject to a conflict of interest code and file a Form 700 (Annual
Statement) on or before April 1st disclosing any financial interests held during the previous
calendar year for which Contractor was subject to a conflict of interest code.
4. If the Agency requires Contractor to file a statement of economic interests as a result of the
Work performed, Contractor shall be considered an “Agency Official” for conflict of interest
purposes, including the prohibition against lobbying the Agency for 1 year following the
expiration or termination of the Contract.
5. Contractor’s personnel employed on the Project shall not accept gratuities or any other favors
from any Subcontractors or potential Subcontractors. Contractor shall not recommend or
specify any product, supplier, or other Contractor with whom Contractor has a direct or
indirect financial or organizational interest or relationship that would violate conflict of
interest laws, regulations, or policies.
6. If Contractor violates any conflict of interest laws or any of these conflict of interest
provisions, the violation shall be grounds for immediate termination of this Contract. Further,
the violation subjects Contractor to liability to the Agency for all damages sustained as a result
of the violation.
ADD the following: 5-10 ELECTRONIC COMMUNICATION
1. When specified in the Contract Documents, Contractor shall post all communications
addressed to the Engineer concerning construction including RFIs, submittals, daily logs, and
transmittals to the Project management website established for the Project. The Contractor
shall maintain a list of scheduled activities including planned and actual execution dates for
all major construction activities and milestones defined in the approved Schedule. The
Contractor shall review and act on all communications addressed to the Contractor in the
Project management website. A user’s guide to the Project management system may be
available on the City’s website and shall be provided to Contractor at the Pre-construction
Meeting.
2. The payment for electronic communications shall be included in the Contract Price.
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 127 of 214
ADD the following: 5-11 STATUTORY REFERENCES
1. All references in these Agency Supplemental General Provisions (00 73 00) to any statute,
rule or regulation are to the statute, rule or regulation as amended, modified, supplemented,
or replaced from time to time by the corresponding legislative or regulatory body.
SECTION 6 – PROSECUTION AND PROGRESS OF THE WORK
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK
ADD the following:
1. A Payment for the Construction Schedule shall be included in the Contract Price and no
separate payment will be made, therefore.
6-2 PROSECUTION OF WORK
ADD the following:
1. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all
excavations and restores to usefulness all improvements existing prior to the start of the
Work.
2. When a Subcontractor fails to prosecute a portion of the Work in a manner satisfactory to
the Agency, Contractor shall remove such Subcontractor immediately upon written request
of the Agency and shall request approval of a replacement Subcontractor to perform the
Work in accordance with the Subletting and Subcontracting Fair Practices Act (Pub. Contract
Code, § 4100 et seq.) at no added cost to the Agency.
ADD the following: 6-2.1 Order of Work.
1. The Contractor shall incorporate the requirements of the city, utility companies or agencies
having jurisdiction over the Work in accordance with 2-4 Cooperation and Collateral Work,
including any phasing requirements identified on the Plans or Special Provisions.
2. If construction and demolition operations are within an active public space, the Contractor
shall submit a phasing plan to the Engineer to accommodate accessibility to the public and
Agency staff. Phasing plan must be approved before Work starts. Phasing plan will be
considered part of the mobilization Bid item and shall include any revisions or
implementation of the Plan.
ADD the following: 6-2.2 Moratoriums.
1. When moratorium periods are specified in the Special Provisions, Contractor shall stop Work
and completely demobilize all construction related activity, equipment, and materials within
the stated limits prior to the beginning of the moratorium periods at no additional cost to the
Agency. The Contractor shall complete any Work that has been started prior to the start of
the moratorium.
2. Contractor shall restore and clean the Site prior to each moratorium. The Contractor shall not
leave equipment, materials, or traffic control on the Site during the moratorium periods.
Trenches shall be backfilled during moratorium periods. Temporary resurfacing or steel plate
covers over trenches shall not be used.
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 128 of 214
3. The payment for complying with moratorium requirements shall be included in the Contract
Bid. Contractor shall not be entitled to any additional costs for repeated mobilization and
demobilization to continue the Work after the moratorium periods.
6-3 TIME OF COMPLETION
6-3.1 General.
ADD the following:
1. Unless otherwise specified in the Contract, the time of completion of the Contract shall be
expressed in both Calendar and Working Days.
2. The number of Working Days specified for the walk-through, preparation, and the completion
of Punchlist items until acceptance shall be included in the stipulated Contract Time.
3. For pipeline Projects, the following shall be included in the stipulated Contract Time:
a. Complete each street segment within 15 Working Days from the day the slurry seal or
asphalt overlay is placed. Each completed segment shall include other incidental Work
items (weed abatement, damaged asphalt pavement replacement, asphalt patching,
resurfacing, striping, markings, raised pavement markers, and inlet markers).
b. Where shutdowns of 16-inch and larger pipes are required, there is a shutdown
moratorium from May until October. The Contractor shall plan and schedule Work
accordingly. No additional payment or Working Days will be granted for delays due to
the moratorium.
4. When specified in the Contract Documents, the PEP is included in the stipulated Contract
Time and shall begin with the acceptance of the installation of the vegetation plan in
accordance with Part 8 – LANDSCAPING AND IRRIGATION.
5. The Contractor shall obtain the written approval of the Engineer to perform any Work outside
of normal Work hours. This approval must be obtained at least 48 hours prior to
commencement of such Work. The Contractor shall pay any additional costs for inspection or
testing of such Work.
6. Work that is required by the Engineer to occur outside of normal Work hours will be identified
in the Special Provisions.
7. The Contractor shall not perform Work during moratoriums per 6-2.2 or during any periods
of restriction identified in agency permits or Project environmental documents and shall
include all such schedule constraints in the Construction Schedule.
8. No additional payment or adjustment of Bid item prices or adjustment of Contract Time will
be made for the Contractor’s inability to work outside of normal Work hours if Contractor’s
request is denied by the Engineer or during prohibited periods.
9. Contractor’s schedule shall plan for a minimum of 2 weeks after final walk-through to receive
a final punch list from the Agency. Punch list items can be worked on during this 2-week
period.
6-4 DELAYS AND EXTENSIONS OF TIME
6-4.1 General.
ADD the following:
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 129 of 214
1. The Agency shall only grant an extension of time if the Extra Work or unforeseen condition
impacts the Project’s critical path. All requests for an extension in Contract Time for any Extra
Work or unforeseen event shall be demonstrated by using the CPM. No other scheduling
method shall be used to calculate the Project’s schedule.
6-4.2 Extensions of Time.
DELETE in its entirety and SUBSTITUTE with the following:
1. The Contract Time shall be modified only by Change Order.
2. Contractor shall immediately submit to the Agency a written request for a Change Order to
modify the Contract Time, but in no event later than 1 Working Day after the occurrence and
discovery of the events giving rise to the request. Contractor shall include in Contractor’s
request a general description of the basis for and the estimated length of any extension and
submit supporting data, including a time impact analysis setting forth the claimed Critical
Path impacts to the Construction Schedule consistent with Section 1.14 (Change Orders,
Delays, and Extensions of Time).
3. The Engineer shall not grant an extension of Contract Time unless Contractor demonstrates,
through an analysis of the critical path, the following:
a. The event causing the delay impacted the activities along the Project’s critical path.
b. The increases in the time to perform all or part of the Project beyond the Contract
Time arose from unforeseeable causes beyond Contractor’s control and without
Contractor’s fault or negligence.
c. All Project float has been used.
4. The Engineer shall issue a weekly document that stipulates the Contract Time. If Contractor
does not agree with this document, Contractor shall submit to the Engineer for review a
written protest supporting Contractor’s objections to the document within 15 Working Days
after receipt of the weekly document. Contractor’s failure to file a timely protest shall
constitute Contractor’s acceptance of the Engineer’s weekly document.
a. Contractor’s protest will be considered a claim for time extension and shall be subject
to 2-10.1, “Claims.”
6-4.4 Written Notice and Report.
DELETE in its entirety and SUBSTITUTE with the following:
1. Contractor’s failure to file with the Engineer a written request and report of cause within 24
hours will be considered grounds for refusal by the Agency to consider such request.
2. The Contractor shall provide written notice to the Engineer within 2 hours after the beginning
of the delay, or when the Contractor has placed any workers or equipment on standby for any
reason that the Contractor has determined to be caused by the Agency or by any organization
that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily
written notice to the Engineer, each Working Day, throughout the duration of such period of
delay. The initial and continuing written notices shall include the classification of each worker
and supervisor and the make and model of all equipment placed on standby, the cumulative
duration of the standby, the Contractor’s opinion of the cause of the delay and a cogent
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 130 of 214
explanation of why the Contractor could not avoid the delay by reasonable means. Should the
Contractor fail to provide the notice(s) required by this section the Contractor agrees that no
delay has occurred and that it will not submit any claim(s) therefore.
3. The request for payment or extension must be made at least 15 Calendar Days prior to the
specified completion date. Failure by the Contractor to provide notices and reports as
specified in the Contract will be considered grounds for refusal by the Agency to consider such
request.
6-6 SUSPENSION OF THE WORK
6-6.1 General.
ADD the following:
1. The Agency reserves the right to shut down any trenching operation if Contractor is not
proceeding within a reasonable period of time to restore the pavement and Site cleanup. A
reasonable period of time is considered to be 5 to 10 Working Days after backfilling any 1
block, approximately 600 feet, of pipeline. The Engineer shall determine the period of time
allowed which shall not be subject to dispute.
2. During periods when the Work is suspended, Contractor shall be prepared for any emergency
Work that shall be supervised by Contractor’s representative.
3. Trenching operations are subject to suspension if the Contractor does not comply with the
requirements for the maximum length of open trench specified in 306-3.5.
6-7 TERMINATION OF THE CONTRACT FOR DEFAULT
6-7.1 General.
DELETE in its entirety and SUBSTITUTE with the following:
1. Prior to the Acceptance of the Work, Contractor shall be found in default of the Contract if:
a. Contractor becomes insolvent, assign Contractor’s assets for the benefit of
Contractor’s creditors, are unable to pay Contractor’s debts as they become due, or
are otherwise financially unable to complete the Work.
b. Contractor abandons the Work by failing to report to the Site and by failing to
diligently execute the Work to completion.
c. Contractor disregards written instruction from the Engineer or materially violates
provisions of the Contract Documents.
d. Contractor fails to execute the Work according to the Schedule approved by the
Engineer.
e. Contractor disregards laws or regulations of any public body having jurisdiction.
f. Contractor commits continuous or repeated violations of regulatory or statutory
safety requirements.
g. Contractor fails to notify the Engineer upon discovery of items of Native American,
Archaeological, or Paleontological interests.
2. Notices and other written communications regarding default between the Contractor, the
Agency, and the Surety shall be transmitted in accordance with 5- 2, “SPECIAL NOTICES.”
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 131 of 214
6-8 TERMINATION OF THE CONTRACT FOR CONVENIENCE.
DELETE in its entirety and SUBSTITUTE with the following:
1. At any time, the Agency may at its sole discretion terminate this Contract in whole or in part.
If the Agency decides to terminate this Contract for convenience, the Agency shall issue a
written notice of termination for convenience in accordance with 5-2, “SPECIAL NOTICES.”
Upon receipt of this notice, Contractor shall immediately proceed as follows:
a. Stop Work immediately or in accordance with the Notice of Termination.
b. Notify Subcontractors and Suppliers to immediately cease their Work and place no
further subcontracts for materials, services, or facilities except as necessary to
complete any authorized continued portion of the Contract.
c. Terminate all subcontracts to the extent that they relate to the Work terminated.
d. With approval by the Engineer, settle all outstanding obligations arising from the
termination of subcontracts. This approval shall be final for the purposes of this
section.
e. As directed by the Engineer, transfer and deliver completed or partially completed
drawings, plans, calculations, specifications, and any other documents and records
that, if the Contract had been completed, would be required to be furnished to the
Agency.
f. Complete the performance of the Work not terminated.
g. Take all necessary steps and actions to minimize all costs to the Agency as a result of
the termination.
h. Take any action that may be necessary or that the Engineer may direct for the
protection and preservation of the property related to the Contract that is in
Contractor’s possession and in which the Agency has or may acquire an interest.
6-8.1 Termination Cost.
1. The Agency shall determine and pay Contractor the fair and reasonable amounts for
Contractor’s termination cost as follows:
a. The Contract Price for completed services accepted by the Engineer not previously
paid or adjusted for any saving of freight and other charges.
b. The fair and reasonable cost of settling and paying termination settlements for
terminated subcontracts that are chargeable to the terminated portion of the
Contract.
c. The Agency shall pay Contractor a prorated amount of profit for Work that Contractor
performed. The Agency shall not pay for lost profit on Work that was not performed
by Contractor.
6-8.2 Termination Settlement.
1. After termination, Contractor shall submit a final termination settlement proposal to the
Engineer no later than 3 months from the effective date of termination, unless extended in
writing by the Engineer.
2. If Contractor fails to submit the proposal within the time allowed, the Agency may determine
and pay the fair and reasonable amount that may be due Contractor as a result of the
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 132 of 214
termination. If Contractor does not agree that the amount determined by the Engineer is fair
and reasonable, Contractor must notify the Engineer within 30 Calendar Days of receipt of
payment.
6-8.3 Determination of Amount Due the Contractor.
1. In determining the amount due Contractor, the Agency shall deduct the following:
a. The fair value of property destroyed, lost, stolen, or damaged that has become
undeliverable to the Agency.
b. Any claim which the Agency has against Contractor under the Contract.
6-8.4 Records and Documents Relating to Termination.
1. The Engineer will file an Agreement of Mutual Rescission of Contract with the Board. Once
the Agreement is executed and a Notice of Completion is recorded, retention can be released.
2. Unless otherwise specified or required by statute, Contractor shall maintain all records and
documents relating to the terminated portion of the Contract for 3 years after final
settlement. This includes all books and other evidence bearing on Contractor’s costs,
expenses, and settlement under the Contract. Contractor shall make these records and
documents available to the Agency, at Contractor’s office, at all reasonable times, without
any direct charge. If approved by the Engineer, Contractor may maintain photographs,
microphotographs, and other authentic reproductions instead of original records and
documents.
6-8.5 The Agency’s Right to Terminate or Suspend for Loss of Project Funds.
1. The Agency may terminate or suspend the Contract at its sole discretion if the State of
California or its agents render the funds being used to fund this Project unavailable. If the
Agency chooses to suspend the Contract, that suspension shall last until funds are identified
and approved by the Board, whichever is appropriate, to be used to complete this Project. If
the Agency elects under this provision to terminate the Contract, then neither Party is
entitled to compensation from the other Party for any costs arising from such termination.
The Agency may also elect to terminate after invoking a suspension under this provision.
6-9 LIQUIDATED DAMAGES
DELETE in its entirety and SUBSTITUTE with the following:
1. Contractor’s failure to complete the Work within the time allowed shall result in damages
being sustained by the Agency. Such damages are, and shall continue to be, impracticable
and extremely difficult to determine. For each consecutive Working Day in excess of the time
specified for the completion of the Work, as adjusted in accordance with 6-4, “DELAYS AND
EXTENSIONS OF TIME,” Contractor shall pay to the Agency, or have withheld from monies
due it, the sum described in the table below, along with any other damages that may be
sustained by the Agency during the Project, unless otherwise specified in the Special
Provisions.
2. The execution of the Contract shall constitute agreement between Contractor and the Agency
that the liquidated damage amount described in the table below is the value of the damage
caused by Contractor’s failure to complete the Work within the allotted time. Such sum shall
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 133 of 214
not be construed as a penalty and may be deducted from Contractor’s payments if such delay
occurs.
Contract Value Liquidated Damage Daily Amount
Less than $100,000 $1,000
$100,000 and more $2,500
3. Any progress payments made to Contractor after the specified completion date shall not
constitute a waiver of payment for damages sustained by the Agency under this section.
ADD the following: 6-10 RIGHT TO AUDIT
6-10.1 General.
1. The Agency retains the right to review, audit, reasonably access Contractor’s and all
Contractor’s Subcontractor’s premises to review and audit Contractor’s compliance with the
provisions of the Contract. This includes the right to inspect, photocopy, and retain copies,
outside of Contractor’s premises, of all records with appropriate safeguards if such retention
is deemed necessary by the Agency in its sole discretion. The Agency will keep this
information in strictest confidence.
2. Contractor shall include the Agency’s right to audit in its subcontracts and ensure that these
specifications are binding upon all Subcontractors.
6-10.2 Audit.
1. The right to audit includes the right to examine any and all books, records, documents, and
any other evidence of procedures and practices that the Agency determines is necessary to
discover and verify that Contractor are in compliance with all requirements under the
Contract.
2. If there is a claim for additional compensation or for changes in Work, the right to audit also
includes the right to verify all direct and indirect costs which are claimed to have been
incurred, anticipated to be incurred, or for which a claim for additional compensation or for
changes in the Work have been submitted.
3. Contractor shall maintain complete and accurate records in accordance with generally
accepted accounting practices in the construction industry. Contractor shall also make
available to the Engineer for review and audit all Project-related accounting records and
documents and any other financial data. Upon the Engineer’s request, Contractor shall
submit exact duplicates of originals of all requested records to the Engineer.
6-10.3 Compliance Required Before Mediation and Litigation.
1. As a condition precedent to proceeding with mandatory mediation and further litigation
under 2-10.2, “Dispute Resolution Process” Contractor shall comply with the audit
specifications within 60 Calendar Days of the Engineer’s notice to review and audit
compliance. See 5-2, “SPECIAL NOTICES.”
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 134 of 214
6-10.4 Access to Records on Federally Funded Projects.
1. Contractor shall retain all records, books, papers, and documents directly pertinent to the
Contract for a minimum of 5 years after the Agency makes final payments and all other
pending matters are closed and shall allow access to those records to the Agency, the Federal
grantor agency, the Comptroller General of the United States, or any duly authorized
representatives.
SECTION 7 – MEASUREMENT AND PAYMENT
Units of Measurement. The system of measure for this contract shall be the U.S. Standard
Measures.
7-2 LUMP SUM WORK
ADD the following: 7-2.1 Schedule of Values (SOV).
1. Submit a SOV for the lump sum Bid items of the Work to the Engineer for review and approval
at the pre-construction meeting. The total value for the work described in the contract
documents shall be shown in the SOV with category totals reflective of those values
presented in Section 00 41 00 BID FORM, Bid Schedule A in the contract.
2. The SOV shall:
a. Subdivide the Work into its respective parts.
b. Include values for all items comprising the Work.
c. Serve as the basis for monthly progress payments.
3. The Engineer is the sole judge of acceptable numbers, details, and description of values
established. If, in the opinion of the Engineer, a greater number of SOV items than proposed
by Contractor is necessary, add the additional items identified by the Engineer. When
requested by the Engineer, provide substantiating data in support of the SOV.
4. The Contractor shall incorporate the SOV into the cost loading function of the Schedule in
accordance with 6-1, “CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK.”
Monthly progress payment amounts for Lump Sum items shall be determined from the
monthly updates of the Schedule activities.
5. The Contractor shall develop the SOV independently but simultaneously with the
development of the Schedule activities and logic. Incorporate phase funding impacts, if
applicable, into the Schedule.
6. The Contractor shall break down the Work not specifically included in the Bid as necessary
for establishment of cost and Schedule activity.
7. Following acceptance of the SOV, the Contractor shall incorporate the changes (if any) into
the cost loading portion of the Schedule. Where coordination of the Schedule and the SOV
requires changes made to 1 or both documents, the Contractor shall propose changes to the
SOV and to the Schedule activities to satisfy the Schedule cost loading requirements.
8. The Contractor shall update and submit these listings in conjunction with the Schedule
monthly submittals.
9. The Contractor shall incorporate issued Change Orders or Field Orders in the Schedule into
the SOV as single units identified by the Change Order or Field Order number.
10. Changes to the Schedule which add activities not included in the original Schedule but
included in the original Work (schedule omissions) shall have values assigned as accepted by
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 135 of 214
the Engineer. Other activity values shall be reduced to provide equal value adjustment
increases for added activities as accepted by the Engineer.
11. In the event that the Contractor and the Engineer agree to make adjustments to the original
SOV because of inequities discovered in the original accepted SOV, increases and equal
decreases to values for activities may be made.
12. The payment for the preparation of the SOV shall be included in the Contract Price.
7-3 PAYMENT
7-3.1 General.
To paragraph (8), DELETE in its entirety and SUBSTITUTE with the following:
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
plus 25 percent due for such labor or materials will be withheld from payment in accordance with
applicable laws. At the expiration of 30 Calendar Days from the date of recording the NOC, the
amount deducted from the final estimate and retained by the Agency shall be paid to Contractor
except such amounts as are required by law to be withheld by properly executed and filed notices
to stop payment.
ADD the following:
1. Unless specified otherwise, the Contract Price includes use, consumer, and other taxes
mandated by applicable legal requirements. The Contract Price is not subject to adjustment
for tax increases.
2. As provided in California Public Contract Code Section 7105, if the Contract is not financed by
revenue bonds, Contractor is not responsible for the cost of repairing or restoring damage to
the Project when damage was proximately caused by an Act of God, in excess of 5% of the
Contract Price, if the following occur:
a. The damaged portion of the Project was built in accordance with the Contract
requirements.
b. There are no insurance requirements in the Contract for the damages.
3. Guarantee periods shall not be affected by any payment but shall commence on the date of
recordation of the Notice of Completion.
7-3.2 Partial and Final Payment.
To paragraph (5), DELETE in its entirety and SUBSTITUTE with the following:
Pursuant to Public Contract Code Section 22300, Contractor shall have the option, at Contractor’s
expense, to substitute for any money withheld by the Agency, securities equivalent to the
amount being withheld. Securities eligible for such substitution are bank or savings and loans
certificates of deposit or such securities which are eligible for investment pursuant to
Government Code Section 16430. As to any such security or securities so substituted for monies
withheld, Contractor shall be the beneficial owner of same and shall receive any accrued interest.
Such security shall, at Contractor’s request and expense, be deposited with the Agency or with a
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 136 of 214
State or Federally Chartered bank as the escrow agent who shall pay such monies to Contractor
upon notification by the Engineer that payment can be made. Such notification shall be given at
the expiration of 30 Calendar Days from the date of NOC, or as prescribed by law, provided
however, that there shall be a continued retention of the necessary securities to cover 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.
ADD the following:
1. After final inspection, the Engineer will make a Final Payment Estimate and process a
corresponding payment. This estimate will be in writing and shall be for the total amount
owed the Contractor as determined by the Engineer and shall be itemized by the Contract Bid
item and Change Order item with quantities and payment amounts and shall show all
deductions made or to be made for prior payments and amounts to be deducted under
provisions of the Contract. All prior estimates and progress payments shall be subject to
correction in the Final Payment Estimate.
The Contractor shall have 30 Calendar Days from receipt of the Final Payment Estimate to
make a 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 supporting documents within 30 Calendar
Days from receipt of the Final Payment Estimate, the Engineer will review the disputed item
within 30 Calendar Days and make any appropriate adjustments on the Final Payment.
Remaining disputed quantities or amounts not approved by the Engineer will be subject to
resolution as specified in Section 2-10.1.1, Initiation of Claim.
The written statement filed by the Contractor shall be in sufficient detail to enable the
Engineer to ascertain the basis and amount of the disputed items. The Engineer will consider
the merits of the Contractor’s claims. It will be the responsibility of the Contractor to furnish
within a reasonable time such further information and details as may be required by the
Engineer to determine the facts or contentions involved in its claims. Failure to submit such
information and details will be sufficient cause for denying payment for the disputed items.
2. Final Payment and release of Retention shall be paid after Contractor submits the following:
a. An affidavit that payrolls and bills for materials, equipment, and other indebtedness
connected with the Work for which the Agency or the Agency’s property might be
responsible for or encumbered by. Fewer amounts withheld by the Agency shall have
been paid for or otherwise satisfied.
b. A certificate evidencing that insurances required by the Contract Documents shall
remain in force after Final Payment is currently in effect and shall not be canceled or
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 137 of 214
allowed to expire until at least a 30 Calendar Days prior written notice has been given
to the Engineer.
c. Consent of Surety to Final Payment.
d. If required by the Engineer, other data establishing payment or satisfaction of
obligations such as receipts, releases and waivers of liens, claims, and security
interests or encumbrances arising out of the Contract Documents. If a Subcontractor
refuses to furnish a release or waiver required by the Agency, Contractor may furnish
a bond satisfactory to the Engineer to indemnify the Agency against such lien.
e. If required in the Contract Documents, the successful completion and submittal of the
required reports such as construction demolition, waste recycling, and hydrostatic
discharge reports.
f. Required documentation, record drawings, operations manuals, test reports,
warranty documentation, and UL labels shall be submitted before requesting the
release of retention.
ADD the following: 7-3.2.1 Application for Progress Payment.
1. By the 5th day of each month, sign, fill out, and submit to the Engineer a partial payment
estimate that identifies acceptable Work performed during the previous month, or since the
last partial payment estimate was submitted. If requested by the Engineer, provide such
additional data as may be required to support the payment estimate. Such data may include
submission of signed field orders and satisfactory evidence of payment for equipment,
materials, and labor, including payments to Subcontractors and Suppliers.
2. For application for progress payments, Contractor shall use the format required by the
Agency. An electronic copy of the invoice form is available from the Engineer upon request.
Progress payments shall be signed, and the date of the invoice shall be the date that the
invoice is submitted.
3. The Agency shall not pay progress or partial payments until Contractor submits to the
Engineer an updated Schedule. It is solely the Contractor’s responsibility to prepare and
submit the Schedule updates.
4. Disputed or incorrect applications shall be returned to the Contractor within 7 Calendar Days
with documentation describing the reason for the rejection of the payment request.
ADD the following: 7-3.2.2 Amount of Progress Payments.
1. If an undisputed and properly submitted application for payment is received by the Engineer,
the Agency shall pay Contractor within 30 Calendar Days after the Engineer receives the
application for Payment consistent with Public Contract Code Section 20104.50. The Agency
shall pay Contractor for the Work performed, including the payment for offsite stored
materials per section 7-3.3.1.2, through the period covered by the application for payment if
the payment amount before Retention does not exceed the percentage of completion of the
Work as set forth in the SOV.
ADD the following: 7-3.2.2.1 Progress Payment for Pipelines. Not Used
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 138 of 214
ADD the following: 7-3.2.3 Waiver of Claims at Final Payment.
1. Contractor’s acceptance of Final Payment constitutes a waiver of affirmative claims by
Contractor, except those previously made in writing and identified as unsettled at the time
of Final Payment, which are expressly reserved by Contractor from operation of its Release
of Claims pursuant to Public Contract Code Section 7100 or other Applicable Law.
ADD the following: 7-3.2.4 Withholding of Payment and Back Charge.
1. The Engineer may withhold payment for any of the following reasons:
a. Defective or incomplete Work.
b. Stop notices, wage orders, or other withholdings required by Applicable Law.
c. Contractor’s failure to comply with 5-3.3, “Payroll Records” and the Contractor
Registration and Electronic Reporting System requirements of the Contract
Documents.
d. Failure to submit monthly Construction Schedule updates.
2. The Engineer may back charge the Contractor for any of the following reasons:
a. Defective or incorrect Work not remedied.
b. Damage to Agency property or a third party’s property that was caused by Contractor.
c. Liquidated Damages.
d. Non-attendance at meetings without prior cancellation notice.
e. Failed inspections or re-inspections paid by the Agency.
7-3.3 Delivered Materials
DELETE in its entirety and SUBSTITUTE with the following:
1. The cost of materials and equipment delivered but not incorporated into the Work will not
be included in the progress estimate.
ADD the following: 7-3.3.1 Payment for Stored Materials on Site.
ADD the following: 7-3.3.1.1 General.
1. When authorized, Contractor may request payment for materials and equipment which has
not been incorporated into the Work but will be at a later date and will be delivered and
stored at the Project Site.
2. The material shall meet the Contract requirements and the material’s required test results
and certifications shall be filed with the Engineer.
3. Only non-perishable materials for major items of Work or Materials Subject to Price
Adjustment shall be considered for payment for on-site storage. However, each individual
item has a value of more than 1% of the Contract Price and shall become a permanent part
of the Work.
4. Materials cost shall be evidenced by the manufacturer’s paid invoice bearing the statement
that Contractor has paid all invoices in full.
5. The payments for the stored materials shall not exceed the invoice price or 60% of the Bid
prices for the pay items into which the materials are to be incorporated, whichever is less,
unless otherwise approved by the Engineer.
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 139 of 214
6. Apply for the payment for materials stored on a form provided by the Engineer and attach
documentation to show the following:
a. The amount paid on the invoice (or other record of production cost) for the stored
items.
b. The dollar amount of the material incorporated into each of the various Work items
for the month.
c. The amount that should be retained for stored materials.
d. That Contractor has received the materials and equipment free and are clear of all
liens, charges, secured interests, and encumbrances.
e. That the materials and equipment are covered by the appropriate property insurance
in accordance with the insurance provisions and other arrangements that protect the
Agency’s interest.
7. Contractor shall provide the Engineer, upon request and prior to any partial payment,
documentation which transfers full legal title to such materials to the Agency conditional only
upon receipt of the Final Payment. Such transfer of title or any partial payment shall not
constitute acceptance by the Agency of the materials nor shall it void the right to reject
materials subsequently found to be unsatisfactory in accordance with SECTION 4 – CONTROL
OF MATERIALS. This shall also not relieve Contractor of any obligation arising under the
Contract Documents.
8. The payments for materials on-site are subject to retention as set forth in 7-3.2, “Partial and
Final Payment.”
9. Contractor shall assume all risks associated with the loss or damage to the stored products
for which payment has or has not been received.
10. Equipment and materials shall be stored in accordance with manufacturer’s
recommendations. The stored products shall be in a form ready for installation. The Agency
shall not pay for raw materials or parts and pieces of equipment.
11. Any and all surplus materials that are not incorporated in the Work shall become Contractor’s
property at no additional cost to the Agency.
12. Unless specifically provided in the Contract, payment for the materials on hand shall not be
included when determining the percentage of Work completed.
13. 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.
ADD the following: 7-3.3.1.2 Payment for Stored Materials Offsite.
1. The payment of materials and equipment delivered and stored offsite shall be contingent
upon Contractor’s compliance with the storage and protective maintenance requirements set
forth in the Contract Documents and all other requirements necessary to preserve equipment
warranties for the benefit of the Agency.
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 140 of 214
2. The Agency reserves the right to refuse approval for the payment of any equipment or
materials suitably stored offsite in its sole discretion, regardless of whether all conditions in
the Contract Documents have been met.
3. Partial payment may be made for products eligible for offsite delivery and storage only upon
Contractor’s presentation of a bill of sale, a paid invoice, or an affidavit certifying that the
material is received by the Contractor free and clear of all liens, encumbrances, and secured
interest of any kind including offsite delivery.
4. Partial payment for products delivered and stored offsite shall be contingent upon
Contractor’s compliance with the storage and protective maintenance requirements set forth
in the Contract Documents and all other requirements necessary to preserve equipment
warranties for the benefit of the Agency.
5. The cost of materials and equipment delivered but not incorporated into the Work will not
be included in the progress estimate.
6. Costs associated with the delivery to and storage at an offsite facility shall be at Contractor’s
expense regardless of the Engineer’s approval to deliver and store the materials.
7. Contractor shall provide written evidence to the Engineer of having made arrangements for
unrestricted access by the Agency and the Agency’s authorized representatives to the
materials wherever stored, including provisions for the Agency to take control and possession
of such materials at any time and without restriction. Contractor shall furnish the Engineer a
permit of entry, from the owner of the property, for at least 6 months after the NOC has been
filed. The permit of entry shall contain information similar to the following:
PERMIT OF ENTRY: Permission is granted to the Agency and its designated employees or
agents to enter upon the property described in this permit for a period of not less than 6
months after the NOC has been filed for the Carlsbad Fleet Fuel Island Upgrade for the
purpose of removing materials for which advance materials on hand payment has been
made to (Contractor’s Name). The property is owned by (Owner’s Name) and is described as
follows: (Address and Description of Property). (Include signature(s) and date(s) for owner
and lessee or purchaser, and, if appropriate, attach a copy of a warehouse receipt or
contract for storage.
8. The material shall be clearly marked and identified as being specifically fabricated, produced,
and reserved for use on the Project. The Contractor shall provide payment documentation
for the materials.
7-3.4 Mobilization.
ADD the following:
1. Mobilization consists of Work necessary for the movement of personnel, equipment,
supplies, and incidentals to and from the Site; for establishment of all offices, buildings,
storage yards, and other facilities necessary for the Work; and for all other Work and
operations which shall be performed prior to beginning the Work and after completion of the
Work on the various Contract items on the Site.
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 141 of 214
2. Contractor shall properly design the Project parameters to incorporate construction mobility
for moving on and off the Site in a manner that limits disturbance to the surrounding
residences, businesses, and any other citizens. This includes the designated staging areas,
loading areas, and assemblage areas. Contractor shall consider and address access rights of
the public at all times. Prepare a mobilization plan that shall describe and govern Contractor’s
mobilization activities.
3. When a Bid item has been provided for “Mobilization,” payment for mobilization Work shall
be distributed equally over the first 2 progress payments up to the Bid amount of the
“Mobilization” Bid item but shall not exceed 3% of the Contract Price. If Contractor’s Bid item
for “Mobilization” exceeds 3% of the Contract Price, then anything above 3% of the Contract
Price shall be paid as a part of the Final Payment.
4. The complete dismantling and removal of all of Contractor’s properties, temporary facilities,
equipment, materials, construction wastes, and personnel at the Site referred to as
demobilization is included in the payment for mobilization, unless there is a Bid item for
demobilization.
5. If a separate Bid item has not been provided for mobilization, the payment for mobilization
is included in the Contract Price.
7-3.5 Contract Unit Prices Not Used
7-3.5.1 General.
ADD the following: 7-3.9 Field Orders. Not Used
ADD the following: 7-3.10 Compensation Adjustments for Price Index Fluctuations.
1. Unless otherwise specified, the provisions of this section apply only to the paving asphalt
used in the following:
a. Asphalt Concrete Pavement
b. Asphalt Pavement Repair
c. Scheduled and Unscheduled Base Repair
d. Slurry Seal or any other asphalt emulsion
2. The compensation for paving asphalt shall be increased or decreased for paving asphalt price
fluctuations in accordance with 7-3.11 “Compensation Adjustments for Price Index
Fluctuations” in the Caltrans Standard Specifications.
3. The adjustment in compensation shall also be subject to the following:
a. Show the provided compensation adjustments separately on payment estimates.
Contractor is liable to the Agency for decreased compensation adjustments and the
Engineer may deduct the amount from moneys payable or that may become payable
to Contractor.
b. In the event of an overrun of Contract Time, adjustment in compensation for asphalt
binder included in estimates during the overrun period shall be determined using the
California Statewide Crude Oil Price Index in effect on the first business day of the
month within the pay period in which the overrun began.
c. In the event that the companies discontinue posting their prices for a field, the
Engineer shall determine an index from the remaining posted prices. The Agency
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 142 of 214
reserves the right to include in the index determination the posted prices of additional
fields.
4. Contractor may opt out of the payment adjustments for price index fluctuations when
specified in the Contract Documents by submitting a letter with the Bid.
7-4 PAYMENT FOR EXTRA WORK
7-4.1 General.
ADD the following:
1. With every request for payment, Contractor shall submit to the Engineer a breakdown
showing monthly and cumulative amounts of the Work performed under the Change Order
by Contractor and Contractor’s Subcontractors. The reporting format shall be approved by
the Engineer.
2. 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.
7-4.2 Basis for Establishing Costs.
7-4.2.1 Labor.
ADD the following:
1. 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
compensation 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.
2. 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 equipment 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
proportionate to all their assigned work and only that applicable to Extra Work will be paid.
3. Nondirect labor costs, including superintendence, shall be considered part of the markup of
Section 7-4.2.1(1).
4. The Agency reserves the right to request the following:
a. Financial records of salaries for an employee.
b. Wage rates/Certified Payroll.
c. Bonuses and deductions.
5. Contractor shall list the labor rates of its personnel and Subcontractors who work on the
Project. The payment for payroll records is included in the Contract Price.
6. If Contractor’s proposal for Extra Work is based upon services and Work to be performed
outside Normal Working Hours, the labor charges associated with the Extra Work shall consist
of straight time wages and burdens plus the appropriate overtime or shift premium with no
additional burdens, such as fringe benefits, on the premium portion.
7-4.2.2 Tool and Equipment Rental.
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 143 of 214
DELETE in its entirety and SUBSTITUTE with the following:
1. No payment shall be made for the use of tools which have a replacement value of $200 or
less.
2. Regardless of ownership, the rates and delay factors to be used in determining equipment
rental costs shall not exceed those listed in the latest edition of the Caltrans publication
entitled “Labor Surcharge and Equipment Rental Rates” preceding the date the Work is
accomplished. The latest edition of the Caltrans publication is available at www.dot.ca.gov.
The delay factors therein shall be used as multipliers of the rental rates for determining the
value of costs for delay to the Contractor and Subcontractors, if any. The labor surcharge
rates published therein are not a part of this Contract.
3. Contractor shall be entitled to a rental rate adjustment when Contractor can substantiate
that the rental rates prevailing locally exceed the published rates by more than 15%. For
equipment not listed in the Caltrans publication, rental rates shall not exceed listed rates
prevailing locally at equipment rental agencies or distributors at the time the Work is
performed.
4. Whenever possible, Extra Work shall be accomplished using equipment available on Site or
owned by Contractor. If a specific piece of equipment shall be rented to be used exclusively
for the Extra Work, the rental rate shall be the invoiced rate. 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 incidentals. Necessary
loading and transportation costs for equipment used on the Extra Work shall be included.
5. If rental equipment is not being used or used intermittently and could be returned to its rental
source rather than holding it at the Work Site, the Contractor shall return the equipment at
no expense to the Agency unless Contractor elects to keep it at the Work Site at Contractor’s
expense.
6. The reported rental time for equipment already at the Work Site shall be the duration of its
use on the Extra Work. This time shall begin when equipment is first used on Extra Work, plus
the time required to move it from its previous site and back or from its previous site to a
closer site.
7. All equipment shall be acceptable to the Engineer, in good working condition, and suitable
for the purpose for which it is to be used.
7-4.2.3 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.
7-4.2.4 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
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 144 of 214
documentation, the Agency may establish the cost of the item involved at the lowest price which
was current at the time of the report.
7-4.3 Markup.
7-4.3.1 Work by the Contractor.
DELETE in its entirety and REPLACE with the following:
The following percentages shall be added to the Contractor’s costs and shall constitute the
markup for all overhead and profits:
Labor 20
Materials 15
Equipment Rental 15
Other Items and Expenditures 15
To the sum of the costs and markups provided for in this section, 1% shall be added as
compensation for bonding.
7-4.3.2 Work by a Subcontractor.
DELETE in its entirety and REPLACE with the following:
When all or any part of the Extra Work is performed by a Subcontractor, the markup established
in 7-4.3.1 shall be applied to the Subcontractor’s actual cost of such Work. A markup of 10 percent
on the first $5,000 of the subcontracted portion of the Extra Work and a markup of 5 percent on
Work added in excess of $5,000 of the subcontracted portion of the Extra Work may be added by
the Contractor.
7-4.4 Daily Reports.
ADD the following:
Payment for Extra Work will not be made until such time that the Contractor submits completed
daily reports and all supporting documents to the Engineer.
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 documents 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.
00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 145 of 214
The report shall:
1. Show names of workers, classifications, and hours worked.
2. Describe and list quantities of materials used.
3. Show type of equipment, size, identification number, and hours of operation, including
loading and transportation, if applicable.
4. Describe other services and expenditures in such detail as the Agency may require.
SECTION 8 – FACILITIES FOR AGENCY PERSONNEL – Not Used
END OF SECTION
00 74 00 AGENCY SUPPLEMENTAL TECHNICAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 146 of 214
00 74 00 AGENCY SUPPLEMENTAL TECHNICAL PROVISIONS
INTRODUCTION
The Specifications contained in this 00 7400 Agency Supplemental Technical Provisions take
precedence over the specification language contained in the Standard Specifications for Public
Works Construction, "The Greenbook" latest edition and all errata. This specification addresses
the unique conditions in Carlsbad that are not addressed in The Greenbook. Therefore, if there
is a conflict, these Specifications shall control.
The Greenbook may be purchased at Bidder/Contractors local technical bookstore or directly
from the publisher. These Agency Supplemental General Provisions are available only for
download from the online bidding portal with Contract Documents. The Agency does not provide
hard copies.
When used in the Contract Documents, statements or command phrases (active voice and
imperative mood) refer to and are directed at the “Bidder” or “Contractor” as applicable. The
Specifications are written to the “Bidder” before award and the “Contractor” after award. Before
award, interpret sentences written in the imperative mood as starting with “The Bidder shall.”
Interpret the term “you” as “the Bidder” and interpret the term “your” as “the Bidder’s.” After
award, interpret sentences written in the imperative mood starting with “The Contractor shall.”
Interpret the term “you” as “the Contractor” and interpret the term “your” as “the Contractor’s.
PART 2 CONSTRUCTION MATERIALS
SECTION 200 – ROCK MATERIALS
200-2 UNTREATED BASE MATERIALS
200-2.1 General.
ADD the following:
1. Aggregate base shall be Crushed Aggregate Base per Greenbook Section 200-2 and as
specified in this section.
200-2.2 Crushed Aggregate Base.
200-2.2.1 General.
ADD the following:
Crushed Aggregate Base shall be free from organic matter and other deleterious substances and
shall be of such nature that it can be compacted readily under watering and rolling to form a firm,
stable base.
1. The aggregate shall not be treated with lime, cement or other chemical material before tests
are performed.
2. Samples for testing shall represent every 500 cubic yards or one day's production, whichever
is smaller. If the results of the aggregate grading tests do not meet the requirements for
Percentage Passing Sieve as specified in Table 200-2.2.2 but meet the Quality Requirements
as specified in Table 200-2.2.3, placement of the aggregate base may be continued for the
remainder of that day. However, another day's Work may not be started until test results
00 74 00 AGENCY SUPPLEMENTAL TECHNICAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 147 of 214
indicate to the satisfaction of the Engineer that the next material to be used in the Work will
comply with the requirements specified for Percentage Passing Sieve.
3. If the results of both the aggregate grading and Sand Equivalent tests do not meet the
requirements of Section 200-2.2, the aggregate base which is represented by these tests shall
be removed. However, if requested by the Contractor, and approved at the sole discretion of
the Engineer, the aggregate base may remain in place and the Contractor shall pay to the
Agency $50 per cubic yard for such aggregate base left in place. The Agency may deduct this
amount from any moneys due, or that may be come due, to the Contractor under the
Contract.
SECTION 203 – BITUMINOUS MATERIALS
203-1 PAVING ASPHALT.
203-1.3 Test Reports and Certification.
DELETE in its entirety and REPLACE with the following:
1. Paving asphalt shall be supplied by Caltrans or other State Department of Transportation
approved vendors unless otherwise specified in the Special Provisions. At delivery time, the
supplying vendor shall deliver to the purchaser a certified copy of the test report. This report
shall indicate the vendor's name, grade of paving asphalt delivered, date/ time and point of
delivery, quantity delivered, ticket number, purchase order number, and results of specified
tests. The certified test report and the testing required in connection with the report shall be
submitted in accordance with 3-8.4.
2. Final acceptance of the material will be dependent upon the determination by the Engineer
that the material involved conforms to the Specifications.
203-5 SLURRY SEAL.
203-5.2 Mix Design.
DELETE the last paragraph and REPLACE with the following:
1. When a mix design is more than 30 Calendar Days old, it shall be supplemented with a
Certificate of Compliance that states the combined aggregate gradation is within ± 3 percent
of the referenced mix design based on a 30-day moving average or the average of a minimum
of 10 of the most current laboratory results, whichever is greater. A mix design shall be
reformulated if it is more than 6 months old or whenever the combined aggregate gradation
changes from that in the previously submitted mix design by ± 3 percentage points on any
sieve size shown in Table 203-5.3.2. If the source of any aggregate or emulsified asphalt is
changed, or the mix design or supporting laboratory reports are over 6 months old, a new
mix design shall be submitted.
203-6 ASPHALT CONCRETE.
203-6.1 General.
DELETE in its entirety and REPLACE with the following:
1. Asphalt concrete shall be the product of mixing mineral aggregate and up to 20 percent RAP
with asphalt binder at a central mixing plant.
2. When specified in the Special Provisions, asphalt concrete may contain greater than 20
percent RAP or be produced using a WMA technology.
00 74 00 AGENCY SUPPLEMENTAL TECHNICAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 148 of 214
3. Asphalt concrete containing any modified paving asphalt or WMA technology or WMA
additive shall not include more than 15 percent RAP.
4. Unless otherwise specified in the Special Provisions or shown on the Plans, asphalt concrete
mixtures shall conform to 203-6.4.
203-6.2.5.4 Testing.
DELETE the fourth sentence and REPLACE with the following:
1. When using greater than 20 percent RAP, the following additional tests shall be
performed:
203-6.3 Job Mix Formula (JMF) and Mix Designs.
203-6.3.1 General.
DELETE in its entirety and REPLACE with the following:
1. The Contractor shall submit in accordance with 3-8.4 a JMF that summarizes each asphalt
concrete mix design for each class and grade of asphalt concrete required to construct the
Work. Supporting information for the WMA technology and/or recycling agent, if included in
a mixture, shall also be submitted.
2. The JMF shall identify the source and the individual grading of each material used to produce
the mix design (including the percentage and individual gradation of any manufactured or
natural sands), the combined gradation, the OBC, void content, RAP percentage, RAP
gradation, RAP binder content, stability value, plant identification, mix number, WMA
technology, and the source and performance grade of the paving asphalt. The mix design test
data represented by the JMF shall be submitted to the Engineer with the JMF.
3. When greater than 20 percent RAP is to be included in a mixture, a mix design shall be
submitted. The submittal shall include supporting information showing the viscosity of the
individual binders (both the virgin paving asphalt grade and that of the binder recovered from
the RAP); and the amount of recycling agent, if any, and the blended final viscosity in
accordance with AASHTO M323.
4. For all mixtures, the asphalt binder content shall be defined as the total bituminous material
present in the mix consisting of the blend of virgin paving asphalt, residual paving asphalt
from RAP, and recycling agent.
5. When a mix design is more than 30 Calendar Days old, the JMF must indicate that the
combined gradation is ± 3 percent from the referenced mix design based on a 30-day moving
average or a minimum of the 10 most current results. If the combined aggregate gradation is
not within ± 3 percentage points of the gradation shown on the referenced mix design on any
sieve, if the source of any aggregate is changed, the performance grade or source of paving
asphalt is changed, the grade or source of any other component of asphalt concrete is
changed, or the mix design is over 1 year old, a new mix design shall be prepared and a new
JMF shall be submitted to the Engineer for approval.
6. Asphalt concrete shall be class C2-PG 64-28PM and PG 76-22PM. No more than 15% RAP shall
be allowed in any AC mix.
203-6.3.2 Hveem Mix Design Method.
DELETE the fourth paragraph and REPLACE with the following:
00 74 00 AGENCY SUPPLEMENTAL TECHNICAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 149 of 214
1. Unless viscosity and blending charts developed in accordance with AASHTO M323 show
otherwise, mix designs for mixtures containing more than 20 percent RAP shall drop the high
temperature requirement of the virgin paving asphalt by one performance grade and drop
the low temperature requirement by a minimum of one performance grade, e.g., a specified
"PG 64-1O" shall become a "PG 58-22 or "PG 58-16."
203-6.4.1 Class and Grade.
DELETE letters b) and d) and REPLACE with the following:
b) "R0" if the mixture does not contain RAP, e.g., "C2-PG 64-10-R0."
d) "WMA" if the mixture uses a warm mix asphalt technology, e.g., "C2-PG 64-10-
WMA"
203-6.4.4 Composition and Grading.
ADD the following:
1. Evaluation of asphalt concrete shall be determined from samples of final asphalt concrete
material. In addition to evaluation of the final asphalt material, samples of aggregate, RAP,
and asphalt binder will be taken for testing. In case of dispute between the Contractor and
the Agency, the Engineer has the authority to request core samples for analysis from the
placed asphalt concrete for any of the acceptance criteria, at the locations determined by the
Engineer. All samples shall be taken in accordance with California Test 125, and the following
table:
Sampling Location
Asphalt Concrete • Trucks, or
• Mat behind the paver
Aggregate • Cold feed belts, or
• Hot bins prior to addition of asphalt binder
RAP • RAP system, or
• RAP feed belts
Asphalt Binder • Asphalt binder supplier, or
• Storage tanks at the plant during production
2. When behind the paver or core samples of asphalt concrete are to be used for evaluation,
sufficient size samples shall be taken to ensure representative and adequate quantity of
material for the required testing.
3. When using core samples, the samples must be properly prepared to safeguard against influx
of outside contaminates and so that the cut surfaces do not influence the test results.
4. Material samples of the asphalt concrete shall be on a lot basis. A standard lot shall be equal
to 1 day’s production or 750 tons, whichever is smaller. The samples and testing results shall
be representative of their entire sample lot.
5. Table 203-6.4.4, design criteria, shall be modified per the following table, the gradation shall
stay the same:
00 74 00 AGENCY SUPPLEMENTAL TECHNICAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 150 of 214
Table 203-6.4.4 – Modified (Design Criteria)
Sieve Size
Percentage Passing Sieves
A B C1 C2 D1 D2 E F
Dense
Coarse
Dense
Medium
Coarse
Coarse
Medium
Dense
Medium
Coarse
Fine
Dense
Fine
Extra
Fine
Channel
Liner
1-1/2” (37.5 mm) 100
1” (25 mm) 90-100 100
¾” (19.0 mm) 78-90 87-100 100 100
½” (12.5 mm) 64-78 70-87 90-100 95-100 100 100
3/8” (9.5 mm) 54-68 55-76 72-88 72-88 90-100 95-100 100 100
No. 4 (4.75 mm) 34-48 35-52 40-54 46-60 40-54 58-72 65-85 95-100
No. 8 (2.36 mm) 25-35 22-40 18-34 28-42 20-32 34-48 45-65 70-84
No. 30 (600 µm) 12-22 8-24 8-20 15-27 6-18 18-32 22-38 36-50
No.50 (300 µm) 8-16 5-18 4-14 10-20 2-12 13-23 16-28 23-35
No. 200 (75 µm) 3-6 0-7 1-6 2-7 0-5 2-9 6-12 6-12
Asphalt Binder % 4.5-6.0 4.7-6.5 5.0-6.5 5.0-6.5 5.3-7.0 5.3-7.0 6.0-8.0 8.0-10.0
Hveem Stability
“S Value” (min.)
37 37 35 35 32 32
Air Voids1 4% 4% 4% 4% 4% 4%
203-6.5.1 Class and Grade.
DELETE the list and REPLACE with the following:
a) No suffix if the mixture contains RAP in an amount up to 20 percent.
b) "R0" if the mixture does not contain RAP, e.g., "III-C2-PG 64-10-R0."
c) "R" and the percentage of RAP if the mixture contains greater than 20 percent, e.g.
"III-C2-PG 64-I0-R25."
d) "WMA" if the mixture uses a warm mix asphalt technology, e.g., "III-C2-PG 64-10-
WMA."
00 74 00 AGENCY SUPPLEMENTAL TECHNICAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 151 of 214
203-6.5.4 Table.
DELETE in its entirety and REPLACE with the following:
CLASS B2 B3
Sieve Size Individual
Test Result
Moving
Average
Individual
Test Result
Moving
Average
1" (25.0 mm) 100 100 100 100
3/4" (19.0 mm) 87-100 90-100 90-100 95-100
3/8" (9.5 mm) 50-80 60-75 60-84 65-80
No. 4 (4.75 mm) 30-60 40-55 40-60 45-60
No. 8 (2.36 mm) 22-44 27-40 24-50 30-45
No. 30 (600 µm) 8-26 12-22 11-29 15-25
No. 200 (75 µm) 1-8 3-6 1-9 3-7
Asphalt Binder %
Air Voids %
4.8-6.5
4%
4.8-6.5
4%
CLASS C2 C3
Sieve Size Individual
Test Result
Moving
Average
Individual
Test Result
Moving
Average
3/4" (19.0 mm) 100 100 100 100
1/2" (12.5 mm) 89 -100 95 -100 89 -100 95 - 100
3/8" (9.5 mm) 70-94 75-90 74 -100 80-95
No. 4 (4.75 mm) 44-72 50-67 50- 78 55-72
No. 8 (2.36 mm) 30-54 35-50 32-60 38-55
No. 30 (600 µm) 10-34 15 - 30 14 - 38 18 - 33
No. 200 (75 µm) 2-10 4-7 2-10 4-8
Asphalt Binder %
Air Voids %
5.0 - 6.8
4%
5.0 - 7.0
4%
CLASS D F
Sieve Sizes Combined Average Combined Average
1/2" (12.5 mm)
3/8" (9.5 mm)
100
95-100
-
100
No. 4 (4.75 mm) 65-85 95-100
No. 8 (2.36 mm) 50-70 70-80
No. 30 (600 µm) 28-40 35-50
No. 200 (75 µm) 5-14 7-16
Asphalt Binder %
Air Voids
6.0-8.0
4%
8.0-10.0
203-6.8 Storage.
DELETE in its entirety and REPLACE with the following:
1. Storage of asphalt concrete shall not be allowed. Asphalt concrete shall be transferred from
the mixer by a method that does not cause segregation.
00 74 00 AGENCY SUPPLEMENTAL TECHNICAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 152 of 214
203-6.10 Sampling.
DELETE in its entirety and REPLACE with the following:
1. Aggregate samples for batch plants shall be taken from the hot bins. Aggregate samples for
dryer-drum plants shall be taken in advance of the dryer-drum using devices conforming to
203-6.7.4.2.
2. Evaluation and acceptance of asphalt concrete shall be determined from samples of final
asphalt concrete material. In addition to evaluation of the final asphalt material, samples of
aggregate, RAP, and asphalt binder shall be taken for testing. In case of dispute between the
Contractor and the Agency, the Engineer has the authority to request core samples for
analysis from the placed asphalt concrete for any of the acceptance criteria, at the locations
determined by the Engineer. All samples shall be taken in accordance with California Test
125, and the following table:
TABLE 203-6.10
Sampling Location
Asphalt Concrete • Trucks, or
• Mat behind the paver
Aggregate • Cold feed belts, or
• Hot bins prior to addition of asphalt binder
RAP • RAP system, or
• RAP feed belts
Asphalt Binder • Asphalt binder supplier, or
• Storage tanks at the plant during
production
3. When behind the paver or core samples of asphalt concrete are to be used for evaluation,
sufficient size samples shall be taken to ensure representative and adequate quantity of
material for the required testing.
4. When using core samples, the samples must be properly prepared to safeguard against influx
of outside contaminates and so that the cut surfaces do not influence the test results.
5. Material samples of the asphalt concrete shall be on a lot basis. A standard lot shall be equal
to 1 day’s production or 750 tons, whichever is smaller. The samples and testing results shall
be representative of their entire sample lot.
203-6.11 Acceptance.
DELETE in its entirety and REPLACE with the following:
1. Acceptance of asphalt concrete mixtures will be based upon conformance to the gradation,
asphalt binder content, air voids, and minimum stability values shown in Table 203-6.4.4. Air
void values shall be between 2% and 6%. The asphalt binder content shall be within +/- 0.4
percent of the OBC shown on the respective job mix formula.
2. Acceptance of Type III asphalt concrete mixtures will be based upon conformance to the
gradation, asphalt binder content, air voids, and minimum stability values shown in Tables
203-6.5.4 (A) and 203-6.5.4 (B). Air void values shall be between 2% and 6%. The asphalt
00 74 00 AGENCY SUPPLEMENTAL TECHNICAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 153 of 214
binder content shall be within +/- 0.4 percent of the OBC shown on the respective job mix
formula.
3. Should plant gradation test results be unavailable and allowed by the Engineer, gradation
may be determined in accordance with ASTM D2172 or by AASHTO T 308 with adherence to
the aggregate correction factor therein. In the case of a continued dispute, final acceptance
of plant produced mixtures may be based upon binder content, stability and air void values.
4. When dissimilar surface course mix characteristics are the result of production and delivery
from multiple plants, the Engineer may require production and delivery from only 1 plant
during any 1 day of production, unless approved by the Engineer.
203-11 ASPHALT RUBBER HOT MIX (ARHM).
203-11.3 Composition and Grading.
Delete row 10 of TABLE 203-11.3 and REPLACE with the following:
1. Asphalt Rubber Binder, % by Weight of Dry Aggregate1|7.5-8.5 | 7.5-8.8 | 7.8-9
ADD 203-11.10 Acceptance.
1. Acceptance of asphalt rubber hot mixes will be based upon conformance to the gradation,
asphalt binder content, air voids, and minimum stability values shown in Table 203-11.3. Air
void values shall be within +/- 2 percent of the targeted value at the optimum binder content
(OBC) shown on the respective job mix formula. The asphalt binder content shall be within
+/- 0.4 percent of the OBC shown on the respective job mix formula.
203-13 CRUMB RUBER MODIFIED ASPHALT CONCRETE GAP GRADED (CRUMAC-GG).
203-13.4 Mix Designs.
Delete the last sentence and REPLACE with the following:
1. Once the total percent of paving asphalt and CRM is determined by the mix design, the
production tolerance for the combined materials shall be ± 0.4 percent as determined by
California Test 382.
203-14 TIRE RUBBER MODIFIED ASPHALT CONCRETE (TRMAC).
203-14.9 Acceptance.
DELETE in its entirety and REPLACE with the following:
1. Acceptance of dense-graded mixtures will be based upon conformance to the gradation,
asphalt binder content, air voids, and minimum stability values shown in Table 203-6.4.4. Air
void values shall be between 2% and 6%. The asphalt binder content shall be within +/- 0.4
percent of the OBC shown on the respective job mix formula.
2. Acceptance of gap-graded mixes will be based upon conformance to the gradation, air voids,
and minimum stability requirements shown in Table 203-11.3. Air void values shall be within
+/- 2 percent of the targeted value at the OBC shown on the respective job mix formula.
Acceptance of gap-graded mixes will also be based upon conformance to the asphalt binder
content shown in Table 203-14.4.4. The asphalt binder content shall be within +/- 0.4 percent
of the OBC shown on the respective job mix formula.
00 74 00 AGENCY SUPPLEMENTAL TECHNICAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 154 of 214
3. Should plant gradation test results be unavailable and allowed by the Engineer, gradation
may be determined in accordance with ASTM D2172 or by AASHTO T 308 with adherence to
the aggregate correction factor therein. In the case of a continued dispute, final acceptance
of plant produced mixtures may be based upon binder content, stability, and air void values.
4. When dissimilar surface course mix characteristics are the result of production and delivery
from multiple plants, the Engineer may require production and delivery from only 1 plant
during any 1 day of production, unless approved by the Engineer.
203-16 Polymer Modified Asphalt Concrete (PMAC).
203-16.1 General.
DELETE in its entirety and REPLACE with the following:
1. PMAC shall be the product of mixing mineral aggregate and up to 15% RAP with polymer
modified paving asphalt at a central mixing plant.
203-16.3 Job Mix Formulas and Mix Designs.
ADD the following:
1. Contractor shall submit for approval an asphalt concrete mix design per Greenbook Section
203-6.3. The asphalt concrete mix design method shall be Hveem with the optimal binder
content determined by California Test 367. The mix design shall conform to Greenbook Table
203-6.4.4 for gradation, and the above MODIFIED (DESIGN CRITERIA) table.
203-16.4.3 Composition and Grading.
DELETE in its entirety and REPLACE with the following:
1. Composition and grading shall conform to 203-6.4.4.
203-16.9 Acceptance.
DELETE in its entirety and REPLACE with the following:
1. Acceptance of asphalt concrete mixtures will be based upon conformance to the gradation,
asphalt binder content, air voids, and minimum stability requirements shown in Table 203-
6.4.4. Air void values shall be between 2% and 6%. The asphalt binder content shall be within
+/- 0.4 percent of the OBC shown on the respective job mix formula.
2. Material samples of the asphalt concrete shall be on a lot basis. A standard lot shall be equal
to 1 day’s production or 750 tons, whichever is smaller. The samples and testing results shall
be representative of their entire sample lot.
3. Should plant gradation test results be unavailable and allowed by the Engineer, gradation
may be determined in accordance with ASTM D2172 or by AASHTO T 308 with adherence to
the aggregate correction factor therein. In the case of a continued dispute, final acceptance
of plant produced mixtures may be based upon binder content, stability, and air void values.
4. When dissimilar surface course mix characteristics are the result of production and delivery
from multiple plants, the Engineer may require production and delivery from only 1 plant
during any 1 day of production, unless approved by the Engineer.
00 74 00 AGENCY SUPPLEMENTAL TECHNICAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 155 of 214
SECTION 206 – MISCELLANEOUS METAL ITEMS – Not Used
ADD the following: 206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS. Not Used
ADD 206-9 PORTABLE CHANGEABLE MESSAGE SIGN. Not Used
SECTION 207 – GRAVITY PIPE – Not Used
SECTION 209 – PRESSURE PIPE. Not Used
209-2 STEEL PIPE AND FITTINGS. Not used
209-7 PIPELINE IDENTIFICATION.
209-7.2 Requirements.
DELETE in its entirety and replace with the following:
1. Pipeline identification shall conform to the following:
TABLE 209-7.2
Function Type Materials/Method
Pipe Contents
Identification
Pipe Color
(Plastic Pipe
or Polywrap)
Blue for Potable Water.
Purple for Recycled Water.
Green for Sewage.
AND
Stenciling Stenciling marked on pipe in contrasting color to background
color of pipe stating:
“POTABLE WATER,”
“CAUTION RECYCLED WATER – DO NOT DRINK” or ”CAUTION
SEWER” as appropriate.
5/8” (16 mm) high letters.
Repeated at 1 foot (300 mm) intervals.
OR
Identification
Tape
Polyethylene tape 6” (150 mm) wide and 4 mils (100 µm)
minimum thickness with 2” (50 mm) high letters stating:
“POTABLE WATER,” “CAUTION RECYCLED WATER – DO NOT
DRINK” or “CAUTION SEWER” as appropriate.
For pipe > 12” (300 mm) diameter, use 12” (300 mm) wide
tape.
Color – Blue with black or white letters for potable water,
Purple with black or white letters for recycled water,
Green with black or white letters for sewage.
Attached to top of pipe with adhesive tape.
Pipe Warning
and Locating
Warning and
Locating
Tape
Polyethylene tape 6” (150 mm) wide and 4 mils (100 µm)
minimum thickness with 2” (50 mm) high letters stating:
“CAUTION: WATERLINE BURIED BELOW,” “CAUTION:
RECLAIMED WATERLINE BURIED BELOW – DO NOT DRINK,” or
“CAUTION: SEWER BURIED BELOW” as appropriate.
00 74 00 AGENCY SUPPLEMENTAL TECHNICAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 156 of 214
Function Type Materials/Method
For pipe > 12” (300 mm) diameter, use 12” (300 mm) wide
tape.
Color – blue with black or white letters for potable water,
Purple with black or white letters for recycled water,
Green with black or white letters for sewage.
Place in pipe trench 18” (450 mm) above pipe.
Tape shall contain metallic strip that can be registered by
magnetic field locating device.
OR
Locating
Wire
In lieu of installing metallic warning tape; non-metallic
warning tape 18” (450 mm) above pipe and 10-guage copper
wire attached to top of pipe and accessibly terminated may be
used.
SECTION 211 – MATERIAL TESTS
211-3 INFILTRATION CAPACITY TEST.
211-3.4 Infiltration Capacity.
DELETE in its entirety and REPLACE with the following:
1. Infiltration Capacity shall be calculated as follows:
a) The formula for U.S. Standard Measures shall be: IC=(V)(3,326,400)/( )(d1)(d2)(t) inches
per hour.
b) The formula for SI Units shall be: IC=(V)(14.4Xl 06)/( )( d1 1)(d2)( t) cm per hour. Where:
IC is Infiltration Capacity
V is the volume of water in gallons or liters
d1 and d2 are the dimensions that were determined in part 211-3.3
is approximately 3.14159
211-6 RAP CORRECTION FACTOR.
211-6.1 General.
DELETE in its entirety and REPLACE with the following:
1. A RAP correction factor must be determined for asphalt concrete mixtures containing greater
than 20 percent RAP. The RAP correction factor shall be determined in accordance with
Caltrans Lab Procedure LP-9 dated May 22, 2006. This factor shall be used in determining the
combined gradation of the virgin aggregates and RAP.
SECTION 212 – WATER AND SEWER SYSTEM VALVES AND APPURTENANCES. Not Used
212-3 PIPE HANGERS AND SUPPORTS, CASINGS SPACERS, AND WALL PENETRATIONS.
212-3.4 Rubber Annular Hydrostatic Sealing Devices.
212-3.4.1 General.
DELETE the last sentence and REPLACE with the following:
1. The sealing device shall be capable of sealing a minimum hydrostatic pressure of 20 psi.
00 74 00 AGENCY SUPPLEMENTAL TECHNICAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 157 of 214
212-5 VALVES.
212-5.5.1.2 Materials.
DELETE TABLE 212-5.5.1.2 in its entirety and REPLACE with the following:
TABLE 212-5.5.1.2
Item Option Reference
Specification/Requirements
Body and Cover Ductile Iron or ASTM A536 Grade 65-45-12.
Body and Cover for
Pressures over 250 psi
(1.7 MPa)
Ductile Iron ASTM A536 Grade 65-45-12.
Disc and Disc Arm Ductile Iron ASTM A536 Grade 65-45-12.
Seat SAE Type 316 Stainless Steel ASTMA276.
Pivot Shaft SAE Type 316 Stainless Steel ASTMA276.
212-10 SERVICE LATERALS, METERS, AND METER BOXES.
212-10.3 Corporation Stops, Angle Meter Valves, Service Saddles and Other Service Materials.
DELETE the last sentence of the first paragraph and REPLACE with the following:
1. Unless otherwise shown on the Plans or specified in the Special Provisions, service saddles
and corporation stop inlets shall be threaded per NPT tapered per ANSI B1.20.1.
ADD the following: 212-13 TRACER WIRE FOR NON-METALLIC PIPE.
212-13.1 General.
1. Tracer wire shall conform to the following:
a) Conductor: Minimum 10 AWG, copper clad steel or solid copper (direct burial) or 8 AWG,
copper clad steel (directional drilling), rated for 30 volts.
b) Break load: minimum 600-lb (direct burial); 2,500-lb (directional drilling)
c) Insulation: High Molecular Weight Polyethylene (HMWPE), minimum 30-mil (direct
burial); 45-mil (directional drilling). Color per the APWA uniform color code.
d) Splices and connectors: For direct burial only, moisture displacement and corrosion
proof, direct bury splice kits, UL rated for 600 volts.
SECTION 216 – PRECAST REINFORCED CONCRETE BOX
216-4 TESTING REQUIREMENTS.
216-4.2.2 Acceptance.
DELETE the first paragraph and REPLACE with the following:
1. When the average compressive strength of all cylinders tested is equal to or greater than the
specified compressive strength of the PCC, and not more than 10 percent of the cylinders
tested have an average compressive strength less than 90 percent of the specified
compressive strength, and no cylinder tested has a compressive strength less than 85 percent
of the specified compressive strength, the lot will be accepted.
00 74 00 AGENCY SUPPLEMENTAL TECHNICAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 158 of 214
SECTION 217 – BEDDING AND BACKFILL MATERIALS
217-1 BEDDING MATERIAL.
217-1.1 General.
ADD the following:
1. Bedding for pressure pipe of any material shall conform with the City of Carlsbad Engineering
Standards, Volumes 2 and 3.
217-1.2 Bedding Material for Plastic Pipe.
DELETE the second paragraph and REPLACE with the following:
1. For HDPE, PVC solid wall, and PE solid wall pipe in gravity applications, the bedding material
shall be crushed rock conforming to the requirements shown in Table 217-1.2 unless
otherwise specified or shown on the Plans.
217-2 TRENCH BACKFILL.
217-2.1 General.
DELETE TABLE 217-2.1 and replace with the following:
TABLE 217-2.1
Zone Zone Limits Maximum Rock
Size
(greatest
dimension)
Sand Equivalent
(Excluding Rock)
Backfill Zone From subgrade to
12” (300 mm) above
top of pipe or
conduit
4” (150 mm) Not less than 20 unless
otherwise shown on
the Plans or specified in
the Special Provisions.
00 74 00 AGENCY SUPPLEMENTAL TECHNICAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 159 of 214
PART 3 CONSTRUCTION METHODS
SECTION 300 – EARTHWORK
300-1 CLEANING AND GRUBBING.
DELETE 300-1.2 Root Pruning and Tree Trimming.
300-1.3 Measurement.
DELETE in its entirety and REPLACE with the following:
1. Clearing and grubbing, if measured for payment, will be measured by the acre or lump sum.
300-1.4 Payment.
DELETE the second sentence.
SECTION 302 - ROADWAY SURFACING
ADD the following: 302-1 GENERAL.
302-1.1 Vegetation Treatment.
1. The Contractor shall treat all vegetation within the limits of the paved area to be surfaced
with an herbicide that complies with the City’s Integrated Pest Management program.
Herbicide shall be applied at least 2 Working Days prior to surfacing the street. Allowance for
the 2-day period shall be shown in the schedule required per section 6-1. Payment for
pavement surfacing shall include tree trimming and herbicide treatment of the areas to be
surfaced and no extra payment will be made for tree trimming and herbicide treatment.
302-1.2 Coordination.
1. The Contractor shall schedule the Work so as to prevent damage by all traffic. The Contractor
shall not schedule Work so as to conflict with trash pickup. The trash hauling schedule can be
obtained by calling Republic Services at (760) 332-6464. At least 2 weeks prior to Work,
Contractor shall send, by first class mail, notification letters to all property addresses within
500-feet of the Work. Obtaining the appropriate addresses shall be the Contractor’s
responsibility. A sample letter may be provided by the Agency to be used as an example. The
letter should provide the name of the Contractor and a 24-hour phone number for residents
to call if they have any issues or questions.
2. During operations, the Contractor’s schedule for resurfacing shall be designed to provide
residents and business owners sufficient paved parking within an 800-foot distance from their
homes or businesses.
3. Seventy-two hours prior to the start of any construction in the public right-of-way that affects
vehicular traffic and/or parking or pedestrian routes, the 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.
4. The Contractor shall deliver the notification which shall state the date and time the Work will
begin and its anticipated duration. The notification shall list 2 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 a
00 74 00 AGENCY SUPPLEMENTAL TECHNICAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 160 of 214
representative of the Contractor who is knowledgeable about the Project. At least 1 of the
phone numbers shall be in the (760) area code. An answering machine shall not be connected
to either number. The notification shall also give a brief description of the Work and simple
instructions to the home or business owner on what they need to do to facilitate the
construction. The Contractor shall submit the contents of the notification to the Engineer for
approval. Notices shall not be distributed until approved by the Engineer.
5. For door hangers, the notification shall be pre-cut in a manner that enables it to be affixed to
a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and
shall be brightly colored with contrasting printing. The material shall be equivalent in strength
and durability to 65 lb. card stock. The printing on the notice shall be no smaller than 12 point.
The precut notices shall be as shown on the example provided in Appendix “A,” with the day
of the week circled and appropriate information specific to the Work inserted at the locations
indicated in the italicized font.
6. The preparation, materials, printing, delivery and distribution of the letters, door hangers and
notifications shall be included in the contract price Bid for Traffic Control and the Contractor
will not be entitled to any additional compensation for printing and distributing these notices.
302-2 CHIP SEAL.
302-2.6.2 Polymer Modified Emulsified Asphalt.
DELETE the first paragraph and replace with the following:
1. Polymer modified emulsified asphalt shall be applied when the ambient temperature is
between 60°F and 105°F (16°C and 41°C), and the roadway pavement surface temperature is
a minimum of 55°F (13°C); or as specified by the Engineer.
302-2.6.3 Modified Paving Asphalt.
DELETE the first paragraph and replace with the following:
1. Modified paving asphalt shall be applied when the atmospheric temperature is 65°F (18°F) or
above and the existing pavement surface temperature is 80°F (27°C) or above; or as specified
by the Engineer.
302-5 ASPHALT CONCRETE PAVEMENT.
ADD the following: 302-5.8 Manholes and Other Structures.
1. When placing the overlay, the Contractor shall pave over appurtenances in the roadway
which includes sanitary and storm access covers, water valve boxes, air vents, sewer dead
end boxes and survey monument boxes. Each appurtenance shall be treated or covered to
prevent adhesion of the overlay. Each appurtenance shall be located immediately after the
overlay is placed and shall be thoroughly cleaned of any and all construction debris which
may have entered due to the Contractor’s operation. The Contractor shall adjust all CMWD
water valve boxes per CMWD Standard Drawing No. W11 or CMWD Standard Drawing No.
W13. All City of Carlsbad sanitary sewer access covers shall be adjusted per CMWD Drawing
No. S1. All storm sewer access covers shall be adjusted per SDRSD D-10. Riser rings or
extensions shall not be used for the adjustment of these appurtenances.
2. Raising and adjusting to grade all City-owned or CMWD-owned appurtenances in the
roadway shall be paid for at the Contract Unit Price per each as shown in the Bid. Such price
00 74 00 AGENCY SUPPLEMENTAL TECHNICAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 161 of 214
shall constitute full compensation for all labor, materials, and equipment necessary for
completing the Work as described in these Specifications and Plans. Other agencies will be
responsible for their own appurtenances.
302-8 SEALCOAT FOR MISCELLANEOUS AREAS.
302-8.2.1 General.
DELETE the second paragraph and REPLACE with the following:
1. Sealcoat material shall be diluted using clean, potable water in an amount not to exceed 20
percent of the total volume.
302-8.2.2. Spreading.
DELETE the first paragraph and REPLACE with the following:
1. Sealcoat shall be applied when the atmospheric temperature is greater than 55°F (13°C) and
if rain is not forecast for the period of 24 hours after application; or as specified by the
Engineer.
SECTION 307 – JACKING AND TUNNELING
307-1 JACKING OPERATIONS.
307-1.3 Jacking Steel Casing.
DELETE the first paragraph and REPLACE with the following:
1. Unless otherwise shown on the Plans, the size and wall thickness of the casing to be jacked
shall be at the Contractor's option, except that the casing thickness shall be not less than 3/8
inch (9.5 mm) and the casing and jacking operation shall meet all other requirements of the
agency with permit jurisdiction of the installation. The Contractor shall be responsible for the
sufficiency of the casing.
SECTION 308 – MICROTUNNELING
308-6 SUBSURFACE CONDITIONS.
308-6.2 Microtunneling Requested by the Contractor.
DELETE in its entirety and REPLACE with the following:
1. When microtunneling is proposed by the Contractor as an alternative to the specified
methods of conduit installation, the Contractor shall obtain copies of the information and
reports listed in 3-9 and 308-6.3 and shall conduct independent investigations as necessary
to substantiate the basis for the Contractor’s proposal and submit in accordance with 3-8.
Microtunneling operations must be approved by the Engineer prior to the start of
microtunneling work.
SECTION 314 – TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT
MARKERS
314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS.
314-2.1 General.
DELETE in its entirety and REPLACE with the following:
00 74 00 AGENCY SUPPLEMENTAL TECHNICAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 162 of 214
1. The Contractor shall remove by wet grinding all existing or temporary traffic markings and
lines that may confuse the public. When temporary detour striping or markings are no longer
required, they shall be removed prior to painting the new traffic stripes or markings.
2. The Contractor shall remove all existing markings and striping, either permanent or
temporary, which are to be abandoned, obliterated or that conflict with the Plans by wet
grinding methods. Removal of striping by high velocity water jet may be permitted when
there is neither potential of the water and detritus from the high velocity water jetting to
damage vehicles or private property nor to flow from the street into any storm drain or water
course and when approved by the Engineer.
3. The Contractor shall vacuum all water and detritus resulting from high velocity water jet
striping removal from the pavement immediately after the water jetting and shall not allow
such materials to flow in the gutter, enter the storm drain system or to leave the pavement
surface. Surface variation limitations for high velocity water jet striping removal shall be the
same as for grinding.
4. The Contractor shall not use dry or wet sandblasting in any areas. Alternate methods of paint
removal require prior approval of the Engineer. Obliteration of traffic striping with black
paint, light emulsion oil or any other masking method other than a minimum 30mm (0.10’)
thick asphalt concrete overlay is not permitted.
314-2.2 and 314-2.3
Replace as follows: 314-2.2 Measurement and Payment
1. Removal of traffic striping and curb and pavement markings as shown on the Plans and
required by the Specifications shall be included in the lump-sum price Bid for temporary and
final traffic striping, and no additional compensation will be allowed, therefore. Reapplication
of temporary stripes and markings shall be repainted at the Contractor's expense, and no
additional compensation will be allowed for the repainting. The lump sum Bid shall include
all labor, tools, equipment, materials, and incidentals for doing all Work in installing the final
and temporary traffic striping.
314-3 REMOVAL OF PAVEMENT MARKERS.
314-3.2 and 314-3.3
Replace as follows: 314-3.2 Measurement and Payment
1. Removal of pavement markers as shown on the Plans and required by the Specifications shall
be included in the lump-sum price Bid for temporary and final traffic striping, and no
additional compensation will be allowed, therefore. Reapplication of temporary stripes and
markings shall be repainted at the Contractor's expense, and no additional compensation will
be allowed for the repainting. The lump sum Bid shall include all labor, tools, equipment,
materials, and incidentals for doing all Work in installing the final and temporary traffic
striping.
314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS.
314-4.3.6 and 314-4.3.7
Replace as follows: 314-4.3.6 Measurement and Payment
00 74 00 AGENCY SUPPLEMENTAL TECHNICAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 163 of 214
1. Final and temporary traffic striping, curb markings and pavement markings as shown on the
Plans and required by the Specifications shall be included in the lump-sum price Bid for
temporary and final traffic striping, and no additional compensation will be allowed,
therefore. Reapplication of temporary stripes and markings shall be repainted at the
Contractor's expense, and no additional compensation will be allowed for the repainting. The
lump sum Bid shall include all labor, tools, equipment, materials, and incidentals for doing all
Work in installing the final and temporary traffic striping.
314-4.4.5 and 314-4.4.6
Replace as follows: 314-4.4.5 Measurement and Payment
1. Thermoplastic traffic striping and pavement markings as shown on the Plans and required by
the Specifications shall be included in the lump-sum price Bid for temporary and final traffic
striping, and no additional compensation will be allowed, therefore. Reapplication of
temporary stripes and markings shall be repainted at the Contractor's expense, and no
additional compensation will be allowed for the repainting. The lump sum Bid shall include
all labor, tools, equipment, materials, and incidentals for doing all Work in installing the final
and temporary traffic striping.
314-5 PAVEMENT MARKERS.
314-5.6 and 314-5.7
Replace as follows: 314-5.6 Measurement and Payment
1. Pavement markers as shown on the Plans and required by the Specifications shall be included
in the lump-sum price Bid for temporary and final traffic striping, and no additional
compensation will be allowed, therefore. Reapplication of temporary stripes and markings
shall be repainted at the Contractor's expense, and no additional compensation will be
allowed for the repainting. The lump sum Bid shall include all labor, tools, equipment,
materials, and incidentals for doing all Work in installing the final and temporary traffic
striping.
PART 4 EXISTING IMPROVEMENTS
SECTION 400 – PROTECTION AND RESTORATION
400-2 PERMANENT SURVEY MARKERS.
ADD the following:
1. 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 Contractor shall
employ a licensed land surveyor or a registered civil engineer authorized to practice land
surveying within the State of California (“Surveyor”) to establish the location of the
monument before it is disturbed. The Contractor shall have the monument replaced by the
Surveyor no later than 30 Calendar Days after construction at the site of the replacement is
completed. The Surveyor shall file corner record(s) as required by Business and Professions
Code Sections 8772 and 8773 et seq..
2. 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
00 74 00 AGENCY SUPPLEMENTAL TECHNICAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 164 of 214
and cover to the new grade within 7 Calendar 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.
SECTION 401 – REMOVAL
401-2 ASPHALT CONCRETE PAVEMENT.
DELETE in its entirety and REPLACE with the following:
1. Asphalt concrete pavement shall be removed to clean, straight lines. Removal performed by
cold milling shall conform to 404. Adjacent AC/AB sawcut and removal associated with
concrete construction shall be full depth and a minimum width of 12 inches from face of
concrete edge and continue along the concrete scheduled for removal. Removal and disposal
of adjoining AC/AB section shall be incidental to the removal of concrete structure Bid item
per this Section. Replacement of adjoining AC/AB section shall be incidental to replacement
of the concrete
401-3 CONCRETE AND MASONRY IMPROVEMENTS.
401-3.2 Concrete Curb, Walk, Gutters, Cross Gutters, Curb Ramps, Driveway and Alley
Intersections.
DELETE in its entirety and REPLACE with the following:
1. Concrete shall be removed to neatly sawed edges with saw cuts made through the entire
thickness. Concrete sidewalk or driveway to be removed shall be neatly sawed in straight
lines either parallel to the curb or at right angles to the alignment of the sidewalk. No section
to be replaced shall be smaller than 30 inches (750 mm) in either length or width.
All existing concrete shall be removed to the nearest joint. Concrete shall be removed to
neatly sawed edges with saw cuts made to a depth deep enough to produce a clean straight
break without loosening, cracking or damaging adjoining improvements. Curb and gutter
shall be sawed on a neat line at right angles to the curb face. PCC and all other material
unsuitable for use as fill, as determined by the Engineer, shall be removed from the right-of-
way and disposed of by the Contractor at a site of his own choice and shall pay all costs
incidental to the disposal.
ADD the following: 401-3.2.1 Adjacent Asphalt Concrete (AC/AB) Sawcut and Removal.
1. Adjacent AC/AB sawcut and removal associated with concrete construction shall be full depth
and a minimum width of 12 inches from face of concrete edge and continue along the
concrete scheduled for removal. Removal and disposal of adjoining AC/AB section shall be
incidental to the removal of concrete structure Bid item per this Section. Replacement of
adjoining AC/AB section shall be incidental to replacement of the concrete as specified in
Section 303-5.
SECTION 402 – UTILITIES
402-1 LOCATION.
402-1.1 General.
DELETE the first paragraph and REPLACE with the following:
00 74 00 AGENCY SUPPLEMENTAL TECHNICAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 165 of 214
1. Known utilities and their respective owners are shown on the Plans or specified in the Special
Provisions and their locations are based on available records. The accuracy and/or
completeness of the utilities shown on the Plans is not guaranteed and actual locations must
be confirmed by potholing. Where underground utilities are shown on the Plans, the
Contractor shall assume every property parcel will be served by a service connection for each
type of utility.
INSERT, after the first sentence of the third paragraph, the following:
Subsurface installations shall be located at least 5 Working Days and at least 500 feet in
advance of any construction heading and the results reported in written form to the Engineer.
AMEND letter d) to read as follows:
d) horizontal location with reference to Project stationing.
402-2 PROTECTION.
DELETE the first 3 paragraphs and REPLACE with the following:
1. The Contractor shall not interrupt the service function or disturb the support of any utility
without authority from the utility owner or direction from the Engineer. Valves, switches,
vaults, and meters shall be maintained readily accessible for emergency shutoff. Excavation
of soils providing support to pressure pipeline thrust blocks may require isolation and de-
pressurization of the pipeline prior to the installation of support devices and the Contractor
shall coordinate such Work with the utility owner.
2. Where a vertical separation distance of 12 inches cannot be attained between a proposed
utility and an existing utility greater than 4 inches in diameter, place a 1-inch thick neoprene
or silicone pad with Shore A durometer hardness of 50 to 70 (ASTM D2240) in contact with
the top of the lower utility and backfill with Portland cement concrete sand conforming to
203-1.5.5 to 3 inches above the bottom of the upper utility. The width of the pad shall be
equal to the width of the trench and the length shall extend 1 foot beyond the outer limits of
the existing utility.
3. Where protection is required to ensure support of utilities located as shown on the Plans or
in accordance with 402-1, the Contractor shall, unless otherwise specified, furnish and place
the necessary protection at its expense.
4. Upon learning of the existence and location of any utility omitted from 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 7-3 or 7-4.
402-4 RELOCATION.
DELETE paragraphs 3 and 4 and REPLACE with the following:
1. When the Plans or Special Provisions provide for the Contractor to alter, relocate, or
reconstruct a utility, all costs for such Work, including temporary utility service, 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.
2. The Contractor will relocate service connections as necessary within the limits of the Work or
within temporary construction or slope easements in accordance with the procedures and
upon the approval of the utility owner. When directed by the Engineer, the Contractor shall
00 74 00 AGENCY SUPPLEMENTAL TECHNICAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 166 of 214
arrange for the relocation of service connections as necessary between the meter and
property line, or between a meter and the limits of temporary construction or slope
easements. Payment for the relocation of such service connections shall be in accordance
with 7-3 unless otherwise specified in the Bid. Payment will include disconnection of existing
service connections from the utility main, capping or plugging existing outlets on the utility
main, abandoning the service connection, and the restoration of all existing improvements
which may be affected by the service connection relocation. The Contractor may agree with
the owner of any utility to disconnect and reconnect private interfering service connections.
Unless otherwise specified in the Bid, disconnection and reconnection of private services will
be outside of the scope of the Work and the Agency will not be involved in any such
agreement.
402-5 DELAYS DUE TO UTILITY CONFLICTS.
DELETE paragraphs 1 through 4 and REPLACE with the following:
1. The Contractor shall notify the Engineer of its Construction Schedule insofar as it affects the
protection, removal, or relocation of utilities. The notification shall be included as a part of
the Construction Schedule in accordance with 6-1 which shall be revised upon the completion
of utility potholing and evaluation for potential utility conflicts. The Contractor shall notify
the Engineer in writing of any subsequent changes in the Construction Schedule which will
affect the time available for protection, removal, or relocation of utilities.
2. 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 402-1.
3. The Contractor may be given an extension of time for unforeseen delays attributable to
unreasonably protracted interference by utilities in performing Work correctly shown on the
Plans.
4. The Agency will determine the scope of Work for the removal, relocation, or protection of
existing main or trunk line utility facilities within the area affected by the Work if such utilities
are not identified in the Contract Documents. The Contractor will not be assessed liquidated
damages for any delay caused by the removal, relocation, or protection of such existing
facilities.
402-6 COOPERATION.
DELETE in its entirety and REPLACE with the following:
1. When necessary, the Contractor shall so conduct its operations as to permit access to the
Work Site by the Agency or the utility owner and provide time for utility Work to be
accomplished during the progress of the Work.
SECTION 403 - MANHOLE ADJUSTMENT AND RECONSTRUCTION
403-1 GENERAL.
DELETE in its entirety and REPLACE with the following:
1. Wet utility (water, recycled water, sewer and storm drain) manhole and vault frames and
covers and valve box frames and covers within an area to be paved or graded shall be set to
finish grade by the Contractor.
00 74 00 AGENCY SUPPLEMENTAL TECHNICAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 167 of 214
2. The Contractor shall remove all debris from the interior of manholes and vaults and shall
clean all foreign material from the top of the frames and covers.
403-3 MANHOLES IN ASPHALT CONCRETE PAVEMENT.
DELETE in its entirety and REPLACE with the following:
1. Wet utility structures extending 2 inches (50 mm) or more above the new subgrade shall be
lowered by the Contractor to the new subgrade before construction of the pavement section.
Other structures shall be lowered by their owners unless otherwise specified or shown on the
Plans. Structures projecting less than 2 inches (50 mm) above the subgrade may be surveyed
and covered for construction of the pavement section and later adjusted to grade. The top of
reset manholes and other structures shall conform to the smoothness requirement specified
in 302-5.6.2.
2. All structures from which manhole frames and covers have been removed to facilitate
pavement section construction shall be temporarily covered with a steel plate by the
Contractor. When this procedure is impractical, such as for large vaults, or special structures,
remodeling or reconstruction shall be completed to finish permanent surface prior to paving
operations.
3. The Contractor shall notify utility owners at least 21 Calendar Days in advance of the need to
commence Work required prior to paving operations and again for Work required after
paving operations. If the Engineer determines the utility owner will not complete adjustment
of its facilities within 10 Working Days of the completion of the surface course of pavement,
the facilities will be adjusted by their owner under a separate procedure established by the
Agency.
4. After the pavement has been completed, the necessary portions of the subgrade, base, and
pavement shall be neatly removed, the structure built up, and the manhole or vault frame or
valve box set to within 1-1/2 inches (37.5 mm) of finish pavement surface with concrete
pavement conforming to 201-1 and 302-6. The Contractor shall fill the remaining 1-1/2 inches
(37.5 mm) with the asphalt concrete surface course mixture. This material shall be placed and
compacted to conform to the appearance, grade, density and smoothness of the surrounding
pavement.
403-4 MEASUREMENT.
DELETE in its entirety and REPLACE with the following:
1. Manhole, vault or valve box adjustment and reconstruction of the type specified will be
measured by each.
403-5 PAYMENT.
DELETE in its entirety and REPLACE with the following:
1. Payment for adjusting manhole or vault frames and covers to grade, where the difference
between the lowest point of manhole or vault frame removal and final elevation of the top
of the frame is less than 15 inches (375 mm) or where the adjustment is accomplished by
adjustment rings only, will be made at the Contract Unit Price for adjusting each manhole or
vault frame.
00 74 00 AGENCY SUPPLEMENTAL TECHNICAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 168 of 214
2. Payment for setting manhole or vault frames and covers to grade, where the difference
between the lowest point of manhole or vault frame removal and the final elevation of the
top of the frame is 15 inches (375 mm) or more, will be made at the Contract Unit Price for
reconstructing each manhole.
3. Payment for adjusting valve boxes to grade will be made at the Contract Unit Price for
adjusting each valve box regardless of the height of the adjustment.
SECTION 404 – COLD MILLING
404-12 PAYMENT.
ADD the following:
No extra payment will be made for milling or disposing of geotextile, geogrid, or pavement
fabric.
PART 5 PIPELINE SYSTEM REHABILITATION
SECTION 500 – PIPELINE REHABILITATION
500-1 GENERAL.
DELETE in its entirety and REPLACE with the following:
1. Pipeline rehabilitation shall include all labor, materials, equipment and services and shall
consist of cleaning, preliminary inspection, sewage bypass and pumping, service lateral
identification, point repairs, lining, end seals, and service connection re-establishment.
2. Pipe rehabilitation shall be conducted in the host pipe per the manufacturer’s
recommendations and the Contractor’s approved Performance Work Statement, applicable
ASTM standards and as specified in this part.
3. The Contractor shall be responsible for confirming the locations of all active branch service
connections prior to pipe rehabilitation and shall conduct dye tests to verify abandoned
services as necessary. In the event the status of a service connection cannot be determined,
the Agency will make the final decision prior to installation of the liner. Only service
connections determined to be active shall be reinstated by the Contractor.
4. All materials furnished as part of the Work shall be marked with detailed product information
and shall be accompanied by test reports certifying that the material conforms to the
requirements stated in this part. Materials shall be certified by the manufacturer for the
specified purpose.
5. Materials shall be stored in a manner specified or approved by the manufacturer to avoid
damage. Damage includes, but is not limited to, gouging, abrasion, flattening, cutting,
puncturing or UV degradation. On site storage locations shall be approved by the Agency.
6. The Agency reserves the right to inspect all or portions of the completed Work at any time
during the warranty period. Any defect that is discovered during the warranty period which
may materially affect the integrity, strength, function and/or operation of the pipe shall be
repaired and/or replaced by the Contractor in accordance with the Contract Documents at
no additional cost to the Agency. The Contractor shall provide a warranty for the repair for a
period of 1 year following the date of repair.
500-2 SUBMITTALS.
AMEND letter j) to read as follows:
00 74 00 AGENCY SUPPLEMENTAL TECHNICAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 169 of 214
j) The proposed grouting method, locations and procedures.
ADD the following: 500-2.1 CIPP Product Submittal.
1. Provide manufacturer’s data, descriptions and physical properties of all product components
including:
a. Certification from the manufacturer that the product has been successfully installed
in at least 300,000 lineal feet of pipe in municipal wastewater collection systems and
verifying that the chemical resistance of the CIPP meets the Contract requirements.
b. Fabric tube consisting of felts and reinforcing materials and the nominal void volume
in the felt fabric that will be filled with resin.
c. Raw resin data and flexible membrane (coating) material and the methods and
procedures to be implemented for curing and repairs.
d. Shipping, storage and handling recommendations for all components of the CIPP
system.
e. Safety Data Sheets (SDS) for all materials.
ADD the following: 500-2.1.1 Design Calculations.
1. Submit engineering design calculations conforming with Appendix X1 of ASTM F1216.
Calculations for liner thickness shall be performed by a qualified Professional Engineer and
based on the most severe line condition for each pipe size which shall apply to all other
sections to be lined unless otherwise approved by the Engineer. Submit calculations for the
quantity of resin required to completely saturate the tube.
2. Design of the CIPP shall be based on the prism load using the outside diameter of the CIPP in
the calculations. The CIPP design shall assume no bonding to the original pipe. An analysis of
design criteria and calculations for the liner thickness shall be submitted to the Engineer for
approval. The CIPP design shall be based on the following:
a. Corrosion resistance to the typical chemicals found in municipal sewage systems as
defined in the referenced and applicable ASTM standards.
b. Service life: 50 years
c. Design safety factor: 2.0
d. Long-term modulus of elasticity: maximum of 50 percent of initial flexural modulus
unless substantiated by third-party test data
e. Ovality: 2 percent or as measured by field inspection
f. Constrained Soil Modulus: per AASHTO LRFD Section 12 and AWWA Manual M45
g. Dead load: 120 lb./cu. ft. (minimum) or per geotechnical report
h. Live load: AASHTO HS-20 (minimum) or railroad, if applicable. Include impact factors
when depth of cover is less than 5 feet for vehicle loads or less than 10 feet for
railroad.
i. Other loads: based on local conditions such as hydrostatic pressure or surcharge loads
ADD the following: 500-2.2 Performance Work Statement.
1. The Contractor shall submit a PWS which clearly defines the liner product installation in
conformance with these requirements. Unless otherwise specified, the PWS shall at a
minimum contain the following:
00 74 00 AGENCY SUPPLEMENTAL TECHNICAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 170 of 214
a) A description of the proposed pipe rehabilitation technology including a detailed plan for
identifying all active service connections and maintaining service to each connection
during mainline pipe rehabilitation, unless otherwise approved by the Engineer.
b) Verification from the manufacturer of the rehabilitation process or system that the
installer is authorized or certified to install the proposed product. The Contractor shall
provide verification of training for all personnel directly involved with installation.
c) A statement of the Contractors experience in pipe rehabilitation involving pipe of similar
size, length and configuration as proposed for the Work and conducted within the past 5
years and substantiated with verifiable project references.
d) A listing of the superintendent, foreman and lead crew personnel experienced with the
pipe rehabilitation technology proposed for the Work with demonstrated competency
and experience in CCTV inspection, all phases of liner installation and service
reconnections. Personnel replaced during the performance of the Work shall have similar,
verifiable experience as the personnel originally submitted for the Project.
e) A detailed installation plan describing all preparation work, traffic control, cleaning
operations, pre-installation CCTV inspections, bypass pumping, tube wet-out procedure,
liner installation procedures, method of curing, temperature monitoring methods and
procedures, service reconnection, grouting, final CCTV inspection, warranties and all
incidental work or services necessary for a complete installation. Identify and describe
the tools and equipment which will be redundant on the Job Site in the event of
equipment malfunction. Describe the mitigation procedures to be implemented in the
event of key equipment failure or significant groundwater infiltration during the
installation process or for removal of blockages that may be encountered during the pipe
cleaning process.
f) A detailed installation schedule conforming to the requirements of the Contract.
ADD the following: 500-2.3 Quality Control Plan.
1. The QCP shall include:
a) A detailed discussion of the proposed quality controls to be performed by the
Contractor.
b) Defined responsibilities of the Contractor’s personnel.
c) Proposed methods for product performance controls, including the methods and
frequency of product sampling, testing in both raw material form and cured product
form, and repair of test locations in the pipe liner.
d) Specific repair or replacement procedures approved by the system manufacturer for
potential defects that may occur in the installed liner. The plan shall define defects
that will not affect the operation and long-term life of the product, repairable defects
and the repair procedures, and unrepairable defects and procedures for removal and
replacement of the liner.
e) Inspection forms and guidelines for quality control inspections in accordance with the
standards specified and submitted with the QCP. Furnish a check list of key elements
of the installation criteria to ensure that quality control and testing are performed in
accordance with the Contract Documents.
00 74 00 AGENCY SUPPLEMENTAL TECHNICAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 171 of 214
f) Proposed frequency of meetings to discuss performance and product test results with
the Agency.
2. For Projects involving more than 2,000 linear feet of CIPP, the Contractor shall schedule and
provide, at no cost to the Agency, 2 Working Days of training by the CIPP system manufacture
for the Agency’s inspector prior to liner installation. Training shall include field instruction
and all key aspects of visual inspection and sampling procedures.
ADD the following: 500-2.4 As-Built Records.
1. Submit 1 set of Plans annotated with the as-built information and identification of Work
performed and other records acceptable to the Engineer prior to final acceptance of the Work
by the Agency.
2. As-built drawings and records shall include all necessary information as outlined in the PWS
or as agreed to by the Agency. Records shall include pre and post inspection video; locations
of obstructions, groundwater or other conditions encountered; locations of test coupons and
service connections; liner type and thickness; and temperature and/or light train sensor data
from data loggers. The records shall be updated by the Contractor as the Work progresses,
shall be clearly legible and shall indicate the locations of the Work performed each day.
500-3 CLEANING AND PRELIMINARY INSPECTION.
500-3.1 General.
ADD the following:
1. The Contractor shall either plug or install a flow bypass pumping system to properly clean the
host pipe and shall utilize cleaning equipment and procedures that will not damage the pipe.
The Contractor shall repair any damage to the pipe resulting from the cleaning operations as
approved by the Engineer and at no additional cost to the Agency.
2. Upon the completion of pipe cleaning, the Contractor shall verify the inside pipe diameter,
length and site conditions of each pipe segment and include the data collected in the pipe
rehabilitation design.
500-3.4 Closed Circuit Television (CCTV) Inspection.
DELETE the first paragraph and REPLACE with the following:
1. Prior to rehabilitation, a post-cleaning CCTV inspection shall be performed by PACP certified
personnel trained in locating breaks, obstacles and service connections using CCTV. The
Contractor shall submit the post-cleaning video for review prior to installation of the CIPP and
for later reference by the Agency. Video inspections shall be recorded on a digital storage
device. All original digital recordings, log sheets, and reports shall be submitted to the
Engineer and will become the property of the Agency.
500-4 PIPELINE POINT REPAIR AND/OR REPLACEMENT.
500-4.6 Measurement.
DELETE in its entirety and REPLACE with the following:
1. Pipeline point repair/replacement will be measured along the longitudinal axis between the
ends of the pipeline point repair and/or replacement completed and shall not include the
inside dimensions of structures
00 74 00 AGENCY SUPPLEMENTAL TECHNICAL PROVISIONS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 172 of 214
500-4.7 Payment.
DELETE the first sentence and REPLACE with the following:
1. The Contract Unit Price per linear foot (m) or lump sum for pipeline point repair and/or
replacement shall include furnishing and installing all fittings, connections, seals, and special
Work shown on the Plans or required in the Specifications.
500-5 LINING. Not Used
500-6 END SEALS. Not Used
500-8 SERVICE CONNECTION RE-ESTABLISHMENT. Not Used
500-11 MEASUREMENT. Not Used
500-12 PAYMENT. Not Used
SECTION 502 – MANHOLE AND STRUCTURE REHABILITATION
502-2 SUBMITTALS.
DELETE items c) & d) and REPLACE with the following:
c) Certificate of Compliance for each type of liner and its component materials with the
referenced standards.
d) For structural lining systems, submit calculations for structural loading and wall thickness
design signed and sealed by a Professional Engineer.
502-4 REPAIR, RESURFACING, AND ACTIVE INFILTRATION ELIMINATION.
502-4.2 Repair.
DELETE in its entirety and REPLACE with the following:
1. Prior to installation, patching or localized repairs shall be performed using rapid setting
polymer repair mortars or other approved materials compatible with the lining system and
intended for use in corrosive environments in municipal wastewater systems. Repair mortars
shall be used to fill surface irregularities and voids and for repair of deteriorated or cracked
surfaces in the host structure to a uniform surface. The edges of concrete surfaces shall be
keyed or chamfered to avoid thin, tapered edges in the repair mortar. Manufacturer's
specifications shall be followed when performing repairs, material handling, mixing,
installation and curing.
2. Materials shall consist of rapid setting mixtures of polymer resins or cementitious materials,
monocrystalline quartz aggregates, and activators or accelerating agents. Material shall not
contain chlorides or metallic particles. Repair mortars shall have a minimum bond strength
of 1,600 psi when tested to substrate failure per ASTM C882.
3. Non-resinous, cementitious repair mortar used in manhole base rehabilitation shall be top-
coated with a polyurethane and epoxy lining per 502-5.3 or epoxy lining per 502-5.4.
502-5 LINING SYSTEMS. Not Used
END OF SECTION
01 11 00 SUMMARY OF WORK Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 173 of 259
SECTION 2
01 11 00 SUMMARY OF WORK
PART 1 GENERAL
1.01 WORK COVERED BY CONTRACT DOCUMENTS
a. The Contractor shall perform Work and furnish materials, labor, tools, equipment or
services that may be reasonably inferred as being required to produce the intended
result, whether specifically called for in the Contract Documents, at no additional cost to
the Agency.
b. Visible, existing improvements for which no specific disposition is made on the Plans, but
which interfere with the Work, shall be removed, and disposed of by the Contractor with
the prior approval of the Engineer.
c. The completed Work will provide the Agency with a code compliant fuel island, as more
fully described in the Drawings and the technical specifications. Provide all labor, material
and equipment for the following: List the main elements in the Project, e.g.
1. Selective demolition of existing pavement, dispensers and electrical systems;
2. removal and disposal of existing fuel tanks;
3. assistance with soil testing by others;
4. preparation of fuel tank pits and foundations;
5. installation of all footings, pads and installation of new fuel tanks;
6. shoring, excavation, and dewatering, trenching as needed;
7. new electrical and plumbing work as indicated;
8. construction of new fuel island as indicated;
9. conduit and trench work as necessary for services to Maintenance Building and
Electrical room/panel(s);
10. installation of new fuel dispensers;
11. installation of new canopy;
12. restoration of surrounding pavement (concrete and asphalt);
13. other improvements as indicated.
d. Location of the Project is 2480 Impala Drive, Carlsbad.
e. Work also includes: e.g., compliance with environmental requirements, cooperation with
city’s construction manager, furnishing standby power equipment, and/or standby
pumping equipment as needed to ensure continuous utility needs throughout the
construction period; maintaining safe Work area throughout the construction period;
traffic control if/as needed; and obtaining all permits needed to perform the indicated
Work.
1.05 WORK BY OTHERS
a. Construction work will be underway at the adjacent Fleet Maintenance Building under
separate contract. This work may require occasional cooperation for access to adjacent
work areas.
01 11 00 SUMMARY OF WORK Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 174 of 259
1.06 WORK BY OWNER
a. The City will be using drive lanes adjacent to Fuel Island throughout construction duration.
Trench to Maintenance Building may require plating for City access across it.
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION (NOT USED)
END OF SECTION
01 11 20 MEASUREMENT AND PAYMENT Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 175 of 259
01 11 20 MEASUREMENT AND PAYMENT
PART 1 GENERAL
1.01 SCOPE
a. The Contract Price shall cover all Work required by the Contract Documents. All costs in
connection with the proper and successful completion of the Work, including furnishing all
materials, equipment, supplies, and appurtenances; providing all construction plant,
equipment, and tools; and performing all necessary labor and supervision to fully complete
the Work, shall be included in the unit and lump sum Bid prices. All Work not specifically set
forth as a pay item in the Bid Form shall be considered a subsidiary obligation of Contractor
and all costs in connection the Work shall be included in the Bid prices.
b. Payment for each Bid Item shall be made in accordance with Sections 7-2 and 7-3 of the
Agency Supplemental General Provisions and the Bid. All Work shown or described in the
Contract Documents and necessary for the functioning of installed equipment or constructed
facilities and the repair or replacement of damaged existing improvements in accordance
with the Contract Documents shall be considered as included in the Bid Items.
1.02 BID ITEMS
a. Items listed on the Bid Schedule in Section 00 41 00 Bid Form shall be billed on a monthly
basis.
1.03 SUBMITTALS
a. Informational Submittals:
1. Schedule of Values: Submit on Agency’s form.
2. Schedule of Estimated Progress Payments:
i. Submit with initially acceptable Schedule of Values.
ii. Submit adjustments thereto with Application for Payment.
3. Application for Payment.
4. Final Application for Payment.
1.04 CASH ALLOWANCES – Not Used.
1.05 SCHEDULE OF VALUES (SOV)
a. Upon request of the Construction Manager, the Contractor shall provide documentation
to support the accuracy of the SOV.
b. The Contractor shall prepare and submit to the Engineer for review a SOV within the time
specified in the Contract Documents.
c. When requested by the Engineer, the SOV shall divide each lump sum Bid item into its
respective activities as listed in the Construction Schedule, and the sum of the costs
apportioned to the activities comprising the Bid item shall equal the Bid item price. The
Contractor shall add additional detail to the SOV when, in the opinion of the Engineer,
such detail is necessary to represent the basis for payment. The Contractor shall submit
to the Engineer a corrected Schedule of Values within 10 Calendar Days of the Engineer’s
request.
01 11 20 MEASUREMENT AND PAYMENT Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 176 of 259
d. The Contractor shall make adjustments to the approved SOV to account for Change
Orders or Extra Work. The SOV entries for adjustments so made shall be approved by the
Engineer.
e. The Contractor shall submit a revised SOV with each payment request.
f. Payment for the preparation of or revisions to the SOV shall be included in the Contract
Price and no additional payment will be made therefor.
g. Lump Sum Work:
1. Must reflect specified cash and contingency allowances and alternates, as
applicable.
2. List bonds and insurance premiums, mobilization, demobilization, preliminary and
detailed progress schedule preparation, equipment testing, facility startup, and
Contract closeout separately.
i. Mobilization includes, at minimum, items identified in Section 01 50 00,
Temporary Facilities and Controls.
ii. Include item(s) for monthly progress schedule update and maintenance of
Construction Manager’s trailer.
3. Break down by Division 02 through 49 with appropriate subdivision of each
specification for each Project facility.
h. An unbalanced or front-end loaded schedule will not be acceptable.
i. Summation of the complete SOV representing all the Work shall equal the Contract Price.
j. The Contractor shall submit SOV electronically in a spreadsheet format compatible with
latest version of MS Excel.
1.06 SCHEDULE OF ESTIMATED PROGRESS PAYMENTS
a. Show estimated payment requests throughout Contract Times aggregating initial
Contract Price.
b. Base estimated progress payments on initially acceptable progress schedule. Adjust to
reflect subsequent adjustments in progress schedule and Contract Price as reflected by
modifications to the Contract Documents.
1.07 APPLICATION FOR PAYMENT
a. Transmittal Summary Form: Attach 1 Summary Form with each detailed Application for
Payment for each schedule and include Request for Payment of Materials and Equipment
on Hand as applicable. Execute certification by authorized officer of Contractor.
b. Use city Application for Payment Form provided by Construction Manager.
c. Provide separate form for each schedule as applicable.
d. Include accepted Schedule of Values for each schedule or portion of lump sum Work.
01 11 20 MEASUREMENT AND PAYMENT Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 177 of 259
e. Include separate line item for each Change Order and Work Change Directive executed
prior to date of submission. Provide further breakdown of such as requested by
Construction Manager.
f. Preparation:
1. Round values to nearest dollar.
2. Submit Application for Payment, including a Transmittal Summary Form and
detailed Application for Payment Form(s) for each schedule as applicable, a listing
of materials on hand for each schedule as applicable, and such supporting data as
may be requested by Construction Manager.
1.08 PAYMENT
a. Transmittal Summary Form: Attach 1 Summary Form with each detailed Application for
Payment for each schedule and include Request for Payment of Materials and Equipment
on Hand as applicable. Execute certification by authorized officer of Contractor.
b. 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.
Progress payments shall be made no later than 30 Calendar Days after the closure date.
Five Working Days following the closure date, the Engineer shall complete the detailed
progress pay estimate and submit it to the Contractor for the Contractor’s information.
Should the Contractor assert that additional payment is due, the Contractor shall within
10 Calendar Days of receipt of the progress estimate, submit a supplemental payment
request to the Engineer with adequate justification supporting the amount of
supplemental payment request. Upon receipt of the supplemental payment request, the
Engineer shall, as soon as practicable after receipt, determine whether the supplemental
payment request is a proper payment request. If the Engineer determines that the
supplemental payment request is not proper, then the request shall be returned to the
Contractor as soon as practicable, but not later than 7 Calendar 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. Consistent with Public Contract
Code Section 20104.50, the Agency shall make payments within 30 Calendar Days after
receipt of an undisputed and properly submitted supplemental payment request from
the Contractor. If payment of the undisputed supplemental payment request is not made
within 30 Calendar Days after receipt by the Engineer, then the Agency shall pay interest
to the Contractor equivalent to the legal rate set forth in subdivision (a) of Code of Civil
Procedure Code Section 685.010.
c. After final inspection, the Engineer will make a Final Payment Estimate and process a
corresponding payment. This estimate will be in writing and shall be for the total amount
owed the Contractor as determined by the Engineer and shall be itemized by the Contract
Bid item and Change Order item with quantities and payment amounts and shall show all
deductions made or to be made for prior payments and amounts to be deducted under
01 11 20 MEASUREMENT AND PAYMENT Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 178 of 259
provisions of the Contract. All prior estimates and progress payments shall be subject to
correction in the Final Payment Estimate.
d. The Contractor shall have 30 Calendar Days from receipt of the Final Payment Estimate
to make a 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.
e. If the Contractor submits a written statement with documentation in the aforementioned
time, the Engineer will review the disputed item within 30 Calendar Days and make any
appropriate adjustments on the Final Payment. Remaining disputed quantities or
amounts not approved by the Engineer will be subject to resolution as specified in Section
2-10, Disputed Work.
f. The written statement filed by the Contractor shall be in sufficient detail to enable the
Engineer to ascertain the basis and amount of the disputed items. The Engineer will
consider the merits of the Contractor’s claims. It will be the responsibility of the
Contractor to furnish within a reasonable time such further information and details as
may be required by the Engineer to determine the facts or contentions involved in its
claims. Failure to submit such information and details will be sufficient cause for denying
payment for the disputed items.
1.09 MOBILIZATION AND EXCAVATION
a. Payment for mobilization and preparatory Work will be made at the stipulated lump-sum
price in the Bid Schedule, and includes full compensation for furnishing all insurance,
bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing
all the Work involved in mobilization and preparatory Work and operations, including, but
not limited to, those necessary for the movement of personnel, equipment, supplies, and
incidental to preparing to conduct Work on and off the Project Site and other offsite
facilities necessary for Work on the Project; for all other facilities, sureties, Work and
operations which must be performed or costs incurred prior to beginning Work on various
Contract items on or off the Project Site, excepting those specifically paid for under
separate sections of these Specifications. The Contractor agrees that the stipulated lump
sum amount is sufficient for Mobilization and Preparatory Work, as described in this
section, and that the Contractor shall have no right to additional compensation for
Mobilization and Preparatory Work.
b. 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), 40% of the
amount Bid for mobilization and preparatory Work will be allowed. For the second
progress payment, an additional 60% of the amount Bid for mobilization and preparatory
Work will be allowed. The total value shall not exceed 3% of the Contract Price. If the Bid
01 11 20 MEASUREMENT AND PAYMENT Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 179 of 259
item for Mobilization and Preparatory Work exceeds 3% of the Contract Price, the portion
above 3% of the Contract Price shall be paid as a part of the Final Payment.
c. Structure Excavation. All excavation work required for structures, shall be considered to
be a subsidiary obligation of Contractor and the cost of such excavation shall be included
in the prices bid for the structures and included on the Bid Form.
1.14 MISCELLANEOUS CONCRETE
a. All concrete which is required in connection with manholes or structures, pavement or
sidewalk replacement, and other pay items shall be included in the lump sum or unit price
Bid for the pay item.
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION (NOT USED)
END OF SECTION
01 31 00 PROJECT MANAGEMENT AND COORDINATION Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 180 of 259
01 31 00 PROJECT MANAGEMENT AND COORDINATION
PART 1 CONSTRUCTION MANAGEMENT SOFTWARE
1.01 PROCORE PROJECT MANAGEMENT AND COLLABORATION SYSTEM
d. This project will utilize the Owner’s Procore (www.procore.com) online project
management and document control platform. The intent of utilizing Procore is to reduce
cost and schedule risk, improve quality and safety, and maintain a healthy team dynamic
by improving information flow, reducing non-productive activities, reducing rework and
decreasing turnaround times. The Contractor is required to create a free web-based
Procore user account(s) and utilize web-based training / tutorials (as needed) to become
familiar with the system. Unless the Engineer approves otherwise, the Contractor shall
process all project documents through Procore because this platform will be used to
submit, track, distribute and collaborate on project. If unfamiliar or not otherwise trained
with Procore, Contractor and applicable team members shall complete a free training
certification course located at http://learn.procore.com/procore-certification-
subcontractor. The Contractor is responsible for attaining their own Procore support, as
needed, either through the online training or reaching out to the Procore support team.
It will be the responsibility of the Contractor to regularly check Procore and review
updated documents as they are added. There will be no cost to the Contractor for use of
Procore.
It is recommended that the Contractor provide mobile access for Windows, iOS located
at https://apps.apple.com/us/app/procore-construction-management/id374930542 or
Android devices located at
https://play.google.com/store/apps/details?id=com.procore.activities with the Procore
App installed to at least one on-site individual to provide real-time access to current
posted drawings, specifications, RFIs, submittals, schedules, change orders, project
documents, as well as any deficient observations or punch list items. Providing mobile
access will improve communication, efficiency, and productivity for all parties. The use of
Procore for project management does not relieve the contractor of any other
requirements as may be specified in the contract documents.
END OF SECTION
01 32 00 SUBMITTALS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 181 of 214
01 32 00 SUBMITTALS
PART 1 GENERAL
1.01 GENERAL
a. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the
original submittal number followed by an ascending alphabetical designation (e.g., ‘4-A’
would indicate the first resubmittal of the fourth submittal). Each submittal shall be
accompanied by a letter of transmittal on the Contractor’s letterhead which shall contain
the following:
1. Agency Project title and Contract number.
2. Specification section number(s) pertaining to material submitted for review.
3. Submittal number.
4. Description of the contents of the submittal.
5. Identification of any deviation from the Contract Documents on the transmittal
and by redline on the shop or working Drawings.
6. Contractor’s certification statement.
7. Printed name and signature of submitter, title and date.
b. The Contractor shall place the following certification statements on all submittals and
shall subscribe to one of the following:
"I certify that the materials, equipment or construction procedure(s) contained in
this submittal meet all requirements shown or specified in the Contract
Documents with no exceptions.”
Or
"I certify that the materials, equipment or construction procedure(s) contained in
this submittal meet all requirements shown or specified in the Contract
Documents, except for the following deviation(s):”
c. Shop Drawings and engineering data (submittals) covering all equipment and all
fabricated components and building materials which will become a permanent part of the
Goods and Special Services under this Contract shall be submitted to Engineer for review,
as required. Submittals shall verify compliance with the Contract Documents, and shall
include Drawings and descriptive information in sufficient detail to show the kind, size,
arrangement, and the operation of component materials and devices; the external
connections, anchorages, and supports required; the performance characteristics; and
dimensions needed for installation and correlation with other materials and equipment.
d. Each submittal shall cover items from only one section of the specification unless the item
consists of components from several sources. Contractor shall submit a complete initial
submittal including all components. When an item consists of components from several
sources, Contractor's initial submittal shall be complete including all components.
e. All submittals, regardless of origin, shall be approved by Contractor and clearly identified
with the name and number of this Contract, Contractor's name, and references to
01 32 00 SUBMITTALS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 182 of 214
applicable specification paragraphs and Contract Drawings. Each copy of all submittals,
regardless of origin, shall be stamped or affixed with an approval statement of Contractor.
Each submittal shall indicate the intended use of the item in the Goods and Special
Services. When catalog pages are submitted, applicable items shall be clearly identified
and inapplicable data crossed out. The current revision, issue number, and date shall be
indicated on all Drawings and other descriptive data.
f. Contractor shall be solely responsible for the completeness of each submittal.
Contractor’s stamp or affixed approval statement of a submittal is a representation to
Engineer that Contractor accepts sole responsibility for determining and verifying all
quantities, dimensions, field construction criteria, materials, catalog numbers, and similar
data, and that Contractor has reviewed and coordinated each submittal with the
requirements of the Goods and Special Services and the Contract Documents.
g. All deviations from the Contract Documents shall be identified as deviations on each
submittal and shall be tabulated in Contractor's letter of transmittal using Figure P-01300-
2. Such submittals shall, as pertinent to the deviation, indicate essential details of all
changes proposed by Contractor (including modifications to other facilities that may be a
result of the deviation) and all required piping and wiring diagrams.
h. The Contractor shall submit shop Drawings electronically. All submittals shall be made
with the selected method, and the Contractor shall inform the Engineer by letter 1 week
after award of the Contract, which method has been selected. Submittals made by any
method other than that selected by the Contractor, will be returned without review.
i. Submittal documents shall be in black and white unless color is required for the review of
the submittal. All electronic files shall be in PDF as generated by Adobe Acrobat
Professional latest version. The PDF file(s) shall be fully indexed using the Table of
Contents, searchable with thumbnails generated. PDF images must be at a readable
resolution. For most documents, they should be scanned or generated at 300 dots per
inch (dpi). Optical Character Recognition (OCR) capture must be performed on these
images so that text can be searched, selected and copied from the generated PDF file.
The PDF documents shall have a bookmark created in the navigation frame for each major
entry (“Section” or “Chapter”) in the Table of Contents. Thumbnails shall be generated
for each page or graphic in the PDF file. The opening view for each PDF document shall
be as follows:
1. Initial View: Bookmarks and Page
2. Magnification: Fit In Window
3. The file shall open to the Contractor’s transmittal letter, with bookmarks to the
left. The first bookmark shall be linked to the Table of Contents.
PDF document properties shall include the submittal number for the document title and
the Contractor’s name for the author.
j. Electronic submittal file sizes shall be limited to 10 MB. When multiple files are required
for a submittal the least number of files possible shall be created.
01 32 00 SUBMITTALS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 183 of 214
k. The Contractor shall post submittals and retrieve the Engineer’s submittal review
comments through the Engineer’s (Consulting Engineer’s) Project website accessible
through the Internet. Instruction on procedures for posting and retrieving submittals will
be provided after award of the Contract.
l. Facsimiles (fax) will not be acceptable. Engineer will not accept submittals from anyone
but Contractor. Submittals shall be consecutively numbered in direct sequence of
submittal and without division by subcontracts or trades.
1.02 ENGINEER’S REVIEW OF SUBMITTALS
a. Engineer's review of submittals covers only general conformity to the Drawings and
Specifications, external connections, and dimensions that affect the layout; it does not
indicate thorough review of all dimensions, quantities, and details of the material,
equipment, device, or item covered. Engineer's review shall not relieve Contractor of sole
responsibility for errors, omissions, or deviations in the Drawings and data, nor of
Contractor's sole responsibility for compliance with the Contract Documents.
b. Engineer's submittal review period shall be 21 consecutive Calendar Days and shall
commence on the first Calendar Day following receipt of the submittal or resubmittal in
Engineer's office. The time required to mail the submittal or resubmittal back to
Contractor shall not be considered a part of the submittal review period.
c. When the Drawings and data are returned with review status "NOT ACCEPTABLE" or
"RETURNED FOR CORRECTION," the corrections shall be made as instructed by Engineer.
If submittals are made in hard copy, 5 corrected copies shall be resubmitted. If submittals
are made electronically, the corrected Drawings and data shall be resubmitted through
the Project website. Resubmittals by facsimile or e-mail will not be accepted. When the
Drawings and data are returned with review status "EXCEPTIONS NOTED," "NO
EXCEPTIONS NOTED," or "RECORD COPY," no additional copies need be furnished unless
specifically requested by Engineer.
1.03 RESUBMITTAL OF DRAWINGS AND DATA
a. Contractor shall accept full responsibility for the completeness of each resubmittal.
Contractor shall verify that all corrected data and additional information previously
requested by Engineer are provided on the resubmittal.
b. When corrected copies are resubmitted, Contractor shall direct specific attention to all
revisions in writing and shall list separately any revisions made other than those called for
by Engineer on previous submittals. Requirements specified for initial submittals shall also
apply to resubmittals. Resubmittals shall bear the number of the first submittal followed
by a letter (A, B, etc.) or a unique identification that indicates the initial submittal and
correct sequence of each resubmittal.
c. If more than 1 resubmittal is required because of failure of Contractor to provide all
previously requested corrected data or additional information, Contractor shall
reimburse Agency for the charges of Engineer for review of the additional resubmittals.
01 32 00 SUBMITTALS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 184 of 214
This does not include initial submittal data such as shop tests and field tests that are
submitted after initial submittal.
d. Resubmittals shall be made within 30 Calendar Days of the date of the letter returning
the material to be modified or corrected, unless within 14 Calendar Days Contractor
submits an acceptable request for an extension of the stipulated time period, listing the
reasons the resubmittal cannot be completed within that time.
e. The need for more than 1 resubmittal, or any other delay in obtaining Engineer's review
of submittals, will not entitle Contractor to extension of the Contract Times unless delay
of the Work is the direct result of a change in the Work authorized by a Change Order or
failure of Engineer to review and return any submittal to Contractor within the specified
review period.
1.04 COLOR SELECTION
a. Contractor shall submit samples of colors and finishes for all accepted products before
Engineer will coordinate the selection of colors and finishes with Agency. Engineer will
prepare a schedule of finishes that include the colors and finishes selected for both
manufactured products and for surfaces to be field painted or finished and will furnish
this schedule to Contractor within 60 Calendar Days after the date of acceptance of the
last color or finish sample.
1.05 OPERATION AND MAINTENANCE DATA AND MANUALS
a. Adequate operation and maintenance information shall be supplied for all equipment
requiring maintenance or other attention. The equipment supplier shall prepare a Project
specific operation and maintenance manual for each type of equipment indicated in the
individual equipment sections or the equipment schedule.
b. Parts lists and operating and maintenance instructions shall be furnished for other
equipment not listed in the individual equipment sections or the equipment schedule.
c. Operation and maintenance manuals shall include the following:
1. Equipment function, normal operating characteristics, and limiting conditions.
2. Assembly, installation, alignment, adjustment, and checking instructions.
3. Operating instructions for startup, routine and normal operation, regulation and
control, shutdown, and emergency conditions.
4. Lubrication and maintenance instructions.
5. Guide to troubleshooting.
6. Parts lists and predicted life of parts subject to wear.
7. Outline, cross section, and assembly drawings; engineering data; and wiring
diagrams.
8. Test data and performance curves, where applicable.
d. The operation and maintenance manuals shall be in addition to any instructions or parts
lists packed with or attached to the equipment when delivered, or which may be required
by Contractor.
01 32 00 SUBMITTALS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 185 of 214
e. Manuals shall be submitted in electronic format to the Engineer prior to the date of
shipment of the equipment. The manuals shall be submitted, and the Engineer’s review
comments retrieved, through the Project website accessible through the Internet.
Instruction on procedures for posting and retrieving O&M submittals and review
comments will be provided after award of the Contract. When the O&M manuals are
reviewed "RETURNED FOR CORRECTION,” the corrections shall be made as instructed by
the Engineer or Consulting Engineer, and corrected manuals resubmitted to the Engineer
or Consulting Engineer. Delivery of the final O&M shall be made 30 Calendar Days prior
to placing the equipment in operation.
f. All material shall be marked with Project identification, and inapplicable information shall
be marked out or deleted.
g. Shipment of equipment will not be considered complete until all required manuals and
data have been received.
1.07 ELECTRONIC OPERATIONS AND MAINTENANCE MANUALS
a. Electronic manuals shall be in Adobe Acrobat’s PDF and shall be prepared at a resolution
between 300 and 600 dpi, depending on document type. OCR capture shall be performed
on these documents. OCR settings shall be performed with the “original image with
hidden text” option in Adobe Acrobat Exchange.
b. File size shall be limited to 10 MB. When multiple files are required the least number of
files possible shall be created. File names shall be in the format OMXXXXX-YYYZ-V.pdf,
where XXXXX is the 5-digit number corresponding to the specification section, YYY is a 3-
digit O&M manual number, e.g., 001, Z is the letter signifying a resubmittal, A, B, C, etc,
and V is a number used only when more than one 10 MB file is required for an O&M
manual.
c. Documents prepared in PDF format shall be processed as follows:
d. Pages shall be searchable (processed for optical character recognition) and indexed when
multiple files are required.
1. Of material to update the manual provided by the manufacturer. Pages shall be
rotated for viewing in proper orientation.
2. A bookmark shall be provided in the navigation frame for each entry in the Table
of Contents.
3. Embedded thumbnails shall be generated for each completed PDF file.
4. The opening view for PDF files shall be as follows:
5. Initial View: Bookmarks and Page
6. Page Number: Title Page (usually Page 1)
7. Magnification: Set to Fit in Window
8. Page: Single Page
9. Where the bookmark structure is longer than 1 page, the bookmarks shall be
collapsed to show the chapter headings only.
01 32 00 SUBMITTALS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 186 of 214
10. When multiple files are required the first file of the series (the parent file) shall list
every major topic in the Table of Contents. The parent file shall also include minor
headings bookmarked based on the Table of Contents. Major headings, whose
content is contained in subsequent files (children) shall be linked to be called from
the parent to the specific location in the child file. The child file shall contain
bookmark entries for both major and minor headings contained in the child file.
The first bookmark of any child file shall link back to the parent file and shall read
as follows "Return to the Equipment Name Table of Contents," e.g., Return to the
Polymer Feed System Table of Contents.
11. Drawings shall be bookmarked individually.
12. Files shall be delivered without security settings to permit editing, insertion and
deletion.
1.08 LABELING
a. As a minimum, the following information shall be included on all final O&M manual
materials:
Equipment name and/or O&M title spelled out in complete words.
Project Name.
Agency Project/Contract Number.
Specification Section Number. Example: “Section 15 55 00”
Manufacturer’s name.
File Name and Date.
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION (NOT USED)
END OF SECTION
01 33 00 CONSTRUCTION PROGRESS SCHEDULE Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 187 of 214
01 33 00 CONSTRUCTION PROGRESS SCHEDULE
PART 1 GENERAL
1.01 PROGRESS SCHEDULE
a. A Progress Schedule shall be used to control the Work and to provide a definitive basis
for determining Project progress. The Progress Schedule shall be prepared, maintained
and updated by the Contractor and historical dates agreed monthly with the Engineer.
The Contractor shall submit a preliminary Progress Schedule and a Progress Schedule for
acceptance by the Engineer. These schedules shall be the Contractor’s working schedules
and shall be used to plan, organize and execute the Work, record and report actual
performance and progress, and show how the Contractor plans to complete all remaining
Work as of the end of each progress report period.
b. The Progress Schedule shall comprise all the detailed construction-related activities using
the CPM. The Progress Schedule shall provide sufficient detail and clarity to reflect the
intricacies and interdependencies of activities so the Contractor can plan, schedule,
monitor, control and report on the progress of its work. In addition, it shall provide the
Engineer and Agency a tool to monitor and follow the progress for all phases of the Work.
c. The Contractor shall perform Work and furnish materials, labor, tools, equipment or
services that may be reasonably inferred as being required to produce the intended
result, whether specifically called for in the Contract Documents, at no additional cost to
the Agency.
d. Visible, existing improvements for which no specific disposition is made on the Plans, but
which interfere with the Work, shall be removed and disposed of by the Contractor with
the prior approval of the Engineer.
1.02 PRE-CONSTRUCTION SCHEDULING CONFERENCE
a. The Engineer will conduct a pre-construction scheduling conference with the Contractor
to review requirements for the schedules including [SOV] [cost-loading] and schedule
configuration. The conference shall be conducted sufficiently early to allow the
Contractor to submit the preliminary Progress Schedule within 10 Calendar Days of the
Effective Date of the Contract.
b. At this meeting, the Contractor shall explain in detail the procedure to be used to develop
the schedule activity cost-loading or SOV and cash flow. This procedure is subject to the
review and acceptance of the Engineer.
1.03 PRELIMINARY PROGRESS SCHEDULE
a. Following the pre-construction scheduling conference but within 10 Calendar Days of the
Effective Date of the Contract, the Contractor shall submit a preliminary Progress
Schedule for review by the Engineer. The preliminary Progress Schedule shall show
detailed construction-related activities for the first 60 Calendar Days of the Project. The
remainder of the Contract activities shall be shown as summary bars within the
milestones of the Work. If the Engineer has comments on the preliminary Progress
01 33 00 CONSTRUCTION PROGRESS SCHEDULE Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 188 of 214
Schedule, Contractor shall make the necessary changes and resubmit it within 10
Calendar Days. No progress payments will be made during the period specified above for
the preliminary Progress Schedule until the preliminary Progress Schedule has been
accepted by the Engineer.
b. The preliminary Progress Schedule shall:
1. Illustrate a feasible schedule for completion of the Work within the time and
milestones specified.
2. Provide an elementary example of the schedule in the format to be used for the
Progress Schedule.
3. Include the activity code structure as described in paragraph 1.18 ACTIVITY
CODES.
1.04 PROGRESS SCHEDULE
a. The Progress Schedule comprises all the construction-related activities for the Work and
shall show the order in which the Contractor proposes to carry out the Work. Contractor
shall include milestones, coordination necessitated by limited access and available work
areas, and the availability and use of the labor force, material and equipment. Contractor
shall use the Progress Schedule to plan, schedule and coordinate the Work including
activities of Subcontractors, equipment vendors, and suppliers.
b. The Progress Schedule shall be to the level of detail acceptable to the Engineer, and shall
include the following:
1. Organization and structural breakdown of the Project;
2. Milestones and completion dates;
3. Type of Work to be performed and the labor trades involved;
4. Purchase, manufacture and delivery activities for major materials and equipment;
5. Preparation, submittal, and acceptance of shop drawings and material samples;
6. Deliveries of Agency-furnished equipment and/or materials;
7. Acceptances required by regulatory agencies and/or other third parties;
8. Assignment of responsibility for each activity;
9. Access requirements to Work areas;
10. Identification of interfaces and dependencies with preceding, concurrent and
follow on Contractors;
11. Tests, submittal of test reports and acceptance of test results;
12. Planning for phased or total acceptance by Agency; including start up and
commissioning;
13. Identification of any labor force, material and equipment restrictions.
14. Sequence of construction to maintain plant operations;
15. Planned outages.
c. The activities included in the Progress Schedule shall be defined in Working Days.
Durations shall be based on the labor (crafts), equipment, and materials required to
perform each activity on a normal workday basis. Activity durations shall be 20 Working
Days or less except in the case of non-construction activities such as procurement of
01 33 00 CONSTRUCTION PROGRESS SCHEDULE Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 189 of 214
materials, delivery of equipment, and concrete curing. All durations shall be the result of
definitive labor force and resource planning by Contractor to perform the Work, in
consideration of contractually defined on Site Work conditions and Contractor’s planned
means and methods.
d. When the Progress Schedule is accepted by the Engineer, the Engineer will save a copy of
the Progress Schedule as the baseline schedule and will use it for analysis of Contractor’s
progress.
e. The Contractor shall update the Progress Schedule monthly.
1.05 ELECTRONIC PROGRESS SCHEDULE FORMAT AND REPORTING
a. The Progress Schedule shall be created using Primavera P6 scheduling software.
Contractor shall use Engineer’s file-naming format throughout the Project.
1. Electronic schedule files shall be saved with .XML or .XER file extensions.
2. Primavera Project Manager settings for “Baseline Type” shall be used in the
following manner:
i. Select <None> as the baseline type for the Preliminary Schedule Submittal.
ii. Once the Preliminary and Project Schedule are accepted, the baseline type
shall be named <Initial Plan>.
iii. Each subsequent Project Schedule update shall set the baseline type to
<Last Performance Update>.
3. The data date for schedule calculation in the preliminary Progress Schedule and
Progress Schedule shall be set as the date of the Notice to Proceed unless
otherwise specified by the Engineer.
1.06 COST LOADING
a. Except for manufacturer lead-time, each Progress Schedule activity that has an actual cost
shall have a cost value assigned to it. Equipment or material delivery activities bearing
cost shall be separate activities. Each activity’s assigned cost shall consist of all costs
associated with that activity including all Project management, superintendence,
overhead and profit costs. The sum of all activity costs shall be equal to the current
Contract value at all times, including approved Change Orders. The Contractor shall certify
that the costs are not unbalanced and that the value assigned to each activity represents
the Contractor’s total cost to perform that activity.
b. If the Engineer or Agency determines cost data does not meet the requirements for a
balanced bid breakdown, the Contractor shall submit documentation substantiating any
cost allocation questioned. Cost allocations will be considered unbalanced if activity on
the Progress Schedule has been assigned a disproportionate allocation of direct costs,
overhead and profit. If documentation of the cost data does not, in the opinion of the
Engineer substantiate cost allocations, the Progress Schedule will be returned to the
Contractor for action.
c. Unit Price items required to be paid on a unit cost basis as identified in the Bid Form and
the Measurement and Payment section shall be incorporated into the Progress Schedule
01 33 00 CONSTRUCTION PROGRESS SCHEDULE Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 190 of 214
and measured and updated as specified in this part and as specified in the Measurement
and Payment section.
d. The Contractor shall produce Cash Flow Projection reports and graphics from the
Primavera application.
e. Cost-loaded data shall be the basis for monthly payment applications and shall be
included with monthly updates of the Progress Schedule.
1.07 RESOURCE LOADING
a. The Contractor shall build a resource (labor force) library within Primavera and assign
resources to each applicable Progress Schedule activity. Resource-loading shall determine
the activity duration based on the assigned resource. The Contractor shall submit a
resource analysis report produced from Primavera in the form of a series of graphics
showing the principal trades. The report shall show the number of worker-days of effort
for each month over the life of the Contract. The labor force requirements forecast shall
be updated monthly and shall include the actual labor force used by trade as of the
current report period and the labor force required to complete the Work.
1.08 COORDINATING PROGRESS SCHEDULE WITH OTHER CONTRACT SCHEDULES
a. Where Work is to be performed under this Contract concurrently with or contingent upon
work performed on the same facilities or area under other contracts, the Progress
Schedule shall be coordinated with the schedules of the other contracts. Agency will
provide the schedules of other contracts for preparation and updating of the Progress
Schedule. Contractor shall revise the Progress Schedule as required by changes in
schedules of other contracts.
b. In case of interference between the operations of different Contractors, the Agency will
determine the work priority of each Contractor and the sequence of work necessary to
expedite the completion of the entire Project. In all such cases, the decision of Agency
shall be accepted as final.
1.09 SUBMITTALS
a. The Progress Schedule and associated reports shall be submitted to the Engineer for
acceptance within the period of the preliminary Progress Schedule specified in 1.05(3). If
the Progress Schedule is not submitted, no progress payments will be made after the due
date until the Progress Schedule has been submitted.
b. Printouts and electronic layouts required as part of the Progress Schedule submittal and
monthly updates are as follows:
1. Summary Schedule: 1-page milestone and summary schedule, sorted by total
float, early-start, early-finish;
2. Detailed Project Schedule: organized by WBS or area of Work; sorted by total float,
early-start, early-finish;
3. Critical Path Schedule: sorted based on the total float, early-start, early-finish;
01 33 00 CONSTRUCTION PROGRESS SCHEDULE Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 191 of 214
4. 60-Calendar-Day Look Ahead Schedule: sorted by total float, early-start, early-
finish;
5. Activities in Progress: organized by WBS or area of Work; sorted by total float,
early-start, early-finish;
6. Cash Flow Trending Report: presented in an S-Curve format based on original
planned early start and late start forecasted expenditures. In addition, the
historical actual data point(s) are to be graphed within the S-Curve graphic report;
7. Monthly payment projections;
8. Out-of-sequence Report: tabular report showing Work performed out-of-
sequence.
c. Contractor shall submit additional layouts if directed by Engineer.
d. The submittal shall include the following:
1. Narrative report summarizing the Contract milestones, Critical Path, Project
approach including phasing or use of crews, significant submittal and fabrication
items, coordination or interface requirements, Agency-provided items, and list of
Subcontractors and vendors.
2. Graphic reports including Critical Path report (longest path), summary schedule
report, total float report by early-start early-finish, look-ahead report grouped by
work breakdown structure or Project phasing, and cash flow projection. Cash flow
projections include estimated cumulative cost curves based on early and late start
dates and projection of monthly payments over the life of the Project.
1.10 MONTHLY SCHEDULE UPDATES
a. Monthly Progress Schedule updates shall be submitted for the duration of the Contract
on a date agreed to by the Agency, Engineer, and Contractor. If monthly Progress
Schedule updates are not submitted by the due date, progress payments will be withheld
until the required information is submitted.
b. The updated schedule shall be reviewed each month in a meeting with Engineer to verify:
1. Actual start dates,
2. Actual completion dates,
3. Activity percent completion,
4. Revised logic (as-built and projected) and changes in activity durations, cost
assigned,
5. Cost influence of Change Orders, if any,
6. Revisions due to extension of time.
c. Prior to each meeting, Contractor shall prepare a complete and accurate report of current
procurement and construction progress through the end of the update period, and a
depiction of how Contractor plans to continue the Work to meet all Contract completion
dates. All network changes and status data agreed to during each update meeting shall
01 33 00 CONSTRUCTION PROGRESS SCHEDULE Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 192 of 214
be considered as accepted by both parties unless written notice of any exceptions is given
within 5 Calendar Days after the meeting.
d. For major network changes that cannot be agreed to during an updating meeting,
Contractor shall submit the proposed changes for Engineer’s acceptance prior to inserting
such changes into the network. Submittals may be in the form of marked up networks,
fragnets, or schedule abstracts, provided they are submitted with a letter of transmittal.
A fragnet is defined as a sequence of new activities and/or activity revisions that are
proposed to be added to the existing schedule to demonstrate how Project events have
an impact on the schedule.
1.11 DATA DATE
a. The data date is the re-settable date in P6 that serves as the end of a reporting period.
The reporting period will be recorded on a monthly basis, e.g., January 1st through
January 31st with the 31st as the data date. If required for coordination purposes by the
Agency, the Engineer will provide specific data dates to be used by the Contractor.
1.12 REVIEW PROCESS
a. Engineer will review Contractor’s preliminary Progress Schedule and full Progress
Schedule submittals within 15 Calendar Days after receipt of all required information.
b. At the request of Agency or Engineer, Contractor shall participate in any meetings
necessary to reach a mutual agreement and acceptance of the preliminary Progress
Schedule, Progress Schedules, or Cash Flow Projections.
c. If any of the required submittals are returned to Contractor for corrections or revisions,
they shall be resubmitted within 10 Calendar Days after the return mailing date.
Resubmittals shall include all information and media included in the first submittal.
Review and response by Engineer will be given within 10 Calendar Days after receipt of
each resubmittal.
d. Schedules shall show Contract completion of the Work on the Contract completion date
and with zero or positive total float even if the Contractor plans to finish early. In no event
shall acceptance of the schedule be a basis for a claim for delay against Agency or Engineer
by Contractor for an early finish. A Progress Schedule containing activities with negative
float or that extend beyond the Contract completion date will not be acceptable.
e. Acceptance of the Progress Schedule by Engineer does not relieve Contractor of
responsibility for accomplishing the Work by the Contract completion date. Omissions
and errors in the accepted Progress Schedule shall not relieve the Contractor of
obligations under the Contract. Acceptance by Engineer in no way makes Engineer or
Agency an ensurer of the Schedule's success or liable for time or cost overruns. Engineer
and Agency disclaim any obligation or liability by reason of acceptance of the Progress
Schedule by the Engineer.
01 33 00 CONSTRUCTION PROGRESS SCHEDULE Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 193 of 214
1.13 RESPONSIBILITY OF SCHEDULE COMPLIANCE
a. Whenever it becomes apparent from the current Progress Schedule that the Critical Path
is delayed and the Contract completion date will not be met, Contractor shall mitigate the
delay by taking some or all of the following actions at no additional cost to Agency.
1. Increase construction labor force in such quantities and crafts as will bring the
Project back on schedule within the completion dates and milestones.
2. Increase the number of working hours per shift, shifts per day, Working Days per
week, and the amount of construction equipment, or any combination of the
foregoing, to substantially eliminate the backlog of Work.
3. Re-schedule activities to achieve maximum practical concurrence of activities and
to comply with the schedule date(s).
b. Within 10 Calendar Days of the Engineer’s request, Contractor shall submit a recovery
schedule and written statement of the steps intended to remove or arrest the delay to
the Critical Path in the schedule. If the Contractor fails to submit the required information
or should fail to take measures acceptable to the Engineer, the Engineer with Agency
concurrence may direct Contractor to increase labor force, equipment and scheduled
Work hours to remove or arrest the delay to the Critical Path and the Contractor shall
promptly provide such level of effort at no additional cost to Agency.
c. In the event Contractor fails to follow the updated or revised recovery schedule, Agency
may elect to withhold progress payments until Contractor complies with the revised
schedule.
d. Should Contractor’s efforts not remove or arrest the delay to the Critical Path of the
accepted schedule, then Agency shall be entitled to supplement Contractor’s workforce
and equipment to remove and arrest any delay, and shall be entitled to deduct all costs
and expenses associated with the supplemental workforce and equipment from
payments due to the Contractor. If insufficient Contract funds remain, Agency may
recover such funds from Contractor and its Surety.
1.14 CHANGE ORDERS, DELAYS, AND EXTENSIONS OF TIME
a. When Change Orders or delays are experienced by Contractor and Contractor requests
an extension of time, Contractor shall submit a written time impact analysis to the
Engineer illustrating the influence of each change or delay to the current Contract
Schedule completion date. Each time impact analysis shall include a fragment
incorporating the Change Order or delay into the Progress Schedule to demonstrate how
Contractor was delayed.
b. Each time impact analysis shall demonstrate the estimated time impact based on the
events of the change or the delay; the date the change was given to Contractor or the
delay incurred, the status of construction at that point in time, and the event time
computation of all activities affected by the change or delay. The event times used in the
analysis shall be those included in the latest update of the Progress Schedule or as
adjusted for the events of delay.
01 33 00 CONSTRUCTION PROGRESS SCHEDULE Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 194 of 214
c. An electronic copy shall be submitted within 7 Calendar Days of delay occurrence or
direction to proceed with a change is given to Contractor. No time extensions will be
considered if the time impact analysis is not submitted within the specified time.
d. The Engineer will review Contractor’s time impact analysis. Contractor shall furnish such
justification and supporting evidence as the Engineer deems necessary to determine
whether Contractor is entitled to an extension of time. Engineer’s review of each time
impact analysis will be made within 5 Working Days of receipt of the time impact analysis
and additional information as required by the Engineer, unless subsequent meetings and
negotiations are necessary.
e. The Contract completion time will be adjusted only for causes specified in paragraph 15.
Time extensions will be granted only to the extent that equitable time adjustments for
the activity or activities affected exceed the total or remaining float along the Critical Path
at the time of actual delay. Delays in activities which are not on the Critical Path and do
not affect Contract completion dates, will not be considered for an extension of time.
1.15 CAUSES FOR EXTENSIONS OF TIME
a. Additional positive total float in the Progress Schedule generated by efficiencies of Agency
or Contractor is a shared commodity to be reasonably used by either party, and belongs
exclusively to the Project. The Contractor is not entitled to any additional compensation
for completion of the Project prior to expiration of the Contract Times.
b. Agency-Initiated Changes. Agency initiated changes to the Contract Work that absorb
float time will not be considered for an extension of time. Agency-initiated changes that
affect the Critical Path of the Progress Schedule shall be grounds for extending or
shortening completion dates. Use of float time for Contractor initiated changes will
require Agency’s concurrence. Contractor’s changes, however, shall give way to Agency-
initiated changes competing for the same float time.
c. Outside Contractor’s Control. Events outside of the Contractor’s control that affect the
Critical Path of the Progress Schedule will be considered for an extension or reduction of
the Contract Times.
d. Weather Delays. Engineer will obtain weather data during construction from a reputable
source and will maintain weather records.
1. Engineer will determine Contractor’s entitlement to an extension of the Contract
Time as a result of weather delays. Extensions of time will be granted at the
discretion of the Engineer for circumstances not covered by the flow chart.
2. Any weather-related extension of Contract Time shall be non-compensable.
Efficiencies gained as a result of favorable weather within a calendar month,
where the number of days of normally anticipated weather days is less than
expected, shall contribute to the Project float and shall not affect the Contract
Times.
01 33 00 CONSTRUCTION PROGRESS SCHEDULE Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 195 of 214
3. Application for a weather-related extension of time shall be submitted to the
Engineer, and shall state the extension requested and be supported by the
relevant weather data.
1.16 AS-BUILT SCHEDULE
a. As a condition precedent to release of final payment, the last update to the Progress
Schedule submitted shall be identified by the Contractor as the “As-Built Schedule.” The
“As-Built Schedule” shall reflect the exact manner in which the Project was actually
constructed (including actual start and completion dates, activities, sequences, and logic)
and shall be signed and certified by the Contractor’s Project manager.
1.17 SCHEDULE SOFTWARE SETTINGS AND RESTRICTIONS
a. Contractor shall consult with Engineer for acceptable Primavera Project Manager
software settings and restrictions. The following shall apply unless otherwise directed by
the Engineer.
1. Schedule Options:
i. Shall be defined only to “Use expected finish dates”;
ii. Scheduling progressed activities to be set to “Use only retained logic,” not
progress override option;
iii. Critical Path activities defined as Total Float less than or equal to zero;
iv. Calculating start-to-start lag from “early start” dates; and computing total
float as “finish float = late finish – early finish”;
v. Calendar to be set for scheduling relationship lag as “Predecessor Activity
Calendar.”
2. Activity progress shall be shown using Remaining Duration. Date format shall be
DDMMYY.
3. Default activity type shall be set to “Independent Task.”
4. Date/time activity constraint(s), other than those required by the Contract, will
not be allowed unless accepted by Engineer. Contractor shall identify proposed
constraints and explain the constraint purpose in the Narrative Report.
5. Lags shall not be used in the creation of an activity that will perform the same
function, e.g., concrete cure time. Lag durations contained in the Project Schedule
shall not have a negative value. Contractor shall identify any lag proposed and
explain the purpose of the lag in the Narrative Report.
6. Actual Start and Finish dates shall not be automatically updated by default
mechanism that may be included in the CPM scheduling software system. Actual
Start and Actual Finish dates on the CPM schedule shall be updated by actual Work
progression.
1.18 ACTIVITY CODES
a. The Primavera (P6) activity codes and WBS to be confirmed or revised by the Engineer are
listed below. Confirmation or revision of the activity codes and WBS will be provided to
the Contractor within 3 Working Days of the Effective Date of the Contract. Use of the
Engineer prescribed activity codes and WBS is mandatory.
01 33 00 CONSTRUCTION PROGRESS SCHEDULE Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 196 of 214
b. “Project Codes” as defined by Primavera P6 is reserved for the Agency. Only “Activity
Codes” at Project Level will be permitted for Contractor use.
Activity Code
Code
Value Description
Phase 0005 Construction Phase
Construction Phase A
BC
D
E
Milestones
Administrative
Submittals
Construction Activities
Closeout Phase
Submittals SUB
R&A
F&D
Submittals
Review & Approve
Fabricate & Deliver
Other Codes to be prescribed by
Engineer or requested by
Contractor for Project specific
criteria.
01 33 00 CONSTRUCTION PROGRESS SCHEDULE Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 197 of 214
1.19 ACTIVITY RELATIONSHIPS
a. Relationships between activities shall be identified with the following information:
1. Predecessor and successor activity ID.
2. Relationship types:
i. FS Finish to start
ii. SS Start to start
iii. FF Finish to finish
iv. SF Start to finish – This relationship is not allowed, unless authorized by
Engineer.
1.20 PROJECT CALENDARS
a. Project Calendars shall use Working Days and Calendar Days as the planning unit for the
schedule. Use of Global Calendars is reserved for Agency. Each calendar shall be set to
start on Mondays with holidays in accordance with Agency policy. The following calendars
shall be used for each activity except as otherwise accepted by Engineer:
1. 5-Day x 8 Hour Workweek (with holidays) shall be used for 5-day 40-hour
workweek activities: Monday through Friday. All holidays and non-work days shall
be assigned to this calendar. This calendar shall be used for all normal work
activities, submittals, and fabricate and delivery activities. This calendar shall be
the default calendar for the Project unless otherwise specified.
2. 5-Day x 10-Hour Workweek (with holidays) shall be used for 5-day 50-hour
workweek activities: Monday through Friday. All holidays and non-work days shall
be assigned to this calendar.
3. 6-Day x 10-Hour Workweek (with holidays) shall be used for 6-day 60-hour
workweek activities. Monday through Saturday. All holiday and non-work days
shall be assigned to this calendar.
4. 7-Day Calendar (no holidays) shall be used for 7-day workweek activities. No non-
work days shall be entered into this calendar.
5. Additional Calendars may be assigned depending on need. However, Contractor
shall consult with the Engineer before other calendars are entered and/or used in
the Project schedule.
b. The workday to calendar day correlation shall be based on a single shift and 5-day work
week with adequate allowance for holidays, adverse weather, and all other special
requirements of the Work. Contractor may, at his option, propose alternate baseline
calendars to allow a second shift and/or a single shift on Saturdays subject to the
concurrence and acceptance of Agency. Under no circumstances will a schedule be
accepted which allows regularly scheduled Work on Sundays.
1.21 FLOAT
a. Contractor shall not use float suppression techniques, including preferential sequencing
(arranging Critical Path through activities more susceptible to Agency caused delay); lag
logic restraints; zero total or free float constraints; extended activity times; or imposing
constraint dates other than as required by the Contract. Float suppression will be cause
01 33 00 CONSTRUCTION PROGRESS SCHEDULE Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 198 of 214
for rejection of the preliminary Progress Schedule or full Progress Schedule and its
updates.
1.22 MANDATORY MILESTONES
a. The Contract duration shall be equal to the time period between the Notice to Proceed
and the completion milestone. The following milestones are mandatory.
1. Project Award Milestone
2. Notice to Proceed Milestone
3. Substantial Completion is [Insert number and type (i.e., Working or Calendar)]
days from Notice to Proceed
4. Completion is [Insert number and type i.e., Working or Calendar] days from Notice
to Proceed
b. The following additional milestones are to be considered and incorporated into the
Progress Schedule in accordance with the Contract terms, if applicable.
1. Permit constraints
2. Facility shut down or outage milestone requirements
3. Applicable phasing milestones
4. Other milestones deemed appropriate by the Engineer.
PART 2 EXECUTION
2-1.1 Preconstruction Meeting
After, or upon, notification of Contract award, the Engineer will set the time and location for the
Preconstruction Meeting. Attendance of the Contractor’s management personnel responsible for
the management, administration, and execution of the Project is mandatory for the meeting to
be convened. Failure of the Contractor to have the Contractor’s responsible Project personnel
attend the Preconstruction Meeting will be grounds for default by Contractor per Supplemental
General Provisions Section 6-7. No separate payment will be made for the Contractor’s
attendance at the meeting. The Notice to Proceed will only be issued on or after the completion
of the Preconstruction Meeting.
2-1.2 Preparation and Review of the Baseline Construction Schedule
The Contractor shall prepare the Baseline Construction Schedule as a CPM Schedule in the
precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall
depict a workable plan showing the sequence, duration, and interdependence of all activities
required to represent the complete performance of all Project Work 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 sequencing, including all milestones necessary to define beginning and ending of each phase
or stage.
01 33 00 CONSTRUCTION PROGRESS SCHEDULE Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 199 of 214
2-1.2.1 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.
2-1.2.2 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.
2-1.2.3 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.
2-1.2.4 Schedule Software
The Contractor shall use commercially available software equal to the Windows 2000 compatible
“Suretrak” program by Primavera or “Project” program by Microsoft Corporation to prepare the
Baseline Construction Schedule and all updates thereto. The Contractor shall submit to the
Agency a digital file with all network information contained on it, in a format readable by a
Microsoft Windows 2000 system. The Agency will use a “Suretrak,” “Project” or equal software
program for review of the Contractor’s schedule. Should the Contractor elect to use a scheduling
program other than the “Suretrak” program by Primavera or “Project” program by Microsoft
Corporation, the Contractor shall provide the Engineer 3 copies of the substituted program that
are fully licensed to the Agency and 32 class hours of on-site training by the program publisher
for up to 8 Agency staff members. The classes shall be presented on Mondays through Thursdays,
inclusive, between the hours of 8:00 a.m. and 5:00 p.m. The on-site training shall be held at 1635
Faraday Avenue, Carlsbad, California. The dates and times of the on-site training shall be
submitted to the Engineer for approval 5 Working Days before the start of the on-site training.
The on-site training shall be completed prior to the submittal of the first Baseline Construction
Schedule.
2-1.2.5 Schedule Activities
Except for submittal activities, activity durations shall not be shorter than 1 Working Day nor
longer than 15 Working Days, unless specifically and individually allowed by the Engineer. The
Baseline Construction Schedule shall include between 100 and 500 activities, including
submittals, interfaces between utility companies and other agencies, Project milestones and
equipment and material deliveries. The number of activities will be sufficient, in the judgment of
the Engineer, to communicate the Contractor’s plan for Project execution, to accurately describe
the Project Work, and to allow monitoring and evaluation of progress and of time impacts. Each
01 33 00 CONSTRUCTION PROGRESS SCHEDULE Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 200 of 214
activity’s description shall accurately define the work planned for the activity and each activity
shall have recognizable beginning and end points.
2-1.2.6 Float
Float or slack time within the schedule is available without charge or compensation to whatever
party or contingency first exhausts it.
2-1.2.7 Restraints to Activities
Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or
services, which may impact any activity’s construction shall be shown as a restraint to those
activities. Time periods to accommodate the review and correction of submittals shall be
included in the schedule.
2-1.2.8 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 Agency Supplemental General Provisions Section 6-4.
2-1.2.9 Early Completion
The Baseline Construction Schedule will show the Contractor’s plan to support and maintain the
Project for the entire contractual time span of the Project. Should the Contractor propose a
Project duration shorter than Contract duration, a complete Baseline Construction Schedule
must be submitted, reflecting the shorter duration, in complete accordance with all schedule
requirements of Agency Supplemental General Provisions 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 Baseline Construction Schedule is reasonable and
the Agency and all other entities, public and private, which interface with the Project are able to
support the provisions of the shortened Baseline Construction Schedule. The Agency’s
acceptance of a shortened duration Project will be confirmed through the execution of a Contract
Change Order revising the Project duration and implementing all contractual requirements
including liquidated damages in accordance with the revised duration.
2-1.2.10 Engineer’s Review
The Construction Schedule is subject to the review of the Engineer. The Engineer’s determination
that the Baseline Construction Schedule proposed by the Contractor complies with the
requirements of these supplemental provisions shall be a condition precedent to issuance of the
Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule
does not meet the requirements of these specifications the Contractor shall correct the
Construction Schedule to meet these specifications and resubmit it to the Engineer. Failure of
the Contractor to obtain the Engineer’s determination that the initial Construction Schedule
proposed by the Contractor complies with the requirements of these supplemental provisions
within 30 Working Days after the date of the Preconstruction Meeting shall be grounds for
termination of the Contract per Agency Supplemental General Provisions Section 6-4. Days used
01 33 00 CONSTRUCTION PROGRESS SCHEDULE Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 201 of 214
by the Engineer to review the initial Construction Schedule will not be included in the 30 Working
Days.
The Engineer will review and return to the Contractor, with any comments, the Baseline
Construction Schedule within 15 Working Days of submittal. The Baseline Construction Schedule
will be returned marked as per Sections 2-1.2.10.1 through 2-1.2.10.3.
2-1.2.10.1 “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 2-1.8.1.
2-1.2.10.2 “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 2-1.8.1.
2-1.2.10.3 “Not Accepted”
The Contractor must resubmit the schedule incorporating the corrections and changes of the
comments prior to receipt of payment per Section 2-1.8.1. The Notice to Proceed will not be
issued by the Engineer if the changes of the comments are not submitted as required 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
Supplemental General Provisions Section 2-7 TERMINATION OF THE CONTRACT FOR DEFAULT if
the changes of the comments are not submitted as required and marked “Accepted” by the
Engineer.
2-1.3 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 1.05 (Electronic
Progress Schedule Format and Reporting) and will include each item and element of Sections 2-
1.2 through 2-1.2.9 and 2-1.3.1 through 2-1.3.7.
2-1.3.1 Actual Activity Dates
The actual dates each activity was started and/or completed during the month. After first
reporting an actual date, the Contractor shall not change that actual date in later updates without
specific notification to the Engineer with the update.
2-1.3.2 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.
01 33 00 CONSTRUCTION PROGRESS SCHEDULE Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 202 of 214
2-1.3.3 Electronic Media
The electronic schedule data file shall be labeled with the Project name and number, the
Contractor’s name and the date of preparation of the schedule. The schedule data 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.
2-1.3.4 List of Changes
A list of all changes made to the activities or to the interconnecting logic, with an explanation for
each change.
2-1.3.5 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.
2-1.3.6 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.
2-1.4 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 resubmittal the Engineer will review and return the resubmitted
Updated Construction Schedule to the Contractor, with any comments, within 5 Working Days.
Failure of the Contractor to submit a monthly Updated Construction Schedule will invoke the
same consequences as the Engineer returning a monthly Updated Construction Schedule marked
“Not Accepted.”
2-1.4.1 “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 2-1.8.1.
2-1.4.2 “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 2-1.8.1.
2-1.4.3 “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
01 33 00 CONSTRUCTION PROGRESS SCHEDULE Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 203 of 214
defaulted the Contract under the provisions of Agency Supplemental General Provisions Section
6-7 TERMINATION OF THE CONTRACT FOR DEFAULT 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 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.
2-1.5 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 Calendar 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.
2-1.6 Interim Revisions
Should the actual or projected progress of the Work become substantially different from that
depicted in the Project Schedule, independently of and prior to the next monthly update, the
Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of
each change made to the schedule. The Revised Construction Schedule will be submitted per the
submittal requirements of Section 1.05 (Electronic Progress Schedule Format and Reporting) and
per the schedule review and acceptance requirements of Agency Supplemental General
Provisions 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 Calendar Days of duration for the Project.
2-1.7 Final Schedule Update
The Contractor shall prepare and submit a Final Schedule Update when 100% of the Construction
Work is completed. The Contractor’s Final Schedule Update must accurately represent the actual
dates for all activities. The Final Schedule Update shall be prepared and reviewed per Sections 6-
1.3. Preparation of Schedule Updates and Revisions and 6-1.4 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.
2-1.8 Measurement and Payment for 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 for them.
END OF SECTION
01 50 00 TEMPORARY FACILITIES AND CONTROLS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 204 of 214
01 41 26 PERMIT REQUIREMENTS
PART 1 GENERAL
1.01 WORK COVERED BY CONTRACT DOCUMENTS
a. The Contractor is responsible to obtain all local, state and federal permits and licenses
required to perform the Work. Payment for obtaining and complying with permits and
licenses including, but not limited to, general construction permits, building permits,
grading permits, encroachment permits, haul route permits, excavation permits, drilling
permits, water discharge permits, temporary easements, licenses, inspection fees, and
Federal, State and local taxes shall be borne by the Contractor and shall be included in
prices Bid for Work for which such costs are appurtenant.
b. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its
operations such as, but not limited to, permits required for sewage bypass pumping or
discharge; Night Work; overload; blasting or demolition or for any permit related to the
operation of equipment used in such Work.
c. The Contractor shall obtain and pay for all permits for the disposal of all waste or surplus
materials removed from the Project. The cost of the permit(s) shall be included in the
price for the Bid items requiring the permits and no additional compensation will be
allowed for them.
d. The Contractor shall provide a copy of the permit or license to the Agency prior to
performing the Work requiring the permit or license.
e. Contractor shall pay for all fees applicable to Contractor’s operations.
f. Contractor shall not begin Work until all permits applicable to the Work are obtained.
Permits shall be maintained in valid status until acceptance of the Work by the Agency.
g. The Contractor shall pay all business taxes or license fees that are required for the Work.
1. To the extent that there is a change in the type or cost of any permits, fees,
licenses, or inspections after Contract award, there shall be an equitable
adjustment in the Contract Price on account of such change under the Extra Work
provisions.
2. The Contractor shall comply with and give notices required by Applicable Laws.
The Contractor is not entitled to damages or additional payment for delays
attributable to the acquisition of permits.
3. The Contractor shall pay the Agency for regulatory fees, fines, or penalties
imposed on the Agency arising from the Contractor’s failure to complete the Work
in accordance with the Contract Documents.
h. The Contractor shall obtain, pay for, and comply with required permits, licenses, work
permits, and authorizations from appropriate agencies, including the following:
1. Licenses
i. Before submitting Bids, Contractors shall be licensed in accordance with
provisions of Chapter 9, Division 3, of the Business and Professions Code.
01 50 00 TEMPORARY FACILITIES AND CONTROLS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 205 of 214
ii. City of Carlsbad Business License.
2. State and Federal permits
i. Excavation and Dirt Moving Permit from Cal/OSHA
ii. Safety permit from California Division of Industrial Safety
iii. NPDES General Permit for Storm Water Discharges Associated with
Construction and Land Disturbance Activities (LUP Type 2)
iv. NPDES Permit for discharge of hydrostatic test water and potable water
3. Other permits (if/as necessary)
i. City Haul Route Permit
ii. Traffic Control Plan Permit
iii. Grading Permit
iv. Right of Way Permit
v. Oversize Load Permit
vi. Blasting Permit
vii. Written authorization from private property owners for property utilized
for staging.
i. The Agency will obtain for the Contractor, the following:
1. Building Permit
2. Air Pollution Control District, Authority to Construct
3. County Department of Health Permit
1.02 HAUL ROUTE PERMIT
a. The Contractor shall prepare a Project specific haul route plan detailing the streets
intended for use in delivery of materials and import and export of soil. Contractor will be
limited to the routes approved by the City of Carlsbad according to the approved haul
route plan contained in the permit.
1.03 TRAFFIC CONTROL PLANS
a. The Contractor shall prepare Project specific traffic control plans, and haul route plan and
use such plans to obtain a traffic control permit from the City of Carlsbad Development
Services Department.
1.04 RAILROAD – Not Used
1.05 STORMWATER POLLUTION PREVENTION PLAN (SWPPP)/ GENERAL PERMIT
PROJECTS LESS THAN ONE ACRE (TIER 1 and TIER 2 or Maintenance ONLY Projects that
may be over an acre)
A. Water Pollution Prevention. The Contractor shall plan for and implement temporary
construction BMPs to mitigate the water quality impacts of land disturbance and non-
storm water discharges related to construction activities in accordance the Agency’s
current Municipal Stormwater Permit and Carlsbad Municipal Code Chapter 15.12. BMPs
are the schedules of activities, prohibitions of practices, maintenance procedures and
other management practices employed during construction activities to prevent or
reduce pollution of bodies of water protected by the federal Clean Water Act (33 U.S.C. §
1251 et seq.) and the state Porter-Cologne Water Quality Control Act (Water Code, §
01 50 00 TEMPORARY FACILITIES AND CONTROLS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 206 of 214
13000 et seq.), which include oceans, lagoons, lakes, streams and other sensitive water
bodies and water courses. Construction BMPs also include physical devices and structural
construction control measures designed to prevent soil erosion from occurring on the
Work Site, or that are designed to prevent sediment from leaving the Work Site, both of
which are referred to hereafter as “Water Pollution.” BMPs are also intended to protect
the health, safety and welfare of the public and to prevent damage to adjoining public
and private property resulting from construction activities.
B. Pollution prevention practices and the minimum BMPs are required during all 12 months
of the year. BMPs and other erosion control practices must be implemented as the most
important “first line of defense.” The Agency has adopted the CASQA ‘Stormwater Best
Management Practices Handbook: Construction,’ latest edition, as its preferred source
for adopting construction BMPs. All BMPs must correspond to the BMP Fact Sheets
included in the CASQA Construction Handbook. With the approval of the Engineer, or
designee, the Agency may accept comparable BMPs from reputable alternative sources.
As used in this section, “Engineer” shall have the same meaning as “Construction
Manager.”
C. The Contractor shall utilize the Agency’s Tier 1 or Tier 2 SWPPP templates and include all
applicable elements provided in the template. The SWPPP templates are available on the
Agency’s website at [PROJECT ENGINEER insert website address here]. Tier 1 and Tier 2
SWPPP templates include standard storm water prevention construction notes, a Project
information block, a Storm Water Compliance Statement, Agency approval block and a
BMP Checklist Table. The BMP Checklist Table is intended to help the Contractor select
appropriate BMPs best suited to the Project and the Work. Additionally, the SWPPP shall
include a Site plan showing the proposed Project Site and depicting the areas of proposed
construction and proposed locations of construction BMPs. The Tier 1 and Tier 2 SWPPP
plans shall be submitted as additional sheets to the construction plan set.
D. The Engineer may require Contractor to adopt additional BMPs if the Engineer determines
the selected BMP(s) are ineffective or incapable of preventing Water Pollution from
escaping the Work site. Tier 1 and Tier 2 SWPPPs must be combined with proper and
timely installation of the BMPs, thorough and frequent inspections, maintenance, and
documentation. The Contractor shall ensure that the selected BMPs are appropriately
incorporated into the Site design and, if required by the Engineer, must employ a qualified
professional to ensure proper installation and maintenance of the BMPs.
E. The Engineer may suspend the Work, consistent with Supplemental General Provisions
Section 6-6, at the Contractor’s cost, that create Water Pollution or otherwise violate
water quality standards required by the federal Clean Water Act (33 U.S.C. § 1251 et seq.)
and the state Porter-Cologne Water Quality Control Act (Water Code, § 13000 et seq.) if
the Engineer determines that the Contractor has failed to satisfy all requirements of this
section. If the Contractor violates any provisions of this subsection, or if Water Pollution
occurs in the Work Site for any reason, the Contractor shall immediately notify the
Engineer.
01 50 00 TEMPORARY FACILITIES AND CONTROLS Date Printed: June 3, 2024
Document Version: 1.0 Current Update: May 2023
Page 207 of 214
F. The Contractor shall immediately notify the Agency if there is a non-stormwater discharge
to the storm drain conveyance system resulting from the Work or Project-related
activities. In addition, the Contractor shall, within 24 hours, submit a written report to the
Engineer describing the incident and corrective actions taken. If for any reason the
Engineer detects Water Pollution, before notification by the Contractor, this written
report shall also include an explanation of why the Contractor had not timely notified the
Engineer.
G. Implementation Costs. Preparation, implementation and management of Water Pollution
prevention activities are incidental to the items of Work and Agency shall not make
additional payment to Contractor for these costs.
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION (NOT USED)
END OF SECTION
00 01 01 TITLE PAGE Date Printed: September 4, 2024
Document Version: 1.0 Current Update: February 2024
CITY OF CARLSBAD
Agency Technical Specifications
for Fleet Fuel Island Upgrade
Project No. 4747
PWS24-2282FAC
1635 Faraday Ave, Carlsbad, CA 92008
Email: PWContractAdmin@carlsbadca.gov
Division 02 Date Printed: September 4, 2024
Document Version: 1.0 Current Update: February 2024
Page 2 of 26
Table of Contents
02 41 00 DEMOLITION ............................................................................................................ 3
DIVISION 10 SPECIALTIES ........................................................................................................... 11
10 14 00 SIGNAGE ................................................................................................................ 11
DIVISION 26 ELECTRICAL ............................................................................................................ 13
DIVISION 33 UTILITIES ................................................................................................................ 15
33 52 10 FUELING SYSTEM ................................................................................................... 15
Division 02 Date Printed: September 4, 2024
Document Version: 1.0 Current Update: February 2024
Page 3 of 26
DIVISION 02 – DEMOLITION AND STRUCTURE REMOVAL
02 41 00 DEMOLITION
PART 1 GENERAL
1.1 SUMMARY OF WORK: REMOVE EXISTING FUEL SYSTEM
The Contractor shall furnish all labor, material, tools, transportation and equipment necessary
to remove and dispose of the three (3) existing Underground Storage Tanks (UST)s, and
associated equipment. Removal items include:
A. Remove and store Fuel Management System
B. Remove existing dispensers, piping, hoses, pumps, sensors, and consoles.
C. Saw-cut concrete for removal of existing tanks (2) 20,000-gallons, (1) 12,000-gallons.
D. Remove and dispose of concrete. Removal of possible dead man anchors.
E. Remove island curbs.
F. Notify Agency of suspected contaminated soil, so that soil analysis may be performed
to determine if remediation work is required.
G. Remove and dispose of existing wiring as per Project Plans.
H. Remove tank monitoring system and provide control unit to Agency.
I. Remove and dispose of tanks along with ancillary equipment, provide certificates of
destruction to Agency for tanks.
J. Remove light poles and bollards.
K. Cut and cap water pipeline to island.
Work includes safe removal and disposal of residual fuel in tanks, piping and dispensers. The
Contractor may be required to manage petroleum contaminated soil if encountered.
1.2 ENVIRONMENTAL
This section specifies requirements for the environmental and tank assessment, permitting,
removal and disposal of the UST(s) and is intended to supplement the construction/installation
specifications. Generally, the work shall include, but not be limited to:
A. Characterize (any testing that may be required by a disposal facility), containerize,
remove, and properly dispose of residual fuels from the designated tanks and
appurtenant piping.
B. Clean, remove, and dispose of USTs, and appurtenant piping for the tanks. The work
shall include the removal and proper disposal of fuel and residual in the tanks and
associated piping between the tanks and the fuel island.
Division 02 Date Printed: September 4, 2024
Document Version: 1.0 Current Update: February 2024
Page 4 of 26
C. Perform all sampling and testing required to properly profile the material for waste
disposal. This shall also include all testing required by the disposal or recycling facility.
D. All costs for the testing shall be borne by the Contractor.
E. Coordinate work with the Agency by providing a weekly look ahead schedule for
anticipated work, including sampling, removal notifications, and manifests and/or Bills
of Lading for all contaminated materials removed from the Site.
F. Comply with the Contractor’s submitted Health and Safety Plan.
1.3 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.4 DEFINITIONS
A. API: American Petroleum Institute.
B. CARB: California Air Resources Board
C. CCR: California Code of Regulations
D. CUPA: Certified Unified Program Agencies
E. FRP: Fiberglass-Reinforced Plastic
F. HASP: Health and Safety Plan.
G. ICC: International Code Council
H. LEL: Lower Explosive Limit
I. NFPA: National Fire Protection Association
J. OSHA: Occupational Safety and Health Administration.
K. PEI: A. Petroleum Equipment Installation Institute
L. PID: Photoionization Detector
M. PSI: Pounds per square inch
N. SDCAPCD: San Diego County Air Pollution Control District
O. USA: Underground Service Alert
P. UST: Underground Storage Tank.
1.5 ACTION SUBMITTALS
A. Licenses / Certifications
The Contractor must submit the names of an A, B, C-36, or C-61 license for UST removal
with the HAZ - Hazardous Substance Removal Certification and a designated onsite
foreman, certified as an UST installers/ decommissioner, meeting the minimum
requirements for installations must be listed. The foreman must be always onsite while
Work takes place. Workers must be under the direct supervision of an individual
physically present at the work site who meets the following requirements:
Division 02 Date Printed: September 4, 2024
Document Version: 1.0 Current Update: February 2024
Page 5 of 26
1. The individual has been adequately trained as evidenced by a current certificate
of training issued by the manufacturer(s) of the underground storage tank system
components.
2. The individual shall possess a current underground storage tank system
installation/retrofitting certificate from the International Code Council (ICC).
3. The individual shall be licensed with State of California ICC U1 -UST Install Retrofit
and ICC U2 UST decommissioning.
B. Notifications:
1. The Contractor shall Notify the Agency 30-days before the start of work to
ensure the Agency has submitted proper notifications to the San Diego County
Environmental health and Quality, San Diego County Air Pollution Control District
(SDCAPCD), and the CUPA.
2. Three days before any excavation, the Contractor Shall notify Underground
Service Alert (USA) DigAlert by calling 811 and obtaining proper clearance. In
addition, the Contractor shall hire a Private Utility Locator to mark out electrical,
gas, septic, water, communications, and drainage lines on the municipal
property.
3. If evidence of contamination is encountered/observed (including but not limited
to: organic vapor measuring equipment readings; visual staining/discoloration;
and olfactory indicators) during the removal activities, the Contractor will notify
the Agency immediately.
C. Demolition Plan:
The Contractor shall prepare a UST demolition plan for review with the Agency to
confirm means and methods for demolition. The plan shall include procedures and
schedule for the following:
1. A detailed operations schedule (dates and hours of work).
2. A description of the project approach covering methods for excavation,
staging, sampling, analysis, removal, lifting, transportation and disposal of all
waste.
3. Description of soil removal methods to be employed, including excavation
protection.
4. Description of the waste segregation and staging methods to be used for soils,
sludges, concrete, polyethylene sheeting, and spent personal protective
equipment (PPE).
5. Methods to be used for cleaning the tank and piping.
Division 02 Date Printed: September 4, 2024
Document Version: 1.0 Current Update: February 2024
Page 6 of 26
6. Identification of all laboratories, waste transporters, and disposal facilities.
7. Description of methods to be employed to prevent impact to storm water
from staged petroleum-contaminated soil, if encountered.
8. The Excavated Materials Disposal Plan shall include a listing (name, address,
contact) of all transportation and disposal facilities to be utilized with
appropriate permits/registrations for all materials removed, including, but
not limited to tank, piping, concrete pad, tank contents including sludges,
wash water, contaminated soil and groundwater, and used PPE. Written
confirmation shall be submitted from each of the disposal or recycling
facilities indicating that they will accept the specific waste stream (tank,
piping, sludges, etc.) to be removed as part of this work.
9. Prepare Project Health and Safety Plan.
1.6 QUALITY ASSURANCE
A. Hazard Communication Standard:
The Contractor performing Work for the Agency shall comply with OSHA Hazard
Communication Standard 29 CFR Part 1910.1200 and 29 CFR 1926.1101 Section (d)(1)
Multi-Employer Work-Site as applicable. In order to provide a safe and healthy
environment to all site occupants, the Agency requires the following:
1. For each chemical product used on the site, the Contractor shall provide a copy
of the Safety Data Sheet (SDS) to the Agency.
2. Report to the Engineer all spills and personnel exposures occurring in the course
of Work on site. The Contractor will be responsible for all spills, personnel
exposures, and will bear the cost of cleanup.
When reporting a spill, the Contractor shall supply the following information:
• Substance(s) spilled
• Quantity of spill
• Personal injury involved
• Exact location of spill
• Containment procedures initiated
• Anticipated clean up and disposal procedures
• Disposal location of spill residue
• Assistance required
Division 02 Date Printed: September 4, 2024
Document Version: 1.0 Current Update: February 2024
Page 7 of 26
• Narrative summarizing all communication with Local, State, and
Federal offices and media contacts with their names and telephone
numbers or addresses
The Contractor shall take immediate action to clean up the spill unless directed
otherwise by the Agency.
B. UST Removal Guidance and References:
1. PEI: Publication RP1700 - Recommended Practices for the Closure of
Underground Storage Tank and Shop-Fabricated Aboveground Storage Tank
Systems.
2. API: 1604 Closure of Underground Petroleum Storage Tanks.
3. API: 2003 Protection Against Ignitions Arising Out of Static, and Stray Currents
4. API: 2015 Requirements for Safe Entry and Cleaning of Petroleum Storage Tanks
5. NFPA 30, Flammable and Combustible Liquids Code/ NFPA 30A, Motor Fuel
Dispensing Facilities and Repair Code
6. NFPA 70, National Electric Code (NEC)
7. U.S. Dept of Labor, Occupational Safety and Health Administration (OSHA)
29 CFR 1910.206, Flammable and Combustible Liquids
29 CFR 1910.106, Personal Protective Equipment
8. California Code of Regulations (CCR) Title 22 CCR Hazardous Waste
Regulation
9. San Diego Regional Water Board: CCR Title 23 State of California Water
Resource Control Board’s Title 23 UST Tank Regulations
10. CCR Title 24 California Building Standards Code
11. State Water Resources Control Board (SWRCB)
i. National Pollutant Discharge Elimination System (NPDES) California Storm
Water BMP Handbook for Construction, Development, and Industrial and
Commercial.
12. State Water Resources Control Board (SWRCB) National Pollutant Discharge
Elimination System (NPDES)
13. San Diego Department of Environmental Health and Quality (DEHQ)
14. San Diego County Air Pollution Control District; California Air Resources Board
(CARB) Rules and Regulations
Division 02 Date Printed: September 4, 2024
Document Version: 1.0 Current Update: February 2024
Page 8 of 26
15. 2022 California Fire Code
i. Unidocs: UN-001 UST Closure
ii. UN-002 Sump Closure
All work specified herein shall conform to or exceed the requirements of the above
referenced codes, regulations, and; provided, that whenever the provisions of said
publications are in conflict with the requirements specified herein, the stringent
requirement shall apply.
The Contractor is responsibility to conform with State of California Water Resource
Board, CUPA, SDAPCD, and CARB requirements for UST removal and installation. This
includes the Hazardous Waste Tank Closure Form.
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION
1.1 GENERAL:
Provide suitable personnel, material and equipment to clean and remove the fuel piping and
tanks and all sludge and liquids that may be in the piping and tanks prior to removal. Take all
necessary precautions during removal of the tanks to prevent spills or damage to utilities
adjacent to the area.
A. Project Security:
Construction fencing shall be erected before any construction work, excavation or other
site preparation begins. The design of all construction fencing must meet current OSHA
standards. Fencing needs to be installed to prevent public access to any construction
sites/areas. When fencing is required, it will surround the entire construction activity
and be kept in place throughout the construction activity and not removed until the
need has ceased and the area made safe.
The construction fencing will be reviewed and accepted by the Engineer a minimum of
one week prior to its installation. A site logistic plans for fencing shall be submitted by
the Contractor. Depending upon the need for protection, construction fencing can be
48” or 60” high. It is not acceptable to place “construction tape” or hazard cones around
excavations.
B. Locate and clearly mark all subsurface utilities in the area of excavation. Conduct
activities to minimize interference with, and to protect the existing surfaces of, adjacent
structures and utilities.
Division 02 Date Printed: September 4, 2024
Document Version: 1.0 Current Update: February 2024
Page 9 of 26
C. Perform tank removal in a manner that will minimize dust, noise, and other nuisance
and maintain haul routes for disposal of material clean and free of debris.
D. Stockpile: Soil backfill material shall be stored on site for reuse. Stockpiles shall be kept
5 feet beyond the limits of the excavation. Unsatisfactory soil, per the Geotechnical
Report and Engineer, shall be kept separately from reuse soil. Stockpiles shall be kept in
a neat and well drained condition. Always consider drainage.
1.2 TANK AND PIPING LIQUID REMOVAL:
A. All electrical, water, gas, and other utility services to the demo area shall be de-energized
prior to removal of the UST. (Lock-Out-Tag-Out).
A. Bond equipment to UST and ground tank to a separate ground when purging tank with
compressed air or inert gas under pressure. Purge product lines with nitrogen back to
the tank to remove excess fuel in pipelines. Remove all products to their lowest draw-
off point. Per SDCAPCD all product in piping to be drained back to the USTs and that the
residual free product remaining in the USTs is less than 1/1000 the volume of the
original tank size.
B. Use a vacuum truck to remove liquid residuals from the UST. Ensure proper grounding.
Direct vacuum exhaust away from possible ignition sources.
C. Perform final cleaning by triple water rinse of UST with detergent (Simple Green) at 15
psi. Collect liquid with vacuum truck each rinse cycle.
1.3 UST TANK AND PIPING REMOVAL
A. Remove UST ancillary equipment (pump turbine, UST sensors, and drop tubes).
B. Flammable vapors shall be removed from the USTs by displacement with inert gas. The
vapors shall be made inert by adding solid carbon dioxide, (dry ice), in the amount of 1.5
pounds per 100 gallons of tank capacity. The dry ice shall be crushed and distributed
evenly over the greatest possible area to ensure rapid sublimation. All available tank
openings shall be open to the atmosphere during this procedure to ensure rapid
dissipation of the dry ice.
C. To evaluate the effectiveness of the dry ice procedure, the Contractor shall use a
suitably calibrated instrument to determine if the resultant vapor mixture within the
tanks exceeds ten percent of the Lower Explosive Limit (LEL). Readings shall be taken
throughout the USTs depth wherever access is possible. If the vapors within the tanks
exceed ten percent of the LEL, the displacement procedure shall be repeated followed
by a recheck of the LEL until the vapors are less than 10 percent of the LEL.
D. Dig down to expose upper half of USTs. During excavation, exercise extreme caution in
order to maintain the integrity of the UST.
Division 02 Date Printed: September 4, 2024
Document Version: 1.0 Current Update: February 2024
Page 10 of 26
E. Place excavated contaminated soil material on minimum 6-mil thickness polyethylene in
a separate stockpile and protect pending sampling results for appropriate disposal, as
hazardous/non-hazardous waste.
F. Disconnect suction, inlet, gauge and all other tank fixtures, except the vent line.
G. Temporarily plug all tank openings, complete the excavation, and remove the tank,
placing it in a secure location. Tank must be blocked to prevent movement.
H. Excavate to uncover existing piping associated with the tank. Using no sparking tools,
remove tank, hold down straps and dead men, and piping without causing major
damage to the tank or piping. Excavate to uncover existing piping associated with the
tank.
1.4 UST TANK AND PIPING DISPOSAL
A. The Contractor shall submit a lifting plan (lifting plan should be reviewed and approved
by a qualified individual) for the UST removal for approval by the Engineer.
B. Each UST should be secured onto a truck or vehicle and transported to a certified tank
disposal facility, in accordance with all applicable federal, state, and local regulations. The
Contractor shall prepare the proper manifests or bills of lading. The facility has an active
Environmental Protection Agency (EPA) identification. All waste generated must be
shipped under the EPA ID. Waste handlers and haulers shall have proper CA, DOT, and
EPA hazardous waste IDs for possible hazardous waste that may be generated during the
UST removal.
C. The Agency is responsible for soil and groundwater sampling collected per Title 23 CCR
2672 (d) and witnessed by San Diego County Department of Environmental Health and
Quality representative. Laboratory sampling will be submitted to a Certified California
Testing Laboratory under proper chain of custody. Closure reports shall follow Title 23
requirements.
Assist the Agency with the Unified Program Consolidated Form Hazardous Waste
Hazardous Waste Tank Closure Certification form, and coordinate and cooperate with the
Agency for the required sampling and testing to be performed.
END OF SECTION
Division 10 Date Printed: September 4, 2024
Document Version: 1.0 Current Update: February 2024
Page 11 of 26
DIVISION 10 – SPECIALTIES
10 14 00 Signage
PART 1 GENERAL
1.1 SIGN COMMUNICATIONS FOR FUEL SYSTEMS
1.2 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.3 DEFINITIONS
A. ANSI: American National Standards Institute
B. NFPA: National Fire Protection Agency
1.4 QUALITY ASSURANCE
Signage shall follow ANSI Z535.4-2023: Product Safety Signs And Labels standards.
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION
1.1 SIGN COMMUNICATIONS FOR FUEL SYSTEMS
Signage: See Project Plans. Shall consist of weather resistant stickers or silk-screened
aluminum. Signage to include but not limited to:
A. Warning Signs shall be conspicuously posted in dispensing area and shall incorporate the
following or equivalent wording:
a. It is unlawful and dangerous to dispense fuel into unapproved containers.
b. No smoking
c. Stop motor.
d. No filling of portable containers in or on motor vehicle
e. Place container on ground before filling.
f. Discharge your static electricity before fueling by touching a metal surface away from the
nozzle.
g. Do not re-enter your vehicle while fueling.
h. Do not allow individuals under licensed age to use the pump.
B. “EMERGENCY STOP BUTTON” sign will be prominently displayed and mounted at the
emergency stop buttons.
C. Fire Extinguishers – Fire extinguishers will have heavy duty covers with “FIRE
EXTINGUISHER” signs clearly posted on the covers.
D. Lettering on the “NO SMOKING” signs will be white and minimum of 2” in height on a red
background.
Division 10 Date Printed: September 4, 2024
Document Version: 1.0 Current Update: February 2024
Page 12 of 26
E. Lettering on the “FLAMMABLE” signs will be white and minimum of 3” in height on
a red background.
F. Lettering on the “EMERGENCY STOP BUTTON” and “OVERFILL ALARM” signs will be
white and minimum of 2” in height on a red background.
G. Emergency Phone signage (see Division 26 00 00 Section 9)
END OF SECTION
Division 26 Date Printed: September 4, 2024
Document Version: 1.0 Current Update: February 2024
Page 13 of 26
DIVISION 26 – ELECTRICAL
26 00 00 Electrical
PART 1 GENERAL
1.1 SUMMARY OF WORK: INSTALLATION OF ELECTRICAL EQUIPMENT
1.2 RELATED DOCUMENTS
A. Electrical Specifications are presented in the Project Plans.
1.3 DEFINITIONS
A. GRC: Galvanized Rigid Conduit
B. PVC: Polyvinyl Chloride.
C. RMC: Ridge Metal Conduit
PART 2 PRODUCTS
1.1 Conduit: Conduit used for this project shall be installed as per Project Plans. All
underground conduits shall be PVC with the last segment and transition from underground
elbows being PVC coated GRC. All above grade conduit shall be GRC.
A. Rigid steel conduit (GRC) and fittings
i. Hot dipped galvanized with interior surface coated with baked enamel.
ii. Or fittings shall be threaded type with material to match conduit.
B. Liquidtight Flexible Conduit and Fittings
i. Flexible metal conduit with a PVC jacket.
ii. Fittings shall be steel compression type watertight.
C. PVC Plastic Conduit and Fittings
i. Heavy wall polyvinyl chloride, Schedule 40.
ii. Fittings shall be solvent weld type of same material and manufacturer as the
conduit.
D. Conduit Supports
i. Conduit clamps and supports shall be steel or malleable iron with galvanized
coating.
ii. Use of drive in wood or plumber’s perforated is prohibited.
1.2 Conductors:
A. The cable shall be suitable for the intended application and shall be
manufactured consistent with the best commercial practice.
PART 3 EXECUTION
A. Tank Monitoring and Leak Detection: The Contractor will provide and install (1) new
Veeder Root TLS 450 console.
Division 26 Date Printed: September 4, 2024
Document Version: 1.0 Current Update: February 2024
Page 14 of 26
A. Tank monitoring and leak detection shall be installed in dedicated low voltage
communication conduit.
B. Cable shall be shielded type per manufactures recommendations.
C. Wiring to tank level probe elements to be installed using shielded twisted pair
conductor with drain in ¾” conduit.
D. Wiring to tank probes and sensors to be installed using shielded cables such as
Beldon 88760, 8760, or 8770 in ¾” conduit or other equivalent brand.
E. Install all probe and sensor modules with tank probes and liquid sensors per
Veed Root instruction manual.
F. All wiring to be installed per Veed Root instruction manual and manufactures
specifications.
G. Audible / visual overfill alarms must be installed and configured to alarm at 90%
capacity.
H. Place all conduit and electrical for future PLLD (electronic leak detection).
B. Fuel Control System: Veeder Root TLS 450l System is to be utilized. The following
outlines the general electrical requirements. The Contractor is responsible for verifying
and complying with the specific installation requirements for the equipment.
A. The FE Petro system will need to be wired back to dispenser control system.
i. Install a 20-amp, 120 Volt, 1-phase circuit for AC power to Fuel management
unit from building.
ii. All conduits associated with the FE Petro system to be PVC conduits. With
last 5ft GRC.
iii. Install all wiring to dispenser per FE Petro instruction manual.
iv. Telephone line using Cat6 cable to be installed to the FE Petro unit from the
electrical room located in the building.
v. Install pulse outputs to FE Petro using Belden 8771 conductor or equivalent
in ¾” GRC conduits as required.
C. Emergency Disconnect Switches:
A. Emergency disconnect switches shall be installed per Project Plans.
B. Switches shall be clearly identified for their designated purpose.
C. Disconnecting switches in the fueling area shall remove power to the
submersible pumps and dispensers.
END OF SECTION
Division 33 Date Printed: September 4, 2024
Document Version: 1.0 Current Update: February 2024
Page 15 of 26
DIVISION 33 – UTILITIES
33 52 10 Fueling System
1.1 SUMMARY OF WORK: INSTALLATION OF NEW UST FUEL SYSTEM
A. Provide new Underground Storage Tank (UST) piping, and dispenser systems in
accordance with the Project Plans, and the manufacturer’s written instructions,
checklists, and warranty requirements for each system component. UST systems include
the products, equipment, and systems identified in this section. Components to be
installed includes:
1. Install new Veeder Root TLS 450 tank monitoring system.
2. Verify underground utilities. Improve if required.
3. Install two new 20,000-gallon FRP USTs.
4. Install one new 12,000-gallon FRP UST.
5. Install double wall FRP piping from tanks to dispenser island.
6. Install fuel management and leak detection systems.
7. Install new vent rack system.
8. Install new dispenser island with UDCs, Bollards, and dispensers.
9. Install new Canopy.
10. Install new storm water sloped trench drains and oil water separator.
11. Connect new 4” sch 40 PVC sewer pipe to existing VCP sewer pipe connector.
12. Finish concrete and asphalt work per drawings.
13. Install Safety signage at dispenser island and emergency shutoffs.
B. Provide all bedding material as specified on the drawings and these specifications.
1.2 RELATED DOCUMENTS
A. Project Plans and general provisions of the Contract, including General and
Supplementary Conditions and Division 01 Specification Sections, apply to this Section.
1.3 DEFINITIONS
A. API: American Petroleum Institute.
B. CARB: California Air Resources Board
C. CCR: California Code of Regulations
D. CUPA: Certified Unified Program Agencies
E. ELD: Enhanced Leak Detection
F. FRP: Fiberglass-Reinforced Plastic
G. HASP: Health and Safety Plan.
H. ICC: International Code Council
I. LEL: Lower Explosive Limit
J. NFPA: National Fire Protection Association
K. OSHA: Occupational Safety and Health Administration.
L. PEI: A. Petroleum Equipment Installation Institute
Division 33 Date Printed: September 4, 2024
Document Version: 1.0 Current Update: February 2024
Page 16 of 26
M. PID: Photoionization Detector
N. PSI: Pounds per square inch
O. SDCAPCD: San Diego County Air Pollution Control District
P. STP: Submersible turbine pumps
Q. UDC: Under Dispenser Container
R. USA: Underground Service Alert
S. UST: Underground Storage Tank.
1.4 ACTION SUBMITTALS
A. Submit drawings for fabrication and installation of all system components. Include fully
dimensioned layout of all piping, equipment and all associated connection details.
Coordinate shop drawings with work of other trades.
B. Certifications of training from all specified UST and FRP piping manufacturers and all
required licenses for underground tank installations installers.
C. Primary and secondary tanks shall also be pressure/vacuum tested by the tank
manufacturer. Results shall be submitted to the Agency.
D. The Contractor shall submit a lifting plan (lifting plan should be reviewed and approved by
a qualified individual) for the UST removal for approval by Engineer.
E. Product Data:
Submit all catalog data and other descriptive literature to fully substantiate the
conformance with specifications of equipment and materials submitted. Mark product data
to indicate exactly those items that are to be provided and cross out unrelated or non-
applicable items. In addition, submit the manufacturer’s detailed installations instruction
on all equipment and materials submitted.
1.5 QUALITY ASSURANCE
Installation of all systems shall be performed by a Contractor who is a licensed installer for
underground tank systems. The Contractor shall be certified by the tank manufacturer as a
trained fiberglass piping and tank installer.
The Contractor shall install compatible components and shall perform all modifications
necessary for the proper operation and guarantee of the equipment. If any of the work or
equipment fails to meet the Contract Requirements or to function properly, the defects shall be
rectified at the Contractor's own expense by readjusting, or by removing and replacing the
faulty work or equipment until, under test, the requirements are met.
Equipment and installation necessary to accomplish the work specified herein shall comply with
the latest revisions of the applicable federal, state, and local codes and regulations concerning
underground or aboveground fuel storage and dispensing systems including but not limited to
the following:
Division 33 Date Printed: September 4, 2024
Document Version: 1.0 Current Update: February 2024
Page 17 of 26
A. American Petroleum Institute (API) 1615b- Installation of underground storage tanks.
B. Petroleum Equipment Installation Institute (PEI)
i Publication RP 100 - Recommended Practices for Installation of Underground Liquid
Storage Systems
ii Publication RP 300 - Recommended Practices for Installation and Testing of Vapor
Recovery Systems
iii Publication RP 500 – Recommended Practices for Inspection and Maintenance of
Motor Fuel Dispensing Equipment
iv Publication RP 1200 – Recommended Practices for the Testing and Verification of
Spill, Overfill, Leak Detection and Secondary Containment Equipment at UST Facilities
C. Underwriters Laboratories, Inc. (UL)
i UL-1316 FRP Underground Tanks for Flammable and Combustible Liquids
ii UL-971 FRP Nonmetallic Underground Piping For Flammable Liquids
iii UL-2039 Flexible Connector Piping for Flammable and Combustible Liquids
iv UL-330 A&B Hose and Hose Assemblies for Use with Dispensing Devices
v UL-87 A&B Power-Operated Dispensing Devices
vi UL 567 A&B Standard for Emergency Breakaway Fittings, Swivel Connectors and Pipe-
Connection
D. National Fire Protection Association (NFPA)
i NFPA 30, Flammable and Combustible Liquids Code
ii NFPA 30A, Motor Fuel Dispensing Facilities and Repair Code
iii NFPA 70, National Electric Code (NEC)
E. U.S. Dept of Labor, Occupational Safety and Health Administration (OSHA)
i 29 CFR 1910.206, Flammable and Combustible Liquids
ii 29 CFR 1910.106, Personal Protective Equipment
F. California Code of Regulations (CCR) Title 22 CCR Hazardous Waste
Regulation
G. San Diego Regional Water Board: CCR Title 23 State of California Water Resource
Control Board’s Title 23 UST Tank Regulations
H. State Water Resource Control Board LG 161-5 Enhanced Leak Detection
I. CCR Title 24 California Building Standards Code
J. San Diego Department of Environmental Health and Quality (DEHQ)
K. San Diego County Air Pollution Control District; California Air Resources Board (CARB)
Rules and Regulations
Division 33 Date Printed: September 4, 2024
Document Version: 1.0 Current Update: February 2024
Page 18 of 26
L. 2022 California Fire Code
i Unidocs: UN-001 UST Closure
ii UN-002 Sump Closure
All work specified herein shall conform to or exceed the requirements of the above
referenced codes, regulations and standards; provided, that whenever the provisions of said
publications are in conflict with the requirements specified herein, the stringent
requirement shall apply.
PART 2 PRODUCTS
2.1 EQUIPMENT AND MATERIALS:
All equipment and materials covered by the other referenced specifications shall be subject
to acceptance through the manufacturer’s certification of compliance with the applicable
specifications, when requested by the Agency.
2.2 CERTIFICATION: Manufacturer’s certifications shall not relieve the Contractor of the
Contractor’s responsibility to provide materials in accordance with these specifications and
acceptable to the Agency. Materials supplied and/or installed that do not materially comply
with these specifications shall be removed, when directed by the Agency and replaced with
materials which do comply with these specifications, at the sole cost of the Contractor.
2.3 UNDERGROUND TANKS FOR STORAGE OF PETROLEUM
A. Fiberglass reinforced plastic (FRP) tanks shall be as manufactured by Xerxes, CSI or
equal:
1. Install tanks in strict conformance with manufacturer’s instructions. The Contractor
shall be trained by the tank manufacturer for installation of the tanks.
2. Primary and secondary tanks shall be vacuum tested by the tank manufacturer to
assure structural integrity. Results shall be provided to the Agency. The UST may be
shipped with brine monitoring solution. Verify the condition and level of the brine
monitoring solution per manufactures instructions.
3. Tanks shall be double wall construction for containment of leaks with interstitial
space between primary (internal) and secondary (external) tank walls to allow for
free flow of all leaked product from the primary tank. The interstitial space shall also
allow for filling with a brine solution as a hydrostatic leak detection monitoring
device with a monitoring fitting and reservoir in the secondary tank wall. Fabricate
tanks in conformance with UL-1316 FRP Underground Tanks for Flammable and
Combustible Liquids. Primary and secondary tanks shall be constructed and tested at
the factory and in the field at 5 psi pressure with 5 to 1 safety factor with no loss in
pressure for 24 hours.
Division 33 Date Printed: September 4, 2024
Document Version: 1.0 Current Update: February 2024
Page 19 of 26
4. Tank penetrations shown on drawings shall be reviewed for accuracy. Manways shall
include a gasket suitable for the material contained within the tank and stainless-
steel bolts, nuts and washers.
2.4 PIPING
A. Fiberglass Pressurized piping shall be 3” over 2” NOV -A.O. Smith Red Thread fiberglass
pipe. Fiberglass piping shall be labeled with a UL 971 markings.
Joining shall be bell and spigot tapered adhesive bonded joint with two-part epoxy
adhesive for primary product piping system. Adhesives shall be a two-part amine cured
epoxy in use for a period of at least 5 years. They will be 100% methanol and ethanol
compatible. The glue will have a cure temperature of 4-6 hours at 50 degrees.
Secondary containment fittings shall be clamshell wing nut bolted fittings for. Secondary
containment piping and fittings shall be one pipe size larger than primary product piping
and fittings.
Both primary and secondary containment piping shall be sloped to drain back to tank at
slopes indicated on drawings. Primary piping systems shall be rated at 150 psi working
pressure (-60 to 150 degrees F). Secondary containment piping system shall be 5 psi
working pressure.
B. Ridge Piping: Black steel piping ASTM A53 shall be Schedule 40 in sumps and schedule
80 for vent stacks. All aboveground piping shall be painted. Full port ball valve with
swivel flex connector shall be installed at the submersible pumps to allow for system
isolation and testing. Directional check valves shall be installed in each of the diesel STP
sumps. The Contractor’s installation technician shall hold a current manufactures
training certificate for the piping material.
C. Flexible Piping: In Sumps and UDC applications: Stainless steel UL 2039 flex connectors.
Emergency shut-off valves with swivel flex connectors shall be installed at the
dispensers. All piping runs shall be continuous, whereby there shall be no fittings or
piping connections, for either the primary or secondary containment pipe which are not
visible or accessible from the above ground surface. The secondary containment system
shall provide water tight containment of the primary piping.
Division 33 Date Printed: September 4, 2024
Document Version: 1.0 Current Update: February 2024
Page 20 of 26
2.5 UNDERGROUND TANKS ANCILLARY EQUIPMENT
A. Monitoring System
Tank Monitoring System (No Substitutions) – The new system will be the Veeder Root
monitoring system to be located in the cabinet per Project Plans. The controller consists of
inventory management, static leak detection, alarms, delivery function, TCP/IP, USB
interface; POS interface, and comes complete with two output relays and one input relay to
include:
1. Sump sensors non discriminating: Veeder Root VR 791390-208.
2. Mini Hydrostatic Sensor: Veeder Root VR-791380-301.
3. Pump electronic Line leak detector. Veeder Root 848480-001.
4. ATG, tank level magnetostrictive probe: Veeder Root 846390-109.
5. Tank Level Float Kit: Veeder Root 846400-001.
6. Vacuum sensor kit: Veeder Root VR-330020-180.
7. Interstitial Liquid Sensor. Veeder Root VR-794390-303
8. Mini Hydrostatic sensor. Veeder Root VR-794380-304.
B. Cap and Adapters – Fill cap to be OPW 634TT, fill adapter to be OPW 61SA swivel
adapter, vapor cap to be OPW 1711T, vapor adapter to be OPW 61VSA swivel adapter or
equivalent for clamp and adapters.
C. Spill Protection – Shall consist of OPW Fibrelite MP with Drain double-wall 5-gallon spill
bucket Valve and Cast Iron Base or equal on the fill and on the vapor recovery riser.
Product connection with OPW Swivel Adaptors.
D. Overfill Drop Tube – Drop tube to be OPW 61T-SS with OPW 71SO overfill prevention
valve or equal.
E. Manhole Covers & Lids – STP manhole cover to be composite bolt down and meet or
exceed Highway Specification-20 (H20).
F. Piping STP Sump:
G. Under Dispenser Containment (UDC):
1. UDC by Bravo: Double wall brine filled with Fiberglass test boot.
2. Shall be installed in 6” raised island
3. Equipped with a liquid sensors
4. Detection of liquid in these containment vessels shall positively shut down the
submersible turbine pump
5. Shear Valve: Gas & Diesel: OPW OPW-10BHMP-5830. Shear Vapor OPW OP60-VSP-
100.
6. Pressure/Vacuum Vent Caps to be OPW 623V or similar to meet NESHAP
requirement for >100,000 gal/mo.
H. Submersible Turbine Pump (STP)
Division 33 Date Printed: September 4, 2024
Document Version: 1.0 Current Update: February 2024
Page 21 of 26
1. Diesel STPs shall be FE Petro 2hp (STP200-VL2) with electronic line leak detection
and prepped for PLLD or equal equipment.
2. Unleaded STPs shall be FE Petro 2hp (STP200-VL2) with electronic line leak
detection and prepped for PLLD or equal equipment.
I. Venting
1. Carbon canister for vapor polishing. Veeder Root. Electronic vapor sensor.
2. Unleaded pressure vacuum vent by OPW. Diesel rain guard cap by OPW.
3. Vent Riser Containment Sump: Bravo FR-3X2-T Brine
4. Flex connectors by Flexing FFEZ20X24.
J. Dispensers
The unleaded and diesel dispensers are single product single hose minimum Gasboy
Atlas 1+0 Dispensers.
1. Unleaded hose 12-foot Coaxial balance whip hose from Continental. Diesel hose
8-foot from Continental.
2. Unleaded ERVR Nozzle by VST. Diesel nozzle by Huskey.
3. This dispenser shall be configured and wired to work with the fuel management
system.
4. The dispenser shall be equipped with all hoses, nozzles, swivels, breakaways and
filters.
PART 3 EXECUTION
1.1 GENERAL:
All aspects of this system shall be installed in accordance with the equipment manufacture
specifications. Monitor quality control over suppliers, manufacturers, products, services,
site conditions, and workmanship to produce Work of specified quality. Coordinate all work
through the Engineer. Follow fabrication/manufacturer’s instructions. Install fuel system
with anchorage devices designed to withstand stresses, vibration, physical distortion, and
disfigurement. Discrepancies should be brought to the attention of the Engineer and
resolved prior to proceeding. Specified standards are considered minimum quality for the
Work. Follow higher standards where applicable and appropriate.
1.2 Quality Control Testing & Inspection – Quality testing shall be performed by the
Contractor at their expense unless otherwise noted and shall include but not be limited
to:
A. New fuel system testing.
B. Concrete testing during new fuel system installation provided by Agency.
C. All testing will be performed in accordance with applicable standards,
regulations and manufactures recommended procedures.
D. All testing shall be witnessed by the applicable agencies and the Engineer.
Division 33 Date Printed: September 4, 2024
Document Version: 1.0 Current Update: February 2024
Page 22 of 26
E. Documentation of all testing shall be provided to the Agency upon completion.
1.3 UNDERGROUND STORAGE TANKS:
All testing will be performed in accordance with the State of California Title 23 Storage Tank
Regulations and manufactures recommended procedures.
The USTs shall be manufactured by Xerxes or CSI double wall fiberglass 20,000-gallon and
12,000-gallon tanks with the Truchek brine system or equal. USTs shall include fiberglass
attached collars for sumps. The USTs shall have double walled sumps (42”) for STP and
fill/Vapor ports with watertight flat sealed multiport covers.
A. Excavation Preparation: Preparation of the excavation for the USTs shall follow
recommendations from the “Geotechnical Evaluation Carlsbad Underground Storage
Tank (UST) Replacement” Ninyo & Moore, 2021.
B. Excavation for tanks shall be large enough to provide a minimum clearance of 12 inches
between the ends and sides of tanks and the sides of the excavation. Tanks shall be at
least 12 inches apart.
C. Settlement Notes: Settlement may cause tank distortion and subsequent system failure.
Excavation and backfill material specifications must be followed. If any movement or
settlement or distortion occurs, it will be presumed that the Contractor has not followed
proper installation techniques. The Contractor shall immediately undertake at their
expense any necessary corrective actions required to mitigate the problem and replace
damaged parts.
D. Place 12-inches bedding material smooth and level over excavation floor prior to
placement of the USTS. The USTs must be set level. Place 12-inch backfill material
evenly around tank after the USTs are set. Ensure backfill is placed around ribs with no
voids.
E. Unloading and placement of the USTs in the excavations shall be conducted per the
lifting plan. When using multiple lifting lugs sling should never exceed 60 degrees. Do
not wrap chains or cables around the tank for lifting.
F. Tank shall be sloped according to the Project Plans. If the USTs are sloped the brine
reservoir should be at the high end.
G. Place backfill material evenly on opposite sides of the tank so that the tank does not
shift.
H. Test the USTs by enhanced leak detection methods per manufactures instructions. Do
not add monitoring fluid until after the tank burial is complete.
I. Measure tank defection prior to placement of reinforced concrete cover placement.
1.4 TANK APPURTENANCES
A. General: Tank appurtenances shall be as shown on Project Plans and specified below.
Appurtenances shall be Underwriters Laboratories (UL) listed for underground storage
Division 33 Date Printed: September 4, 2024
Document Version: 1.0 Current Update: February 2024
Page 23 of 26
of petroleum products. All appurtenances exposed to the earth in final installation shall,
where practical, be shop installed, tested and painted/coated with the same coating
going on the tanks before shipment to the site.
B. UST Sumps Shall be constructed of double wall fiberglass. Sumps shall be constructed
with a water tight manway lid and equipped with a liquid sensor. Concrete penetrations
for the pump turbines and fill ports shall be constructed as follows.
1. Concrete around port covers shall slope two (2) percent away from lids to
shed precipitation.
2. The underside of the frame must be adequately supported by concrete.
3. Install FL Series frame flush with concrete or 1/16" below grade (to allow for
traffic clearance).
1.5 TANK PIPING INSTALLATION:
A. All fiberglass piping shall be installed and supported in pea gravel, in accordance with
the Manufacturer's recommendations, applicable codes, and as shown on the Project
Plans.
B. All fill, suction, return, vent, and diesel discharge lines shall be sloped towards the
storage tank at minimum 1 inch per 8 feet of pipe, or as approved by the Engineer. The
Contractor shall set the tanks to provide sufficient slope to the tanks.
C. Vent Pipes: Each tank shall be provided with a separate vent pipe. It shall not be less
than 2 inches in diameter and shall run from the tank to the outer air and terminate at a
height greater than the fill pipe opening and 12 feet above the roof of any adjacent
building in a non-hazardous location. All outside exposed vent pipes shall be Sch. 80
galvanized steel.
D. All pipes and valves, except where otherwise indicated, shall be arranged so as to be
easily accessible for maintenance and repairs. No change in the general arrangement
indicated on the Project Plans will be allowed unless approved by the Engineer. Where
lengths of pipe are finally assembled, the fittings shall be in correct alignment without
forcing them into position.
E. All pipes shall be cut accurately. Deformed or damaged pipe shall in no case be used. All
bends shall be made with standard elbows and fittings. All threads shall be cleaned
thoroughly and covered with suitable joint compound before joints are made. Every
piece of pipe, valve, and fitting which is part of the pipe work shall be cleaned
thoroughly before and, whenever possible, after installation.
1.6 TANK & PIPING TESTING:
A. Each tank containment sump assembly shall be tested in accordance with the
manufacturer’s testing equipment and methods to verify the integrity of the sump
Division 33 Date Printed: September 4, 2024
Document Version: 1.0 Current Update: February 2024
Page 24 of 26
assembly. This test shall demonstrate that the sump assembly, including all piping and
conduit entry boots, the tank manway, and the manhole cover and frame assembly, is
watertight. Each containment sump assembly shall be tested in the presence of the
Engineer at different stages of installation to verify the integrity of the sump assembly.
This test shall be performed on each sump assembly after installation of piping and
conduit, after placement of backfill, and when tank top slab is installed and installation
is complete. If a sump assembly fails this test, the Contractor shall take appropriate
steps, at his own expense, to correct the installation until he can demonstrate that the
sump is watertight.
B. Primary product, vent and vapor piping shall be pressure and soap tested at 70 psi for
one hour 24 hours after curing in front of third-party inspector.
C. Secondary product, vent and vapor piping shall be pressure and soap tested at 5 psi
operating pressure 24 hours after curing in front of third-party inspector.
D. The STP sump, under dispenser containment, and spill bucket shall be hydro tested in
accordance with state regulations. Only mechanical repairs shall be permitted.
E. Third-Party verification of Brine in UDCs, vent boxes, turbine and fill sumps
F. Perform Enhanced Leak Detection (ELD) Pretest per the State Water Resource Board
guidance LG-161-5. ELD is a test method that ascertains the integrity of an underground
storage tank (UST). ELD must be permed by a certified third-party inspector, and must
be capable of detecting both a vapor or liquid release at a rate of at least 0.005-gallons
per hour. Qualified individuals must have the proper California Contractors License
listed in Section 02 41 00-DEMOLITION, 1.5 and possess all manufacturers’ certificates
of training for those equipment on which they are working on. Any failures must be
reported to the Agency immediately.
1.7 INSPECTION AND REPORTING
A. During the installation of the fueling systems the Contractor shall coordinate the
required inspections to be witnessed by State agencies including the CUPA or the local
fire department. Including but not limited to the following points during the project:
1. When ELD testing is performed
2. When the piping is pressure/soap tested
3. When the containment/sumps are hydro tested
4. Just prior to commissioning for service for final inspection of the entire
functioning system
5. Perform Enhanced Leak Detection (ELD) Final Testing
6. The systems shall not be commissioned for service until a written
authorization has been received from CUPA and the local fire department.
7. Thirty (30) day registration update after installation with CUPA.
Division 33 Date Printed: September 4, 2024
Document Version: 1.0 Current Update: February 2024
Page 25 of 26
B. The Engineer must be notified 72 hours prior to each scheduled inspection. Prior to
commissioning the systems for service, all systems shall be function tested and shall
include but not be limited to:
1. Emergency stop and resets.
2. Liquid sensors in transition sumps and under dispenser containment
3. Mechanical Leak Detectors.
4. Confirm hydraulic continuity during startup to dispensers.
5. Audible / Visual overfill alarms.
6. Function test of all liquid sensors.
Results of this function testing shall be documented and presented to the Agency
prior to placing the system into service.
1.8 DEMONSTRATION AND TRAINING
A. Train Agency’s personnel on procedures and schedules related to start-up and shutdown,
troubleshooting, servicing, and preventive maintenance.
B. Representatives of equipment suppliers for the tank monitoring system shall provide
necessary training and technical support to the Agency so that the Agency may properly
operate and maintain the system.
END OF SECTION
END OF SPECIFICATIONS
Cabling guidelines for Low Voltage and Data
PWS24-2282FAC
Please have vendors / contractors adhere to these standards for City of Carlsbad cable installation
1 – No Zip ties. Zip ties are wasteful and not environmentally friendly. Velcro / Hook and Loop cable
management to be used in normal installs.
2 - CAT6 - 23-24 awg only. Blue jacket is preferred for indoor use however supply chain may cause use of
another color. For outdoor installation, black OSP is standard.
3 – all terminations T568B only on Rj-45 Cat6 jacks. No modular plug ends to be used unless approved
for application
4 – all terminations to be housed in appropriate surface box or wall plate at station side. MDF / IDf side
to be terminated on patch panel.
5 – Labelling of cables - both ends required.
6 – all cable installations to be tested with OTDR with results provided to City in digital format.
7 – each drop to have “jet line” or nylon pull string / rope installed with run. If multiple cables are run in
same path then only one jet line is required.
8 – Wiremold will not be used unless it is an extenuating circumstance.
Geotechnical Evaluation
Carlsbad Underground Storage
Tank (UST) Replacement
2480 Impala Drive
Carlsbad, California
Kimley-Horn & Associates
401 B Street, Suite 600 | San Diego, California 92101
March 26, 2021 | Project No. 109168002
Geotechnical | Environmental | Construction Inspection & Testing | Forensic Engineering & Expert Witness
Geophysics | Engineering Geology | Laboratory Testing | Industrial Hygiene | Occupational Safety | Air Quality | GIS
5710 Ruffin Road | San Diego, California 92123 | p. 858.576.1000 | www.ninyoandmoore.com
Geotechnical Evaluation
Carlsbad Underground Storage
Tank (UST) Replacement
2480 Impala Drive
Carlsbad, California
Mr. Peter Ritchey
Kimley-Horn & Associates
401 B Street, Suite 600 | San Diego, California 92101
March 26, 2021 | Project No. 109168002
Bridgette R. Hassett, PE
Senior Staff Engineer
Christina A. Tretinjak, PG, CEG
Senior Project Geologist
Jeffrey T. Kent, PE, GE
Principal Engineer
BRH/CAT/JTK/gg
Ninyo & Moore | 2480 Impala Drive, Carlsbad, California | 109168002 | March 26, 2021 i
CONTENTS
1 INTRODUCTION 1
2 SCOPE OF SERVICES 1
3 SITE AND PROJECT DESCRIPTION 1
4 SUBSURFACE EXPLORATION 2
5 GEOTECHNICAL LABORATORY TESTING 2
6 SUBSURFACE CONDITIONS 2
6.1.Site Geology 3
6.1.1. Pavement Section 3
6.1.2. Fill 3
6.1.3. Lusardi Formation 3
6.1.4. Granitic Rock 3
6.2. Groundwater 4
7 CONCLUSIONS 4
8 RECOMMENDATIONS 5
8.1.Earthwork 5
8.1.1. Site Preparation 5
8.1.2. Excavation Characteristics 5
8.1.3. Temporary Excavations and Shoring 6
8.1.4. Bedding Material and Modulus of Soil Reaction (E’) 7
8.1.5. Pipe and Tank Zone Backfill 7
8.1.6. Utility Trench Zone Backfill 8
8.2.Rigid Pavements 9
9 PRE-CONSTRUCTION CONFERENCE 9
10 PLAN REVIEW AND CONSTRUCTION OBSERVATION 9
11 LIMITATIONS 10
12 REFERENCES 11
Ninyo & Moore | 2480 Impala Drive, Carlsbad, California | 109168002 | March 26, 2021 ii
FIGURES
1 – Site Location
2 – Boring Location
3 – Geology
4 – Lateral Earth Pressures for Braced Excavation
APPENDICES
A – Boring Log
B – Geotechnical Laboratory Testing
Ninyo & Moore | 2480 Impala Drive, Carlsbad, California | 109168002 | March 26, 2021 1
1 INTRODUCTION
In accordance with your authorization, we have performed a geotechnical evaluation for the
proposed removal and replacement of three underground fuel storage tanks (USTs) at the City of
Carlsbad’s Fleet Services & Repair Facility located at 2480 Impala Drive in Carlsbad, California
(Figure 1). This report presents the results of our field exploration and laboratory testing as well
as our conclusions regarding the geotechnical conditions at the site and our recommendations
for the proposed tank removals and replacements.
2 SCOPE OF SERVICES
Our scope of services included the following:
•Reviewing background information, including geologic maps, groundwater data, and available
published and in-house geotechnical literature pertaining to the site.
•Performing a site reconnaissance to observe the existing site conditions and to mark out the
boring location for utility clearance by Underground Service Alert (USA).
•Coordinating with a private utility locating company to assist in the clearance of our boring
location for the potential presence of underground utilities.
•Performing a subsurface exploration consisting of the drilling, sampling, and logging of one
small-diameter boring (B-1) using a truck-mounted drill rig equipped with 8-inch diameter,
hollow stem augers. The boring extended to a depth of approximately 19.8 feet. Bulk and in-
place samples were obtained at selected intervals from the boring. The soil samples were
transported to our in-house geotechnical laboratory for testing.
•Performing geotechnical laboratory testing on representative samples to evaluate their
pertinent soil characteristics and design parameters.
•Compiling and performing an engineering analysis of the information obtained from our
background review, subsurface exploration, and laboratory testing.
•Preparing this geotechnical report presenting our findings, conclusions, and geotechnical
recommendations for the project.
3 SITE AND PROJECT DESCRIPTION
The project includes the proposed removal of two 20,000-gallon gasoline tanks and one
12,000-gallon diesel tank at the City of Carlsbad’s Fleet Services & Repair Facility located at
2480 Impala Drive in Carlsbad, California (Figure 1). The existing tanks are to be replaced
with three new tanks of roughly the same size and in roughly the same footprint. The existing
tanks are located within a flat, paved area of the facility. The ground surface elevation at
the UST locations is approximately 367 feet above mean sea level (MSL). Based on our
Ninyo & Moore | 2480 Impala Drive, Carlsbad, California | 109168002 | March 26, 2021 2
review of drawings provided, we understand that the tanks are cylindrical in
shape (Ruhnau McGavin Ruhnau/Associates, 1985). However, tank depths and
dimensions are not provided on the drawings. Following the replacement of the USTs, we
understand that the ground surface and pavements are to be replaced.
4 SUBSURFACE EXPLORATION
Our subsurface exploration was conducted on February 23, 2021 and included the drilling,
logging, and sampling of one small-diameter boring (B-1). The purpose of the boring was to
evaluate subsurface conditions and to collect soil samples for laboratory testing. Prior to
commencing the subsurface exploration, USA was notified and a private utility locator was utilized
to clear our work location of underground utility conflicts.
The boring was drilled to a depth of approximately 19.8 feet using a truck-mounted drill rig
equipped with 8-inch diameter hollow-stem augers. Ninyo & Moore personnel logged the
exploration in general accordance with the Unified Soil Classification System (USCS) and ASTM
International (ASTM) Test Method D 2488 by observing cuttings and drive samples.
Representative bulk and in-place soil samples were collected at selected depths from within the
exploratory boring and transported to our in-house geotechnical laboratory for analysis. The
approximate location of the exploration is presented on Figure 2. The log of the boring is
presented in Appendix A.
5 GEOTECHNICAL LABORATORY TESTING
Geotechnical laboratory testing was performed on representative soil samples collected from our
subsurface exploration. Testing included an evaluation of in-situ dry density and moisture content
along with shear strength. The results of the in-situ dry density and moisture content tests are
presented on the boring log in Appendix A. The results of the shear strength test and a description
of the test methods used are presented in Appendix B.
6 SUBSURFACE CONDITIONS
Our findings regarding regional and site geology, including groundwater conditions, at the site are
provided in the following sections.
Ninyo & Moore | 2480 Impala Drive, Carlsbad, California | 109168002 | March 26, 2021 3
6.1. Site Geology
The site is mapped as being underlain by the Lusardi Formation (Kennedy and Tan, 2007;
Figure 3). Geologic units encountered during our subsurface exploration included fill, materials of
the Lusardi Formation, and granitic rock. Generalized descriptions of the earth units encountered
during our subsurface exploration and mapped at the site are provided in the subsequent
sections. Additional descriptions of the subsurface units are provided on the boring log in
Appendix A.
6.1.1. Pavement Section
A pavement section was encountered in boring B-1 at the ground surface and consisted of
approximately 3 inches of asphalt concrete (AC) underlain by approximately 6 inches of
aggregate base material. Variations in pavement section thicknesses and subgrade materials
may be encountered in other areas of the project.
6.1.2. Fill
Fill soils were encountered below the pavement section in boring B-1. The fill materials
extended to a depth of approximately 3 feet. These materials generally consisted of yellowish
brown, moist, medium dense, silty fine to coarse sand with gravel. Documentation of the
placement and compaction of existing fill was not available for our review, however, we
expect that the fill was placed as backfill of the excavation resulting from tank installation.
6.1.3. Lusardi Formation
Materials of the Lusardi Formation were encountered beneath the fill materials in boring B-1
and extended to a depth of approximately 17 feet. The materials of the Lusardi Formation
generally consisted of yellowish brown, moist, weakly to strongly cemented, clayey fine- to
coarse-grained sandstone. Scattered gravel and cobbles were encountered within the
materials of the Lusardi Formation.
6.1.4. Granitic Rock
Granitic rock was encountered beneath the Lusardi Formation in boring B-1 and extended to
the depth explored. As encountered, the granitic rock was generally light gray, moist, slightly
weathered, and coarse-grained.
Ninyo & Moore | 2480 Impala Drive, Carlsbad, California | 109168002 | March 26, 2021 4
6.2. Groundwater
Groundwater was not encountered in our exploratory borings at the site. Based on review of
topographic and geologic data in the site vicinity, groundwater is anticipated at depths greater
than 50 feet. However, perched water may be encountered at shallower depths such as the
contact between fill and formational materials, as well as within existing utility trench backfill
materials, as they tend to act as conduits for perched water. Fluctuations in the level of
groundwater may occur due to variations in ground surface topography, subsurface stratification,
rainfall, irrigation practices, and other factors, which may not have been evident at the time of our
field evaluation.
7 CONCLUSIONS
Based on our geotechnical evaluation, it is our opinion that the proposed UST removal and
replacement is feasible from a geotechnical standpoint, provided the following recommendations
are incorporated into the design and construction of the project. Geotechnical considerations and
conclusions include the following:
• The site is generally underlain by fill materials, materials of the Lusardi Formation, and granitic
rock.
• Groundwater was not encountered in our boring. However, perched water may be
encountered at shallower depths such as the contact between fill and formational materials,
as well as within existing utility trench backfill materials. Fluctuations in the level of
groundwater may occur due to variations in ground surface topography, subsurface
stratification, rainfall, irrigation practices, and other factors which may not have been evident
at the time of our field evaluation.
• Excavations within the fill materials are generally considered feasible with heavy-duty
earthmoving equipment in good working order.
• Difficult excavating should be anticipated within the Lusardi Formation and granitic rock due
to the presence of cobbles and boulders, and the potential for strongly cemented zones and/or
concretions. Such conditions may require the use of heavy ripping and rock breaking.
• Materials derived from onsite excavations are generally considered suitable for reuse as
general compacted backfill, provided they are processed to remove oversized materials and
meet the recommendations provided herein.
Ninyo & Moore | 2480 Impala Drive, Carlsbad, California | 109168002 | March 26, 2021 5
8 RECOMMENDATIONS
Based on the results of our subsurface evaluation and our understanding of the proposed
construction, we present the following general geotechnical recommendations relative to the
proposal UST removal and replacement at the site. The proposed site improvements should be
constructed in accordance with the requirements of the applicable governing agencies.
8.1. Earthwork
In general, earthwork should be performed in accordance with the recommendations presented
in this report. Ninyo & Moore should be contacted for questions regarding the recommendations
or guidelines presented herein.
8.1.1. Site Preparation
Prior to performing excavations or other earthwork, the site should be cleared of trash and
debris. Existing utilities should be relocated and protected from damage by construction
activities. Materials generated from the demolition and clearing operations should be
removed from the project site and disposed of at a legal dump site.
8.1.2. Excavation Characteristics
Based on our exploratory boring, along with a review of geologic background materials, we
anticipate that excavation of the fill soils may generally be accomplished with heavy-duty
grading equipment in good operating condition. However, based on our borings and
experience, cobbles and strongly cemented zones should be anticipated within the materials
of the Lusardi Formation, and unweathered rock and corestones should be anticipated in the
granitic rock. We expect that excavations extending into materials of the Lusardi Formation
and granitic rock will encounter very difficult excavation conditions, and the contractor should
be prepared to utilize heavy ripping and rock breaking.
Excavations extending into portions of the Lusardi Formation will generate oversize material
and additional processing and handling of these materials, including screening or rock
picking, should be anticipated.
Ninyo & Moore | 2480 Impala Drive, Carlsbad, California | 109168002 | March 26, 2021 6
8.1.3. Temporary Excavations and Shoring
For temporary excavations, we recommend that the following Occupational Safety and
Health Administration (OSHA) soil classifications be used:
Fill Type C
Lusardi Formation and Granitic Rock Type B
Upon making the excavations, the soil classifications and excavation performance should be
evaluated in the field by the geotechnical consultant in accordance with the OSHA
regulations. Temporary excavations should be constructed in accordance with OSHA
recommendations. For trenches or other excavations, OSHA requirements regarding
personnel safety should be met using appropriate shoring (including trench boxes) or by
laying back the slopes to no steeper than 1.5:1 (horizontal to vertical) in fill and to no steeper
than 1:1 (horizontal to vertical) in materials of the Lusardi Formation and in granitic rock.
Onsite safety of personnel is the responsibility of the contractor.
In areas with limited space for construction, where temporary excavations may not be laid
back at the recommended slope inclination, a shoring system may be incorporated to support
the excavation sidewalls and protect existing utilities during construction.
A shoring system with bracing should be designed using the magnitude and distribution of
lateral earth pressures presented on Figure 4. The recommended design earth pressures
are based on the assumptions that: (a) the shoring system is constructed without raising the
ground surface elevation behind the shoring, (b) there are no surcharge loads, such as soil
stockpiles, construction materials, or vehicular traffic, and (c) no loads act above a 1:1 plane
extending up and back from the base of the shoring system. For shoring subjected to the
above-mentioned surcharge loads, the contractor should include the effect of these loads on
lateral earth pressures acting on the shoring wall.
Settlement of the ground surface may occur behind the shoring wall during excavation. The
amount of settlement depends on the type of shoring system, the quality of contractor’s
workmanship, and soil conditions. Settlement may cause distress to adjacent structures, if
present. To reduce the potential for distress to adjacent structures, we recommend that the
shoring system be designed to limit the ground settlement behind the shoring to ½ inch or less.
Possible causes of settlement that should be addressed include excavation for construction,
construction vibrations, and removal of the support system. We recommend that the potential
settlement distress be evaluated carefully by the contractor prior to construction.
Ninyo & Moore | 2480 Impala Drive, Carlsbad, California | 109168002 | March 26, 2021 7
The contractor should retain a qualified and experienced engineer to design the shoring
system. The shoring parameters presented in this report are for preliminary design purposes
and the contractor should evaluate the adequacy of these parameters and make appropriate
modifications for their design. We recommend that the contractor take appropriate measures
to protect workers. OSHA requirements pertaining to worker safety should be observed. We
further recommend that the construction methods provided herein be carefully evaluated by
a qualified specialty contractor prior to commencement of the construction.
8.1.4. Bedding Material and Modulus of Soil Reaction (E’)
We recommend that the new tanks and utility pipes be supported on 6 inches or more of
granular bedding material. Granular tank bedding should be provided to distribute vertical
loads around the tank. Bedding material and compaction requirements should be in
accordance with this report. Tank bedding typically consists of graded aggregate with a
coefficient of uniformity of three or more.
The modulus of soil reaction (E') is used to characterize the stiffness of soil backfill placed at
the sides of buried flexible tanks for the purpose of evaluating deflection caused by the weight
of the backfill over the tank (Hartley and Duncan, 1987). A soil reaction modulus of
1,600 pounds per square inch (psi) may be used for an excavation depth of up to about 5 feet
when backfilled with granular soil compacted to a relative compaction of 90 percent as
evaluated by the ASTM D 1557. A soil reaction modulus of 2,200 psi may be used for
excavation depths of more than 5 feet when backfilled with granular soil compacted to a
relative compaction of 90 percent as evaluated by the ASTM D 1557.
8.1.5. Pipe and Tank Zone Backfill
The pipe and tank zone backfill should be placed on top of the pipe bedding material and
extend to 1 foot or more above the top of the pipe in accordance with the recent edition of the
Standard Specifications for Public Works Construction (“Greenbook”). Pipe and tank zone
backfill should have a Sand Equivalent (SE) of 30 or more and be placed around the sides and
top of the pipe. Silts and clays should not be used as pipe or tank zone backfill. Special care
should be taken not to allow voids beneath and around the pipe or tank. Compaction of the
pipe and tank zone backfill should proceed up both sides of the pipe or tank.
Ninyo & Moore | 2480 Impala Drive, Carlsbad, California | 109168002 | March 26, 2021 8
It has been our experience that the voids within a crushed rock material are sufficiently large
to allow fines to migrate into the voids, thereby creating the potential for sinkholes and
depressions to develop at the ground surface. If open graded gravel is utilized as pipe and
tank zone backfill, this material should be separated from the adjacent excavation sidewalls
and overlying trench zone backfill with a geosynthetic filter fabric.
8.1.6. Utility Trench Zone Backfill
In general, the existing onsite materials are considered suitable for reuse as utility trench
zone backfill material, provided that oversize materials (i.e., materials with dimensions in
excess of those outlined herein) are crushed, screened, or removed from the soil mass
prior to reuse. Backfill material should be free of trash, debris or other deleterious materials.
Material for use as backfill should not contain rocks or lumps greater than approximately
3 inches in size.
Imported fill material, if used, should generally be granular soils with a very low to low
expansion potential (i.e., an EI of 20 or less). Import fill material should also be non-corrosive
in accordance with the Caltrans amended (2019) AASHTO (2017) corrosion criteria.
Non-corrosive soils are soils that possess an electrical resistivity more than
1,100 ohm-centimeter (ohm-cm), a chloride content less than 500 parts per million (ppm),
less than 0.15 percent sulfates, and a pH greater than 5.5. Materials for use as fill should be
evaluated by Ninyo & Moore’s representative prior to filling or importing.
Trench zone backfill should be moisture-conditioned to generally at or slightly above the
laboratory optimum. Trench zone backfill should be compacted to a relative compaction of
90 percent as evaluated by ASTM D 1557, except for the upper 12 inches of the backfill
beneath vehicular pavements that should be compacted to a relative compaction of
95 percent as evaluated by ASTM D 1557. Lift thickness for backfill will depend on the type
of compaction equipment utilized, but fill should generally be placed in lifts not exceeding
8 inches in loose thickness. Special care should be exercised to avoid damaging the pipe or
tanks during compaction of the backfill.
Ninyo & Moore | 2480 Impala Drive, Carlsbad, California | 109168002 | March 26, 2021 9
8.2. Rigid Pavements
We anticipate that the existing rigid Portland Cement Concrete (PCC) pavements overlying the
existing USTs are going to be demolished and replaced as part of the project. The replacement
PCC pavements should be constructed such that the concrete thickness, reinforcement, and
aggregate base material underlayment match the existing PCC pavement sections or consist of
8 inches of 600 pounds per square inch (psi) flexural strength Portland cement concrete
reinforced with No. 4 bars, 18-inches on center, placed over 4 inches of aggregate base materials,
whichever is thicker. We recommend that the upper 12 inches of the subgrade soils along with the
aggregate base materials be compacted to a relative compaction of 95 percent relative compaction
as evaluated by the current version of ASTM D 1557.
9 PRE-CONSTRUCTION CONFERENCE
We recommend that a pre-construction meeting be held prior to commencement of grading. The
owner or his representative, the agency representatives, the architect, the civil engineer, Ninyo &
Moore, and the contractor should attend to discuss the plans, the project, and the proposed
construction schedule.
10 PLAN REVIEW AND CONSTRUCTION OBSERVATION
The conclusions and recommendations presented in this report are based on analysis of observed
conditions in widely spaced exploratory borings. If conditions are found to vary from those
described in this report, Ninyo & Moore should be notified, and additional recommendations will
be provided upon request. Ninyo & Moore should review the final project drawings and
specifications prior to the commencement of construction. Ninyo & Moore should perform the
needed observation and testing services during construction operations.
The recommendations provided in this report are based on the assumption that Ninyo & Moore
will provide geotechnical observation and testing services during construction. In the event that it
is decided not to utilize the services of Ninyo & Moore during construction, we request that the
selected consultant provide the client and Ninyo & Moore with a letter indicating that they fully
understand Ninyo & Moore’s recommendations, and that they are in full agreement with the
design parameters and recommendations contained in this report. Construction of proposed
improvements should be performed by qualified subcontractors utilizing appropriate techniques
and construction materials.
Ninyo & Moore | 2480 Impala Drive, Carlsbad, California | 109168002 | March 26, 2021 10
11 LIMITATIONS
The field evaluation, laboratory testing, and geotechnical analyses presented in this report have
been conducted in general accordance with current practice and the standard of care exercised
by geotechnical consultants performing similar tasks in the project area. No warranty, expressed
or implied, is made regarding the conclusions, recommendations, and opinions presented in this
report. There is no evaluation detailed enough to reveal every subsurface condition. Variations
may exist and conditions not observed or described in this report may be encountered during
construction. Uncertainties relative to subsurface conditions can be reduced through additional
subsurface exploration. Additional subsurface evaluation will be performed upon request. Please
also note that our evaluation was limited to assessment of the geotechnical aspects of the project,
and did not include evaluation of structural issues, environmental concerns, or the presence of
hazardous materials.
This document is intended to be used only in its entirety. No portion of the document, by itself, is
designed to completely represent any aspect of the project described herein. Ninyo & Moore
should be contacted if the reader requires additional information or has questions regarding the
content, interpretations presented, or completeness of this document.
This report is intended for design purposes only. It does not provide sufficient data to prepare an
accurate bid by contractors. It is suggested that the bidders and their geotechnical consultant per-
form an independent evaluation of the subsurface conditions in the project areas. The independent
evaluations may include, but not be limited to, review of other geotechnical reports prepared for the
adjacent areas, site reconnaissance, and additional exploration and laboratory testing.
Our conclusions, recommendations, and opinions are based on an analysis of the observed site
conditions. If geotechnical conditions different from those described in this report are encountered,
our office should be notified, and additional recommendations, if warranted, will be provided upon
request. It should be understood that the conditions of a site could change with time as a result of
natural processes or the activities of man at the subject site or nearby sites. In addition, changes to
the applicable laws, regulations, codes, and standards of practice may occur due to government
action or the broadening of knowledge. The findings of this report may, therefore, be invalidated
over time, in part or in whole, by changes over which Ninyo & Moore has no control.
This report is intended exclusively for use by the client. Any use or reuse of the findings,
conclusions, and/or recommendations of this report by parties other than the client is undertaken
at said parties’ sole risk.
Ninyo & Moore | 2480 Impala Drive, Carlsbad, California | 109168002 | March 26, 2021 11
12 REFERENCES
American Association of State Highway and Transportation Officials (AASHTO), 2017, AASHTO
LRFD Bridge Design Specifications, 8th Edition: dated September.
Building News, 2018, “Greenbook,” Standard Specifications for Public Works Construction: BNI
Publications.
California Building Standards Commission, 2019, California Building Code (CBC): California Code
of Regulations, Title 24, Part 2, Volumes 1 and 2.
California Department of Transportation (Caltrans), 2019, California Amendments to the AASHTO LRFD
Bridge Design Specifications (2017 Eighth Edition): dated April.
Google Earth, 2021, https://www.google.com/earth/.
Harden, D.R., 2004, California Geology, 2nd ed.: Prentice Hall, Inc.
Hartley, J.D., and Duncan, J.M., 1987, E’ and Its Variation with Depth: American Society of Civil
Engineers (ASCE), Journal of Transportation Engineering, Vol. 113, No. 5: dated September.
Kennedy, M.P and Tan, S.S., 2007, Geologic Map of the Oceanside 30’ x 60’ Quadrangle, California,
California Geological Survey, Regional Geologic Map Series, Map No. 2, Scale 1:100,000.
Ninyo & Moore, In-house Proprietary Data.
Norris, R. M. and Webb, R. W., 1990, Geology of California, Second Edition: John Wiley & Sons, Inc.
Ruhnau McGavin Ruhnau/Associates, 1985, City of Carlsbad Public Safety & Service Center, Bid
Set, Sheet P-6: dated April 1.
Ninyo & Moore | 2480 Impala Drive, Carlsbad, California | 109168002 | March 26, 2021
FIGURES
SITE
"
!o 0 1,500 3,000
FEET
MAP INDEX
San DiegoCounty
1_109168002_SL.mxd 3/15/2021 AOB
NOTE: DIRECTIONS, DIMENSIONS AND LOCATIONS ARE APPROXIMATE. | SOURCE: ESRI WORLD TOPO, 2021
SITE LOCATIONFIGURE 1
109168002 | 3/21
CARLSBAD UST REPLACEMENT
2480 IMPALA DRIVE, CARLSBAD, CALIFORNIA
@A
ORION WAY
IMPALA DRIVE
ORION STREET
LEGEND
UST LOCATION
2_109168002_BL.mxd 3/26/2021 AOB
NOTE: DIRECTIONS, DIMENSIONS AND LOCATIONS ARE APPROXIMATE. | SOURCE: GOOGLE EARTH, 2021
BORING LOCATION
FIGURE 2
!o 0 80 160
FEET
@A B-1
TD=19.8
BORING
TD=TOTAL DEPTH IN FEET
B-1
TD=19.8
109168002 | 3/21
CARLSBAD UST REPLACEMENT
2480 IMPALA DRIVE, CARLSBAD, CALIFORNIA
3_109168002_G.mxd 3/15/2021 AOB
FIGURE 3
!o 0 2,000 4,000
FEET
GEOLOGY
REFERENCE: KENNEDY, M.P., TAN, S.S., 2007, GEOLOGIC MAP OF THE OCEANSIDE 30 X 60-MINUTEQUADRANGLE, CALIFORNIA
SITE
"
NOTE: DIRECTIONS, DIMENSIONS AND LOCATIONS ARE APPROXIMATE.
LEGEND_____________________________________
109168002 | 3/21
CARLSBAD UST REPLACEMENT
2480 IMPALA DRIVE, CARLSBAD, CALIFORNIA
Geotechnical & Environmental Sciences Consultants
FIGURE 4
CARLSBAD UST REPLACEMENT
2480 IMPALA DRIVE, CARLSBAD, CALIFORNIA
109168002 I 3/21
LATERAL EARTH PRESSURES FOR
BRACED EXCAVATION
pP
D
H
CONSTRUCTION MATERIALS ARE NOT INCLUDED
5.SURCHARGES FROM EXCAVATED SOIL OR
4.ASSUMES GROUNDWATER IS NOT PRESENT
3.PASSIVE LATERAL EARTH PRESSURE, P
P = 450D psf
2.
P = 120 psf
CONSTRUCTION TRAFFIC INDUCED SURCHARGE PRESSURE, P
1.
P = 27H psf
APPARENT LATERAL EARTH PRESSURE, P
Pa Ps
GROUND SURFACE
a
a
s
s
p
p
6.H AND D ARE IN FEET
+
SHORING
BRACES
NOTES:
NOT TO SCALE
10
9
1
6
8
0
0
2
D
E
T
A
I
L
F
I
G
U
R
E
S
.
D
W
G
A
O
B
Ninyo & Moore | 2480 Impala Drive, Carlsbad, California | 109168002 | March 26, 2021
APPENDIX A
Boring Log
Ninyo & Moore | 2480 Impala Drive, Carlsbad, California | 109168002 | March 26, 2021
APPENDIX A
BORING LOG
Field Procedure for the Collection of Disturbed Samples
Disturbed soil samples were obtained in the field using the following methods.
Bulk Samples
Bulk samples of representative earth materials were obtained from the exploratory boring.
The samples were bagged and transported to the laboratory for testing.
The Standard Penetration Test (SPT) Sampler
Disturbed drive samples of earth materials were obtained by means of a Standard
Penetration Test sampler. The sampler is composed of a split barrel with an external diameter
of 2 inches and an unlined internal diameter of 13/8 inches. The sampler was driven into the
ground 12 to 18 inches with a 140-pound hammer free-falling from a height of 30 inches in
general accordance with ASTM D 1586. The blow counts were recorded for every 6 inches
of penetration; the blow counts reported on the logs are those for the last 12 inches of
penetration. Soil samples were observed and removed from the sampler, bagged, sealed and
transported to the laboratory for testing.
Field Procedure for the Collection of Relatively Undisturbed Samples
Relatively undisturbed soil samples were obtained in the field using the following method.
The Modified Split-Barrel Drive Sampler
The sampler, with an external diameter of 3 inches, was lined with 1-inch long, thin brass rings
with inside diameters of approximately 2.4 inches. The sample barrel was driven into the ground
with the weight of a hammer in general accordance with ASTM D 3550. The driving weight was
permitted to fall freely. The approximate length of the fall, the weight of the hammer, and the
number of blows per foot of driving are presented on the boring log as an index to the relative
resistance of the materials sampled. The samples were removed from the sample barrel in the
brass rings, sealed, and transported to the laboratory for testing.
Soil Classification Chart Per ASTM D 2488
Primary Divisions Secondary Divisions
Group Symbol Group Name
COARSE-
GRAINED
SOILS
more than
50% retained
on No. 200
sieve
GRAVEL more than 50% of coarse fraction
retained on No. 4 sieve
CLEAN GRAVEL
less than 5% fines
GW well-graded GRAVEL
GP poorly graded GRAVEL
GRAVEL with DUAL CLASSIFICATIONS 5% to 12% fines
GW-GM well-graded GRAVEL with silt
GP-GM poorly graded GRAVEL with silt
GW-GC well-graded GRAVEL with clay
GP-GC poorly graded GRAVEL with
GRAVEL with FINES more than
12% fines
GM silty GRAVEL
GC clayey GRAVEL
GC-GM silty, clayey GRAVEL
SAND 50% or more of coarse fraction passes No. 4 sieve
CLEAN SAND less than 5% fines
SW well-graded SAND
SP poorly graded SAND
SAND with DUAL CLASSIFICATIONS 5% to 12% fines
SW-SM well-graded SAND with silt
SP-SM poorly graded SAND with silt
SW-SC well-graded SAND with clay
SP-SC poorly graded SAND with clay
SAND with FINES more than 12% fines
SM silty SAND
SC clayey SAND
SC-SM silty, clayey SAND
FINE-
GRAINED
SOILS
50% or
more passes
No. 200 sieve
SILT and CLAY
liquid limit less than 50%
INORGANIC
CL lean CLAY
ML SILT
CL-ML silty CLAY
ORGANIC OL (PI > 4)organic CLAY
OL (PI < 4)organic SILT
SILT and CLAY liquid limit 50% or more
INORGANIC CH fat CLAY
MH elastic SILT
ORGANIC
OH (plots on or above “A”-line)organic CLAY
OH (plots below “A”-line)organic SILT
Highly Organic Soils PT Peat
USCS METHOD OF SOIL CLASSIFICATION
Apparent Density - Coarse-Grained Soil
Apparent Density
Spooling Cable or Cathead Automatic Trip Hammer
SPT (blows/foot)
Modified Split Barrel (blows/foot)
SPT (blows/foot)
Modified Split Barrel (blows/foot)
Very Loose < 4 < 8 < 3 < 5
Loose 5 - 10 9 - 21 4 - 7 6 - 14
Medium
Dense 11 - 30 22 - 63 8 - 20 15 - 42
Dense 31 - 50 64 - 105 21 - 33 43 - 70
Very Dense > 50 > 105 > 33 > 70
Consistency - Fine-Grained Soil
Consis-tency
Spooling Cable or Cathead Automatic Trip Hammer
SPT (blows/foot)
Modified Split Barrel (blows/foot)
SPT (blows/foot)
Modified Split Barrel (blows/foot)
Very Soft < 2 < 3 < 1 < 2
Soft 2 - 4 3 - 5 1 - 3 2 - 3
Firm 5 - 8 6 - 10 4 - 5 4 - 6
Stiff 9 - 15 11 - 20 6 - 10 7 - 13
Very Stiff 16 - 30 21 - 39 11 - 20 14 - 26
Hard > 30 > 39 > 20 > 26
LIQUID LIMIT (LL), %
PL
A
S
T
I
C
I
T
Y
I
N
D
E
X
(
P
I
)
,
%
0 10
107
4
20
30
40
50
60
70
0 20 30 40 50 60 70 80 90 100
MH or OH
ML or OLCL - ML
Plasticity Chart
Grain Size
Description Sieve Size Grain Size Approximate Size
Boulders > 12”> 12”Larger than basketball-sized
Cobbles 3 - 12”3 - 12”Fist-sized to basketball-sized
Gravel
Coarse 3/4 - 3”3/4 - 3”Thumb-sized to fist-sized
Fine #4 - 3/4”0.19 - 0.75”Pea-sized to thumb-sized
Sand
Coarse #10 - #4 0.079 - 0.19”Rock-salt-sized to
pea-sized
Medium #40 - #10 0.017 - 0.079”Sugar-sized to rock-salt-sized
Fine #200 - #40 0.0029 - 0.017”Flour-sized to sugar-sized
Fines Passing #200 < 0.0029”Flour-sized and smaller
CH or OH
CL or OL
0
5
10
15
20
XX/XX
SM
CL
Bulk sample.
Modified split-barrel drive sampler.
No recovery with modified split-barrel drive sampler.
Sample retained by others.
Standard Penetration Test (SPT).
No recovery with a SPT.
Shelby tube sample. Distance pushed in inches/length of sample recovered in inches.
No recovery with Shelby tube sampler.
Continuous Push Sample.
Seepage.
Groundwater encountered during drilling.
Groundwater measured after drilling.
MAJOR MATERIAL TYPE (SOIL):
Solid line denotes unit change.
Dashed line denotes material change.
Attitudes: Strike/Dipb: Bedding
c: Contactj: Joint
f: FractureF: Fault
cs: Clay Seams: Shear
bss: Basal Slide Surfacesf: Shear Fracture
sz: Shear Zonesbs: Shear Bedding Surface
The total depth line is a solid line that is drawn at the bottom of the boring.
BORING LOG
Explanation of Boring Log Symbols
PROJECT NO.DATE FIGURE
DE
P
T
H
(
f
e
e
t
)
Bu
l
k
SA
M
P
L
E
S
Dr
i
v
e
n
BL
O
W
S
/
F
O
O
T
MO
I
S
T
U
R
E
(
%
)
DR
Y
D
E
N
S
I
T
Y
(
P
C
F
)
SY
M
B
O
L
CL
A
S
S
I
F
I
C
A
T
I
O
N
U.
S
.
C
.
S
.
BORING LOG EXPLANATION SHEET
Updated Nov. 2011
BORING LOG
20
0
10
20
30
40
50/4"
50/6"50/6"
50/3"
85/9"
9.4 122.9
GW
SM
ASPHALT CONCRETE:Approximately 3 inches thick.
BASE:Gray, moist, medium dense, well graded to coarse sandy GRAVEL.
FILL:Yellowish brown, moist, medium dense, silty fine to coarse SAND with gravel; scattered
gravel up to 2 inches in diameter; scattered clay nodules (brown, moist, soft).@ 1.5':" No gravel.@ 3': Clayey; scattered gravel.
LUSARDI FORMATION:Yellowish brown, moist, moderately to weakly cemented, clayey fine- to coarse-grained
SANDSTONE; scattered gravel.Strongly cemented (difficult drilling).
No gravel.
Difficult drilling.
Possible cobble.
Difficult drilling.
GRANITIC ROCK:Light gray, moist, slightly weathered, coarse-grained GRANITIC ROCK; possible boulder.
Total Depth = 19.8 feet.
Groundwater not encountered during drilling.
Backfilled and patched shortly after drilling on 2/23/21.
Note: Groundwater, though not encountered at the time of drilling, may rise to a higher
level due to seasonal variations in precipitation and several other factors as discussed in
the report.
The ground elevation shown above is an estimation only. It is based on our interpretations
of published maps and other documents reviewed for the purposes of this evaluation. It is
not sufficiently accurate for preparing construction bids and design documents.
FIGURE A- 1
CARLSBAD UST REMOVAL
2480 IMPALA DRIVE, CARLSBAD, CALIFORNIA
109168002 |3/21
DE
P
T
H
(
f
e
e
t
)
Bu
l
k
SA
M
P
L
E
S
Dr
i
v
e
n
BL
O
W
S
/
F
O
O
T
MO
I
S
T
U
R
E
(
%
)
DR
Y
D
E
N
S
I
T
Y
(
P
C
F
)
SY
M
B
O
L
CL
A
S
S
I
F
I
C
A
T
I
O
N
U.
S
.
C
.
S
.
DESCRIPTION/INTERPRETATION
DATE DRILLED 2/23/21 BORING NO.B-1
GROUND ELEVATION 367' (MSL)SHEET 1 OF
METHOD OF DRILLING 8" Diameter Hollow Stem Auger (CME-75) (Baja Exploration)
DRIVE WEIGHT 140 lbs. (Auto-Trip)DROP 30"
SAMPLED BY KWK LOGGED BY KWK REVIEWED BY CAT
1
Ninyo & Moore | 2480 Impala Drive, Carlsbad, California | 109168002 | March 26, 2021
APPENDIX B
Geotechnical Laboratory Testing
Ninyo & Moore | 2480 Impala Drive, Carlsbad, California | 109168002 | March 26, 2021
APPENDIX B
GEOTECHNICAL LABORATORY TESTING
Classification
Soils were visually and texturally classified in accordance with the Unified Soil Classification
System (USCS) in general accordance with ASTM D 2488. Soil classifications are indicated on
the logs of the exploratory borings and infiltration test borings in Appendix A.
In-Place Moisture and Density Tests
The moisture content and dry density of a relatively undisturbed sample obtained from the
exploratory boring were evaluated in general accordance with ASTM D 2937. The test results are
presented on the log of the exploratory boring in Appendix A.
Direct Shear Test
A direct shear test was performed on a relatively undisturbed sample in general accordance with
ASTM D 3080 to evaluate the shear strength characteristics of the selected material. The sample
was inundated during shearing to represent adverse field conditions. The results are shown on
Figure B-1.
5.0-5.8Clayey SANDSTONE B-1 Peak
Cohesion
(psf)
Friction Angle
(degrees)Soil Type
Formation32
46
320
Formation
Description Symbol
Sample
Location
320
Depth
(ft)
Shear
Strength
PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 3080
Clayey SANDSTONE X Ultimate5.0-5.8B-1
0
1000
2000
3000
4000
5000
0 1000 2000 3000 4000 5000
SH
E
A
R
S
T
R
E
S
S
(
P
S
F
)
NORMAL STRESS (PSF)
FIGURE B-1
DIRECT SHEAR TEST RESULTS
CARLSBAD UST REPLACEMENT
2480 IMPALA DRIVE, CARLSBAD, CALIFORNIA
109168002 | 3/21
109168002_DIRECT SHEAR B-1 @ 5.0-5.8
5710 Ruffin Road | San Diego, California 92123 | p. 858.576.1000
ARIZONA | CALIFORNIA | COLORADO | NEVADA | TEXAS | UTAH
ninyoandmoore.com
1 COVER SHEET
2A NOTES
2B NOTES
3A SITE PLAN - DEMOLITION
3B SITE PLAN - CONSTRUCTION
4A FUEL ISLAND DETAIL - DEMOLITION
4B FUEL ISLAND DETAIL - CONSTRUCTION
5 STRUCTURAL NOTES
6 STRUCTURAL PLANS
7 STRUCTURAL SECTIONS
8 STRUCTURAL DETAILS
9 LEGEND, ABBREVIATIONS AND GENERAL NOTES
10 SITE DEMO PLAN - ELECTRICAL
11 SITE PLAN - ELECTRICAL
12 SCHEDULES, DIAGRAM & PARTIAL FLOOR PLAN
13 ELECTRICAL DETAILS
14 TITLE 24 DOCUMENTATION
15 TITLE 24 DOCUMENTATION
16 NOTES - ELECTRICAL
No. 67652
18 NOTES - PLUMBING
19 SITE PLAN - PLUMBING
20 PIPING & UDC DETAILS
21 CARBON CANISTER DETAILS
22 VENT BOX DETAIL
23 87 REGULAR STP DETAIL
24 87 REGULAR FILL SUMP DETAIL
25 DIESEL STP SUMP DETAIL
26 DIESEL FILL SUMP DETAIL
27 20,000 GALLON TANK DETAIL
28 12,000 GALLON TANK DETAIL
29 DISPENSER DETAILS
30 ADA COMPLIANCE DETAILS
31 TANK HOLE DETAIL
32 VACUUM ZONES & SENSOR LAYOUT
33 BUOYANCY CALCULATIONS
FUEL ISLAND DETAIL - CONSTRUCTION
CONSTRUCTION PLANS
FOR
UNDERGROUND STORAGE TANK
REMOVAL AND REPLACEMENT
PROJECT NO. 4747
CITY OF CARLSBAD
CARLSBAD, CA
CITY COUNCIL
KEITH BLACKBURN - MAYOR
PRIYA BHAT-PATEL - MAYOR PRO TEM
MELANIE BURKHOLDER - COUNCIL MEMBER
TERESA ACOSTA - COUNCIL MEMBER
CAROLYN LUNA- COUNCIL MEMBER
SCOTT CHADWICK - CITY MANAGER
PAZ GOMEZ - DEPUTY CITY MANAGER
VICINITY MAP
N.T.S.
1
"DECLARATION OF RESPONSIBLE CHARGE"
KIMLEY-HORN AND ASSOCIATES, INC.
401 B STREET, SUITE 600
SAN DIEGO, CA 92101
619-234-9411
DATEPETER B. RITCHEY
R.C.E. C67652, EXP. 06-30-2025
ABBREVIATIONS
VERTICAL CONTROL: (NGVD29)
BASIS OF COORDINATES: (NAD83)
STATION
105
NORTHING
1999466.124
EASTING
6241021.960
108 1996667.594 6248033.709
GRID BEARING BETWEEN STATION 108 AND STATION 105 = N 68°14'31" W.
DESCRIPTION
BENCHMARK ELEVATION
246.43'
THE BASIS OF COORDINATES FOR THIS SURVEY IS THE
NORTH AMERICAN DATUM OF 1983 (NAD 83) CALIFORNIA
STATE PLANE COORDINATE SYSTEM OF 1983 (CCS83)
ZONE 6 (EPOCH 1991.35) BASED LOCALLY UPON THE
FOLLOWING FIRST ORDER CONTROL POINTS PER RECORD
OF SURVEY 17271:
ELEVATIONS SHOWN HEREON ARE IN TERMS OF THE
NATIONAL GEODETIC VERTICAL DATUM OF 1929 (NGVD29)
BASED LOCALLY UPON THE FOLLOWING CITY OF
CARLSBAD BENCHMARK:
A 2.5" BRASS DISK STAMPED "LS 6215" IN A
DRAINAGE INLET AT THE NORTH SIDE OF PALMER
WAY 100' EASTERLY OF COUGAR DRIVE.
A 2.5" BRASS DISK STAMPED "LS 6215" IN SIDEWALK
AT THE NORTHEAST CORNER OF THE CANNON
ROAD BRIDGE OVER AGUA HEDIONDA CREEK.
MAPPING ANGLE AT STATION 108 = -00°33'46.974"
CONTROL POINT 108 PER ROS 17271
SUPPLEMENTAL CONTROL:
AS ESTABLISHED FOR THIS PROJECT
NOTE: SUPPLEMENTAL CONTROL POINTS WERE
ESTABLISHED HORIZONTALLY BY RTK GPS SURVEY WITH
REDUNDANCY AND VERTICALLY BY EITHER RTK GPS OR
TRIG.
POINT NO.
1003
NORTHING
1995833.65
EASTING
6250339.29
DESCRIPTION
CP MAG
ELEVATION
367.90'
1004 1995721.20 6250663.16 CP MAG365.76'
PROJECT SITE
9/18/2023
2480 IMPALA DRIVE, CARLSBAD, CA 92010
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (GREENBOOK), 2018 EDITION
SAN DIEGO REGIONAL STANDARD DRAWINGS, 2018 EDITION
CALIFORNIA BUILDING CODE (CBC), 2022 EDITION
CALIFORNIA FIRE CODE (CFC), 2022 EDITION
CALIFORNIA PLUMBING CODE (CPC), 2022 EDITION
CALIFORNIA MECHANICAL CODE (CMC), 2019 EDITION
2022 CALIFORNIA ELECTRICAL CODE, CALIFORNIA CODE OF REGULATIONS TITLE 24 - PART 3
2020 NATIONAL ELECTRICAL CODE, CHAPTER 5 - ARTICLE 514
2021 NFPA 30 & 30A FLAMMABLE AND COMBUSTIBLE LIQUIDS CODE
GEOTECHNICAL REPORT BY NINYO & MOORE DATED MARCH 26, 2021
ADDENDUM TO GEOTECHNICAL REPORT - CANOPY RECOMMENDATIONS DATED JULY 6, 2021
DESCRIPTION
STANDARD SPECIFICATIONS:
17 NOTES - ELECTRICAL
9/30/25
361
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
2A2A
UST REMOVAL AND REPLACEMENT GENERAL CONSTRUCTION NOTES
1.CITY OF CARLSBAD PROJECT DOCUMENTS AND TECHNICAL SPECIFICATIONS ARE TO BE FOLLOWED FOR ALL
WORK PERFORMED AT THIS SITE.
2.ALL CONSTRUCTION WORK SHALL BE PERFORMED IN ACCORDANCE WITH LOCAL ADOPTED BUILDING CODES
AND SUPPLEMENTARY ORDINANCES.
3.BIDDER MUST HOLD A VALID CALIFORNIA STATE CONTRACTOR'S LICENSE IN AT LEAST ONE OF THE FOLLOWING
CLASSIFICATIONS: A, C-36, OR C-61, WITH HAZARDOUS SUBSTANCE CERTIFICATE ISSUED BY THE STATE. PRIOR
TO STARTING WORK THE CONTRACTOR SHALL PROVIDE A COPY OF THEIR CSLB LICENSE, ICC CERTIFICATIONS
AND MANUFACTURER'S TRAINING CERTIFICATIONS.
4.ENVIRONMENTAL PROTECTION AGENCY NUMBERS AND/OR STATE GENERATOR I.D. NUMBERS SHALL BE
OBTAINED FROM CITY OF CARLSBAD. ALL PERMITS, INSPECTION REPORTS, AND MANIFESTS SHALL BE COPIED
AND SENT TO CITY OF CARLSBAD'S ENGINEER.
5.CONTRACTOR TO VERIFY ALL DIMENSIONS AND CONDITIONS AT THE SITE PRIOR TO COMMENCING WORK AND
NOTIFY CITY OF CARLSBAD'S REPRESENTATIVE OF ANY DISCREPANCIES BETWEEN SITE CONDITIONS AND
INFORMATION SHOWN ON THE DRAWINGS. ALL CONDITIONS AFFECTING THE WORK OF THIS CONTRACT SHALL
BE VERIFIED AT THE PROJECT SITE, NOTING ALL UNUSUAL CONDITIONS NOT SPECIFICALLY SHOWN OR
DESCRIBED IN THE SPECIFICATIONS, AND THE CONTRACTOR SHALL PROVIDE THE SAME IN THEIR PROPOSALS.
6.REMOVAL AND DISPOSAL OF CONTAMINATED SOIL IS NOT ANTICIPATED FOR THIS SITE. IF CONTAMINATED SOIL
IS ENCOUNTERED DURING EXCAVATION, THE DISPOSAL OF THE CONTAMINATED SOIL SHALL BE DEALT WITH AS
EXTRA WORK.
7.STOCKPILING OF EXCAVATED MATERIAL IS PERMITTED TO BE STORED ONSITE WITHIN THE CONSTRUCTION
AREA. STOCKPILED SOILS SHOULD BE SEPARATED BASED ON SOIL TYPE. (I.E. GRAVEL, CLEAN FILL DIRT,
CONTAMINATED SOIL, ETC). SEE STORM WATER NOTES FOR REQUIRED COVERAGE REQUIREMENTS.
8.ALL MATERIALS AND EQUIPMENT REMOVED, EXCEPT WHERE NOTED, SHALL BE DISPOSED OF BY THE
CONTRACTOR IN ACCORDANCE WITH APPLICABLE CODES AND ORDINANCES.
9.CONTRACTOR SHALL COORDINATE ALL WORK WITH THE FACILITY MANAGER, FACILITIES PERSONNEL AND/OR
REPRESENTATIVE.
10.CONTRACTOR SHALL FOLLOW THE MOST CURRENT EDITION OF THE COUNTY OF SAN DIEGO SITE ASSESSMENT
AND MITIGATION MANUAL FOR GUIDANCE IN TANK REMOVALS AND ENCOUNTERING CONTAMINATED SOIL.
11.CONTRACTOR SHALL HAVE A QUALIFIED SUPERINTENDENT ON THE JOB SITE DURING THE ENTIRE DURATION OF
THE PROJECT TO COORDINATE AND SUPERVISE ALL PHASES OF THE PROJECT. THE SUPERINTENDENT SHALL
KEEP CITY OF CARLSBAD'S REPRESENTATIVE ADVISED OF THE JOB STATUS, PROGRESS, AND ANY PROBLEMS.
12.CONTRACTOR TO PROVIDE TEMPORARY CONSTRUCTION FENCING AROUND THE PROJECT SITE. THE LOCATION
OF THE FENCING SHALL BE DETERMINED IN THE FIELD AND COORDINATED WITH CITY OF CARLSBAD'S
REPRESENTATIVES TO NOT BLOCK ACCESS TO THE SITE'S VARIOUS FACILITIES. IF EXCAVATION/TRENCHING IS
REQUIRED OUTSIDE OF THE CONSTRUCTION FENCING, STEEL PLATES OR TEMPORARY ASPHALT COLD MIX
SHALL BE USED TO CAP THE TRENCH AFTER WORK HOURS.
13.CONTRACTOR TO CONTINUALLY INSPECT THE CONSTRUCTION AREA TO KEEP PREMISES AS NEAT AS POSSIBLE
DURING CONSTRUCTION AND ASSURE CITY OF CARLSBAD'S FACILITIES ARE DISTURBED AS LITTLE AS POSSIBLE.
14.ANY INDIVIDUAL(S) INSTALLING UNDERGROUND STORAGE TANK SYSTEM COMPONENTS SHALL MEET THE
FOLLOWING REQUIREMENTS, OR WORK UNDER THE DIRECT SUPERVISION OF AN INDIVIDUAL PHYSICALLY
PRESENT AT THE WORK SITE WHO MEETS THE FOLLOWING REQUIREMENTS:
A.THE INDIVIDUAL HAS BEEN ADEQUATELY TRAINED AS EVIDENCED BY A CURRENT CERTIFICATE OF TRAINING
ISSUED BY THE MANUFACTURER(S) OF THE UNDERGROUND STORAGE TANK SYSTEM COMPONENTS.
B.THE INDIVIDUAL SHALL POSSESS A CURRENT UNDERGROUND STORAGE TANK SYSTEM
INSTALLATION/RETROFITTING CERTIFICATE FROM THE INTERNATIONAL CODE COUNCIL (ICC).
15.ALL NEW INSTALLATIONS OF PIPING, FITTINGS AND COMPONENTS MUST COMPLY WITH THE REVISED UL 971
STANDARD. PIPING MANUFACTURERS ARE REQUIRED BY UL TO MARK THE DATE OF MANUFACTURE ON THE
PIPING AT 10-FOOT INTERVALS, AND ON FITTINGS OR FITTING BULK PACKAGING. THEREFORE, THE DATE OF
MANUFACTURE MUST BE ON OR AFTER JULY 1, 2005. CONTACT YOUR PIPING MANUFACTURER TO ENSURE THAT
YOUR NEW PIPING SYSTEM IS ORDERED CORRECTLY.
16.THE UNDERGROUND STORAGE TANK SYSTEM(S) SHALL BE COMPATIBLE WITH THE PRODUCT TO BE STORED.
17.THE TANK CONSTRUCTION/TESTING SHALL BE IN ACCORDANCE WITH NATIONALLY RECOGNIZED CODES.
18.ALL CONTINUOUS MONITORING EQUIPMENT SHALL BE ON THE STATE'S APPROVED EQUIPMENT LIST AND ALL
EQUIPMENT SHALL BE APPROVED FOR USE WITH THE CONTINUOUS MONITORING SYSTEM.
19.ALL UNDERGROUND STORAGE TANK (UST) EQUIPMENT SHALL MEET VOLUNTARY CONSENSUS STANDARDS.
20.ALL MATERIALS TO BE USED (PIPING, SEALANT, ADHESIVE, RESINS, ETC.) SHALL BE COMPATIBLE AND USED
NATIONALLY RECOGNIZED CODES.
21.ALL MATERIALS SHALL BE INSTALLED AS PER MANUFACTURERS' SPECIFICATIONS.
22.THE ELECTRICAL SUPPLY WIRING FOR THE CONTINUOUS MONITORING SYSTEM SHALL BE HARDWIRED TO THE
JUNCTION/BREAKER BOX.
23.ALL SENSORS WILL BE PROPERLY MOUNTED AT THE LOW POINT IN THE SUMPS AND SECURED TO PREVENT
TAMPERING USING MOUNTING KITS OR SLEEVES.
24.THE CONTRACTOR SHALL ENSURE THAT ALL FILLS AND MONITORING WELLS ARE PROPERLY LABELED.
25.THE CONTRACTOR SHALL ENSURE THAT THE EMERGENCY SHUT-OFF SWITCH IS OPERATIONAL AND INSTALLED
IN ACCORDANCE WITH CBC #514.11/514.13/514.16. NOTE: ALL ELECTRICAL AND ALL LOW VOLTAGE, DATA RECEIPT
MACHINES TO SHUT OFF DURING MAINTENANCE WITH THE EMERGENCY SHUTOFF SWITCH.
26.THE CONTRACTOR SHALL ENSURE THAT ON-LINE LEAK DETECTORS ARE INSTALLED ON TURBINES AND ARE
OPERATIONAL. ALL LEAK DETECTORS SHALL BE PROPERLY TESTED IN LINE BY A CERTIFIED THIRD PARTY
TECHNICIAN PROVIDED BY THE CITY.
27.AS PER AB 1702, BEFORE THE UNDERGROUND STORAGE TANK IS PLACED IN USE, THE UST SHALL BE TESTED
AFTER INSTALLATION USING ONE OF THE METHODS IN HEALTH & SAFETY CODE 25290.1(J) TO DEMONSTRATE
THAT THE TANK IS PRODUCT TIGHT. ACCORDING TO THE STATE WATER RESOURCES CONTROL BOARD (SWRCB),
ENHANCED LEAK DETECTION (EDL) IS THE ONLY APPROVED TEST METHOD AT THIS TIME. THE UST WILL BE
TESTED AFTER INSTALLATION BY A CERTIFIED THIRD PARTY TESTER PROVIDED BY THE AGENCY, BEFORE IT IS
PLACED INTO USE ELD. IF THE RESULTS OF POST-INSTALLATION TESTING INDICATE THAT THE UST SYSTEM IS
LEAKING LIQUID OR VAPOR, THE CONTRACTOR MUST TAKE APPROPRIATE ACTIONS TO CORRECT THE LEAKAGE,
AND THE SYSTEM WILL BE RETESTED USING ELD, UNTIL THE SYSTEM IS NO LONGER LEAKING LIQUID OR VAPOR.
APPROVAL TO OPERATE WILL NOT BE GIVEN UNTIL THE UST SYSTEM HAS A PASSING ELD TEST.
28.OPERATIONAL SENSORS IN INTERSTICES AND SUMP(S)/POSITIVE SHUT-DOWN DEMONSTRATED IF REQUIRED:
THE CITY THIRD PARTY INSPECTOR SHALL WITNESS A PROPERLY CERTIFIED TECHNICIAN TEST ALL SENSORS TO
ENSURE THEY INDICATE AN AUDIBLE AND VISUAL ALARM. IF REQUIRED, POSITIVE SHUT-DOWN, AND FAIL-SAFE,
OF THE TURBINE SHALL ALSO BE DEMONSTRATED FOR APPLICABLE SENSORS. ALL SENSORS SHALL PERFORM
AS PER MANUFACTURER'S SPECIFICATIONS AND THE STANDARDS OF LG-113. LG-113 CAN BE FOUND AT
HTTP://WWW.WATERBOARDS.CA.GOV/WATER_ISSUES/PROGRAMS/UST/LEAK_PREVENTION/LG113/
29.ELECTRONIC MONITOR SECURED/ACCESSIBLE TO OPERATOR AND OPERATIONAL: ENSURE THE MONITORING
PANEL IS HARDWIRED THROUGH CONDUIT TO THE JUNCTION/BREAKER BOX. ENSURE SENSOR ALARMS ARE
ABLE TO BE DETECTED BY THE OPERATOR. THE MONITORING PANEL SHALL BE FULLY OPERATIONAL AS PER
MANUFACTURER'S SPECIFICATIONS, WITH AUDIBLE AND VISUAL ALARMS, AND A PRINTER, IF REQUIRED.
30.ALL SENSORS WILL DETECT THE EARLIEST POSSIBLE RELEASE: ANNULAR SPACE SENSORS MUST BE PROPERLY
INSTALLED (FOR STEEL TANKS, WIRE MUST BE MEASURED TO ENSURE IT IS LONG ENOUGH FOR THE EARLIEST
POSSIBLE DETECTION OF A RELEASE). ENSURE ALL SUMP AND DISPENSER CONTAINMENT SENSORS ARE
INSTALLED AT THE LOWEST POINT, IN A LOCATION TO DETECT THE EARLIEST POSSIBLE RELEASE AND FIRMLY
SECURED TO PREVENT TAMPERING.
31.CONTINUOUS MONITORING DEVICE CERTIFICATION SUBMITTED: THE CONTINUOUS MONITORING DEVICE
CERTIFICATION, INCLUDING THE ON-LINE LEAK DETECTOR TESTS AND VACUUM SENSOR CERTIFICATION, WITH
THE PRINT-OUT FROM THE ALARM PANEL ATTACHED, SHALL BE SUBMITTED ON THE STATE OF CALIFORNIA
FORMS FOUND AT:
HTTP://WWW.WATERBOARDS.CA.GOV/WATER_ISSUES/PROGRAMS/UST/FORMS/DOCS/MCF.PDF AND
HTTP://WWW.WATERBOARDS.CA.GOV/WATER_ISSUES/PROGRAMS/UST/FORMS/DOCS/163_1ELECFORM.DOC
IN ORDER TO COMPLETE THE FINAL INSPECTION.
32.ALL MONITORING EQUIPMENT COMPONENTS HAVE TAG/STICKER AFFIXED BY LICENSED TECHNICIAN: ENSURE
THE CERTIFIED TECHNICIAN HAS AFFIXED PROPER TAGS AND/ OR STICKERS ON ALL MONITORING EQUIPMENT
COMPONENTS, INCLUDING THE PANEL AND EACH SENSOR.
EXISTING UTILITY NOTES
KIMLEY-HORN AND ASSOCIATES ASSUMES NO RESPONSIBILITY FOR EXISTING UTILITY LOCATIONS AND ELEVATIONS.
THE UTILITIES SHOWN ON THIS DRAWING HAVE BEEN PLOTTED FROM THE BEST AVAILABLE INFORMATION. IT IS,
HOWEVER, THE CONTRACTOR'S RESPONSIBILITY TO FIELD VERIFY THE LOCATION AND ELEVATION OF ALL UTILITIES
PRIOR TO THE COMMENCEMENT OF ANY CONSTRUCTION. CONTRACTOR TO FIELD VERIFY ALL EXISTING SITE
CONDITIONS PRIOR TO CONSTRUCTION. IF A CONFLICT EXISTS BETWEEN WHAT IS SHOWN ON THESE DRAWINGS AND
WHAT EXISTS IN THE FIELD REQUIRING DESIGN CHANGES IN ORDER FOR CONSTRUCTION TO PROCEED, NOTIFY THE
ENGINEER IMMEDIATELY.
1.BACKFILL UTILITY TRENCHING PER SECTION 8.1.6 OF GEOTECHNICAL REPORT PREPARED BY NINYO & MOORE
DATED MARCH 26, 2021. PER THE REPORT, TRENCH ZONE BACKFILL IS TO BE COMPACTED TO A RELATIVE
COMPACTION OF 90 PERCENT AS EVALUATED BY ASTM D 1557, EXCEPT FOR THE UPPER 12 INCHES OF THE
BACKFILL BENEATH VEHICULAR PAVEMENT WHICH IS TO BE COMPACTED TO A RELATIVE COMPACTION OF 95
PERCENT AS EVALUATED BY ASTM D 1557.
2.ALL PIPING RUNS SHALL SLOPE AT A MIN. OF 1/8 INCH PER FOOT BACK TO TANK.
STORMWATER & EROSION CONTROL CONSTRUCTION NOTES
1.THIS PROJECT SHALL COMPLY WITH ALL REQUIREMENTS OF THE STATE PERMIT: CALIFORNIA REGIONAL WATER
QUALITY CONTROL BOARD, SAN DIEGO REGION, ORDER NO. 2001.01 NPDES NO. CAS010875
HTTP://WWW.SWRCB.CA.GOV/RWQCB9/PROGRAMS/SD_STORMWATER.HTML
2.SUFFICIENT BMPS MUST BE INSTALLED TO PREVENT SILT, MUD, OR OTHER CONSTRUCTION DEBRIS FROM BEING
TRACKED INTO ADJACENT STREET(S) OR STORM WATER CONVEYANCE SYSTEMS DUE TO CONSTRUCTION
VEHICLES OR ANY OTHER CONSTRUCTION ACTIVITY. THE CONTRACTOR SHALL BE RESPONSIBLE FOR CLEANING
ANY SUCH DEBRIS THAT MAY BE IN THE STREET AT THE END OF EACH WORKDAY OR AFTER A STORM EVENT
THAT CAUSES A BREECH IN THE INSTALLED CONSTRUCTION BMPS.
3.ALL STOCKPILES OF UNCOMPACTED SOIL AND/OR BUILDING MATERIALS THAT ARE INTENDED TO BE LEFT
UNPROTECTED FOR A PERIOD GREATER THAN SEVEN (7) CALENDAR DAYS ARE TO BE PROVIDED WITH EROSION
AND SEDIMENT CONTROLS. ALL STOCKPILES ARE TO BE PROTECTED EACH DAY WHEN THE PROBABILITY OF RAIN
IS 50% OR GREATER.
4.THE STORAGE OF ANY CONSTRUCTION MATERIALS OR EQUIPMENT MUST BE PROTECTED AGAINST ANY
POTENTIAL RELEASE OF POLLUTANTS INTO THE ENVIRONMENT.
5.ALL EROSION AND SEDIMENT CONTROL BMPS SHALL BE MAINTAINED IN WORKING ORDER AT ALL TIMES.
6.IT IS RECOMMENDED THAT THE CONTRACTOR SCHEDULE ALL SOIL DISTURBING ACTIVITIES DURING THE DRY
SEASON.
7.A CONCRETE WASHOUT MUST BE PROVIDED ONSITE PRIOR TO POURING ANY CONCRETE IMPROVEMENTS.
8.ALL STOCKPILED CONTAMINATED SOIL MUST BE HAULED AWAY TO AN APPROVED DISPOSAL SITE WITHIN 72
HOURS PER THE DEHQ PERMIT.
9.CONTRACTOR SHALL COORDINATE WITH THE CITY OF CARLSBAD PROJECT MANAGER, ENGINEER, AND FACILITIES
PERSONNEL FOR SITE ACCESS, CONSTRUCTION SCHEDULE, AND EQUIPMENT STAGING. CONTRACTOR SHALL
FENCE WORK AREA TO PROTECT CITY OF CARLSBAD STAFF DURING CONSTRUCTION ACTIVITY.
10.CONTRACTOR SHALL RESTORE THE SITE TO ITS ORIGINAL CONDITION UPON COMPLETION OF ALL WORK. ALL
IMPROVEMENTS INTERFERING WITH DEMOLITION AND/OR INSTALLATION ACTIVITIES, SHALL BE REMOVED, AND
REPLACED IN-KIND.
11.CONTRACTOR IS RESPONSIBLE FOR CONTROLLING THE RELEASE OF ANY/ALL DUST AND POLLUTANTS (BMP'S).
12.PRIOR TO COMMENCING DEMOLITION A SECURITY FENCE WITH PRIVACY SCREEN SHALL SURROUND ALL
DEMOLITION AREAS.
13.GRAVEL-FILLED BAGS AND STRAW WATTLES SHALL BE PLACED AROUND THE PERIMETER OF THE PROPERTY
AGAINST THE SECURITY FENCE.
14.COVER ANY TEMPORARY GRAVEL STOCKPILES WITH A TARP.
15.COVER ALL ON SITE STORM DRAINS IN THE CONSTRUCTION AREA.
PAVING AND STRIPING NOTES
1.ALL PAVING, CONSTRUCTION, MATERIALS, AND WORKMANSHIP WITHIN JURISDICTION'S RIGHT-OF-WAY
SHALL BE IN ACCORDANCE WITH LOCAL OR COUNTY SPECIFICATIONS AND STANDARDS (LATEST EDITION)
OR MN/DOT SPECIFICATIONS AND STANDARDS (LATEST EDITION) IF NOT COVERED BY LOCAL OR COUNTY
REGULATIONS.
2.ALL SIGNS, PAVEMENT MARKINGS, AND OTHER TRAFFIC CONTROL DEVICES SHALL CONFORM TO MANUAL
ON UNIFORM TRAFFIC CONTROL DEVICES (M.U.T.C.D) AND CITY STANDARDS.
3.CONTRACTOR SHALL FURNISH ALL PAVEMENT MARKINGS FOR FIRE LANES, ROADWAY LANES, PARKING
STALLS, ACCESSIBLE PARKING SYMBOLS, ACCESS AISLES, STOP BARS AND SIGNS, AND MISCELLANEOUS
STRIPING WITHIN THE PARKING LOT AS SHOWN ON THE PLANS.
4.ALL EXPANSION JOINTS SHALL EXTEND THROUGH THE CURB.
5.THE MINIMUM LENGTH OF OFFSET JOINTS AT RADIUS POINTS SHALL BE 2 FEET.
6.ALL JOINTS, INCLUDING EXPANSION JOINTS WITH REMOVABLE TACK STRIPS, SHALL BE SEALED WITH JOINT
SEALANT.
7.THE MATERIALS AND PROPERTIES OF ALL CONCRETE SHALL MEET THE APPLICABLE REQUIREMENTS IN
THE A.C.I. (AMERICAN CONCRETE INSTITUTE) MANUAL OF CONCRETE PRACTICE.
8.CONTRACTOR SHALL APPLY A SECOND COATING OVER ALL PAVEMENT MARKINGS PRIOR TO ACCEPTANCE
BY OWNER FOLLOWED BY A COAT OF GLASS BEADS AS APPLICABLE PER THE PROJECT DOCUMENTS.
9.ANY EXISTING PAVEMENT, CURBS AND/OR SIDEWALKS DAMAGED OR REMOVED WILL BE REPAIRED BY THE
CONTRACTOR AT HIS EXPENSE TO THE SATISFACTION OF THE ENGINEER AND OWNER.
10.BEFORE PLACING PAVEMENT, CONTRACTOR SHALL VERIFY SUITABLE ACCESSIBLE ROUTES (PER A.D.A).
GRADING FOR ALL SIDEWALKS AND ACCESSIBLE ROUTES INCLUDING CROSSING DRIVEWAYS SHALL
CONFORM TO CURRENT ADA STATE/NATIONAL STANDARDS. IN NO CASE SHALL ACCESSIBLE RAMP SLOPES
EXCEED 1 VERTICAL TO 12 HORIZONTAL. IN NO CASE SHALL SIDEWALK CROSS SLOPES EXCEED 2% . IN NO
CASE SHALL LONGITUDINAL SIDEWALK SLOPES EXCEED 5%. IN NO CASE SHALL ACCESSIBLE PARKING
STALLS OR AISLES EXCEED 2% (1.5% TARGET) IN ALL DIRECTIONS. SIDEWALK ACCESS TO EXTERNAL
BUILDING DOORS AND GATES SHALL BE ADA COMPLIANT. CONTRACTOR SHALL NOTIFY ENGINEER
IMMEDIATELY IF ADA CRITERIA CANNOT BE MET IN ANY LOCATION PRIOR TO PAVING. NO CONTRACTOR
CHANGE ORDERS WILL BE ACCEPTED FOR A.D.A COMPLIANCE ISSUES.
11. MAXIMUM JOINT SPACING IS TWICE THE DEPTH OF THE CONCRETE PAVEMENT IN FEET.
GRADING AND DRAINAGE NOTES
1.GENERAL CONTRACTOR AND ALL SUBCONTRACTORS SHALL VERIFY THE SUITABILITY OF ALL EXISTING AND
PROPOSED SITE CONDITIONS INCLUDING GRADES AND DIMENSIONS BEFORE START OF CONSTRUCTION.
THE ENGINEER SHALL BE NOTIFIED IMMEDIATELY OF ANY DISCREPANCIES.
2.THE CONTRACTOR SHALL GRADE THE SITE TO THE ELEVATIONS INDICATED AND SHALL ADJUST BMP'S AS
NECESSARY AND REGRADE WASHOUTS WHERE THEY OCCUR AFTER EVERY RAINFALL UNTIL A GRASS
STAND IS WELL ESTABLISHED OR ADEQUATE STABILIZATION OCCURS.
3.CONTRACTOR SHALL ENSURE THERE IS POSITIVE DRAINAGE FROM THE PROPOSED BUILDINGS SO THAT
SURFACE RUNOFF WILL DRAIN BY GRAVITY TO NEW OR EXISTING DRAINAGE OUTLETS. CONTRACTOR
SHALL ENSURE NO PONDING OCCURS IN PAVED AREAS AND SHALL NOTIFY ENGINEER IF ANY GRADING
DISCREPANCIES ARE FOUND IN THE EXISTING AND PROPOSED GRADES PRIOR TO PLACEMENT OF
PAVEMENT OR UTILITIES.
4.CONTRACTOR SHALL PROTECT ALL MANHOLE COVERS, VALVE COVERS, VAULT LIDS, FIRE HYDRANTS,
POWER POLES, GUY WIRES, AND TELEPHONE BOXES THAT ARE TO REMAIN IN PLACE AND UNDISTURBED
DURING CONSTRUCTION. EXISTING CASTINGS AND STRUCTURES TO REMAIN SHALL BE ADJUSTED TO
MATCH THE PROPOSED FINISHED GRADES.
5.BACKFILL FOR UTILITY LINES SHALL BE PLACED PER DETAILS, STANDARDS, AND SPECIFICATIONS SO THAT
THE UTILITY WILL BE STABLE. WHERE UTILITY LINES CROSS THE PARKING LOT, THE TOP 6 INCHES SHALL
BE COMPACTED SIMILARLY TO THE REMAINDER OF THE LOT. UTILITY DITCHES SHALL BE VISUALLY
INSPECTED DURING THE EXCAVATION PROCESS TO ENSURE THAT UNDESIRABLE FILL IS NOT USED.
6.CONTRACTOR IS RESPONSIBLE FOR THE REMOVAL AND REPLACEMENT OF 4" OF TOPSOIL AT COMPLETION
OF WORK. ALL UNPAVED AREAS IN EXISTING RIGHTS-OF-WAY DISTURBED BY CONSTRUCTION SHALL BE
REGRADED AND SODDED.
7.AFTER PLACEMENT OF SUBGRADE AND PRIOR TO PLACEMENT OF PAVEMENT, CONTRACTOR SHALL TEST
AND OBSERVE PAVEMENT AREAS FOR EVIDENCE OF PONDING. ALL AREAS SHALL ADEQUATELY DRAIN
TOWARDS THE INTENDED STRUCTURE TO CONVEY STORM RUNOFF. CONTRACTOR SHALL IMMEDIATELY
NOTIFY OWNER AND ENGINEER IF ANY DISCREPANCIES ARE DISCOVERED.
8.WHERE EXISTING PAVEMENT IS INDICATED TO BE REMOVED AND REPLACED, THE CONTRACTOR SHALL
SAW CUT FULL DEPTH FOR A SMOOTH AND STRAIGHT JOINT AND REPLACE THE PAVEMENT WITH THE SAME
TYPE AND DEPTH OF MATERIAL AS EXISTING OR AS INDICATED.
9.THE CONTRACTOR SHALL INSTALL PROTECTION OVER ALL DRAINAGE STRUCTURES FOR THE DURATION OF
CONSTRUCTION AND UNTIL ACCEPTANCE OF THE PROJECT BY THE OWNER. ALL DRAINAGE STRUCTURES
SHALL BE CLEANED OF DEBRIS AS REQUIRED DURING AND AT THE END OF CONSTRUCTION TO PROVIDE
POSITIVE DRAINAGE FLOWS.
10.IF DEWATERING IS REQUIRED, THE CONTRACTOR SHALL OBTAIN ANY APPLICABLE REQUIRED PERMITS.
THE CONTRACTOR IS TO COORDINATE WITH THE OWNER AND THE DESIGN ENGINEER PRIOR TO ANY
EXCAVATION.
11.FIELD DENSITY TESTS SHALL BE TAKEN AT INTERVALS IN ACCORDANCE WITH THE LOCAL JURISDICTIONAL
AGENCY OR TO MN/DOT STANDARDS. IN THE EVENT THAT THE CONTRACT DOCUMENTS AND THE
JURISDICTIONAL AGENCY REQUIREMENTS ARE NOT IN AGREEMENT, THE MOST STRINGENT SHALL
GOVERN.
12.ALL SLOPES AND AREAS DISTURBED BY CONSTRUCTION SHALL BE GRADED AS PER PLANS. THE AREAS
SHALL THEN BE SODDED OR SEEDED AS SPECIFIED IN THE PLANS, FERTILIZED, MULCHED, WATERED AND
MAINTAINED UNTIL HARDY GRASS GROWTH IS ESTABLISHED IN ALL AREAS. ANY AREAS DISTURBED FOR
ANY REASON PRIOR TO FINAL ACCEPTANCE OF THE JOB SHALL BE CORRECTED BY THE CONTRACTOR AT
NO ADDITIONAL COST TO THE OWNER. ALL EARTHEN AREAS WILL BE SODDED OR SEEDED AND MULCHED
AS SHOWN ON THE LANDSCAPING PLAN.
13.THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE CONTROL OF DUST AND DIRT RISING AND
SCATTERING IN THE AIR DURING CONSTRUCTION AND SHALL PROVIDE WATER SPRINKLING OR OTHER
SUITABLE METHODS OF CONTROL. THE CONTRACTOR SHALL COMPLY WITH ALL GOVERNING
REGULATIONS PERTAINING TO ENVIRONMENTAL PROTECTION.
14.SOD, WHERE CALLED FOR, MUST BE INSTALLED AND MAINTAINED ON EXPOSED SLOPES WITHIN 48 HOURS
OF COMPLETING FINAL GRADING, AND AT ANY OTHER TIME AS NECESSARY, TO PREVENT EROSION,
SEDIMENTATION OR TURBID DISCHARGES.
15.THE CONTRACTOR SHALL ENSURE THAT LANDSCAPE ISLAND PLANTING AREAS AND OTHER PLANTING
AREAS ARE NOT COMPACTED AND DO NOT CONTAIN ROAD BASE MATERIALS. THE CONTRACTOR SHALL
ALSO EXCAVATE AND REMOVE ALL UNDESIRABLE MATERIAL FROM ALL AREAS ON THE SITE TO BE PLANTED
AND PROPERLY DISPOSED OF IN A LEGAL MANNER.
16.THE CONTRACTOR SHALL INSTALL ALL UNDERGROUND STORM WATER PIPING PER MANUFACTURER'S
RECOMMENDATIONS AND CITY SPECIFICATION.
17.ALL CONCRETE/ASPHALT SHALL BE INSTALLED PER GEOTECH REPORT, CITY OF CARLSBAD AND
CALTRANS SPECIFICATIONS.
18.SPOT ELEVATIONS ARE TO FLOWLINE OF CURB UNLESS OTHERWISE NOTED.
19.LIMITS OF CONSTRUCTION ARE TO THE PROPERTY LINE UNLESS OTHERWISE SPECIFIED ON THE PLAN.
20.IMMEDIATELY REPORT TO THE OWNER ANY DISCREPANCIES FOUND BETWEEN ACTUAL FIELD CONDITIONS
AND CONSTRUCTION DOCUMENTS.
21.THE CONTRACTOR IS RESPONSIBLE FOR LOCATING AND PROTECTING EXISTING UTILITIES, AND SHALL
REPAIR ALL DAMAGE TO EXISTING UTILITIES THAT OCCUR DURING CONSTRUCTION WITHOUT
COMPENSATION.
22.BLEND NEW EARTHWORK SMOOTHLY TO TRANSITION BACK TO EXISTING GRADE.
23.ALL PROPOSED GRADES ONSITE SHALL BE 3:1 OR FLATTER UNLESS OTHERWISE INDICATED ON THE PLANS.
ANY TEMPORARY OR PREEMINENT SLOPES STEEPER THAN 4:1 REQUIRE EROSION AND SEDIMENT CONTROL
BLANKET.
24.ADJUST AND/OR CUT EXISTING PAVEMENT AS NECESSARY TO ASSURE A SMOOTH FIT AND CONTINUOUS
GRADE.
25.CONTRACTOR SHALL ENSURE MINIMUM GRADES ARE MET WITHIN PAVED AREAS, 1.2% FOR ASPHALT
PAVING AND 0.6% FOR CONCRETE PAVING.
WATER STORM SEWER & SANITARY SEWER NOTES
1.THE CONTRACTOR SHALL CONSTRUCT GRAVITY SEWER LATERALS, MANHOLES, GRAVITY SEWER LINES,
AND DOMESTIC WATER AND FIRE PROTECTION SYSTEM AS SHOWN ON THESE PLANS. THE CONTRACTOR
SHALL FURNISH ALL NECESSARY MATERIALS, EQUIPMENT, MACHINERY, TOOLS, MEANS OF
TRANSPORTATION AND LABOR NECESSARY TO COMPLETE THE WORK IN FULL AND COMPLETE
ACCORDANCE WITH THE SHOWN, DESCRIBED AND REASONABLY INTENDED REQUIREMENTS OF THE
CONTRACT DOCUMENTS AND JURISDICTIONAL AGENCY REQUIREMENTS. IN THE EVENT THAT THE
CONTRACT DOCUMENTS AND THE JURISDICTIONAL AGENCY REQUIREMENTS ARE NOT IN AGREEMENT, THE
MOST STRINGENT SHALL GOVERN.
2.ALL EXISTING UNDERGROUND UTILITY LOCATIONS SHOWN ARE APPROXIMATE. THE CONTRACTOR SHALL
COMPLY WITH ALL REQUIREMENTS FOR UTILITY LOCATION AND COORDINATION IN ACCORDANCE WITH THE
NOTES CONTAINED IN THE GENERAL CONSTRUCTION SECTION OF THIS SHEET.
3.THE CONTRACTOR SHALL RESTORE ALL DISTURBED VEGETATION IN KIND, UNLESS SHOWN OTHERWISE.
4.DEFLECTION OF PIPE JOINTS AND CURVATURE OF PIPE SHALL NOT EXCEED THE MANUFACTURER'S
SPECIFICATIONS. SECURELY CLOSE ALL OPEN ENDS OF PIPE AND FITTINGS WITH A WATERTIGHT PLUG
WHEN WORK IS NOT IN PROGRESS. THE INTERIOR OF ALL PIPES SHALL BE CLEAN AND JOINT SURFACES
WIPED CLEAN AND DRY AFTER THE PIPE HAS BEEN LOWERED INTO THE TRENCH. VALVES SHALL BE
PLUMB AND LOCATED ACCORDING TO THE PLANS.
5.ALL PIPE AND FITTINGS SHALL BE CAREFULLY STORED FOLLOWING MANUFACTURER'S
RECOMMENDATIONS. CARE SHALL BE TAKEN TO AVOID DAMAGE TO THE COATING OR LINING IN ANY D.I.
PIPE FITTINGS. ANY PIPE OR FITTING WHICH IS DAMAGED OR WHICH HAS FLAWS OR IMPERFECTIONS
WHICH, IN THE OPINION OF THE ENGINEER OR OWNER, RENDERS IT UNFIT FOR USE, SHALL NOT BE USED.
ANY PIPE NOT SATISFACTORY FOR USE SHALL BE CLEARLY MARKED AND IMMEDIATELY REMOVED FROM
THE JOB SITE, AND SHALL BE REPLACED AT THE CONTRACTOR'S EXPENSE.
6.WATER FOR FIRE FIGHTING SHALL BE MADE AVAILABLE FOR USE BY THE CONTRACTOR PRIOR TO
COMBUSTIBLES BEING BROUGHT ON SITE.
7.ALL UTILITY AND STORM DRAIN TRENCHES LOCATED UNDER AREAS TO RECEIVE PAVING SHALL BE
COMPLETELY BACK FILLED IN ACCORDANCE WITH THE GOVERNING JURISDICTIONAL AGENCY'S
SPECIFICATIONS. IN THE EVENT THAT THE CONTRACT DOCUMENTS AND THE JURISDICTIONAL AGENCY
REQUIREMENTS ARE NOT IN AGREEMENT, THE MOST STRINGENT SHALL GOVERN.
8.UNDERGROUND LINES SHALL BE SURVEYED BY A STATE OF CA PROFESSIONAL LAND SURVEYOR PRIOR
TO BACK FILLING.
9.CONTRACTOR SHALL PERFORM, AT HIS OWN EXPENSE, ANY AND ALL TESTS REQUIRED BY THE
SPECIFICATIONS AND/OR ANY AGENCY HAVING JURISDICTION. THESE TESTS MAY INCLUDE, BUT MAY NOT
BE LIMITED TO, INFILTRATION AND EXFILTRATION, TELEVISION INSPECTION AND A MANDREL TEST ON
GRAVITY SEWER. A COPY OF THE TEST RESULTS SHALL BE PROVIDED TO THE UTILITY PROVIDER, OWNER
AND JURISDICTIONAL AGENCY AS REQUIRED.
10.CONTRACTOR SHALL PROVIDE FOR A MINIMUM HORIZONTAL CLEARANCE OF 10' AND A VERTICAL
CLEARANCE OF 18" BETWEEN WATER AND SANITARY SEWER MANHOLES AND LINES.
11.IF ANY EXISTING STRUCTURES TO REMAIN ARE DAMAGED DURING CONSTRUCTION IT SHALL BE THE
CONTRACTORS RESPONSIBILITY TO REPAIR AND/OR REPLACE THE EXISTING STRUCTURE AS NECESSARY
TO RETURN IT TO EXISTING CONDITIONS OR BETTER.
12.ALL STORM PIPE ENTERING STRUCTURES SHALL BE GROUTED TO ASSURE CONNECTION AT STRUCTURE IS
WATERTIGHT UNLESS OTHERWISE STATED BY CITY AND STATE DESIGN STANDARDS AND SPECIFICATIONS.
13.UNLESS OTHERWISE STATED IN CITY AND STATE DESIGN STANDARDS AND SPECIFICATIONS, ALL STORM
SEWER MANHOLES IN PAVED AREAS SHALL BE FLUSH WITH PAVEMENT, AND SHALL HAVE TRAFFIC
BEARING RING & COVERS. MANHOLES IN UNPAVED AREAS SHALL BE 6" ABOVE FINISH GRADE. LIDS SHALL
BE LABELED "STORM SEWER". EXISTING CASTINGS AND STRUCTURES WITHIN PROJECT LIMITS SHALL BE
ADJUSTED TO MEET THESE CONDITIONS AND THE PROPOSED FINISHED GRADE.
14.TOPOGRAPHIC INFORMATION IS TAKEN FROM A TOPOGRAPHIC SURVEY BY LAND SURVEYORS. IF THE
CONTRACTOR DOES NOT ACCEPT EXISTING TOPOGRAPHY AS SHOWN ON THE PLANS, WITHOUT
EXCEPTION, THEN THE CONTRACTOR SHALL SUPPLY, AT THEIR EXPENSE, A TOPOGRAPHIC SURVEY BY A
REGISTERED LAND SURVEYOR TO THE OWNER FOR REVIEW.
15.CONSTRUCTION SHALL COMPLY WITH ALL APPLICABLE GOVERNING CODES AND BE CONSTRUCTED TO
SAME.
16.ALL STORM STRUCTURES SHALL HAVE A SMOOTH UNIFORM POURED MORTAR FROM INVERT IN TO INVERT
OUT.
17.ROOF DRAINS SHALL BE CONNECTED TO STORM SEWER BY PREFABRICATED WYES OR AT STORM
STRUCTURES. ROOF DRAINS AND TRUCK WELL DRAIN SHALL RUN AT A MINIMUM 1% SLOPE, UNLESS
NOTED OTHERWISE, AND TIE IN AT THE CENTERLINE OF THE STORM MAIN.
18.ALL ROOF AND SANITARY SEWER DRAINS SHALL BE INSULATED IF 7' OF COVER CANNOT BE PROVIDED.
19.THE CONTRACTOR SHALL PROTECT EXISTING UNDERGROUND UTILITIES AND APPURTENANCES THAT ARE
TO REMAIN FROM DAMAGE DURING CONSTRUCTION OPERATIONS.
20.THE LOCATION OF EXISTING UTILITIES, STORM DRAINAGE STRUCTURES AND OTHER ABOVE AND
BELOW-GRADE IMPROVEMENTS ARE APPROXIMATE AS SHOWN. IT IS THE CONTRACTOR'S RESPONSIBILITY
TO DETERMINE THE EXACT LOCATION, SIZE AND INVERT ELEVATIONS OF EACH PRIOR TO THE START OF
CONSTRUCTION.
21.A MINIMUM OF 5' SEPARATION IS REQUIRED BETWEEN UTILITIES AND TREES UNLESS A ROOT BARRIER IS
UTILIZED.
22.GAS, PHONE AND ELECTRIC SERVICES SHOWN FOR INFORMATIONAL PURPOSES ONLY. DRY UTILITY
COMPANIES MAY ALTER THE DESIGN LAYOUT DURING THEIR REVIEW. CONTRACTOR TO COORDINATE
FINAL DESIGN AND INSTALLATION WITH UTILITY COMPANIES.
23.COORDINATE UTILITY INSTALLATION WITH IRRIGATION DESIGN AND INSTALLATION.
24.ALL DIMENSIONS ARE TO FLOW LINE OF CURB UNLESS OTHERWISE NOTED. PERIMETER WALL DIMENSIONS
ARE TO INSIDE WALL FACE. REFERENCE ARCHITECTURAL PLANS FOR EXACT WALL WIDTH AND
SPECIFICATIONS.
25.REFERENCE ARCHITECTURAL PLANS (BY OTHERS). FOR EXACT BUILDING DIMENSIONS, AND MATERIALS
SPECIFICATIONS.
26.REFERENCE M.E.P. PLANS (BY OTHERS) FOR MECHANICAL EQUIPMENT DIMENSIONS AND SPECIFICATIONS.
27.CONTRACTOR SHALL REFERENCE STRUCTURAL PLANS (BY OTHERS) FOR MECHANICAL EQUIPMENT
DIMENSIONS AND PAD PREPARATION SPECIFICATIONS.
28. CONTRACTOR SHALL REFERENCE M.E.P PLANS (BY OTHERS) FOR LIGHT POLE WIRING.
UST REMOVAL AND REPLACEMENT GENERAL CONSTRUCTION NOTES CONT.
33.ALL SYSTEM COMPONENTS THAT ARE OR MAY BE EXPOSED TO PRODUCT SHALL HAVE COMPATIBILITY
STATEMENTS SUBMITTED.
34.CONTRACTOR SHALL VISIT JOB SITE PRIOR TO BIDDING AND SHALL VERIFY CONDITIONS PRIOR TO COMMENCING
WORK. CONTRACTOR SHALL PERFORM A UTILITY SURVEY OF THE PLANNED UST EXCAVATION AND NOTIFY
UNDERGROUND SERVICE ALERT (USA), DIAL 811, OF THE PLANNED UST EXCAVATION.
35.THE CITY PROJECT MANAGER AND ENGINEER OF RECORD SHALL BE CONTACTED IMMEDIATELY IF THERE ARE
ANY DISCREPANCIES WITH THE PROJECT PLANS AND SPECIFICATIONS THAT MAY IMPACT THE WORK.
36.CONTRACTOR TO FOLLOW THE CITY OF CARLSBAD FIRE DEPARTMENT AND THE COUNTY OF SAN DIEGO S.A.M.
MANUAL (LATEST EDITION) SPECIFICATIONS FOR THE HANDLING AND DISPOSAL OF CONTAMINATED SOIL AND
THE UNDERGROUND STORAGE TANK. DISPOSAL DOCUMENTS SHALL BE COPIED AND SENT TO THE CITY OF
CARLSBAD PROJECT MANAGER.
37.CONTRACTOR SHALL REPAIR OR REPLACE ALL DAMAGED IMPROVEMENTS (INCLUDING CONCRETE, ASPHALT,
CURBS, GUTTERS, FENCING, ETC.) OUTSIDE THE LIMITS OF WORK, TO MATCH THE ORIGINAL
PRE-CONSTRUCTION CONDITIONS AND SHALL REPAIR OR REPLACE ALL DAMAGED IMPROVEMENTS WITHIN THE
LIMITS OF WORK AT NO ADDITIONAL COST TO THE CITY OF CARLSBAD.
38.ALL OTHER EXISTING CONSTRUCTION AT THIS SITE NOT AFFECTED BY WORK SHOWN ON THIS PLAN IS TO
REMAIN UNLESS OTHERWISE DIRECTED BY THE CITY REPRESENTATIVE.
39.WORK SHALL COMPLY WITH ALL LOCAL, STATE AND FEDERAL CODES AND REGULATIONS, CONTRACTOR IS
RESPONSIBLE FOR SCHEDULING ALL AGENCY INSPECTIONS.
40.A LICENSED FUELING CONTRACTOR SHALL PURGE ALL FUEL & VAPOR FROM THE FUELING SYSTEM PRIOR TO
ANY DEMOLITION COMMENCING.
41.ALL WORK PRODUCING EXCESSIVE NOISE OR FUMES TO BE COORDINATED WITH CARLSBAD PROJECT
MANAGER.
42.WHERE SOIL IS DISTURBED SOIL SAMPLING IS REQUIRED BY A CALIFORNIA LICENSED GEOLOGIST PER CRITERIA
OF THE SAN DIEGO COUNTY ENVIRONMENTAL HEALTH DEPARTMENT. CONRTACTOR IS TO ASSIST IN
COORDINATING TESTING AND RESULTS. THE CITY (AGENCY) TO PROVIDE SOIL SAMPLING AND TESTING.
43.ALL REMOVAL AND DISPOSAL SHALL BE DONE IN AN ORDERLY AND SAFE MANNER AND SHALL MINIMIZE
DISTURBANCES TO EXISTING CONDITIONS.
44.PROPERLY TERMINATE ALL EXISTING PLUMBING & ELECTRICAL ITEMS ABANDONED AND/OR TEMPORARILY
REMOVED DURING DEMOLITION
2 36
9/30/25
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
2BB2BB
FUEL ISLAND NOTES
1.INSTALL NEW DOUBLE WALL TURBINE AND FILL SUMPS ON ALL THREE TANKS AS PER PLANS.
2.INSTALL NEW F. E. PETRO SUBMERSIBLE TURBINE PUMPS.
3.INSTALL NEW A.O. SMITH FIBERGLASS PENETRATION FITTINGS ON PRODUCT, VENT AND VAPOR PIPING IN
TURBINE AND FILL SUMPS AS PER PLANS. NOTE: ALL A.O. SMITH PENETRATION FITTINGS TO BE INSTALLED
PER MANUFACTURER'S INSTRUCTIONS.
4.INSTALL NEW FLEXING 18" X 2" BRAIDED-STEEL FLEX-PIPING SECTIONS FOR PRODUCT LINES IN TURBINE
SUMPS, VENT AND VAPOR LINES IN FILL SUMPS.
5.INSTALL THREE (3) NEW BRAVO DISPENSER UDCS TO MATCH FOOTPRINT WITH NEW GASBOY DISPENSERS.
6.INSTALL NEW OPW IMPACT SHUTOFF VALVES FOR PRODUCT LINES IN UDCS.
7.INSTALL NEW OPW IMPACT SHUTOFF VALVES FOR VAPOR LINES IN UDCS.
8.INSTALL NEW FLEXING 24" X 1½" BRAIDED-STEEL FLEX-PIPING SECTIONS FOR PRODUCT AND VAPOR LINES IN
UDCS.
9.INSTALL NEW A.O. SMITH FIBERGLASS PENETRATION FITTINGS IN UDCS FOR PRODUCT AND VAPOR PIPING
AS REQUIRED. NOTE: ALL A.O. SMITH PENETRATION FITTINGS TO BE INSTALLED PER MANUFACTURER'S
INSTRUCTIONS.
10.INSTALL NEW BRAVO VENT SUMP, RACK AND RISERS AS SHOWN ON PLOT PLAN.
11.INSTALL NEW A.O. SMITH FIBERGLASS PENETRATION FITTINGS IN VENT SUMP FOR VENT PIPING AS
REQUIRED. NOTE: ALL A.O. SMITH PENETRATION FITTINGS TO BE INSTALLED PER MANUFACTURER'S
INSTRUCTIONS.
12.INSTALL NEW FLEXING 24" X 2" BRAIDED-STEEL FLEX-PIPING SECTIONS FOR VENT LINES IN VENT BOX.
13.INSTALL NEW BRAVO ¾" AND 1" FIBERGLASS PENETRATION FITTINGS ON ELECTRICAL CONDUIT IN TURBINE
AND FILL SUMPS AS PER PLANS. NOTE: ALL ELECTRICAL PENETRATION FITTINGS TO BE INSTALLED PER
MANUFACTURER'S INSTRUCTIONS.
14.INSTALL NEW A.O. SMITH DOUBLE WALL FIBERGLASS PIPE FOR PRODUCT, VENT AND VAPOR LINES AS
REQUIRED. ALL PIPING RUNS SHALL SLOPE AT A MIN. OF 1/8 INCH PER FOOT BACK TO TANK. NOTE: ALL A.O.
SMITH PIPE AND FITTINGS TO BE INSTALLED PER MANUFACTURER'S INSTRUCTIONS.
15.INSTALL NEW DISPENSER ISLANDS (SET FRAMES).
16.INSTALL NEW BOLLARDS AROUND VENT RACK AND VENT PIPES PER SHEET 29 AND AS SHOWN ON SHEET 3B.
BOLLARDS TO BE MINIMUM 4"-DIAMETER SCHEDULE 40 GALVANIZED PIPE, CONCRETE FILLED, NOT LESS
THAN 36" ABOVE GRADE AND NOT LESS THAN 36" BELOW GRADE INTO A CONCRETE BASE OF MINIMUM 15"
DIAMETER, SPACED NOT LESS THAN 36" FROM VENT RACK AND NOT MORE THAN 48" APART.
17.INSTALL BOLLARDS AT THE CORNERS OF THE FUEL ISLAND AS SHOWN ON SHEET 29 AND 3B
18.INSTALL THREE (3) NEW GASBOY ATLAS SINGLE PRODUCT DISPENSERS.
19.INSTALL VAPOR PRESSURE SENSOR IN DISPENSER CLOSEST TO USTS (DISPENSER 1/2). NOTE: VAPOR
PRESSURE SENSOR TO BE INSTALLED PER MANUFACTURER'S SPECIFICATIONS.
20.INSTALL VAPOR FLOW METER IN EACH DISPENSER (2 TOTAL). NOTE: VAPOR FLOW METERS TO BE INSTALLED
PER MANUFACTURER'S SPECIFICATIONS.
21.INSTALL NEW PHASE II HEALY (EVR) HOSES, BREAKAWAYS AND NOZZLES.
22.INSTALL VEEDER-ROOT 794380-208 SUMP SENSORS IN ALL DISPENSER UDC SUMPS, VENT BOX, TURBINE AND
FILL SUMPS. NOTE: SENSORS TO BE SET FOR POSITIVE SHUTDOWN OF TURBINES.
23.INSTALL VEEDER-ROOT 794380-304 HYDROSTATIC SUMP SENSORS IN ALL DISPENSER UDC SUMPS, VENT
BOX, UST TURBINE AND FILL SUMPS. NOTE: SENSORS TO BE SET FOR POSITIVE SHUTDOWN OF TURBINES.
24.INSTALL VEEDER-ROOT 794380-303 HYDROSTATIC SUMP SENSORS IN ALL TANK ANNULARS. NOTE: SENSORS
TO BE SET FOR POSITIVE SHUTDOWN OF TURBINES.
25.INSTALL VEEDER-ROOT VACUUM SENSOR KITS ON ALL PRODUCT, VAPOR & VENT LINES IN SEPARATE ZONES
AS NOTED.
VACUUM SENSOR KIT #1 - LOCATION 87 MAIN TURBINE SUMP.
ZONE #1 - 87 MAIN PRODUCT LINE.
ZONE #2 - 87 MAIN VENT LINE.
ZONE #3 - VAPOR RETURN LINE.
VACUUM SENSOR KIT #2 - LOCATION - 87 SECONDARY TURBINE SUMP.
ZONE #4 - 87 PRODUCT LINES.
ZONE #5 - 87 VENT LINES.
26.INSTALL A VEEDER ROOT CARBON CANISTER ON VENT RACK.
27.INSTALL 2A:10B:C FIRE EXTINGUISHER WITHIN 25' TO 70' OF DISPENSERS.
FUEL ISLAND INSPECTION
CITY SHALL HIRE A THIRD PARTY VEEDER ROOT CERTIFIED INSPECTOR TO BE PRESENT AND/OR PERFORM THE
FOLLOWING:
28.PERFORM ENHANCED LEAK DETECTION (TRACER TEST).
29.PERFORM VEEDER-ROOT 450+ MONITORING CERTIFICATION. NOTE: CERTIFICATION TO BE WITNESSED BY
INSPECTOR.
30.PERFORM APCD LEAK DECAY, BLOCKAGE, AND VOLUME OVER LIQUID TESTS. NOTE: APCD TESTS TO BE
DONE BY INSPECTOR.
31.CONTRACTOR TO PERFORM FINAL INSPECTION IN FRONT OF THIRD PART INSPECTOR.
32.CALIBRATE DISPENSERS. NOTE: CALIBRATION TO BE DONE BY THE CONTRACTOR IN FRONT OF THIRD PARTY
INSPECTOR.
33.PRESSURE-TEST PRODUCT, VENT AND VAPOR PRIMARY LINES AS REQUIRED TO 70 PSI FOR ONE HOUR IN
FRONT OF THIRD PARTY INSPECTOR.
34.PRESSURE-TEST PRODUCT, VENT AND VAPOR SECONDARY LINES AS REQUIRED TO 5 PSI FOR ONE HOUR IN
FRONT OF THIRD PARTY INSPECTOR.
35.ADD BRINE TO ALL UDCS, VENT BOX, TURBINE AND FILL SUMPS AS PER MANUFACTURER'S INSTRUCTIONS.
BRINE TO BE CHECKED BY THIRD PARTY INSPECTOR.
FUEL ISLAND CONSTRUCTION NOTES
36.EXCAVATE TANK HOLE AS NEEDED FOR NEW CONTAINMENT SOLUTIONS TANKS.
37.PLACE TWO NEW CONTAINMENT SOLUTIONS 20,000-GALLON TANKS AND ONE CONTAINMENT SOLUTIONS
12,000-GALLON TANK WITH BRINE FILLED INTERSTITIAL SPACE IN EXCAVATED AREA. NOTE: TANKS TO BE
INSTALLED PER MANUFACTURER'S INSTRUCTIONS. NOTE: CONTRACTOR TO PROVIDE A COPY OF FACTORY
TANK SET CHECK SHEET TO INSPECTOR DOCUMENTING ALL REQUIRED PROCEDURES HAVE BEEN
FOLLOWED.
38.CHECK TANKS FOR SLOPE (TANK TO BE SET LEVEL).
39.CHECK TANKS FOR PROPER VERTICAL DEFLECTION LIMITS.
40.UDCS, BOXES, AND SUMPS WITH WET ANNULARS TO BE FITTED WITH DUAL SECONDARY ACCESS VALVES TO
ALLOW FOR ACCURATE FILLING AND PROOF OF COMMUNICATION IN THE ANNULAR SPACE.
41.BACKFILL ALL PROJECT TRENCHING PER SECTION 8.1.6 OF GEOTECHNICAL REPORT PREPARED BY NINYO &
MOORE DATED MARCH 26, 2021. PER THE REPORT, TRENCH ZONE BACKFILL IS TO BE COMPACTED TO A
RELATIVE COMPACTION OF 90 PERCENT AS EVALUATED BY ASTM D 1557, EXCEPT FOR THE UPPER 12 INCHES
OF THE BACKFILL BENEATH VEHICULAR PAVEMENT WHICH IS TO BE COMPACTED TO A RELATIVE
COMPACTION OF 95 PERCENT AS EVALUATED BY ASTM D 1557.
42.PATCH OR REPLACE CONCRETE SURFACE WITHIN LIMITS OF WORK; CONCRETE SHALL BE 8" THICK
560-C-3500 REINFORCED WITH NO. 4 BARS, 18" O.C., OVER 4" AGGREGATE BASE.
TYPICAL OWNER/ENGINEER OBSERVATIONS
CONTRACTOR SHALL NOTIFY OWNER AND/OR ENGINEER 48 HOURS IN ADVANCE OF THE FOLLOWING ACTIVITIES:
··PRE-CONSTRUCTION MEETING,
··SUBGRADE PREPARATION,
··BASE INSTALLATION
··ASPHALT INSTALLATION,
··UNDERGROUND PIPING AND UTILITIES INSTALLATION,
··INSTALLATION OF STRUCTURES,
··CHECK VALVES, HYDRANTS, METERS, ETC.,
··SIDEWALK INSTALLATION,
··CONNECTIONS TO WATER AND SEWER MAINS,
··TESTS OF UTILITIES
1.THE TANK INSTALLATION SHALL BE INSPECTED BY THE COUNTY AND THIRD PARTY INSPECTOR AT FOUR (4)
SEPARATE CONSTRUCTION PHASES (SEE FUEL ISLAND INSPECTION):
A.AT TANK SET TO ENSURE TANKS ARE INSTALLED PROPERLY AND LEVEL
B.DURING PRIMARY PIPING NFPA 30 TESTING (HYDROSTATIC OR PNEUMATIC TESTING OF LINES FOR 30
MINUTES).
C.INSPECTION OF ALL SECONDARY CONTAINMENT, INCLUDING TESTING IN ACCORDANCE WITH
MANUFACTURER'S GUIDELINES.
D.AT THE FINAL INSPECTION, INCLUDING ALL PORTIONS OF THE LEAK DETECTION SYSTEM.
2.THE CONTRACTOR IS RESPONSIBLE TO CONTACT THE CARLSBAD FIRE DEPARTMENT (CFD) & SAN DIEGO
COUNTY AIR POLLUTION CONTROL DISTRICT (SDAPCD) A MINIMUM OF 5 WORKING DAYS PRIOR TO REPAIRS TO
THE UST SYSTEM AND ALL SITE INSPECTIONS SHALL BE SCHEDULED A MINIMUM OF 5 WORKING DAYS IN
ADVANCE OF REQUESTED DATE.
3.THE CONTRACTOR IS RESPONCIBLE TO CONTACT SAN DIEGO COUNTY AIR POLLUTION CONTROL DISTRICT AND
THE CARLSBAD FIRE DEPARTMENT TO ENSURE THEY WITNESS ALL TESTING OF FUEL TANKS, PIPELINES,
EMERGENCY SHUT-OFF, FUEL AND PUMPS, ETC.
4.WORK SHALL COMPLY WITH ALL LOCAL, STATE AND FEDERAL CODES AND REGULATIONS, CONTRACTOR IS
RESPONSIBLE FOR SCHEDULING ALL AGENCY INSPECTIONS.
GENERAL NOTES
1.A LICENSED FUELING CONTRACTOR SHALL PURGE ALL FUEL & VAPOR FROM THE FUELING SYSTEM PRIOR TO
ANY DEMOLITION COMMENCING.
2.PATCH OR REPLACE CONCRETE SURFACE WITHIN LIMITS OF WORK; CONCRETE SHALL BE 8" THICK 560-C-3500
REINFORCED WITH NO. 4 BARS, 18" O.C., OVER 4" AGGREGATE BASE
3.CONCRETE IS TO BE TREATED WITH TYPE 2 WHITE PIGMENTED CONCRETE CURING COMPOUND, APPLIED
ACCORDING TO MANUFACTURE'S RECOMMENDATIONS, CONSISTENT WITH ASTM STANDARD SPEC C309.
4.REMOVE, SCARIFY, AND RE-COMPACT TO 95% RELATIVE DENSITY A MINIMUM OF 12 INCHES BELOW THE
CONCRETE PAVEMENT SECTION.
5.CONTRACTOR SHALL REPAIR OR REPLACE ALL DAMAGED IMPROVEMENTS (INCLUDING CONCRETE, ASPHALT,
CURBS, GUTTERS, FENCING, ETC.) OUTSIDE THE LIMITS OF WORK, TO MATCH THE ORIGINAL
PRE-CONSTRUCTION CONDITIONS AND SHALL REPAIR OR REPLACE ALL DAMAGED IMPROVEMENTS WITHIN THE
LIMITS OF WORK AT NO ADDITIONAL COST TO THE CITY OF CARLSBAD.
6.ALL OTHER EXISTING CONSTRUCTION AT THIS SITE NOT AFFECTED BY WORK SHOWN ON THIS PLAN IS TO
REMAIN UNLESS OTHERWISE DIRECTED BY THE CITY REPRESENTATIVE.
7.ALL WORK PRODUCING EXCESSIVE NOISE OR FUMES TO BE COORDINATED WITH CARLSBAD PROJECT
MANAGER.
8.ALL REMOVAL AND DISPOSAL SHALL BE DONE IN AN ORDERLY AND SAFE MANNER AND SHALL MINIMIZE
DISTURBANCES TO EXISTING CONDITIONS.
9.PROPERLY TERMINATE ALL EXISTING PLUMBING & ELECTRICAL ITEMS ABANDONED AND/OR TEMPORARILY
REMOVED DURING DEMOLITION.
10.AS BUILTS: IN THE EVENT A CHANGE IS MADE DURING CONSTRUCTION THAT DEVIATES FROM THE ORIGINAL
APPROVED PLANS, REVISED PLANS ("AS BUILTS") SHALL BE SUBMITTED AND APPROVED IN ORDER TO
COMPLETE THE FINAL INSPECTION.
3 36
9/30/25
32 5
32 5 IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
S
S
S
S
W
W
S
S
S
S
S
S
S
S
S
S
S
S
S
S
S
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W S
S
S
S
W
SD
SD
SD
SD
W
W 36
5
.
9
6
CE
N
T
E
R
OF
D
O
O
R
365.99
CENTER
OF DOOR
VARIOUS
SIZED
MANHOLES
(TYPICAL)
HOSE
VAULT
FUEL
PUMP
FUEL
PUMP
FUEL
PUMP
HOSE
VAULT
PUMP
CONTROL
CABINETGP
GP
GP
GP
WATER
PIPELINES
WATER
SPIGOT
WATER
METER
WATER
METER
E
WATER
METER
GAS
METER
SEWER
MANHOLE
SEWER
CLEANOUT
UNKNOWN
HANDHOLE
DI
DI
DI
AD
E
E
E
TRAP
AD
DI
DI
PAINT
STRIPING
PAINT
STRIPING
STRIP
DRAIN
STRIP
DRAIN
STRIP
DRAIN
STRIP
DRAIN
C/L
FENCE
C/L
FENCE
AC BERM
CONC WA
L
L
CONC WAL
L
CONC WA
L
L
CONC WA
L
L
CONC WA
L
L
CONC WA
L
L
CONC WAL
L
CONC CUR
B
CONC
SWALE
CONC
SWALE
BUILDING
CONC CUR
B
& GUTTER
CONC CUR
B
& GUTTER
CURB
INLET
CURB
INLET
CURB
INLET
CONC
C
U
R
B
& GU
T
T
E
R
AC
AC
AC
AC
AC
AC
AC
AC
AC
CONC
CONC
CONC
CONC
CONC
CONC
CURB
CONC CURB
& GUTTER
CONC
369.0
368.5
368.
0
367.5
367.0
366.5
366.0
365.5
365.0
36
5
.
5
36
5
.
0
366
.
0
365
.
5
36
5
.
0
365
.
5365.
0
365.5
3
6
6
.
0
3
6
6
.
0
365.5
365.0
366
.
0
36
6
.
5
36
7
.
0
36
7
.
5
1004
1003
000
0
0 0
0
000
0
0 0
0
000 0
000 0
UST TO BE REMOVED (APPROX.) FIBERGLASS
20,000 GALLON (UNDERGROUND; UNLEADED)
APPROX. EXCAVATION LIMITS
EXISTING DISPENSER MANAGEMENT CONSOLE TO BE
REMOVED AND STORED FOR FUTURE RECONNECTION
UST TO BE REMOVED AND REPLACED (APPROX.)
TWO FIBERGLASS 20,000 GALLON AND ONE FIBERGLASS 12,000 GALLON
(UNDERGROUND; DIESEL)
SEE SHEET 24 AND 25 FOR DETAILS
PROPOSED
CANOPY COLUMN
SEE SHEET 6
EXISTING FUEL FOCUS ASSET MANAGEMENT
CONSOLE TO BE STORED DURING
CONSTRUCTION AND RECONNECTED
PROPOSED CANOPY
COLUMN SEE SHEET 6
PROPOSED CANOPY
FINISHED GRADE
CONTRACTOR TO FIELD VERIFY AND
CONSTRUCT A TRENCH FOR UNDERGROUND
PIPING AND UTILITIES PER DETAIL 2 ON
SHEET 13 TO EXISTING BUILDING
CONTRACTOR TO FIELD VERIFY THE EXACT LOCATION
AND DEPTH OF UNDERGROUND PIPING AND UTILITIES IN
THE IMMEDIATE VICINITY OF CONSTRUCTION ACTIVITIES.
SEE SHEET 12 FOR MORE INFORMATION
CONTRACTOR TO FIELD VERIFY DEPTH
AND LOCATION OF EXISTING
ELECTRICAL UTILITY
EXISTING EMERGENCY SHUTOFF VALVE
TO REMAIN (BUILDING INTERIOR)
EXISTING EMERGENCY
SHUTOFF VALVE TO REMAIN
CONTRACTOR TO FIELD VERIFY AND CONSTRUCT A
TRENCH PER DETAIL 2 ON SHEET 13 TO ELECTRICAL ROOM
CATCH BASIN INLET PROTECTION. SEE
DETAIL ON THIS SHEET.
CATCH BASIN INLET PROTECTION. SEE
DETAIL ON THIS SHEET.
CURB INLET INLET PROTECTION.
SEE DETAIL ON THIS SHEET.
CURB INLET INLET PROTECTION.
SEE DETAIL ON THIS SHEET.
UST TO BE REMOVED (APPROX.) FIBERGLASS
20,000 GALLON (UNDERGROUND; UNLEADED)
UST TO BE REMOVED (APPROX.) FIBERGLASS
12,000 GALLON (UNDERGROUND; DIESEL)
REMOVE FUEL
DISPENSER
REMOVE FUEL
DISPENSER
CONTRACTOR TO REMOVE EXISTING BOLLARDS
EXISTING FUEL TANK MANAGEMENT
SYSTEM TO BE REMOVED (SYSTEM
TO BE REPLACED, SEE SHEET 3B)
NORTH
0
GRAPHIC SCALE IN FEET
20
10 20 40
0000
0
00 0 00
0
SCALE: N.T.S
CURB INLET PROTECTION (SE-10)
SCALE: N.T.S
GRAVEL BAGGING DETAILCATCH BASIN/AREA DRAIN
LEGEND
EXISTING FINISHED GRADE SPOT ELEVATION
EXISTING 0.5' CONTOUR*
EXISTING 2.5' CONTOUR
CONCRETE
CHAIN LINK
ELECTRICAL EQUIPMENT
*NOTE: CONTOUR INTERVAL IS 1'
C/L
E
LIGHT STANDARD
BACKFLOW PREVENTER RISER
CONC
AREA DRAIN
DRAIN INLET
ASPHALT
AD
DI
AC
GP
WATER VALVE
GUARD POST
STORM DRAIN MANHOLE
(UNLESS OTHERWISE NOTED)
SET CONTROL POINT
FIRE DEPARTMENT CONNECTION
FG:(365.73)
1003
3A
APPROX. EXCAVATION LIMITS
CONCRETE REMOVAL
ASPHALT REMOVAL
DRAINAGE INLET COVER
INSTALL GRAVEL BAGS 13 FULL AT
EACH END.UNDER-SEAL GASKET
FILTER HEIGHT - 2"
"L" SHAPED BRACKETS
VARIABLE HEIGHT PINS
18"
MIN
SECTION
NOTES:
1.GRAVEL BAG MATERIAL: POLYPROPYLENE, POLYETHYLENE OR POLYMIDE
WOVEN FABRIC, MINIMUM UNIT WEIGHT 4 OUNCES PER SQUARE YARD,
MULLEN BURST STRENGTH EXCEEDING 300 PSI AND ULTRAVIOLET STABILITY
EXCEEDING 70%
2.GRAVEL BAG SHALL BE FILLED WITH 3/4" ROCK OR 1/4" PEA GRAVEL.
3.PLACE SEVERAL LAYERS OF SAND BAGS (12" MINIMUM HIGH) OVERLAPPING
THE BAGS AND PACKING THEM TIGHTLY TOGETHER.
4.LEAVE GAP OF ONE BAG ON THE TOP ROW TO SERVE AS A SPILLWAY.
5.PLACE WIRE MESH OVER AND 1' (MINIMUM) BEYOND THE INLET STRUCTURE.
6.PLACE FILTER FABRIC OVER WIRE MESH. FILTER FABRIC SHALL BE
MANUFACTURED FROM UV RESISTANT POLYPROPYLENE, NYLON,
POLYESTER, OR ETHYLENE FABRIC WITH AN EQUIVALENT OPENING SIZE NOT
GREATER THAN 20 SIEVE AND WITH A MINIMUM FLOW RATE OF 40
GALLONS/MINUTE/SQ. FT.
7.INSPECT BARRIERS AND REMOVE SEDIMENT AFTER EACH STORM EVENT.
DROP INLET W/ GRATE
GRAVEL BAG FILLED
WITH COARSE GRAVEL
4" PVC PIPE FOR DRAINAGE
ROW OF GRAVEL FILLED BAGS
(18" MINIMUM WIDTH) & 2 BAGS
MINIMUM HEIGHT
4" PVC PIPE FOR DRAINAGE
3 BAGS
HEIGHT MIN
FILTER FABRIC
ONE INSPECTION IS REQUIRED AT THE TIME OF THE SYSTEM REMOVAL.
PRIOR TO THE REMOVAL AND THE INSPECTORS ARRIVAL ON SITE, THE UST
SYSTEM INCLUDING THE PIPING MUST BE EXPOSED TO ALLOW PROPER
INSPECTION AND IDENTIFICATION OF SAMPLING POINTS. THE TANKS MUST
BE TRIPLE RINSED/DECONTAMINATED AND THE LOWER EXPLOSIVE LIMIT
(LEL) MUST BE 20% OR LESS AS DETERMINED BY A CALIBRATED
COMBUSTIBLE GAS INSTRUMENT (CGI). THE WASTE (RINSEATE AND
SLUDGE-BOTTOM WASTE) MUST BE TRANSPORTED BY A LICENSED
HAZARDOUS WASTE HAULER (THE WASTE HAULER MUST PROVIDE A
MANIFEST NUMBER FOR THE INSPECTORS PAPER WORK).
DEH INSPECTION REQUIREMENTS
1.IT IS UNDERSTOOD THE CONTRACTOR WILL EMPTY AND CLEAN THE USTS PRIOR TO THE START OF THIS PROJECT.
CONTRACTOR SHALL VERIFY THAT TANKS ARE EMPTY.
2.CONTRACTOR SHALL REMOVE (1) EXISTING 12,000 GALLON AND (2) EXISTING 20,000 GALLON UNDERGROUND FUEL
TANKS AND ALL APPLICABLE UNDERGROUND PIPING. THE TANKS PREVIOUSLY STORED MOTOR FUELS. PRODUCT
PIPING MUST BE INERTED AND LEFT IN PLACE FOR DEPARTMENT OF ENVIRONMENTAL HEALTH AND QUALITY
INSPECTION PRIOR TO REMOVAL. ALL PIPING AND USTS MUST BE REMOVED AT THE SAME TIME. FAILURE TO DO SO
WILL RESULT IN A RE-INSPECTION AND RE-INSPECTION FEE. CONTRACTOR SHALL PROVIDE A DESIGNED SHORING
SYSTEM WITH BRACING PER GEOTECHNICAL RECOMMENDATIONS.
3.CONTRACTOR SHALL REMOVE THE USTS AND COLLECT SOIL SAMPLES FROM (1) THE BASE OF THE EXCAVATION, (2)
ALONG THE PIPING RUNS AS DIRECTED BY DEPARTMENT OF ENVIRONMENTAL HEALTH AND QUALITY INSPECTOR,
AND (3) STOCKPILE OF OVERBURDEN SOIL UNDER THE DISCRETION OF THE DEPARTMENT OF ENVIRONMENTAL
HEALTH AND CARLSBAD FIRE DEPARTMENT INSPECTORS. THE DEPARTMENT OF ENVIRONMENTAL HEALTH AND
QUALITY INSPECTOR SHALL IDENTIFY SPECIFIC SAMPLING LOCATIONS AT THE TIME OF REMOVAL. CONTRACTOR
SHALL DISPOSE OF THE DECONTAMINATED USTS AS A NON HAZARDOUS WASTE.
4.PRIOR TO REMOVAL, ALL TANKS AND PIPING MUST BE PROPERLY PURGED OF ALL VAPORS.
UST REMOVAL NOTES
4 36
9/30/25
PVC
18"
MIN.
15
16
16
5
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
S
S
S
S
W
W
S
S
S
S
S
S
S
S
S
S
S
S
S
S
S
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W S
S
S
S
W
SD
SD
SD
SD
W
W 36
5
.
9
6
CE
N
T
E
R
OF
D
O
O
R
365.99
CENTER
OF DOOR
VARIOUS
SIZED
MANHOLES
(TYPICAL)
HOSE
VAULT
FUEL
PUMP
FUEL
PUMP
FUEL
PUMP
HOSE
VAULT
PUMP
CONTROL
CABINETGP
GP
GP
GP
WATER
PIPELINES
WATER
SPIGOT
WATER
METER
WATER
METER
E
WATER
METER
GAS
METER
SEWER
MANHOLE
SEWER
CLEANOUT
UNKNOWN
HANDHOLE
DI
DI
DI
AD
E
E
E
TRAP
AD
DI
DI
PAINT
STRIPING
PAINT
STRIPING
STRIP
DRAIN
STRIP
DRAIN
STRIP
DRAIN
STRIP
DRAIN
C/L
FENCE
C/L
FENCE
AC BERM
CONC WA
L
L
CONC WAL
L
CONC WA
L
L
CONC WA
L
L
CONC WA
L
L
CONC WA
L
L
CONC WAL
L
CONC CUR
B
CONC
SWALE
CONC
SWALE
BUILDING
CONC CUR
B
& GUTTER
CONC CUR
B
& GUTTER
CURB
INLET
CURB
INLET
CURB
INLET
CONC
C
U
R
B
& GU
T
T
E
R
AC
AC
AC
AC
AC
AC
AC
AC
AC
CONC
CONC
CONC
CONC
CONC
CONC
CURB
CONC CURB
& GUTTER
CONC
369.0
368.5
368.
0
367.5
367.0
366.5
366.0
365.5
365.0
36
5
.
5
36
5
.
0
366
.
0
365
.
5
36
5
.
0
365
.
5365.
0
365.5
3
6
6
.
0
3
6
6
.
0
365.5
365.0
366
.
0
36
6
.
5
36
7
.
0
36
7
.
5
1004
1003
APPROX. EXCAVATION LIMITS
PROPOSED FUEL ISLAND CANOPY.
SEE SHEET 6 FOR DETAILS
PROPOSED CANOPY
COLUMN SEE SHEET 6
PROPOSED CANOPY
COLUMN. SEE SHEET 6
REPLACE FUEL
DISPENSER. SEE SHEET 26
PROPOSED CANOPY
COLUMN. SEE SHEET 6
UST TO BE REMOVED AND REPLACED (APPROX.)
TWO FIBERGLASS 20,000 GALLON AND ONE FIBERGLASS 12,000 GALLON
(UNDERGROUND; DIESEL)
SEE SHEET 24 AND 25 FOR DETAILS
PROPOSED
CANOPY COLUMN
SEE SHEET 6
EXISTING FUEL FOCUS ASSET MANAGEMENT
CONSOLE TO BE STORED DURING
CONSTRUCTION AND RECONNECTED
PROPOSED CANOPY
COLUMN SEE SHEET 6
PROPOSED CANOPY
FINISHED GRADE
A
A
CONTRACTOR TO FIELD VERIFY AND
CONSTRUCT A TRENCH FOR UNDERGROUND
PIPING AND UTILITIES PER DETAIL 2 ON
SHEET 13 TO EXISTING BUILDING
CONTRACTOR TO FIELD VERIFY THE EXACT LOCATION
AND DEPTH OF UNDERGROUND PIPING AND UTILITIES IN
THE IMMEDIATE VICINITY OF CONSTRUCTION ACTIVITIES.
SEE SHEET 12 FOR MORE INFORMATION
CONTRACTOR TO FIELD VERIFY AND CONSTRUCT A
TRENCH PER DETAIL 2 ON SHEET 13 TO ELECTRICAL ROOM
CONTRACTOR TO FIELD VERIFY
SEWER CONNECTION
INSTALL XERXES 20,000 GALLON
UST. SEE SHEET 27 FOR DETAILS.
INSTALL XERXES 20,000 GALLON
UST. SEE SHEET 27 FOR DETAILS.
INSTALL XERXES 12,000 GALLON
UST. SEE SHEET 28 FOR DETAILS.
REPLACE FUEL
DISPENSER. SEE SHEET 26
CONSTRUCT 6" IN DIAMETER CONCRETE FILLED STEEL BOLLARDS, SPACED 4
FEET BETWEEN POSTS ON CENTER, SET AT 3 FEET DEEP IN CONCRETE
FOOTING AT A MINIMUM OF 18" DIAMETER, SET WITH TOP OF THE POSTS 4
FEET ABOVE GROUND AND LOCATED 3 FEET FROM THE PROTECTED OBJECT.
(TYP.)
INSTALL NEW VEEDER-ROOT TLS
450PLUS CONSOLE FUEL TANK
MANAGEMENT SYSTEM
FG:(365.57)
UST TO BE REMOVED AND REPLACED (APPROX.)
TWO FIBERGLASS 20,000 GALLON AND ONE FIBERGLASS 12,000 GALLON
(UNDERGROUND; DIESEL)
SEE SHEET 24 AND 25 FOR DETAILS
PROPOSED
CANOPY COLUMN
SEE SHEET 6
EXISTING FUEL FOCUS ASSET MANAGEMENT
CONSOLE TO BE STORED DURING
CONSTRUCTION AND RECONNECTED
PROPOSED CANOPY
COLUMN SEE SHEET 6
PROPOSED CANOPY
FINISHED GRADE
NORTH
0
GRAPHIC SCALE IN FEET
20
10 20 40
LEGEND
EXISTING FINISHED GRADE SPOT ELEVATION
EXISTING 0.5' CONTOUR*
EXISTING 2.5' CONTOUR
CONCRETE
CHAIN LINK
ELECTRICAL EQUIPMENT
*NOTE: CONTOUR INTERVAL IS 1'
C/L
E
LIGHT STANDARD
BACKFLOW PREVENTER RISER
CONC
AREA DRAIN
DRAIN INLET
ASPHALT
AD
DI
AC
GP
WATER VALVE
GUARD POST
STORM DRAIN MANHOLE
(UNLESS OTHERWISE NOTED)
SET CONTROL POINT
FIRE DEPARTMENT CONNECTION
FG:(365.73)
1003
ONE INSPECTION IS REQUIRED AT THE TIME OF THE SYSTEM REMOVAL.
PRIOR TO THE REMOVAL AND THE INSPECTORS ARRIVAL ON SITE, THE UST
SYSTEM INCLUDING THE PIPING MUST BE EXPOSED TO ALLOW PROPER
INSPECTION AND IDENTIFICATION OF SAMPLING POINTS. THE TANKS MUST
BE TRIPLE RINSED/DECONTAMINATED AND THE LOWER EXPLOSIVE LIMIT
(LEL) MUST BE 20% OR LESS AS DETERMINED BY A CALIBRATED
COMBUSTIBLE GAS INSTRUMENT (CGI). THE WASTE (RINSEATE AND
SLUDGE-BOTTOM WASTE) MUST BE TRANSPORTED BY A LICENSED
HAZARDOUS WASTE HAULER (THE WASTE HAULER MUST PROVIDE A
MANIFEST NUMBER FOR THE INSPECTORS PAPER WORK).
DEH INSPECTION REQUIREMENTS
1. IT IS UNDERSTOOD THE CONTRACTOR WILL EMPTY AND CLEAN THE USTS PRIOR TO THE START OF THIS PROJECT.
CONTRACTOR SHALL VERIFY THAT TANKS ARE EMPTY.
2. CONTRACTOR SHALL REMOVE (1) EXISTING 12,000 GALLON AND (2) EXISTING 20,000 GALLON UNDERGROUND FUEL
TANKS AND ALL APPLICABLE UNDERGROUND PIPING. THE TANKS PREVIOUSLY STORED MOTOR FUELS. PRODUCT
PIPING MUST BE INERTED AND LEFT IN PLACE FOR DEPARTMENT OF ENVIRONMENTAL HEALTH AND QUALITY
INSPECTION PRIOR TO REMOVAL. ALL PIPING AND USTS MUST BE REMOVED AT THE SAME TIME. FAILURE TO DO SO
WILL RESULT IN A RE-INSPECTION AND RE-INSPECTION FEE. CONTRACTOR SHALL PROVIDE A DESIGNED SHORING
SYSTEM WITH BRACING PER GEOTECHNICAL RECOMMENDATIONS.
3. CONTRACTOR SHALL REMOVE THE USTS AND COLLECT SOIL SAMPLES FROM (1) THE BASE OF THE EXCAVATION, (2)
ALONG THE PIPING RUNS AS DIRECTED BY DEPARTMENT OF ENVIRONMENTAL HEALTH AND QUALITY INSPECTOR,
AND (3) STOCKPILE OF OVERBURDEN SOIL UNDER THE DISCRETION OF THE DEPARTMENT OF ENVIRONMENTAL
HEALTH AND CARLSBAD FIRE DEPARTMENT INSPECTORS. THE DEPARTMENT OF ENVIRONMENTAL HEALTH AND
QUALITY INSPECTOR SHALL IDENTIFY SPECIFIC SAMPLING LOCATIONS AT THE TIME OF REMOVAL. CONTRACTOR
SHALL DISPOSE OF THE DECONTAMINATED USTS AS A NON HAZARDOUS WASTE.
4. PRIOR TO REMOVAL, ALL TANKS AND PIPING MUST BE PROPERLY PURGED OF ALL VAPORS.
UST REMOVAL NOTES
3B
APPROX. EXCAVATION LIMITS
FUEL ISLAND CANOPY
SECTION A-A DETAIL
N.T.S.
CONCRETE RERPLACEMENT
ASPHALT REPLACEMENT
9/30/25
36
9
9
29
29
9
9
16
15
16
30
30
31
9
9
27 AND 28
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
S S S S S S S S S S S S S S S S S S S S S S S S
W W W W W W W W W W W
W
W
W
W
W
W
W
W
3
3
2
1
6
4
4
5
5 5
7
32
8
8
9
9
22.0'
6
25
.
3
'
16
.
0
'
24
.
5
'
15
.
1
'
109.0'
0
GRAPHIC SCALE IN FEET
5
2.5 5 10
1
2
3
4
5
6
7
8
9
NORTH
EXISTING FUEL FOCUS ASSET MANAGEMENT CONSOLE TO BE STORED DURING
CONSTRUCTION AND RECONNECTED
REMOVE AND PROPERLY DISPOSE EXISTING LIGHT POLE
REMOVE AND PROPERLY DISPOSE EXISTING HOSE VAULT
REMOVE EXISTING PCC CURB ISLAND
REMOVE AND PROPERLY DISPOSE EXISTING FUEL DISPENSER
CONTRACTOR TO REMOVE EXISTING BOLLARDS.
CONTRACTOR TO CUT AND CAP EXISTING WATER LINE.
REMOVE EXISTING CONCRETE PAVEMENT.
REMOVE EXISTING ASPHALT PAVEMENT.
DEMOLITION NOTES
LEGEND
EXISTING FINISHED GRADE SPOT ELEVATION
EXISTING 0.5' CONTOUR*
EXISTING 2.5' CONTOUR
CONCRETE
CHAIN LINK
ELECTRICAL EQUIPMENT
*NOTE: CONTOUR INTERVAL IS 1'
C/L
E
LIGHT STANDARD
BACKFLOW PREVENTER RISER
CONC
AREA DRAIN
DRAIN INLET
ASPHALT
AD
DI
AC
GP
WATER VALVE
GUARD POST
STORM DRAIN MANHOLE
(UNLESS OTHERWISE NOTED)
SET CONTROL POINT
FIRE DEPARTMENT CONNECTION
FG:(365.73)
1003
4A
APPROX. EXCAVATION LIMITS
CONCRETE REMOVAL
ASPHALT REMOVAL
6 36
9/30/25
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
S S S S S S S S S S S S S S S S S S S S S S S S
W W W W W W W W W W W W W W
W
W
W
W
W
W
W
W
3
1
5
2
5
1
3
1
2
2
4
4
6
7
FS (366.73)
FS (366.72)
FS (366.13)
FS (365.98)FS (365.61)
FS (365.74)
FS (365.66)
FS (365.50)
FS (365.67)
FS (365.89)
FS 366.40
FS 366.40
FS 366.40
FS 366.40
TG 366.39
TG 366.39
INV 364.39 TG 366.39
TG 366.39
FS 366.51
FS 366.51
FS 366.51
FS 366.51
TG 366.39
TG 366.39
TG 366.39
TG 366.39 FS 366.40
FS 366.40
FS 366.40
FS 366.40
INV 364.33
INV 364.16
8" INV (356.5±)
12 LF @ 61%11
113 LF @ 2%
10
10
1.
0
%
1.
0
%
1.0%1.0%
1.0%
1.
0
%
1.0%
1.
0
%
9
8
8
8
8
1.
5
%
1.
5
%
1.5%
FS (366.53)
12
FS (366.72)
13
13
13
13
NORTH
0
GRAPHIC SCALE IN FEET
5
2.5 5 10
1
2
3
4
5
6
7
8
9
10
11
12
13
INSTALL GASBOY ATLAS FUEL DISPENSER: MODEL 9852KTW-1
(ISLAND-ORIENTED), AND RECONNECT ALL PIPING; SEE DETAIL ON SHEET 26
CONSTRUCT FUEL CANOPY COLUMNS; SEE SHEET 6
CONSTRUCT 6" PCC CURB ISLAND
PATCH OR REPLACE CONCRETE SURFACE WITHIN LIMITS OF WORK; CONCRETE
SHALL BE 8" THICK 560-C-3500 REINFORCED WITH NO. 4 BARS, 18" O.C., OVER 4"
AGGREGATE BASE.
CONSTRUCT FUEL CANOPY; SEE SHEET 6
TELEPHONE MOUNTED ON CANOPY COLUMN. CONTRACTOR TO COORDINATE
WITH CITY STAFF FOR EXACT LOCATION, TELEPHONE TYPE, AND CONNECTION.
CONTRACTOR TO INSTALL 2A:10B:C FIRE EXTINGUISHER
INSTALL 6" WIDE NDS DURA SLOPE TRENCH DRAIN.
INSTALL STRIEM OT-500 POLYETHYLENE OIL SEPARATOR (562 GALLON).
CONSTRUCT ASPHALT PAVEMENT SECTION TO MATCH EXISTING SECTION.
CONSTRUCT 4" SCH 40 PVC SANITARY SEWER PIPE. SLOPE AND LENGTH PER
PLAN
CONSTRUCT PVC TO VCP CONNECTION.
CONSTRUCT 6" IN DIAMETER CONCRETE FILLED STEEL BOLLARDS, SPACED 4
FEET BETWEEN POSTS ON CENTER, SET AT 3 FEET DEEP IN CONCRETE FOOTING
AT A MINIMUM OF 18" DIAMETER, SET WITH TOP OF THE POSTS 4 FEET ABOVE
GROUND AND LOCATED 3 FEET FROM THE PROTECTED OBJECT.
CONSTRUCTION NOTES
LEGEND
EXISTING FINISHED GRADE SPOT ELEVATION
EXISTING 0.5' CONTOUR*
EXISTING 2.5' CONTOUR
CONCRETE
CHAIN LINK
ELECTRICAL EQUIPMENT
*NOTE: CONTOUR INTERVAL IS 1'
C/L
E
LIGHT STANDARD
BACKFLOW PREVENTER RISER
CONC
AREA DRAIN
DRAIN INLET
ASPHALT
AD
DI
AC
GP
WATER VALVE
GUARD POST
STORM DRAIN MANHOLE
(UNLESS OTHERWISE NOTED)
SET CONTROL POINT
FIRE DEPARTMENT CONNECTION
FG:(365.73)
1003
4B
APPROX. EXCAVATION LIMITS
FUEL ISLAND CANOPY
NOTES:
1.CONCRETE SHALL BE 4000 PSI.
2.ISOLATION JOINTS SHALL BE
PLACED ONLY AS SPECIFIED
3.CONTRACTION JOINTS
CONSISTING OF 1" DEEP
SCORES SHALL BE PLACED AT
15' INTERVALS O.C.
4.WHERE A WALK IS ADJACENT
TO THE CURB THE JOINTS
SHALL ALIGN WITH JOINTS IN
THE WALK.SUBGRADE COMPACTION PER
GEOTECHNICAL REPORT BY
NINYO & MOORE DATED
MARCH 26, 2021
1/2" R FINISHED
GRADE PER
SECTION A-A
DETAIL ON
SHEET 3A
6" CONCRETE CURB
N.T.S.
PROPOSED PAVEMENT
PER SECTION A-A DETAIL
ON SHEET 3A
CONCRETE RERPLACEMENT
ASPHALT REPLACEMENT
GRADE BREAK
7 36
9/30/25
29
9
9
4
4
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
12
'
CANOPY LIMITS
CANOPY LIMITS
12
'
CONSTRUCT 4" PVC TO 8" VCP CONNECTION.
REQUIRED SPECIAL INSPECTIONS AND TESTS OF CONCRETE CONSTRUCTION
(REF. CBC 1705.3)
TYPE
CONTINUOUS
SPECIAL
INSPECTION
PERIODIC
SPECIAL
INSPECTION
REFERENCED
STANDARDa
CBC
REFERENCE
1. Inspect reinforcement, including prestressing
tendons, and verify placement.-X
ACI 318: Ch. 20,
25.2, 25.3,
26.6.1-26.6.3
1908.4000
2. Reinforcing bar welding:
a.Verify weldability of reinforcing bars other than
ASTM A706;
b. Inspect single-pass fillet welds, maximum
516";
and
c. Inspect all other welds.
-
N/A
N/A
N/A
AWS D1.4
ACI 318: 17.8.2 -
3. Inspect anchors cast in concrete.-N/A ACI 318: 17.8.2 -
4. Inspect anchors post-installed in hardened
concrete members.b
a. Adhesive anchors installed in horizontally or
upwardly inclined orientations to resist sustained
tension loads.
b. Mechanical anchors and adhesive anchors not
defined in 4.a.
N/A
N/A
ACI 318: 17.8.2.4
ACI 318: 17.8.2
-
5. Verify the use of required design mix.-X ACI 318: Ch. 19,
26.4.3, 26.4.4
1904.1, 1904.2,
1908.2, 1908.3
6. Prior to concrete placement, fabricate
specimens for strength tests, perform slump and
air content tests, and determine the temperature
of the concrete.
X -
ASTM C172
ASTM C31
ACI 318: 26.5,
26.12
1908.1000
7. Inspect concrete and shotcrete placement for
proper application techniques.X -ACI 318: 26.5
1908.6000,
1908.7000,
1908.8000
8. Verify maintenance of specified curing
temperature and techniques.-X ACI 318:
26.5.3-26.5.5 1908.9000
9. Inspect prestressed concrete for:
a.Application of prestressing forces; and
b. Grouting of bonded prestressing tendons.
N/A
N/A
-
-
ACI 318:26.10 -
10. Inspect erection of precast concrete members -N/A ACI 318: 26.9 -
11. Verify in-situ concrete strength, prior to
stressing of tendons in post-tensioned concrete
and prior to removal of shores and forms from
beams and structural slabs.
-N/A ACI 318: 26.11.2 -
12. Inspect formwork for shape, location and
dimensions of the concrete member being formed.-X ACI 318:
26.11.1.2(b)-
REQUIRED SPECIAL INSPECTIONS AND TESTS OF SOILS (REF. CBC 1705.6)
TYPE
CONTINUOUS
SPECIAL
INSPECTION
PERIODIC
SPECIAL
INSPECTION
1. Verify materials below shallow foundations are adequate to achieve the design
bearing capacity.-X
2. Verify excavations are extended to proper depth and have reached proper material.-X
3. Perform classification and testing of compacted fill materials.-X
4. Verify use of proper materials, densities and lift thicknesses during placement and
compaction of compacted fill.X -
5. Prior to placement of compacted fill, inspect subgrade and verify that site has bee
prepared properly -X
REQUIRED SPECIAL INSPECTIONS AND TESTS OF CAST-IN-PLACE DEEP
FOUNDATION ELEMENTS (REF. CBC 1705.8)
TYPE
CONTINUOUS
SPECIAL
INSPECTION
PERIODIC
SPECIAL
INSPECTION
1. Inspect drilling operations and maintain complete and accurate records for each
element.X -
2. Verify placement locations and plumbness, confirm element diameters, bell
diameters (if applicable), lengths, embedment into bedrock (if applicable) and adequate
end-bearing strata capacity. Record concrete or grout volumes.
X -
3. For concrete elements, perform tests and additional special inspections in
accordance with Section 1705.3.--
5
STRUCTURAL GENERAL NOTES
1.0 DESIGN DATA
1.01 BUILDING CODE - CALIFORNIA BUILDING CODE 2019
1.02 DESIGN LOADS
A.ROOF LOADS
LIVE LOAD (L.L.)20 PSF
DEAD LOAD (DESIGN D.L.)10 PSF (7 PSF ALLOWANCE FOR FUTURE SOLAR PV)
NET WIND UPLIFT 11 PSF (ASD) BASED ON C&C WIND LOADS
B.WIND LOAD
BASIC WIND SPEED (3-SECOND GUST)96 MPH
OCCUPANCY CATEGORY II
EXPOSURE C
BUILDING ENCLOSURE CLASSIFICATION OPEN BUILDING
INTERNAL PRESSURE COEFFICIENT, GCPI +/- 0
C.EARTHQUAKE DESIGN DATA
RISK CATEGORY II
IMPORTANCE FACTOR 1.0
SITE CLASS D - DEFAULT PER ASCE 7 SECTION 11.4.3
SPECTRAL RESPONSE ACCELERATION SS 0.948
SPECTRAL RESPONSE ACCELERATION S1 0.348
SPECTRAL RESPONSE COEFFICIENTS SDS 0.758
SPECTRAL RESPONSE COEFFICIENTS SD1 0.464
SEISMIC DESIGN CATEGORY D
STEEL CANTILEVER SYSTEM:
BASIC SEISMIC-FORCE-RESISTING SYSTEM STEEL ORDINARY CANTILEVER COLUMN SYSTEM
ANALYSIS PROCEDURE EQUIVALENT LATERAL FORCE
SEISMIC RESPONSE MODIFICATION FACTOR R 1.25
SEISMIC RESPONSE COEFFICIENTS CS 0.606
DESIGN BASE SHEAR 16 K (STRENGTH)
2.0 DIMENSIONS
2.01 BEFORE STARTING WORK, THE CONTRACTOR SHALL VERIFY ALL DIMENSIONS ON THE SITE, AND REPORT ANY DISCREPANCIES
IMMEDIATELY TO THE ENGINEER.
2.02 THE CONTRACTOR, BEFORE STARTING ANY WORK, SHALL CHECK ALL DIMENSIONS GIVEN ON THE STRUCTURAL DRAWINGS,
RELATING TO GRID LINES, COLUMN AND WALL LOCATIONS, STRUCTURAL AND FINISHED FLOOR ELEVATIONS, MEMBER SIZES, ETC. IF
ANY DISCREPANCY IS NOTICED, IT SHALL BE IMMEDIATELY BROUGHT TO THE ATTENTION OF THE ENGINEER, AND WORK SHALL NOT
COMMENCE UNTIL INSTRUCTIONS ARE RECEIVED FROM THE ENGINEER.
2.03 THE CONTRACTOR SHALL REFER TO THE ENGINEER FOR INSTRUCTIONS FOR ANY DIMENSION NOT GIVEN ON OR OBTAINABLE
FROM THE DRAWINGS. THE CONTRACTOR SHALL NOT USE SCALE TO OBTAIN OR VERIFY ANY DIMENSION SHOWN ON THESE
DRAWINGS.
3.0 DOCUMENTS AND LIMITATIONS
3.01 THIS STRUCTURAL DOCUMENT, TOGETHER WITH THE CONCEPTS AND DESIGNS PRESENTED HEREIN, AS AN INSTRUMENT OF
SERVICE, ARE INTENDED ONLY FOR THE SPECIFIC PURPOSE AND CLIENT FOR WHICH IT WAS PREPARED. REUSE OF AND IMPROPER
RELIANCE ON THIS DOCUMENT WITHOUT WRITTEN AUTHORIZATION AND ADAPTATION BY KIMLEY-HORN AND ASSOCIATES, INC. SHALL
BE WITHOUT LIABILITY TO KIMLEY-HORN AND ASSOCIATES, INC.
3.02 IT IS UNDERSTOOD THAT THE STRUCTURAL ENGINEER OF RECORD MAKES NO WARRANTY, EITHER EXPRESSED OR IMPLIED, AS TO
FINDINGS, DESIGNS, RECOMMENDATIONS, SPECIFICATIONS, OPINION, OR PROFESSIONAL ADVICE, EXCEPT THAT THESE
INSTRUMENTS OF SERVICE HAVE BEEN PREPARED IN ACCORDANCE WITH THE CURRENT GENERALLY ACCEPTED PROFESSIONAL
ENGINEERING PRACTICES.
3.03 ALL NON-STRUCTURAL ELEMENTS INDICATED ON THE STRUCTURAL DRAWINGS HAVE BEEN SHOWN IN GENERAL RELATIONSHIP TO0
THE STRUCTURAL ELEMENTS. ACCORDINGLY, THEY SHALL NOT BE ASSUMED TO BE ACCURATE AND REFERENCE MUST BE MADE TO
THE APPROPRIATE CONSULTANT(S) PLANS AND SPECIFICATIONS.
4.0 CONSTRUCTION SAFETY
4.01 IT IS UNDERSTOOD THAT THE CONTRACTOR IS SOLELY RESPONSIBLE FOR INITIATING, MAINTAINING, AND SUPERVISING ALL
SAFETY PRECAUTIONS AND PROGRAMS IN CONNECTION WITH THE WORK ON THE PROJECT. THE CONTRACTOR SHALL TAKE ALL
NECESSARY PRECAUTIONS FOR THE SAFETY OF THE PERSONS AND PROTECT THEM AGAINST INJURY. LIKEWISE, THE
CONTRACTOR SHALL PROTECT ALL PROPERTY AGAINST DAMAGE AND LOSS.
4.02 THE CONTRACTOR SHALL COMPLY WITH ALL APPLICABLE LAWS, ORDINANCES, RULES, REGULATIONS, AND ORDERS OF ANY
PUBLIC BODY HAVING JURISDICTION FOR THE SAFETY OF PERSONS AND PROPERTY.
4.03 THE CONTRACTOR'S DUTIES AND RESPONSIBILITIES FOR THE SAFETY AND PROTECTION OF THE WORK SHALL CONTINUE UNTIL
SUCH TIME AS THE WORK IS SATISFACTORILY COMPLETED, AND THE ENGINEER HAS ISSUED A NOTICE TO THAT EFFECT TO THE
OWNER AND THE CONTRACTOR.
4.04 ALL STRUCTURAL MEMBERS SHOWN HEREIN HAVE BEEN DESIGNED FOR THE FINAL DESIGN LOADS PROVIDED IN THIS DOCUMENT IN
THE FINAL ERECTED CONDITION SHOWN HEREIN. THE CONTRACTOR IS RESPONSIBLE FOR CONDITIONS ENCOUNTERED DURING
ERECTION AND HANDLING, AND NECESSARY TEMPORARY BRACING AND SHORING. SHORING AND BRACING SHALL BE DESIGNED TO
PRECLUDE ANY STRUCTURAL ELEMENT FROM BEING OVERSTRESSED AT ANY POINT DURING CONSTRUCTION.
4.05 THE GENERAL CONTRACTOR IS RESPONSIBLE FOR MAINTAINING CONSTRUCTION MEANS AND METHODS THAT WILL NOT IMPACT
ADJACENT INFRASTRUCTURE.
5.0 SHOP DRAWINGS
5.01 REVIEW OF SHOP DRAWINGS BY THE ENGINEER IS LIMITED TO COMPLIANCE OF THE COMPLETED STRUCTURE WITH THE DESIGN
CONCEPT AND INFORMATION GIVEN IN THE CONTRACT DOCUMENTS. THE CONTRACTOR IS SOLELY RESPONSIBLE FOR
DIMENSIONS, QUANTITIES, PERFORMANCE, SAFETY, COORDINATION WITH OTHER WORK, AND ALL OTHER REQUIREMENTS OF THE
CONTRACT DOCUMENTS. REVIEW DOES NOT AUTHORIZE CHANGES TO CONTRACT.
5.02 THE CONTRACTOR SHALL SUBMIT SHOP DRAWINGS TO THE ENGINEER FOR THEIR REVIEW IN ACCORDANCE WITH A SCHEDULE OF
SUBMITTALS ACCEPTABLE TO THE ENGINEER. THESE SHOP DRAWINGS SHALL HAVE BEEN CHECKED BY AND STAMPED WITH THE
APPROVAL OF THE CONTRACTOR, AND IDENTIFIED AS THE ENGINEER MAY REQUIRE. THE DATA SHOWN ON THE SHOP DRAWINGS HALL
BE COMPLETE WITH RESPECT TO DIMENSIONS, DESIGN CRITERIA, AND DULY SIGNED AND SEALED BY A PROFESSIONAL ENGINEER
REGISTERED IN THE STATE OF CALIFORNIA.
6.0 FIELD MODIFICATION
6.01 WRITTEN AUTHORIZATION FROM THE STRUCTURAL ENGINEER OF RECORD IS REQUIRED FOR ALL FIELD MODIFICATIONS TO THE
STRUCTURAL SYSTEM INCLUDING, BUT NOT LIMITED TO, BEAM AND COLUMN CONNECTIONS, CUTTING OR DRILLING THROUGH ANY
STRUCTURAL ELEMENT, ETC.
7.0 SPECIAL INSPECTIONS
7.01 SPECIAL INSPECTIONS WILL BE PROVIDED IN COMPLIANCE WITH THE STATEMENT OF SPECIAL INSPECTIONS
7.02 OWNER WILL ENGAGE A SPECIAL INSPECTOR AND QUALIFIED TESTING AND INSPECTING AGENCY TO PERFORM FIELD TESTS,
INSPECTIONS AND PREPARE TEST REPORTS.
7.03 THE GENERAL CONTRACTOR SHALL ASSIST AND COOPERATE WITH AN INDEPENDENT TESTING LABORATORY (TO BE RETAINED BY THE
OWNER) WHICH SHALL CONDUCT ALL THE SPECIFIED TESTS REQUIRED FOR THE PROJECT AND REPORT THE RESULTS OF THESE
TESTS DIRECTLY AND PROMPTLY TO THE ENGINEER FOR HIS REVIEW.
7.04 CONTRACTOR SHALL NOTIFY SPECIAL INSPECTOR AND TESTING AGENCY 48 HOURS IN ADVANCE OF ITEMS REQUIRED FOR SPECIAL
INSPECTION.
7.05 ALL SPECIAL INSPECTION MONTHLY REPORTS SHALL BE SIGNED AND SEALED BY AN ENGINEER LICENSED IN THE STATE OF
CALIFORNIA WHO HAS RESPONSIBLE CHARGE OF THE SPECIAL INSPECTIONS PROGRAM.
7.06 A SPECIAL INSPECTIONS MEETING SHALL BE HELD ON SITE WITH ENGINEER OF RECORD, CONSTRUCTION COORDINATOR,
INDEPENDENT TESTING AGENCY, AND SPECIAL INSPECTOR TO CLARIFY ALL SPECIAL INSPECTION REQUIREMENTS PRIOR TO
BEGINNING WORK.
8.0 FOUNDATIONS
8.01 FOUNDATIONS, SLABS ON GRADE & OTHER ITEMS RELATED TO THE SOILS ARE DESIGNED & SHALL BE CONSTRUCTED IN ACCORDANCE
WITH THE RECOMMENDATIONS OF NINYO & MOORE GEOTECHNICAL & ENVIRONMENTAL SCIENCES CONSULTANTS GEOTECHNICAL
REPORT PROJECT NO. 109168002 DATED MARCH 26, 2021 AND ADDENDUM TO GEOTECHNICAL EVALUATION - SUPPLEMENTAL CANOPY
RECOMMENDATIONS DATED JULY 6, 2021.
8.02 CIDH PILE WORK SHALL BE OBSERVED BY THE GEOTECHNICAL CONSULTANT DURING CONSTRUCTION TO EVALUATE WHETHER THE
PILES HAVE BEEN EXTENDED TO THE DESIGN DEPTHS. DRILLED HOLES SHALL BE CLEANED OF LOOSE SOIL AND GRAVEL. IT IS THE
CONTRACTOR'S RESPONSIBILITY TO TAKE APPROPRIATE MEASURES FOR MAINTAINING THE INTEGRITY OF THE DRILLED HOLES, SEE
THAT THE HOLES ARE CLEANED AND STRAIGHT, AND SEE THAT SLOUGHED LOOSE SOIL IS REMOVED FROM THE BOTTOM OF THE HOLE
PRIOR TO THE PLACEMENT OF CONCRETE.
8.03 PLACEMENT OF CONCRETE FOR CIDH PILES SHALL BE PERFORMED BY TREMIE METHOD, OR SIMILAR, SUCH THAT THE AGGREGATE
AND CEMENT DO NOT SEGREGATE DURING CONCRETE PLACEMENT.
8.04 DESIGN SOIL BEARING CAPACITIES ARE AS FOLLOWS:
CIDH PILES: DOWNWARD AXIAL FRICTIONAL RESISTANCE: 200 PSF
UPWARD AXIAL FRICTIONAL RESISTANCE: 150 PSF
END BEARING RESISTANCE:NOT INCORPORATED IN DESIGN
LATERAL PASSIVE PRESSURE:700 PSF, UP TO 7,000 PSF MAX.
9.0 CONCRETE MATERIAL PROPERTIES
9.01 CONCRETE STRENGTH:F'C PSI
A. FOUNDATION PIERS,4000
B. SLAB ON GRADE SEE CIVIL DRAWINGS
11.0 REINFORCING
11.01 MATERIAL PROPERTIES:FY, KSI ASTM
A. ALL BARS UNLESS NOTED 60 A615
B. TIES & STIRRUP 60 A615
12.0 CAST IN PLACE CONCRETE
12.01 ALL CONCRETE SHALL BE DESIGNED AND CONSTRUCTED IN ACCORDANCE WITH IBC CHAPTER 19 & ACI-318, LATEST CODE ADOPTED
EDITION.
12.02 ALL REINFORCING SHALL BE DETAILED, FABRICATED & PLACED IN ACCORDANCE WITH CRSI "MANUAL OF STANDARD PRACTICE",
LATEST EDITION.
12.03 ALL CAST IN PLACE CONCRETE AND POST INSTALLED ANCHORS SHALL BE DESIGNED IN ACCORDANCE WITH CHAPTER 17 OF ACI 318 AS
MODIFIED BY THE APPLICABLE BUILDING CODE.
12.04 SLEEVES EMBEDDED IN SLABS AND WALLS SHALL BE LOCATED CLEAR BETWEEN REINFORCING BARS AND SHALL MAINTAIN CLEAR
SPACING EQUAL TO THE DIAMETER OF THE LARGEST SLEEVE IN ANY DIRECTION. SLEEVE GROUPS THAT DO NOT COMPLY WITH THE
ABOVE REQUIREMENTS SHALL BE CONSIDERED AS AN OPENING AND REINFORCED PER NOTE BELOW.
12.05 DETAILING OF REBAR SHALL BE IN ACCORDANCE WITH THE LATEST REVISION OF THE ACI DETAILING MANUAL, AND CONCRETE
REINFORCING INSTITUTE'S LATEST EDITION OF "MANUAL OF STANDARD PRACTICE". ALL SHOP DRAWINGS PERTAINING TO REBAR
DETAILS SHALL BE SUBMITTED TO THE ENGINEER FOR HIS REVIEW.CONCRETE MIX DESIGN FOR ALL CONCRETE WORK IS REQUIRED
TO BE SUBMITTED TO THE ENGINEER FOR REVIEW.
12.06 CONCRETE SUPPLIER SHALL HAVE A QUALITY CONTROL PROCEDURE FOR THE PRODUCTION OF ALL CONCRETE, WHICH MUST BE
ACCEPTABLE TO THE ENGINEER AND MEETS CURRENT ACI STANDARDS.
12.07 LAP SPLICES ARE ALL CLASS B TENSION LAP SPLICES, UNO.
12.08 PROVIDE A 3/4" CHAMFER ON ALL EXPOSED CORNERS OF CONCRETE.
12.09 THE FOLLOWING MINIMUM CONCRETE COVER SHALL BE PROVIDED FOR REINFORCEMENT:
A. CONCRETE CAST AGAINST & PERMANENTLY
EXPOSED TO EARTH 3"
B. CONCRETE EXPOSED TO EARTH OR WEATHER
2"
13.0 STRUCTURAL STEEL
13.01 STEEL MATERIAL PROPERTIES
FY, PSI ASTM
A. STRUCTURAL WIDE FLANGE SHAPES 50,000 A992
B. RECTANGULAR & SQUARE HSS 50,000 A500 GRADE C
C. HIGH STRENGTH BOLTS, UNO 92,000 (1" AND SMALLER)A325
D. WELDING ELECTRODES E70XX AWS D1.3 CHAPTER 5
E. HEADED SHEAR STUDS 51,000 AWS D1.1 TYPE B
F. OTHER STRUCT. SHAPES & PLATES 36,000 A36
13.02 STRUCTURAL STEEL DESIGN & CONSTRUCTION SHALL CONFORM TO IBC CHAPTER 22, SECTION 2201, AISC "LOAD & RESISTANCE
FACTOR DESIGN SPECIFICATION FOR STRUCTURAL STEEL BUILDINGS" & AISC "CODE OF STANDARD PRACTICE" LATEST CODE ADOPTED
EDITION, UNO.
13.03 BOLTED CONNECTIONS SHALL BE BEARING-TYPE WITH THREADS INCLUDED IN THE SHEAR PLANE. UNO, INSTALL BOLTS IN PROPERLY
ALIGNED HOLES AND TIGHTEN USING ONE OF THE FOLLOWING METHODS: SNUG-TIGHT CONDITION, TURN-OF-THE-NUT METHOD, A
DIRECT TENSION INDICATOR, OR CALIBRATED WRENCH AS DEFINED BY THE LATEST EDITION OF AISC "SPECIFICATION FOR
STRUCTURAL JOINTS USING ASTM A325 OR A490 BOLTS".
13.04 STRUCTURAL STEEL SHALL BE SHOP PRIMED AND FIELD FINAL PAINTED WITH AN EXTERIOR RATED PAINT. COLOR TO MATCH ROOF
METAL DECK.
14.0 METAL DECKING
14.01 ALL STEEL DECKS SHALL BE DESIGNED & CONSTRUCTED IN ACCORDANCE WITH IBC CHAPTER 22, SECTION
2210.1.1 – COLD-FORMED STEEL AND THE STEEL DECK INSTITUTE SPECIFICATIONS AND RECOMMENDATIONS,
LATEST CODE ADOPTED EDITION UNO.
14.02 ROOF METAL DECK SHALL BE 24 GAUGE REVERSED BOX RIB AS MANUFACTURED BY AEP SPAN. OTHER METAL DECK
MANUFACTURERS MAY BE APPROVED PROVIDING THAT THE DECK SPECIFICATIONS MEET OR EXCEED THE
SPECIFICATIONS OF THE PRE-APPROVED DECK. METAL DECK SHALL BE PAINTED IN OLD TOWN GRAY COLOR BY AEP SPAN.
14.03 ROOF DECK SHALL BE PRIME PAINTED AND LAID OUT CONTINUOUS OVER THREE SPANS MINIMUM. YIELD
STRESS SHALL BE 50,000 PSI MINIMUM. DECK SUPPLIER SHALL SUBMIT ICC REPORTS SHOWING ALLOWABLE
DIAPHRAGM SHEAR VALUES. ERECT IN ACCORDANCE WITH THE REPORT TO MEET THE REQUIRED SHEAR
SPECIFIED ON THE DRAWINGS. CONNECTION TO FRAMING MEMBERS SHALL NOT BE LESS THAN THAT SHOWN
HEREIN.
14.04 ROOF DECK FASTENING SHALL BE PROVIDED AT MINIMUM OF 36/3 SPACING AND 24" SIDE SEAM SPACING USING #12 HWH SELF-TAPPING
SCREWS. SCREWS SHALL BE INSTALLED WITH NEOPRENE WASHERS TO PROVIDE WATERPROOF CONNECTIONS.
a. Where applicable, see Section 1705.12, Special inspections for seismic resistance.
b. Specific requirements for special inspection shall be included in the research report for the anchor issued by an approved
source in accordance with 17.8.2 in ACI 318, or other qualification procedures. Where specific requirements are not provided,
special inspection requirements shall be specified by the registered design professional and shall be approved by the building
official prior to the commencement of the work.
9/30/25
8 36
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
W
W
W
W
1
7
25'-1012"20'-0"
1 2 3 4 5
A
B
C
HSS 8X8X1/2 COLUMN, TYP.
HOSE VAULT, TYP.
FUEL PUMP, TYP.
24" Ø DRILLED PIER, TYP.
1'
-
0
"
M
I
N
.
,
T
Y
P
.
FUEL PUMP ISLAND
(SEE CIVIL)
W
W
W
W
1
7
3
8
10'-0"25'-1012"20'-0"10'-0"
1 2 3 4 5
A
B
C
HSS 8X8X1/2 COLUMN, TYP.
12
'
-
0
"
12
'
-
0
"
W10X33 CANOPY BEAM, TYP.
W8X18 CANOPY PURLIN, TYP.
W8X18 CLOSURE
BEAM AT EACH END
RO
O
F
D
E
C
K
S
P
A
N
,
S
E
E
S
H
E
E
T
5
F
O
R
N
O
T
E
S
RO
O
F
SL
O
P
E
5
%
TYP.
≈3'-0"
SURFACE MOUNTED LUMINAIRE.
TOTAL OF 6. SEE SHEET 7
NORTH
FOUNDATION PLAN
1/4" = 1'-0"1
CANOPY FRAMING PLAN
1/4" = 1'-0"2
6
9/30/25
9 36
11
10
10
8
10
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
2
8
1
8
2
7
3
7
CANOPY SECTION 1
FOUNDATION DETAIL 2
FOUNDATION SECTION 3
9/30/25
10 36
11
11
10
10
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
COLUMN TO BEAM CONNECTION 1 BEAM TO PURLIN CONNECTION 2 CLOSURE BEAM TO PURLIN CONNECTION 3
9/30/25
11 36
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
ABBREVIATIONS
SUFFIX DESCRIPTION
4" SQUARE BY 2 1/8" DEEP BOX.4S
AMERICAN WITH DISABILITIES ACT.ADA
ABOVE FINISH FLOOR.AFF
ABOVE FINISH GRADE.AFG
AMERICAN WIRE GAUGE.AWG
AMP, A AMPERE.
AMPERES INTERRUPTING CAPACITY (SYMMETRICAL).A.I.C.
AMP FRAME, AMP TRIP.AF/AT
AMP SWITCH, AMP FUSE.AS/AF
AUTOMATIC TRANSFER SWITCH.ATS
AUXILIARY CONTACTS.AUX
BR BRANCH.
BLDG BUILDING.
CIRC., CKT. CIRCUIT.
CIRCUIT BREAKER.CB
COMBINATION SMOKE FIRE DAMPER.SFD
C CONDUIT.
CONDUIT ONLY, COMPLETE WITH PULLSTRING.C.O.
CONN CONNECTED.
CURRENT TRANSFORMER.CT
CONTROL POWER TRANSFORMER.CPT
DIA DIAMETER.
DISC DISCONNECT.
DISTRIBUTION.DIST
ELECTRICAL CONTRACTOR.E.C.
ENERGY MANAGEMENT CONTROL SYSTEM.EMS
ELECTRICAL METALLIC TUBING.EMT
ELECTRIC WATER COOLER.EWC
EXHAUST FAN.EF
FT or 'FEET.
FA FIRE ALARM.
FULL LOAD AMPS.FLA
GROUND.GND & G
GROUND FAULT CIRCUIT INTERRUPTER.GFCI
HEATING AIR CONDITIONING REFRIGERATION.HACR
HEATING, VENTILATING AND AIR CONDITIONING.HVAC
HEIGHT, WIDTH, DEPTH, LENGTH.H.,W.,D.,L.
HORSEPOWER.HP
IN. or '' INCHES.
ISOLATED GROUND.IG
JUNCTION BOX.JBOX
DEGREE KELVIN.K
KILOVOLT AMPERES.KVA
KW KILOWATT.
KILOWATT HOUR.KWH
L.F. LINEAR FEET.
LTG, LTS LIGHTING.
MAX. MAXIMUM.
MAXIMUM OVERCURRENT PROTECTION.MOCP
MAIN CIRCUIT BREAKER.MCB
MAIN LUGS ONLY.MLO
M METER.
M/M METER MAIN.
MIN. MINIMUM.
MINIMUM CIRCUIT AMPS.MCA
THOUSAND CIRCULAR MILS.MCM
MANUFACTURER.MFR.
MTD MOUNTED.
MOTOR CIRCUIT PROTECTOR.MCP
MW MICROWAVE.
NATIONAL ELECTRICAL CODE.NEC
NATIONAL ELECTRICAL MANUFACTURER'S ASSOCIATION.NEMA
NF NON-FUSED.
NOT IN CONTRACT.NIC
NOT TO SCALE.N.T.S.
NL NIGHT LIGHT.
NO. or # NUMBER.
OWNER FURNISHED, CONTRACTOR INSTALLED.OFCI
PERCENT IMPEDANCE.%Z
PH. or Ø PHASE.
PC
P POLE.
POLY VINYL CHLORIDE.PVC
POWER DISTRIBUTION UNIT.PDU
OVER 600 VOLTS.PRIMARY
FURNISH, INSTALL AND CONNECT.PROVIDE
POTENTIAL TRANSFORMER.PT
PA PUBLIC ADDRESS.
RECEPTACLE.REC, RECEPT
REFRIGERATOR.REF
RIGID GALVANIZED STEEL.RGS
SHORT CIRCUIT CURRENT.SCC
SMOKE FIRE DAMPER.SFD
SQ. SQUARE.
TC TIMECLOCK.
TELEPHONE AND DATA.TEL/DATA
TV TELEVISION.
SURGE PROTECTION DEVICESPD
TYP TYPICAL.
UNDERGROUND PULL SECTION.U.G.P.S.
PHOTOCELL
POWER SYMBOL LIST
SYMBOL DESCRIPTION
FLUSH MOUNTED BRANCH CIRCUIT PANELBOARD.
SURFACE MOUNTED BRANCH CIRCUIT PANELBOARD.
DISTRIBUTION BOARD.
J CEILING MOUNTED JUNCTION BOX.
J JUNCTION BOX, FLUSH MOUNTED AT +18" AFF UNLESS NOTED OTHERWISE.
J JUNCTION BOX, SURFACE MOUNTED AT +18" AFF UNLESS NOTED OTHERWISE.
BRANCH CIRCUIT CONDUIT, CONCEALED IN WALL OR CEILING.
BRANCH CIRCUIT CONDUIT, CONCEALED IN FLOOR OR UNDERGROUND.
BRANCH CIRCUIT CONDUIT, RUN EXPOSED.
CONDUIT RUN TURNED UP.
CONDUIT RUN TURNED DOWN.
CONDUIT RUN STUBBED OUT.
BRANCH CIRCUIT HOMERUN WITH PANEL AND CIRCUIT DESIGNATED.A-1
WIRING / EQUIP CONNECT SYMB LIST
SYMBOL DESCRIPTION
GENERAL NOTES
1. INSTALLATION OF ELECTRICAL MATERIAL SHALL COMPLY WITH CALIFORNIA ELECTRICAL CODE (CEC)
2022 EDITION AND ALL LOCAL AMENDMENTS, AND ALL OTHER GOVERNING CODES AND ORDINANCES.
2. FIELD VERIFICATION: VERIFY ALL DEVICES AND CONDITIONS BEFORE PROCEEDING WITH THE WORK.
3. REFER TO MECHANICAL PLANS FOR EXACT LOCATION OF MECHANICAL EQUIPMENT.
4. IT SHALL BE THE ELECTRICAL CONTRACTOR'S RESPONSIBILITY TO OBTAIN A COMPLETE SET OF
DRAWINGS AND SPECIFICATIONS. HE/SHE SHALL CHECK THE DRAWINGS OF THE OTHER TRADES AND
SHALL CAREFULLY READ THE SPECIFICATIONS AND DETERMINE HIS RESPONSIBILITIES. FAILURE TO DO
SO SHALL NOT RELEASE THE CONTRACTOR FROM DOING THE WORK IN COMPLETE ACCORDANCE WITH
THE DRAWINGS AND SPECIFICATIONS.
5. THE CONTRACTOR SHALL COORDINATE HIS WORK WITH OTHER TRADES AT THE SITE. ANY COST TO
ROUTE CONDUIT OTHER THAN AS SHOWN ON THE PLANS SHALL BE INCURRED BY THE CONTRACTOR.
6. WHEREVER A DISCREPANCY IN QUANTITY OR SIZE OF CONDUIT, WIRE, EQUIPMENT DEVICES, CIRCUIT
BREAKERS, TRANSFORMERS, GROUND FAULT PROTECTION SYSTEM, ECT. (ALL MATERIALS ARISES ON
THE DRAWINGS AND/OR SPECIFICATIONS), THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING
AND INSTALLING ALL MATERIAL AND SERVICE REQUIRED BY THE STRICTEST CONDITIONS NOTED ON
DRAWINGS AND/OR IN THE SPECIFICATIONS TO ENSURE COMPLETE AND OPERABLE SYSTEMS AS
REQUIRED BY THE OWNER OR ENGINEER.
7. ALL CONDUIT SIZES ARE BASED ON COPPER CONDUCTORS WITH THHN-2/THWN -2 INSULATION UNLESS
OTHERWISE NOTED. ALL CONDUCTORS SHALL BE COPPER. CONDUCTOR INSULATION SHALL BE
THHN/TWHN UNLESS OTHERWISE NOTED. MINIMUM CONDUIT SIZE SHALL BE 3/4", UNLESS OTHERWISE
NOTED.
8. INSTALL ALL EQUIPMENT, LIGHTING FIXTURE, DEVICES, CONDUIT AND CONDUIT SUPPORTS TO MEET
SEISMIC DESIGN CATEGORY D.
9. CONDUIT RUNS SHOWN ARE DIAGRAMMATIC ONLY. INSTALL ALL CONDUITS TO SUIT FIELD CONDITIONS.
10. PROVIDE PROPERLY SIZED LUGS AT ALL CIRCUIT BREAKER PANELS, FOR THE CONDUCTORS SHOWN TO
CONNECT THESE LUGS.
11. INSTALL ALL EXTERIOR MOUNTED ELECTRICAL EQUIPMENT IN WEATHERPROOF, NEMA-3R ENCLOSURES,
UNLESS OTHERWISE NOTED.
12. SEPARATE INSULATED EQUIPMENT GROUNDING CONDUCTOR, SIZED PER CEC 250-122, SHALL BE
PROVIDED, INSTALLED IN THE SAME CONDUIT AS THE CIRCUIT CONDUCTORS FOR ALL FEEDERS AND
BRANCH CIRCUITS.
13. CONNECTIONS TO ALL EQUIPMENT FURNISHED BY OTHERS SHALL BE COORDINATED. THE CONTRACTOR
SHALL BE RESPONSIBLE FOR OBTAINING MANUFACTURER'S SHOP DRAWINGS PRIOR TO ROUGHING IN
ALL CONDUIT TO THIS EQUIPMENT.
14. EXACT METHOD AND LOCATION OF CONDUIT PENETRATIONS AND/OR OPENINGS IN CONCRETE WALLS OR
FLOORS SHALL BE AS DIRECTED BY THE STRUCTURAL ENGINEER OF RECORD.
15. NOT ALL SYMBOLS AND ABBREVIATIONS ON THIS SHEET ARE USED.
1. ALL CONSTRUCTION SHALL BE PERFORMED IN ACCORDANCE WITH ALL APPLICABLE CODES AND
ORDINANCES INCLUDING:
2022 CALIFORNIA ELECTRICAL CODE, CALIFORNIA CODE OF REGULATIONS TITLE 24 - PART 3.
2020 NATIONAL ELECTRICAL CODE, CHAPTER 5 - ARTICLE 514
2021 NFPA 30 & 30A FLAMMABLE AND COMBUSTIBLE LIQUIDS CODE
APPLICABLE CODES
ABBREVIATIONS
SUFFIX DESCRIPTION
UNDERGROUND PULL SECTION.U.G.P.S.
UNLESS OTHERWISE NOTED.U.O.N.
UNINTERRUPTABLE POWER SYSTEM.U.P.S.
VARIABLE AIR VOLUME.VAV
V VOLTS.
VOLT AMPERES.VA
VOLTAGE DROP.VD
WEATHERPROOF.WP
W WIRE.
TRANSFORMER.XFMR
INDICATES EXISTING TO REMAIN.(X)
INDICATES EXISTING TO BE REMOVED.(XR)
INDICATES EXISTING TO BE RELOCATED.(XL)
INDICATES NEW LOCATION OF RELOCATED EQUIPMENT.(XN)
FUEL LEAK DETECTION, MONITORING, AND MANAGEMENT SYSTEMS ARE TO BE FURNISHED AS COMPLETE, TURN KEY, INTEGRATED SYSTEMS BY QUALIFIED FUEL SYSTEMS VENDORS.
ALL FUEL SYSTEM CONTROLS, WIRING DIAGRAMS, INTERCONNECTION REQUIREMENTS, CABLES, MATERIAL AND INSTALLATION SHALL BE PROVIDED BY FUEL SYSTEM VENDORS.
ALL FUEL LEAK DETECTION, MONITORING AND MANAGEMENT MATERIALS AND INSTALLATION SHALL COMPLY WITH NATIONAL ELECTRICAL CODE SECTION 514 FOR CLASS 1, DIVISION 1
AND 2, GROUP D LOCATIONS. ALL CONDUITS SHOWN ON THESE DRAWINGS FOR FUEL LEAK DETECTION, MONITORING AND MANAGEMENT SYSTEMS HAVE BEEN DETERMINED BY
INFORMATION AVAILABLE AT THE TIME OF THE PROJECT DESIGN PHASE. CONTRACTOR SHALL VERIFY FINAL INTEGRATED FUEL LEAK DETECTION MONITORING AND MANAGEMENT
SYSTEMS CONDUITS AND MODIFY NUMBER, SIZE, AND LOCATION TO COMPLY WITH THOSE REQUIREMENTS.
FUEL LEAK DETECTION, MONITORING, AND MANAGEMENT
NO: 7846
REE
N
G
I
N
E
L
ANOISSEFORPDERE
ST
GI
E
R
ANROFILAFOE
A
T
S
C
T
I
ROBE R T E . RA
N
D
A
L
L
ELECT R I C A L
BMLLADANALR
Integrated Services - MEP Engineering | Technical Services | Building Sciences |
Building Commissioning | Clean Energy Solutions | Energy Services |
SAN DIEGO - SAN FRANCISCO
3131 Camino del Rio N, Suite 800,
San Diego, CA 92108.
(619) 713-5700
Fax (619) 713-5701
401 B Street, Suite 600, San Diego, California 92101
Phone: 619.234.9411 | www.kimley-horn.com
30
LEGEND,ABBREVIATIONS AND GENERAL NOTES
9
9/30/25
12 36
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
FG:(365.87)
FG:(365.79)
FG:(365.84)
F
G
:
(
3
6
5
.
9
5
)
F
G
:
(
3
6
5
.
9
4
)
FG
:
(
3
6
5
.
8
9
)
FG:(365.95)
F
G
:
(
3
6
5
.
9
1
)
FG:(365.93)
FG:(365.86)
FG:(365.86)
FG:(365.83)
FG:
(
3
6
5
.
8
6
)
FG:
(
3
6
5
.
9
9
)
FG:(366.00)
FG:(365.94)
FG:(365.85)
FG:(365.84
)
FG:(365.80)
FG:(365.57)
FG:(365.10)
36
5
.
9
6
C
E
N
T
E
R
O
F
D
O
O
R
365.99
CENTER
OF DOOR
VARIOUS
SIZED
MANHOLES
(TYPICAL)
HOSE
VAULT
FUEL
PUMP
FUEL
PUMP
FUEL
PUMP
HOSE
VAULT
PUMP
CONTROL
CABINETGP
GP
WATER
PIPELINES
WATER
SPIGOT
WATER
METER
E
WATER
METER
GAS
METER
SEWER
MANHOLE
SEWER
CLEANOUT
UNKNOWN
HANDHOLE
DI
DI
DI
AD
E
E
E
TRAP
AD
DI
STRIP
DRAIN
STRIP
DRAIN
STRIP
DRAIN
STRIP
DRAIN
C/L
FENCE
CONC W
A
L
L
CONC W
A
L
L
CONC W
A
L
L
CONC W
A
L
L
CONC W
A
L
L
CONC W
A
L
L
CONC W
A
L
L
CONC C
U
R
B
CONC
SWAL
E
CONC CU
R
B
& GUTTE
R
CURB
INLET
CURB
INLET
AC
AC
AC
CONC
CONC
CONC
CONC
CONC
1004
UST TO BE REMOVED AND REPLACED (APPROX.)
FIBERGLASS 12,000 GALLON
(UNDERGROUND; UNLEADED)
UST TO BE REMOVED AND REPLACED (APPROX.)
FIBERGLASS 20,000 GALLON
(UNDERGROUND; UNLEADED)
UST TO BE REMOVED AND REPLACED (APPROX.)
FIBERGLASS 20,000 GALLON
(UNDERGROUND; DIESEL)
APPROX. EXCAVATION LIMITS
PROPOSED FUEL ISLAND CANOPY.
SEE SHEET 5 FOR DETAILS
(XR)
1
1
2 3
(XN)
(XR)
(XR)
(XR)
(XR)
3
3
2
10
4
KEYNOTES
1 EXISTING POLE MOUNTED AREA LIGHT INCLUDING
LUMINAIRES, POLES, COMPLETE POLE BASES, AND
ASSOCIATED ELECTRICAL TO BE REMOVED, DISCONNECT,
AND REMOVE BRANCH CIRCUIT WIRING. ALL CONDUCTORS
SHALL BE REMOVED FROM DEVICE BACK TO PANEL BOARD.
EXISTING ASSET MANAGEMENT CONSOLE TO BE REMOVED
AND ASSOCIATED ELECTRICAL TO BE REMOVED. SAFE OFF,
DISCONNECT, AND REMOVE BRANCH CIRCUIT WIRING. ALL
CONDUCTORS SHALL BE REMOVED FROM DEVICE BACK TO
PANEL BOARD.
EXISTING FUEL DISPENSERS, SUMP AND ASSOCIATED
ELECTRICAL TO BE REMOVED. SAFE OFF, DISCONNECT,
AND REMOVE BRANCH CIRCUIT WIRING. ALL CONDUCTORS
SHALL BE REMOVED FROM DEVICE BACK TO PANEL BOARD.
EXISTING FUEL TANK PUMP AND ASSOCIATED ELECTRICAL
TO BE REMOVED. SAFE OFF, DISCONNECT, AND REMOVE
BRANCH CIRCUIT WIRING. ALL CONDUCTORS SHALL BE
REMOVED FROM DEVICE BACK TO PANEL BOARD.
2
3
GENERAL NOTES
1.THE EXISTING CONDITIONS AND LOCATIONS OF ABOVE
GRADE STRUCTURES SUCH AS BUILDINGS, CONCRETE
PAVEMENT AND SLABS, EQUIPMENT SUPPORT PADS,
PARKING LOTS, AND ASPHALT PAVING, AS INDICATED ON
THESE DRAWINGS, HAVE BEEN COMPILED FROM CIVIL
SURVEY. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY
TO ACCURATELY LOCATE ANY AND ALL ABOVE GRADE
STRUCTURES THAT MAY INTERFERE WITH THE
INSTALLATION OF THE DOCUMENTED SCOPE OF WORK.
ANY DAMAGES TO EXISTING STRUCTURES, RESULTING
FROM THE DOCUMENTED SCOPE OF WORK, SHALL
IMMEDIATELY BE REPORTED TO THE OWNER AND
REPAIRED TO MATCH EXISTING BY THE CONTRACTOR, AT
NO ADDITIONAL COST TO THE OWNER.
2.IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO FIELD
VERIFY THE EXACT LOCATION AND DEPTH OF BELOW
GRADE PIPING AND UTILITIES IN THE IMMEDIATE VICINITY
OF CONSTRUCTION ACTIVITIES, WHETHER SHOWN ON
THESE DRAWINGS OR NOT. CONTRACTOR SHALL MARK ALL
EXISTING PIPING AND UTILITIES AFFECTED BY
CONSTRUCTION ACTIVITIES BY USING AN UNDERGROUND
PIPE LOCATOR TO LOCATE THE POSITION OF PIPES AND
CONDUITS. ANY DAMAGES TO EXISTING UNDERGROUND
PIPING AND UTILITIES, WHICH MIGHT HAVE RESULTED BY
THE CONTRACTOR'S FAILURE TO EXACTLY LOCATE AND
PRESERVE ANY AND ALL UNDERGROUND PIPING AND
UTILITIES, SHALL IMMEDIATELY BE REPORTED TO THE
OWNER AND REPAIRED TO MATCH EXISTING BY THE
CONTRACTOR, AT NO ADDITIONAL COST TO THE OWNER.
3.REFER TO CIVIL DRAWINGS FOR HORIZONTAL AND
VERTICAL PLACEMENT/CONTROL OF ALL EXISTING AND
NEW SITE UTILITIES.
4.WHERE HANDHOLE OR MANHOLE OCCURS IN VEHICULAR
ACCESS PATH OF FIRE TRUCK ACCESS ROUTE, THE LID
AND VAULT SHALL BE DESIGNED FOR H-20 (MINIMUM)
TRUCK LOADING
5.REUSE OF EXISTING UNDERGROUND CONDUITS WILL BE
ALLOWED WHERE THEY ENTER THE WASHROOM BUILDING
ELECTRICAL ROOM AND THE MAINTENANCE BUILDING.
4
NO: 7846
REE
N
G
I
N
E
L
ANOISSEFORPDERE
ST
GI
E
R
ANROFILAFOE
A
T
S
C
T
I
ROBE R T E . RA
N
D
A
L
L
ELECT R I C A L
BMLLADANALR
Integrated Services - MEP Engineering | Technical Services | Building Sciences |
Building Commissioning | Clean Energy Solutions | Energy Services |
SAN DIEGO - SAN FRANCISCO
3131 Camino del Rio N, Suite 800,
San Diego, CA 92108.
(619) 713-5700
Fax (619) 713-5701
401 B Street, Suite 600, San Diego, California 92101
Phone: 619.234.9411 | www.kimley-horn.com
3010
SITE DEMO PLAN - ELECTRICAL
EXISTING ELECTRICAL ROOM - CAR WASH BAY
TS-LLD
PUMP
CONTROL
BOX
EXIST.
FUEL
DISPENSER
ESO
RELAY
TS-LLD
PUMP
CONTROL
BOX
EXIST.
JUNTION BOX
TS-LLD
PUMP
CONTROL
BOX
EXIST.
SHUT-OFF
RELAY
EXIST.
JUNTION BOX
REMOVE EXISTING FUEL PUMP
CONTROLLER AND LEAK DETECTION
EQUIPMENT AND ASSOCIATED WIRING
SCALE: 1”=10'-0"
SITE DEMO PLAN - ELECTRICAL1 NORTH010'20'
NOT TO SCALE
FUEL TANK PUMP CONTROLLER DETAIL - DEMO2
EXISTING
EXISTING
EXISTING
EXISTING
EXISTING
EXISTING
3613
9/30/25
8
13 IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
F
G
:
(
3
6
5
.
9
4
)
FG
:
(
3
6
5
.
8
9
)
FG:(365.95)
FG:(365.83)
FG:(364.97)
FG:(368.83)
FG:
(
3
6
5
.
8
6
)
FG:
(
3
6
5
.
9
9
)
T
2
T
3
(UNLEADED)
(DIESEL)
1
12
EPA
S1
S1
S1
S1
S1
S1
T
1
(UNLEADED)
DLIP
DLIP
DLIP
TO TURBINE
CONTROLLERS
DISP#1&2
DISP#3&4
DISP#5&6
NEW FUEL
MANAGEMENT P.O.S
TLS 450 PLUS
DIGITAL LEAK & INVENTORY
PROBE (TYP.3)
3
1
1
1
2
3 4
5
2
11
EXTENT OF HAZARDOUS
LOCATION
6
EXISTING
MAINTENANCE BUILDING
7
7
7
8
-EPA
EPA-2,4
EPA-6,8
EPA-10,12
EPA-1,3
EPA-11
EPA-17 EPA-9
EPA-7
2#10,1#12 GND, 3/4"C.
CONTROL CONDUITS
TO EVO FUEL MANAGMENT
SYSTEM TO MAINTENANCE
BUILDING, SEE DETAIL 3 ON
SHEET 13
2
13
KEYNOTES
GENERAL NOTES
TURBINE PUMP CIRCUIT TO PANEL "EPA" IS VIA PUMP
CONTROLLER IN WASH AREA ELECTRICAL ROOM.
ALL CONTROL CONDUITS SHALL BE MINIMUM 3/4" CONDUIT,
UNLESS LARGER SIZE IS REQUIRED BY PUMP VENDOR.
ALL AVAILABLE EXISTING UNDERGROUND CONDUITS
ENTERING WASH BUILDING MAY BE RE-USED. ALL NEW
CONDUITS ENTERING WASH BUILDING AND FACILITIES
MAINTENANCE BUILDING ORIGINATING FROM THE
DESIGNATED HAZARDOUS AREA SHALL UTILIZE EXPLOSION
PROOF CONDUIT SEALING FITTINGS. REPLACE EXISTING
EXPLOSION PROOF CONDUIT SEAL FITTING WHERE
REQUIRED. SEE DETAIL 4 ON SHEET 13.
ALL CONDUITS TO NEW EVO FUEL MANAGEMENT SYSTEM
SHALL BE ROUTED FROM BUILDING CONDUIT ENTRANCE TO
NEW EVO PANEL. ROUTE CONDUITS OVERHEAD SIMILAR
TO EXISTING CONTROL CONDUITS. SEE DETAIL 3 ON SHEET
13 FOR CONTINUATION.
RUN NEW LIGHTING CONDUIT UP FUEL CANOPY COLUMN.
MOUNT LIGHT FIXTURE ON CANOPY PURLINS AS SHOWN ON
ELECTRICAL SITE PLAN. COMPLY WITH ALL APPLICABLE
SECTIONS OF NEC ARTICLE 514. SEE STRUCTURAL
DRAWINGS FOR CANOPY DETAIL.
ALL ELECTRICAL WORK WITHIN THE DESIGNATED
HAZARDOUS AREA AND CONDUITS ORIGINATING FROM THE
DESIGNATED HAZARDOUS AREA SHALL COMPLY WITH THE
NEC ARTICLE 514, CLASS 1, DIVISION 1 & 2, GROUP D. SEE
DETAIL 4 ON SHEET 13.
ALL NEW POWER CONDUCTORS FROM NEW DISPENSERS
WILL BE ROUTED TO PANEL 'EPA' VIA EXISTING FUEL
DISPENSERS ESO RELAY
ROUTE LIGHTING CIRCUITS TO PANEL 'EPA' VIA EXISTING
TIME CLOCK ADJACENT TO PANEL 'EPA'
1
1.THE EXISTING CONDITIONS AND LOCATIONS OF ABOVE
GRADE STRUCTURES SUCH AS BUILDINGS, CONCRETE
PAVEMENT AND SLABS, EQUIPMENT SUPPORT PADS,
PARKING LOTS, AND ASPHALT PAVING, AS INDICATED ON
THESE DRAWINGS, HAVE BEEN COMPILED FROM CIVIL
SURVEY. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY
TO ACCURATELY LOCATE ANY AND ALL ABOVE GRADE
STRUCTURES THAT MAY INTERFERE WITH THE
INSTALLATION OF THE DOCUMENTED SCOPE OF WORK.
ANY DAMAGES TO EXISTING STRUCTURES, RESULTING
FROM THE DOCUMENTED SCOPE OF WORK, SHALL
IMMEDIATELY BE REPORTED TO THE OWNER AND
REPAIRED TO MATCH EXISTING BY THE CONTRACTOR, AT
NO ADDITIONAL COST TO THE OWNER.
2.IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO FIELD
VERIFY THE EXACT LOCATION AND DEPTH OF BELOW
GRADE PIPING AND UTILITIES IN THE IMMEDIATE VICINITY
OF CONSTRUCTION ACTIVITIES, WHETHER SHOWN ON
THESE DRAWINGS OR NOT. CONTRACTOR SHALL MARK ALL
EXISTING PIPING AND UTILITIES AFFECTED BY
CONSTRUCTION ACTIVITIES BY USING AN UNDERGROUND
PIPE LOCATOR TO LOCATE THE POSITION OF PIPES AND
CONDUITS. ANY DAMAGES TO EXISTING UNDERGROUND
PIPING AND UTILITIES, WHICH MIGHT HAVE RESULTED BY
THE CONTRACTOR'S FAILURE TO EXACTLY LOCATE AND
PRESERVE ANY AND ALL UNDERGROUND PIPING AND
UTILITIES, SHALL IMMEDIATELY BE REPORTED TO THE
OWNER AND REPAIRED TO MATCH EXISTING BY THE
CONTRACTOR, AT NO ADDITIONAL COST TO THE OWNER.
3.REFER TO CIVIL DRAWINGS FOR HORIZONTAL AND
VERTICAL PLACEMENT/CONTROL OF ALL EXISTING AND
NEW SITE UTILITIES.
4.WHERE HANDHOLE OR MANHOLE OCCURS IN VEHICULAR
ACCESS PATH OF FIRE TRUCK ACCESS ROUTE, THE LID
AND VAULT SHALL BE DESIGNED FOR H-20 (MINIMUM)
TRUCK LOADING
5.ALL NEW ELECTRICAL AND COMMUNICATION
UNDERGROUND CONDUITS TO BE SCHEDULE 40 PVC,
UNLESS OTHERWISE NOTED. SEE DETAIL DETAIL 2 ON
SHEET 13.
2
3
4
5
6
7
8
NO: 7846
REE
N
G
I
N
E
L
ANOISSEFORPDERE
ST
GI
E
R
ANROFILAFOE
A
T
S
C
T
I
ROBE R T E . RA
N
D
A
L
L
ELECT R I C A L
BMLLADANALR
Integrated Services - MEP Engineering | Technical Services | Building Sciences |
Building Commissioning | Clean Energy Solutions | Energy Services |
SAN DIEGO - SAN FRANCISCO
3131 Camino del Rio N, Suite 800,
San Diego, CA 92108.
(619) 713-5700
Fax (619) 713-5701
401 B Street, Suite 600, San Diego, California 92101
Phone: 619.234.9411 | www.kimley-horn.com
30
SCALE: 1”=10'-0"
SITE PLAN - ELECTRICAL1 NORTH010'20'
EXISTING ELECTRICAL ROOM - CAR WASH BAY
EXIST.
FUEL
DISPENSER
ESO
RELAY
EXIST.
JUNTION BOX
EXIST.
SHUT-OFF
RELAY
EXIST.
JUNTION BOX
NEW
TURBINE
PUMP
CONTROLLER
NEW
TURBINE
PUMP
CONTROLLER
NEW
TURBINE
PUMP
CONTROLLER
NOT TO SCALE
FUEL TANK PUMP CONTROLLER DETAIL - NEW2
11
NEW 3#10,1#12, 1/2"C.
EXISTING
EXISTING
EXISTING
EXISTING
EXISTING
CONTROLLER, LEAK DETECTION
MONITORING AND MANAGEMENT
SYSTEM TO BE PROVIDED BY
SYSTEM VENDOR.
SITE PLAN - ELECTRICAL
REINSTALL FUEL
MANAGEMENT
CONSOLE P.O.S.
14 36
9/30/25
16
16
16
16
16
16
15
14
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
SDGE#652156 M
TO POWER UTILITY
SERVICE POINT OF
CONNECTION.
EXISTING
SDGE
METER
200A
3P
EXISTING
ENCLOSED
SWITCH
EXISTING
DIST. PANEL
LB
EXISTING
XFMR - TB,
30kVA
480-208Y/120V
EXISTING
XFMR - ETA
30kVA
480-208Y/120V
EXISTING
PANEL
PB
EXISTING
PANEL
EPA
TO EXISTING
300kW
480/277V, 3PH 4W
GENERATOR
300kW
EXISTING
TS - 80A
480V,3P
EXISTING
EXISTING
EXISTING
PANEL
EPA
NEW
TURBINE
PHASE
CONTROLLER
#1
P.B. EM
SHUT
OFF
NEW
TURBINE
PHASE
CONTROLLER
#2
NEW
TURBINE
PHASE
CONTROLLER
#3
NEW
TURBINE
PUMP #1
NEW
DLIP
NEW
TURBINE
PUMP #2
NEW
TURBINE
PUMP #3
EXISTING ELECTRICAL ROOM - CAR WASH BAY
EXISTING MAINTENANCE BUILDING
NEW
FUEL
MANAGEMENT
SYSTEM
TLS 450
PLUS
NEW
ASSET
MANAGEMENT
P.O.S.
TLS 450 PLUS
UNDERGROUND
STORAGE TANKS
NEW
DISPENSER
#1&2
NEW
DISPENSER
#3&4
NEW
DISPENSER
#5&6
GAS DISPENSER
ISLAND
EXISTING
DISPENSER
RELAY ESO
CONTROLS
CABLING
CONTROLS
CABLING
TO EVO
FUEL MANAGEMENT
SYSTEM
CONTROLS
CABLING
CONTROLS
CABLING
CONTROLS
CABLING
EXIST.
ISOLATION
XFMR
J
EXISTING
ESO
RESET
BUTTON
EXIST.
EXIST.
PROJECT AREA
PANELBOARD
SCHEDULE
NOTE:
NEUTRAL:
BUS AMPS:
VOLTS:AIC:
MAIN BKR:
LUGS:FED FROM:
MOUNTING:
ROOM:
CKT
#BKR
CKT
kVA
LOAD
CIRCUIT DESCRIPTION
CKT
#BKR
CKT
kVA
LOAD
CIRCUIT DESCRIPTION
STANDARD
MLO
22,000
225
480Y/277V 3P 4W
SURFACE
LB UTILITY 100%
a60/3 0 20/3 012
b 43 | |
c | |5 6
a125/3 0 30/3 078
b 109 | |
c | |11 12
a20/1 0 20/1 01314
b 161520/1 20/10 0
c 0020/120/117 18
a50/3 8.84 50/3 01920
b 2221 | |
c | |23 24
FEEDER/SERVICE LOAD CALCULATION
TOTAL kVA
(100%)OTHER MTRS
LARGEST MTR
CONTINUOUS
NONCOIN/DIVERSE
KITCHEN EQUIP
(125%)
NONCONTINUOUS (100%)
CALC. kVACONN. kVA CONN. kVA CALC. kVA
(50%>10)
(125%)
RECEPTACLES
LIGHTING
BALANCED 3-PHASE AMPERES
(125%)METERED DMND 9.048.84
10.9
(N/A)(N/A)
0.360.36
(N/A)0
0
0
0
0
0
0
7.14
0
7.14
0.8
0.54
1
0.54
0 0
RECLAIMED WATER
WASHER CONTROL
SWITCHED LTG
T.C. LIGHTING
SPARE
XFMR -EPA
AIR COMP.
WASHER
SPARE
SPARE
SPARE
XFMR - PB
EXISTING
EXISTING
EXISTING
EXISTING BREAKER TO REMAIN1
1
1
1
1
1
1
1
1
1
1
1
1
PANELBOARD
SCHEDULE
NOTE:
NEUTRAL:
BUS AMPS:
VOLTS:AIC:
MAIN BKR:
LUGS:FED FROM:
MOUNTING:
ROOM:
CKT
#BKR
CKT
kVA
LOAD
CIRCUIT DESCRIPTION
CKT
#BKR
CKT
kVA
LOAD
CIRCUIT DESCRIPTION
STANDARD
100
22,000
100
208Y/120V 3P 4W
FLUSH
EPA -EPA 100%
a20/2 0.8 20/2 1.3712
b 43 | |
c 1.370.18 20/220/15 6
a20/1 1.01 |7 8
b 10920/1 20/21.01 1.37
c1.01 |20/111 12
a20/1 0.18 -/1 01314
b 161520/1 -/10.18 0
c 00.36 -/120/117 18
a-/1 0 -/1 01920
b 2221-/1 -/10 0
c 00-/1-/123 24
FEEDER/SERVICE LOAD CALCULATION
TOTAL kVA
(100%)OTHER MTRS
LARGEST MTR
CONTINUOUS
NONCOIN/DIVERSE
KITCHEN EQUIP
(125%)
NONCONTINUOUS (100%)
CALC. kVACONN. kVA CONN. kVA CALC. kVA
(50%>10)
(125%)
RECEPTACLES
LIGHTING
BALANCED 3-PHASE AMPERES
(125%)METERED DMND 9.048.84
25.1
(N/A)(N/A)
0.360.36
(N/A)0
0
0
0
0
0
0
7.14
0
7.14
0.8
0.54
1
0.54
0 0
SITE LIGHTING
ASSET MANAGMENT CONSOLE
FUEL DISPENSER (PUMPS 1&2)
DISPENSER
FUEL DISPENSER (PUMPS 3&4)
DISPENSER
FUEL DISPENSER (PUMPS 5&6)
DISPENSER
PUSH BUTTON
ASSET MANAGEMENT ANTENNA
OUTLET RECEPTACLE
SPACE
SPACE
SPACE
GAS PUMP T-1
GAS PUMP T-2
GAS PUMP T-3
SPACE
SPACE
SPACE
SPACE
SPACE
SPACE
1
EXISTING BREAKER TO REMAIN1
MAX/MINMIN
PHOTOMETRIC CALCULATIONS
AVERAGEDESCRIPTION MAX AVG/MIN
UNDERCANOPY 13.7 FC 16.8 FC 9.3 FC 1.8:1 15.1:1
IES RECOMMENDED FOOTCANDLE (FC) = AVERAGE 10-15 FC
Calculations Utilize a LLF of 0.85
N E
LUMINAIRE SCHEDULE
CALLOUT SYMBOL LAMP DESCRIPTION VOLTS INPUT VA BALLAST/DRIVER NOTES
S1 LED/4000K/14,098LM GARDCO SIGNIFY SLENDORFORM
MODEL:SFC--MR-5W-48L-900-NW-G2-208-MGY
OR APPROVED EQUAL
208 133 ELECTRONIC PROVIDE MOTION SENSOR
TO POWER UTILITY
SERVICE POINT OF
CONNECTION.
480/277V, 3PH 4W
VOLTAGE DROP SCHEDULE
DEVICE FEEDER
VOLTAGE
DROP
CONDUCTOR
SIZE
ESTIMATED
LENGTH
BRANCH CIRCUIT
MAX VOLTAGE
DROP
CONDUCTOR
SIZE
ESTIMATED
LENGTH
TOTAL
VOLTAGE
DROP
EPA 0.03%#1 5'-3"2.57% (CKT 11)#10 184'2.6%
EPA-1,3: 0.48%#10 134'
EPA-5: 0.42%#10 169'
EPA-7: 1.92%#10 140'
EPA-9: 2.24%#10 162'
EPA-11: 2.57%#10 184'
EPA-17: 0.84%#10 169'
EPA-2,4: 0.48%#10 82'
EPA-6,8: 0.69%#12 72'
EPA-10,12: 0.47%#10 80'
EXISTING GUTTER/S
EXISTING
ESO
RESET
NEW
DLIP
NEW
DLIP
LB
EPA
NEW STORAGE TANK TURBINE
CONTROLLERS (TYP. 3)
EXISTING PANEL "LB"
EXISTING
TRANSFER
SWITCH
EXISTING PANEL "PB"
EXISTING PANEL "EPA"
EXISTING
ENCLOSED SWITCH
EXISTING SDG&E
SERVICE METER
EXISTING CONTACTOR
RELAY BOX
EXISTING P.B.
EMERGENCY SHUT OFF
SWITCH
EXISTING P.B.
EMERGENCY SHUT OFF
RESET SWITCH
NOT TO SCALE
PARTIAL SINGLE LINE DIAGRAM2
BMLLADANALR
Integrated Services - MEP Engineering | Technical Services | Building Sciences |
Building Commissioning | Clean Energy Solutions | Energy Services |
SAN DIEGO - SAN FRANCISCO
3131 Camino del Rio N, Suite 800,
San Diego, CA 92108.
(619) 713-5700
Fax (619) 713-5701
401 B Street, Suite 600, San Diego, California 92101
Phone: 619.234.9411 | www.kimley-horn.com
30
SCALE: 1/2”=1'-0”
EXISTING ELECTRICAL ROOM - WASH AREA1
12
SCHEDULES, DIAGRAM & PARTIAL FLOOR PLAN
NOT TO SCALE
UNDERGROUND STORAGE TANK AND FUEL MANAGMENT INTERCONNECT DIAGRAM3
NO: 7846
REE
N
G
I
N
E
L
ANOISSEFORPDERE
ST
GI
E
R
ANROFILAFOE
A
T
S
C
T
I
ROBE R T E . RA
N
D
A
L
L
ELECT R I C A L
REINSTALL
ASSET
MANAGEMENT
P.O.S.
CONSOLE
15 36
9/30/25
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
NO: 7846
REE
N
G
I
N
E
L
ANOISSEFORPDERE
ST
GI
E
R
ANROFILAFOE
A
T
S
C
T
I
ROBE R T E . RA
N
D
A
L
L
ELECT R I C A L
BMLLADANALR
Integrated Services - MEP Engineering | Technical Services | Building Sciences |
Building Commissioning | Clean Energy Solutions | Energy Services |
SAN DIEGO - SAN FRANCISCO
3131 Camino del Rio N, Suite 800,
San Diego, CA 92108.
(619) 713-5700
Fax (619) 713-5701
401 B Street, Suite 600, San Diego, California 92101
Phone: 619.234.9411 | www.kimley-horn.com
30
24" MIN COVER
EXISTING BUILDING WALL
EXISTING CONCRETE SLAB
EXPLOSION PROOF CONDUIT
SEALING FITTING, THE
DESIGNATED HAZARDOUS
AREA SHALL COMPLY WITH
THE NEC ARTICLE 514, CLASS
1, DIVISION 1, GROUP D.
PVC COATED GRC
GRC
CONCRETE ENCASED
NONMETALLIC RIDGED
CONDUIT
ELECTRICAL DETAILS
13
2-1/2"
3"
3"
4"
3"3"3"3"
3"3"
12"
BACKFILL TO MATCH EXISTING
GRADE
ASPHALT OR CONCRETE PAVING
PAVING BASE
SELECTED BACKFILL FREE OF
LARGE DEBRIS AND
COMPACTED TO 90% RELATIVE
DENSITY
CONCRETE SLURRY MIX (1
SACK) MEETING SDG&E
STANDARDS
DATA/COMM.
POWER
CONCRETE
ENCASEMENT
CONTINUOUS
WARNING TAPE
X" MIN.
24"
MIN.
SELECT SCALE
MOTOR FUEL DISPENSING FACILITIES - ARTICLE 5144
SELECT SCALE
PARTIAL ELEVATION IN EXISTING MAINTENANCE BUILDING 3NOT TO SCALE
SHARED TRENCH DETAIL (TYPICAL)2
SEE CONTINUATION ON SHEET 11 8-3/4"C.
CONTROL
CONDUITS
8-3/4"C. CONTROL
CONDUITS MOUNTED
ON BLOCK WALL.
NEW FUEL
MANAGEMENT
SYSTEM
TLS 450 PLUS
NOT TO SCALE
UNDERGROUND HAZARDOUS CONDUIT CONNECTION
(TYPICAL FOR ALL HAZARDOUS AREA CONNECTION TYPES)1
FUEL
MANAGEMENT
SYSTEM
16 36
9/30/25
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
NO: 7846
REE
N
G
I
N
E
L
ANOISSEFORPDERE
ST
GI
E
R
ANROFILAFOE
A
T
S
C
T
I
ROBE R T E . RA
N
D
A
L
L
ELECT R I C A L
BMLLADANALR
Integrated Services - MEP Engineering | Technical Services | Building Sciences |
Building Commissioning | Clean Energy Solutions | Energy Services |
SAN DIEGO - SAN FRANCISCO
3131 Camino del Rio N, Suite 800,
San Diego, CA 92108.
(619) 713-5700
Fax (619) 713-5701
401 B Street, Suite 600, San Diego, California 92101
Phone: 619.234.9411 | www.kimley-horn.com
3014
TITLE 24 DOCUMENTATION
17 36
9/30/25
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
NO: 7846
REE
N
G
I
N
E
L
ANOISSEFORPDERE
ST
GI
E
R
ANROFILAFOE
A
T
S
C
T
I
ROBE R T E . RA
N
D
A
L
L
ELECT R I C A L
BMLLADANALR
Integrated Services - MEP Engineering | Technical Services | Building Sciences |
Building Commissioning | Clean Energy Solutions | Energy Services |
SAN DIEGO - SAN FRANCISCO
3131 Camino del Rio N, Suite 800,
San Diego, CA 92108.
(619) 713-5700
Fax (619) 713-5701
401 B Street, Suite 600, San Diego, California 92101
Phone: 619.234.9411 | www.kimley-horn.com
30
TITLE 24 DOCUMENTATION
15
9/30/25
18 36
9/30/25
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
NO: 7846
REE
N
G
I
N
E
L
ANOISSEFORPDERE
ST
GI
E
R
ANROFILAFOE
A
T
S
C
T
I
ROBE R T E . RA
N
D
A
L
L
ELECT R I C A L
BMLLADANALR
Integrated Services - MEP Engineering | Technical Services | Building Sciences |
Building Commissioning | Clean Energy Solutions | Energy Services |
SAN DIEGO - SAN FRANCISCO
3131 Camino del Rio N, Suite 800,
San Diego, CA 92108.
(619) 713-5700
Fax (619) 713-5701
401 B Street, Suite 600, San Diego, California 92101
Phone: 619.234.9411 | www.kimley-horn.com
3016
SPECIFICATION SHEET
19 36
9/30/25
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
NO: 7846
REE
N
G
I
N
E
L
ANOISSEFORPDERE
ST
GI
E
R
ANROFILAFOE
A
T
S
C
T
I
ROBE R T E . RA
N
D
A
L
L
ELECT R I C A L
BMLLADANALR
Integrated Services - MEP Engineering | Technical Services | Building Sciences |
Building Commissioning | Clean Energy Solutions | Energy Services |
SAN DIEGO - SAN FRANCISCO
3131 Camino del Rio N, Suite 800,
San Diego, CA 92108.
(619) 713-5700
Fax (619) 713-5701
401 B Street, Suite 600, San Diego, California 92101
Phone: 619.234.9411 | www.kimley-horn.com
3017
SPECIFICATION SHEET
20 36
9/30/25
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
ABBREV
PLUMBING SYMBOL LIST
BELOW
BELOW GRADE
BOTTOM OF PIPE
BEL
BOP
B/G
CONCRETE
CLEAR
DOWN
CONNECTION
CONTRACTOR
CONTINUATION
EXISTING
EACH
DRAWINGS
CLR
CONT
CONN
CONC
DN
CONT'R
EA
EXIST
DWGS
(E)
POC
FOS
FOV
POINT OF CONNECTION
DENOTES EXISTING
DESCRIPTION
FOV
SYMBOL
REMOVE EXISTING EQUIP./PIPING
FUEL OIL SUPPLY PIPE BELOW GRADE
FUEL OIL VENT
INVERT
MANHOLE
INV
MH
MINIMUM
MOUNTED
NUMBER
NOT IN CONTRACT
NOT TO SCALE
QUANTITY
SHEET
OPERATING
NIC
MTD
MIN
NTS
NO.
SHT
QTY
OPER
MANUFACTURERMFR
TYPICAL
SPECIFICATION
STRUCTURAL
WEIGHT
VOLTS/PHASE/HERTZ
VENT THRU ROOF
STRUCT
SPEC
UNO
TYP
V/PH/HZ
WGT
VTR
UNLESS NOTED OTHERWISE
FOS
PLUMBING SITE PLAN
PLUMBING LEGEND, SHEET LIST AND SPECIFICATIONS18
SHEET NUMBER
PLUMBING SHEET INDEX
SHEET NAME
191.SUPPORT PIPING IN ACCORDANCE WITH THE CMC 2019 EDITION AND THE CPC 2019 EDITION.
2.FOR CLARITY, NOT ALL PIPING AT FIXTURE IS SHOWN. PROVIDE PER SCHEDULES AND
DETAILS.
3.BELOW GRADE PIPING AT FOOTINGS AND GRADE BEAMS SHALL BE IN ACCORDANCE WITH THE
FOLLOWING CRITERIA:
A. PENETRATION OF GRADE BEAMS IS PROHIBITED. ROUTE PIPING BELOW GRADE BEAMS.
B. ARRANGE HORIZONTAL PIPING TO AVOID SPREAD FOOTINGS.
C. WHERE VERTICAL RISERS ARE UNAVOIDABLE WITHIN SPREAD/CONTINUOUS FOOTINGS,
CONTINUE PIPE THRU AND EXTEND PIPING OUT BELOW BOTTOM OF FOOTING.
EXTEND PIPING TO BEYOND EDGE OF FOOTING IN MINIMUM DISTANCE.
D. PENETRATION OF CONTINUOUS FOOTINGS WITH HORIZONTAL PIPING IS PROHIBITED.
ROUTE PIPING BELOW CONTINUOUS FOOTINGS.
4.PIPING AND EQUIPMENT ARE DIAGRAMMATICALLY LOCATED ON FLOOR PLANS. FOR
DIMENSIONED PLANS AND EQUIPMENT LOCATIONS, SEE "KIMLEY HORN" DRAWINGS.
5.BEFORE START OF WORK, CONTRACTOR TO VERIFY THE SIZE, TYPE AND LOCATION OF ALL
EXISTING UTILITIES, AND ALL POINTS OF CONNECTION LOCATIONS, DISCREPANCIES SHALL BE
BROUGHT TO THE ATTENTION OF THE ENGINEER.
6.VENT PIPE OUTLETS FOR TANKS STORING CLASS I, II OR IIIA LIQUIDS SHALL BE LOCATED SUCH
THAT THE VAPORS ARE RELEASED AT A SAFE POINT OUTSIDE OF BUILDINGS AND NOT LESS
THAN 12 FEET (3658 MM) ABOVE THE FINISHED GROUND LEVEL. VAPORS SHALL BE
DISCHARGED UPWARD OR HORIZONTALLY AWAY FROM ADJACENT WALLS TO ASSIST IN
VAPOR DISPERSION. VENT OUTLETS SHALL BE LOCATED SUCH THAT FLAMMABLE VAPORS
WILL NOT BE TRAPPED BY EAVES OR OTHER OBSTRUCTIONS AND SHALL BE AT LEAST 5 FEET
FROM BUILDING OPENINGS OR LOT LINES OF PROPERTIES THAT CAN BE BUILT UPON.
GENERAL NOTES
NOTES:
1.PIPE TO BE ENCASED IN A MINIMUM OF 6
INCHES OF SAND.
2.TOP OF PIPE SHALL BE MINIMUM OF 30 INCHES
BELOW GRADE.
3.TRACER WIRE MUST BE ELECTRICALLY
CONTINUOUS AND MUST EXTEND 12" ABOVE
GRADE ADJACENT TO EVERY RISER / VALVE
BOX
TRENCH
WIDTH
PIPE
INSULATED #10 COPPER TRACER
WIRE TAPED TO ALL NON METALLIC
UTILITY PIPE
NATIVE BACKFILL 90% COMPACTION
WARNING TAPE 8"-12" BELOW
FINISHED GRADE
80% CBR BASE COARSE COMPACTED
TO 95% DENSITY. 8" THICK FOR
VEHICLE TRAFFIC, 4" THICK FOR
WALKWAYS
SAND
EXISTING AC PAVEMENT
EXISTING CONCRETE PAVEMENT
NEW A.C. PAVEMENT SAME
THICKNESS AS EXISTING
ASPHALT EMULSION AND SAND
SEAL COAT (TRAFFIC LANES ONLY)
TACK COAT
30
"
MI
N
I
M
U
M
6"
O.
D
.
O
F
PI
P
E
6"
12"
MATCH EXISTING CONCRETE
PAVEMENT
NOT TO SCALE
PIPE TRENCH DETAIL1
BMLLADANALR
Integrated Services - MEP Engineering | Technical Services | Building Sciences |
Building Commissioning | Clean Energy Solutions | Energy Services |
SAN DIEGO - SAN FRANCISCO
3131 Camino del Rio N, Suite 800,
San Diego, CA 92108.
(619) 713-5700
Fax (619) 713-5701
401 B Street, Suite 600, San Diego, California 92101
Phone: 619.234.9411 | www.kimley-horn.com
30
NO: 31531
REE
N
GI
N
E
L
ANOISSEFORPDERE
ST
GI
E
R
ANROFILAFOE
A
T
S
C
T
IANHCE
M
I C LA
AARO N P A RKIN
G
T
O
N
18
LEGEND & SHEDULE
21 36
9/30/25
21
22
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
FG:(365.87)
FG:(365.79)
FG:(365.84)
F
G
:
(
3
6
5
.
9
5
)
F
G
:
(
3
6
5
.
9
4
)
FG
:
(
3
6
5
.
8
9
)
FG:(365.95)
F
G
:
(
3
6
5
.
9
1
)
FG:(365.93)
FG:(365.86)
FG:(365.86)
FG:(365.83)
FG:
(
3
6
5
.
8
6
)
FG:
(
3
6
5
.
9
9
)
FG:(366.00)
FG:(365.94)
FG:(365.85)
FG:(365.84
)
FG:(365.80)
FG:(365.57)
FG:(365.10)
36
5
.
9
6
C
E
N
T
E
R
O
F
D
O
O
R
365.99
CENTER
OF DOOR
VARIOUS
SIZED
MANHOLES
(TYPICAL)
HOSE
VAULT
FUEL
PUMP
FUEL
PUMP
FUEL
PUMP
HOSE
VAULT
PUMP
CONTROL
CABINETGP
GP
WATER
PIPELINES
WATER
SPIGOT
WATER
METER
E
WATER
METER
GAS
METER
SEWER
MANHOLE
SEWER
CLEANOUT
UNKNOWN
HANDHOLE
DI
DI
DI
AD
E
E
E
TRAP
AD
DI
STRIP
DRAIN
STRIP
DRAIN
STRIP
DRAIN
STRIP
DRAIN
C/L
FENCE
CONC W
A
L
L
CONC W
A
L
L
CONC W
A
L
L
CONC W
A
L
L
CONC W
A
L
L
CONC W
A
L
L
CONC W
A
L
L
CONC C
U
R
B
CONC
SWAL
E
CONC CU
R
B
& GUTTE
R
CURB
INLET
CURB
INLET
AC
AC
AC
CONC
CONC
CONC
CONC
CONC
1004
T
3
T
2
T
1
D
1
D
2
D
3
(UNLEADED)
(UNLEADED)
(DIESEL)
(UNLEADED)
(UNLEADED)
(DIESEL)
2"FOS(DIE
S
E
L
)
2"FOV
2
1
1
6
5
5
6
2"FOS(GAS
)
2"FOV
4
7
8
7
5
6
7
3 9
2"FOV
2"FOV
2"FOV
2"FOV
2"FOS(GAS
)
2"FOS(GAS
)
2"FOS(GAS
)
1
2"FOS(DIE
S
E
L
)
2"VAPOR
3"VAPOR
2"VAPOR
2"VAPOR
1
18 (TYP)
KEYNOTES
GENERAL NOTES
FUEL OIL SUPPLY BELOW FINISHED GRADE.
FUEL OIL VENT BELOW FINISHED GRADE.
FUEL OIL VENT PIPE POINT OF CONNECTION TO BELOW
GRADE TRANSITION SUMP (TYP.).
REMOVE EXISTING FUEL MANAGEMENT CONSOLE AND
INSTALL VEEDER-ROOT TLS 450 PLUS POS CONSOLE
BELOW GRADE TURBINE PUMP IN UST SUMP HOUSING.
PRODUCT FILL PORT AND MULTI-PORT SPILL CONTAINMENT.
CONNECT FUEL OIL PIPING TO THE UNDER-DISPENSER
CONTAINMENT (UDC) AT BOTTOM OF EACH DISPENSER.
FINAL CONNECTION BETWEEN DISPENSERS AND UDC SUMP
BY G.C.
REMOVE EXISTING FUEL OIL VENT PIPE BELOW GRADE,
INSIDE BUILDING AND UP THROUGH ROOF OF EXISTING
WASH BUILDING, TERMINATE AT MIN 12"-0" ABOVE FINISHED
GRADE AND 5'-0" AWAY FROM BUILDING OPENINGS AND
ADJACENT LOT LINES. PATCH WALL AND ROOF TO MATCH
EXISTING.
PROVIDE TRANSITION BOX BELOW GRADE FOR DOUBLE
WALL FUEL OIL VENT PIPE TRANSITION TO SINGLE WALL
PIPE ABOVE GRADE. ROUTE PIPE UP ON EXTERIOR WALL
OF BUILDING AND TERMINATE ABOVE PARAPET WALL.
1.FIELD VERIFY ALL EXISTING CONDITIONS -
ARCHTECTURAL, STRUCTURAL, ELECTRICAL,
MECHANICAL, PLUMBING, ETC. PRIOR TO START OF
WORK.
IF THERE ARE ANY DISCREPANCIES NOTIFY
GENERAL CONTRACTOR IMMEDIATELY.
2.G.C. TO COORDINATE ALL CONNECTION POINTS TO AND
FROM ALL UST SYSTEM COMPONENTS.
1
2
3
4
5
6
7
8
9
BMLLADANALR
Integrated Services - MEP Engineering | Technical Services | Building Sciences |
Building Commissioning | Clean Energy Solutions | Energy Services |
SAN DIEGO - SAN FRANCISCO
3131 Camino del Rio N, Suite 800,
San Diego, CA 92108.
(619) 713-5700
Fax (619) 713-5701
401 B Street, Suite 600, San Diego, California 92101
Phone: 619.234.9411 | www.kimley-horn.com
30
SCALE: 1”=10'-0"
SITE PLAN - PLUMBING1 NORTH010'20'
19
SITE PLAN - PLUMBING
NO: 31531
REE
N
GI
N
E
L
ANOISSEFORPDERE
ST
GI
E
R
ANROFILAFOE
A
T
S
C
T
IANHCE
M
I C LA
AARO N P A RKIN
G
T
O
N
EXISTING FUEL FOCUS ASSET MANAGEMENT CONSOLE TO
BE STORED DURING CONSTRUCTION AND RECONNECTED.
3622
9/30/25
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
32
3
48
5 6
10
7
10
5 6
4 8
5 6
7
7
3 2
1
9
9
2.4'
4.
5
'
1.
9
'
3.
0
'
4.
0
'
FUEL PUMP DETAIL
N.T.S
NORTH
0
GRAPHIC SCALE IN FEET
5
2.5 5 10
1
2
3
4
5
6
7
8
9
10
REMOVE EXISTING FUEL FOCUS ASSET MANAGEMENT CONSOLE. STORE FOR
FUTURE RECONNECTION BY CITY FORCES.
REMOVE EXISTING LIGHT POLE
REMOVE EXISTING HOSE VAULT
REMOVE EXISTING PCC CURB ISLAND
REMOVE EXISTING FUEL DISPENSER
INSTALL GASBOY ATLAS FUEL DISPENSER: MODEL 9852KTW-1
(ISLAND-ORIENTED), AND RECONNECT ALL PIPING; SEE DETAIL THIS SHEET
CONSTRUCT FUEL CANOPY COLUMNS; SEE SHEET 6
CONSTRUCT 6" PCC CURB ISLAND
PATCH OR REPLACE CONCRETE SURFACE WITHIN LIMITS OF WORK; CONCRETE
SHALL BE 8" THICK 560-C-3500 REINFORCED WITH NO. 4 BARS, 18" O.C., OVER 4"
AGGREGATE BASE.
CONSTRUCT FUEL CANOPY; SEE SHEET 6
CONSTRUCTION NOTES
LEGEND
EXISTING FINISHED GRADE SPOT ELEVATION
EXISTING 0.5' CONTOUR*
EXISTING 2.5' CONTOUR
CONCRETE
CHAIN LINK
ELECTRICAL EQUIPMENT
*NOTE: CONTOUR INTERVAL IS 1'
C/L
E
LIGHT STANDARD
BACKFLOW PREVENTER RISER
CONC
AREA DRAIN
DRAIN INLET
ASPHALT
AD
DI
AC
GP
WATER VALVE
GUARD POST
STORM DRAIN MANHOLE
(UNLESS OTHERWISE NOTED)
SET CONTROL POINT
FIRE DEPARTMENT CONNECTION
FG:(365.73)
1003
1.INSTALL GASBOY ATLAS MODEL 9852KTW1 STD-FLOW TWIN
1 PUMP
2.REFERENCE MANUFACTURER FOR DETAILS
NOTES:
3
APPROX. EXCAVATION LIMITS
FUEL ISLAND CANOPY
3623
9/30/25
NEW ELECTRICAL CONDUIT
TO RUN ON OUTSIDE OF
DISPENSER UDC'S
GAS &/OR DIESEL PRODUCT LINES
VAPOR RETURN LINE
VAPOR RETURN LINE SIZE INCREASE
SECONDARY CLAMSHELL DETAIL
VAPOR RETURN LINE SIZE INCREASE
PRIMARY FITTINGS DETAIL
ALL UDC ENTRY FITTING
TO HAVE TEST PORTLOCATED AT 12 O'CLOCK
WITH A PLUGGED BALL VALVE
CONNECTED TO IT FOR TESTING
5
6
1
3
9
71110
DOUBLE WALL UDC SUMP DETAILS (TOP VIEW)
DOUBLE WALL SUMP DETAILS (SIDE VIEW)
1/8" MIN. SLOPE
TO UST's
4" OVER 2"
VAPOR RETURN LINE
3" OVER 2"
VAPOR RETURN LINE
3" OVER 2"
VAPOR RETURN LINE
4" OVER 3"
VAPOR RETURN LINE
T O U D C
29
26
29
23
1112
1011
1012
1011
1/8" MIN. SLOPE
TO UST's 2" PRIMARY
VAPOR RETURN LINE
2" PRIMARY
VAPOR RETURN LINE
2" PRIMARY
VAPOR RETURN LINE
3" PRIMARY
VAPOR RETURN LINE
T O U D C
18
8
1
15
1
81 10
10
10
11
011030-310-4
012020-410-4
011030-410-4
012020-101-8
012030-101-8
012030-360-3
012040-360-3
012030-310-3
012040-310-3
012030-410-3
012040-410-3
SMITHFIBERCAST
SMITHFIBERCAST
SMITHFIBERCAST
SMITHFIBERCAST
SMITHFIBERCAST
SMITHFIBERCAST
SMITHFIBERCAST
SMITHFIBERCAST
SMITHFIBERCAST
SMITHFIBERCAST
SMITHFIBERCAST
3" 45 DEGREE FIBERGLASS PRIMARY ELBOW
2" FIBERGLASS PRIMARY TEE
3" FIBERGLASS PRIMARY TEE
2" FIBERGLASS SLEEVE PRIMARY COUPLING
3" FIBERGLASS SLEEVE PRIMARY COUPLING
3" 90 DEGREE SECONDARY FIBERGLASS ELBOW (2 PIECES)
4" 90 DEGREE SECONDARY FIBERGLASS ELBOW ( 2 PIECES)
3" 45 DEGREE SECONDARY FIBERGLASS ELBOW ( 2 PIECES)
4" 45 DEGREE SECONDARY FIBERGLASS ELBOW ( 2 PIECES)
3" SECONDARY FIBERGLASS TEE (2 PIECE)
4" SECONDARY FIBERGLASS TEE (2 PIECE)
DISPENSER CONTAINMENT BOX (UDC)
SHEAR VALVE STABILIZER BARS
1 1/2" X 24" FLEX CONNECTOR
2" X 1 -1/2" NPT FIBERGLASS REDUCER BUSHING
GAS & DIESEL PRODUCT SHEAR VALVE
VAPOR SHEAR VALVE
3" X 2" SUMP ENTRY FITTING
3" X 2" FIBERGLASS REDUCER BUSHING
SUMP SENSOR (NON DISCRIMINATING)
2" FIBERGLASS PIPE
3" FIBERGLASS PIPE
4" FIBERGLASS PIPE
2" 90 DEGREE FIBERGLASS PRIMARY ELBOW
3" 90 DEGREE FIBERGLASS PRIMARY ELBOW
2" 45 DEGREE FIBERGLASS PRIMARY ELBOW
BRAVO
BRAVO
FLEXING
SMITH FIBERCAST
OPW
OPW
SMITH FIBERCAST
SMITH FIBERCAST
VEEDER-ROOT
SMITH FIBERCAST
SMITH FIBERCAST
SMITH FIBERCAST
SMITH FIBERCAST
SMITH FIBERCAST
SMITHFIBERCAST
B1670-D30
BRKT-B2
FF15X24HMXEZFG9
012020-231-4
OPW-10BHMP-5830
OP60-VSP-100
012030-626-0
012030-231-7
VR-794380-208
011020-069-2
011030-069-2
011040-069-2
012020-360-4
012030-360-4
012020-310-4
NO.PART NUMBERMANUFACTUREREQUIPMENT DESCRIPTION
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
012030-101-3
012040-101-3
012040-238-3
VR-794380-304
SMITHFIBERCAST
SMITHFIBERCAST
SMITHFIBERCAST
VEEDER-ROOT
3" SECONDARY FIBERGLASS SLEEVE COUPLING (2 PIECES)
4" SECONDARY FIBERGLASS SLEEVE COUPLING (2 PIECES)
4" X 3" FIBERGLASS CONCENTRIC REDUCER (2 PIECES)
MINI HYDROSTATIC SENSOR
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
30
1
2
4
7
3" OVER 2" DIESEL PRODUCT LINE
1321 11 10
1/8" MIN. SLOPE (ALL LINES)
1
4
7
2
4
7
3" OVER 2" DIESEL PRODUCT LINE
1/8" MIN. SLOPE (ALL LINES)
10"
MIN.
3" OVER 2" 87 PRODUCT LINE
10"
MIN.
TO UST's
13
21 11 10
3" OVER 2" VAPOR RETURN LINE
1321
1826
29
3" OVER 2" 87 PRODUCT LINE
4" OVER 3" VAPOR RETURN LINE TO UST's
29 8
1725
15
23
11
10
11
10
10"
MIN.
15
23
1
4
7
2
4
7
10"
MIN.11
12
3" OVER 2" DIESEL PRODUCT LINE
1/8" MIN. SLOPE (ALL LINES)
11
10
PIPING & UDC DETAILS
20 33
NEW ELECTRICAL CONDUIT
TO RUN ON OUTSIDE OFDISPENSER UDC'S
GAS &/OR DIESEL PRODUCT LINES
VAPOR RETURN LINE
VAPOR RETURN LINE SIZE INCREASE
SECONDARY CLAMSHELL DETAIL
VAPOR RETURN LINE SIZE INCREASE
PRIMARY FITTINGS DETAIL
ALL UDC ENTRY FITTING
TO HAVE TEST PORT
LOCATED AT 12 O'CLOCKWITH A PLUGGED BALL VALVECONNECTED TO IT FOR TESTING
5
6
1
3
9
71110
DOUBLE WALL UDC SUMP DETAILS (TOP VIEW)
DOUBLE WALL SUMP DETAILS (SIDE VIEW)
1/8" MIN. SLOPE
TO UST's
4" OVER 2"
VAPOR RETURN LINE
3" OVER 2"
VAPOR RETURN LINE
3" OVER 2"
VAPOR RETURN LINE
4" OVER 3"
VAPOR RETURN LINE
T O U D C
29
26
29
23
1112
1011
1012
1011
011030-310-4
012020-410-4
011030-410-4
012020-101-8
012030-101-8
012030-360-3
012040-360-3
012030-310-3
012040-310-3
012030-410-3
012040-410-3
SMITHFIBERCAST
SMITHFIBERCAST
SMITHFIBERCAST
SMITHFIBERCAST
SMITHFIBERCAST
SMITHFIBERCAST
SMITHFIBERCAST
SMITHFIBERCAST
SMITHFIBERCAST
SMITHFIBERCAST
SMITHFIBERCAST
3" 45 DEGREE FIBERGLASS PRIMARY ELBOW
2" FIBERGLASS PRIMARY TEE
3" FIBERGLASS PRIMARY TEE
2" FIBERGLASS SLEEVE PRIMARY COUPLING
3" FIBERGLASS SLEEVE PRIMARY COUPLING
3" 90 DEGREE SECONDARY FIBERGLASS ELBOW (2 PIECES)
4" 90 DEGREE SECONDARY FIBERGLASS ELBOW ( 2 PIECES)
3" 45 DEGREE SECONDARY FIBERGLASS ELBOW ( 2 PIECES)
4" 45 DEGREE SECONDARY FIBERGLASS ELBOW ( 2 PIECES)
3" SECONDARY FIBERGLASS TEE (2 PIECE)
4" SECONDARY FIBERGLASS TEE (2 PIECE)
DISPENSER CONTAINMENT BOX (UDC)
SHEAR VALVE STABILIZER BARS
1 1/2" X 24" FLEX CONNECTOR
2" X 1 -1/2" NPT FIBERGLASS REDUCER BUSHING
GAS & DIESEL PRODUCT SHEAR VALVE
VAPOR SHEAR VALVE
3" X 2" SUMP ENTRY FITTING
3" X 2" FIBERGLASS REDUCER BUSHING
SUMP SENSOR (NON DISCRIMINATING)
2" FIBERGLASS PIPE
3" FIBERGLASS PIPE
4" FIBERGLASS PIPE
2" 90 DEGREE FIBERGLASS PRIMARY ELBOW
3" 90 DEGREE FIBERGLASS PRIMARY ELBOW
2" 45 DEGREE FIBERGLASS PRIMARY ELBOW
BRAVO
BRAVO
FLEXING
SMITH FIBERCAST
OPW
OPW
SMITH FIBERCAST
SMITH FIBERCAST
VEEDER-ROOT
SMITH FIBERCAST
SMITH FIBERCAST
SMITH FIBERCAST
SMITH FIBERCAST
SMITH FIBERCAST
SMITHFIBERCAST
B1670-D30
BRKT-B2
FF15X24HMXEZFG9
012020-231-4
OPW-10BHMP-5830
OP60-VSP-100
012030-626-0
012030-231-7
VR-794380-208
011020-069-2
011030-069-2
011040-069-2
012020-360-4
012030-360-4
012020-310-4
NO.PART NUMBERMANUFACTUREREQUIPMENT DESCRIPTION
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
012030-101-3
012040-101-3
012040-238-3
VR-794380-304
SMITHFIBERCAST
SMITHFIBERCAST
SMITHFIBERCAST
VEEDER-ROOT
3" SECONDARY FIBERGLASS SLEEVE COUPLING (2 PIECES)
4" SECONDARY FIBERGLASS SLEEVE COUPLING (2 PIECES)
4" X 3" FIBERGLASS CONCENTRIC REDUCER (2 PIECES)
MINI HYDROSTATIC SENSOR
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
30
1
2
4
7
3" OVER 2" DIESEL PRODUCT LINE
13
21 11 10
1/8" MIN. SLOPE (ALL LINES)
1
4
7
2
4
7
3" OVER 2" DIESEL PRODUCT LINE
1/8" MIN. SLOPE (ALL LINES)
10"
MIN.
3" OVER 2" 87 PRODUCT LINE
10"
MIN.
TO UST's
1321 11 10
3" OVER 2" VAPOR RETURN LINE
13
21
1826
29
3" OVER 2" 87 PRODUCT LINE
4" OVER 3" VAPOR RETURN LINE TO UST's
29 8
1725
1523
11
10
11
10
10"
MIN.
15
23
1
4
7
2
4
7
10"
MIN.11
12
3" OVER 2" DIESEL PRODUCT LINE
1/8" MIN. SLOPE (ALL LINES)
11
10
1/8" MIN. SLOPE
TO UST's 2" PRIMARY
VAPOR RETURN LINE
2" PRIMARY
VAPOR RETURN LINE
2" PRIMARY
VAPOR RETURN LINE
3" PRIMARY
VAPOR RETURN LINE
T O U D C
18
8
15
8 10
10
10
11
NOT USED
NOT USED
NOT USED
NOT USED
NOT USED
NOT USED
NOT USED
NOT USED
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
32
3
48
5 6
10
7
10
5 6
4 8
5 6
7
7
3 2
1
9
9
2.4'
4.
5
'
1.
9
'
3.
0
'
4.
0
'
FUEL PUMP DETAIL
N.T.S
NORTH
0
GRAPHIC SCALE IN FEET
5
2.5 5 10
1
2
3
4
5
6
7
8
9
10
REMOVE EXISTING FUEL FOCUS ASSET MANAGEMENT CONSOLE. STORE FOR
FUTURE RECONNECTION BY CITY FORCES.
REMOVE EXISTING LIGHT POLE
REMOVE EXISTING HOSE VAULT
REMOVE EXISTING PCC CURB ISLAND
REMOVE EXISTING FUEL DISPENSER
INSTALL GASBOY ATLAS FUEL DISPENSER: MODEL 9852KTW-1
(ISLAND-ORIENTED), AND RECONNECT ALL PIPING; SEE DETAIL THIS SHEET
CONSTRUCT FUEL CANOPY COLUMNS; SEE SHEET 6
CONSTRUCT 6" PCC CURB ISLAND
PATCH OR REPLACE CONCRETE SURFACE WITHIN LIMITS OF WORK; CONCRETE
SHALL BE 8" THICK 560-C-3500 REINFORCED WITH NO. 4 BARS, 18" O.C., OVER 4"
AGGREGATE BASE.
CONSTRUCT FUEL CANOPY; SEE SHEET 6
CONSTRUCTION NOTES
LEGEND
EXISTING FINISHED GRADE SPOT ELEVATION
EXISTING 0.5' CONTOUR*
EXISTING 2.5' CONTOUR
CONCRETE
CHAIN LINK
ELECTRICAL EQUIPMENT
*NOTE: CONTOUR INTERVAL IS 1'
C/L
E
LIGHT STANDARD
BACKFLOW PREVENTER RISER
CONC
AREA DRAIN
DRAIN INLET
ASPHALT
AD
DI
AC
GP
WATER VALVE
GUARD POST
STORM DRAIN MANHOLE
(UNLESS OTHERWISE NOTED)
SET CONTROL POINT
FIRE DEPARTMENT CONNECTION
FG:(365.73)
1003
1.INSTALL GASBOY ATLAS MODEL 9852KTW1 STD-FLOW TWIN
1 PUMP
2.REFERENCE MANUFACTURER FOR DETAILS
NOTES:
3
APPROX. EXCAVATION LIMITS
FUEL ISLAND CANOPY
24 36
9/30/25
!
U
L
9
7
1
U
L
9
7
1
U
L
9
7
1
1 3 0
NEW vent pipes
and vent rack
Centerline
of lowest
U-bolt on
Vapor
Polisher's
mounting
bracket
CRITICALDIMENSION:
9' - 2"MINIMUMabovegrade
1 P
12' - 0"min.abovegrade
Diesel vent c 2
Veeder-RootCarbon CanisterVapor Polisher
NEW
3
NOTE: Rack fabrication and installation
as shown will meet or exceed
Veeder-Root's standards for support of
the Carbon Canister Vapor Polisher.
1 3 0
on
of
.
PolisherVaporCanisterCarbon
Top of
reducing tee
Centerline of lowest U-bolt on
Vapor Polisher's mounting bracket
Cord grip
Vapor sensor
2-pin cable connector from
vapor valve assembly
to TLS field wiring
Vapor valve assembly
15
.
7
"
MI
N
I
M
U
M
Vapor Polisher Inlet
Locking 3 Way Ball Valve
(Shown in open position)P/V Vent Stack
Upper J-box, installed per
codes (epoxy-enclosed
connections in junction box)
Vapor valve filter housing
1
2
3
PART NUMBERNO. EQUIPMENT DESCRIPTION MANUFACTURER
NG FOR
QUIDS
1 3 0
723V-2203
23-0033
332761-002
OPW
OPW
Veeder-Root
Pressure Vacuum Vent
Diesel Vent Cap
Carbon Canister
NOTE: Canister/enclosure
must be labelledNO SMOKINGWITHIN 25 FEET
CARBON CANISTER DETAILS
21 33
1
2
3
NO.
!
NOTE: ALL ABOVE GROUND PIPING FOR
FLAMABLE OR COMBUSTIBLE LIQUIDS
SHALL BE METAL
U
L
9
7
1
U
L
9
7
1
U
L
9
7
1
NOTE: Rack fabrication and ins
as shown will meet or exc
Veeder-Root's standards for su
the Carbon Canister Vapor P
1 3 0
NEW vent pipes
and vent rack
Seal-off
Centerline
of lowest
U-bolt on
Vapor
Polisher's
mounting
bracket Top of
reducing tee
15
.
7
"
MI
N
I
M
U
M
CRITICALDIMENSION:
9' - 2"MINIMUMabovegrade
1 Pressure vacuum vent
Grade
Lower J-box, installed per
codes (epoxy-enclosed
connections in junction box)
Centerline of lowest U-bolt on
Vapor Polisher's mounting bracket
Upper J-box, installed per
codes (epoxy-enclosed
connections in junction box)
Diesel vent cap2
Veeder-RootCarbon CanisterVapor Polisher
NEW
3
12' - 0"min.abovegrade
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
32
3
48
5 6
10
7
10
5 6
4 8
5 6
7
7
3 2
1
9
9
2.4'
4.
5
'
1.
9
'
3.
0
'
4.
0
'
FUEL PUMP DETAIL
N.T.S
NORTH
0
GRAPHIC SCALE IN FEET
5
2.5 5 10
1
2
3
4
5
6
7
8
9
10
REMOVE EXISTING FUEL FOCUS ASSET MANAGEMENT CONSOLE. STORE FOR
FUTURE RECONNECTION BY CITY FORCES.
REMOVE EXISTING LIGHT POLE
REMOVE EXISTING HOSE VAULT
REMOVE EXISTING PCC CURB ISLAND
REMOVE EXISTING FUEL DISPENSER
INSTALL GASBOY ATLAS FUEL DISPENSER: MODEL 9852KTW-1
(ISLAND-ORIENTED), AND RECONNECT ALL PIPING; SEE DETAIL THIS SHEET
CONSTRUCT FUEL CANOPY COLUMNS; SEE SHEET 6
CONSTRUCT 6" PCC CURB ISLAND
PATCH OR REPLACE CONCRETE SURFACE WITHIN LIMITS OF WORK; CONCRETE
SHALL BE 8" THICK 560-C-3500 REINFORCED WITH NO. 4 BARS, 18" O.C., OVER 4"
AGGREGATE BASE.
CONSTRUCT FUEL CANOPY; SEE SHEET 6
CONSTRUCTION NOTES
LEGEND
EXISTING FINISHED GRADE SPOT ELEVATION
EXISTING 0.5' CONTOUR*
EXISTING 2.5' CONTOUR
CONCRETE
CHAIN LINK
ELECTRICAL EQUIPMENT
*NOTE: CONTOUR INTERVAL IS 1'
C/L
E
LIGHT STANDARD
BACKFLOW PREVENTER RISER
CONC
AREA DRAIN
DRAIN INLET
ASPHALT
AD
DI
AC
GP
WATER VALVE
GUARD POST
STORM DRAIN MANHOLE
(UNLESS OTHERWISE NOTED)
SET CONTROL POINT
FIRE DEPARTMENT CONNECTION
FG:(365.73)
1003
1.INSTALL GASBOY ATLAS MODEL 9852KTW1 STD-FLOW TWIN
1 PUMP
2.REFERENCE MANUFACTURER FOR DETAILS
NOTES:
3
APPROX. EXCAVATION LIMITS
FUEL ISLAND CANOPY
25 36
9/30/25
6"
MIN.
NEW ELECTRICAL CONDUIT
TO RUN ON OUTSIDE OF
VENT BOX
11
10 9
8 12
7
5
6
213
11
10*NOTE: 87 VENT LINES SECONDARY
MONITORING TO BE TIED TOGETHER
IN VENT BOX AS SHOWN AND MONITORED
UNDER ONLY 1 VACUUM SENSOR IN THE
87 MAIN STP SUMP
1
2
3
4
5
6
7
8
9
10
11
12
13
723V-2203
ASTM-A53
RS-500-JP-4S-CT
23-0033
794380-208
B500-F4S-DW-AB
FFEZ20X24
FR-3X2-T
F-30-F
011020-069-2
011030-069-2
012020-194-4
794390-304
OPW
STEEL
BRAVO
OPW
VEEDER ROOT
BRAVO
FLEXING
BRAVO
BRAVO
SMITHFIBERCAST
SMITHFIBERCAST
SMITHFIBERCAST
VEEDER ROOT
PRESSURE VACUUM VENT VALVE
2" GALVANIZED PIPE, NIPPLES & FITTINGS
VENT RACK
DIESEL VENT CAP
SUMP SENSOR (NON DISCRIMINATING)
VENT RISER CONTAINMENT SUMP
2" X 24" FLEX CONNECTOR
3" X 2" RETROFIT-S FIBERGLASS TEST BOOT
FF SERIES 3" PENETRATION FITTING
2" FIBERGLASS PIPE
3" FIBERGLASS PIPE
2" FIBERGLASS BELL X FEMALE NPT
MINI HYDROSTATIC SENSOR
EQUIPMENT DESCRIPTION MANUFACTURER PART NUMBERNO.VENT RACK DETAIL
VENT LINES
VENT BOX DETAIL (TOP VIEW)
VENT BOX DETAIL (SIDE VIEW)
SECOND ANNULAR
ACCESS PORT
5
7
6
12
9
87
R
E
G
U
L
A
R
87
R
E
G
U
L
A
R
DI
E
S
E
L
6
3
1
12' FT. MIN.
4
87
R
E
G
U
L
A
R
DI
E
S
E
L
87
R
E
G
U
L
A
R
VENT BOX DETAIL
22 33
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
32
3
48
5 6
10
7
10
5 6
4 8
5 6
7
7
3 2
1
9
9
2.4'
4.
5
'
1.
9
'
3.
0
'
4.
0
'
FUEL PUMP DETAIL
N.T.S
NORTH
0
GRAPHIC SCALE IN FEET
5
2.5 5 10
1
2
3
4
5
6
7
8
9
10
REMOVE EXISTING FUEL FOCUS ASSET MANAGEMENT CONSOLE. STORE FOR
FUTURE RECONNECTION BY CITY FORCES.
REMOVE EXISTING LIGHT POLE
REMOVE EXISTING HOSE VAULT
REMOVE EXISTING PCC CURB ISLAND
REMOVE EXISTING FUEL DISPENSER
INSTALL GASBOY ATLAS FUEL DISPENSER: MODEL 9852KTW-1
(ISLAND-ORIENTED), AND RECONNECT ALL PIPING; SEE DETAIL THIS SHEET
CONSTRUCT FUEL CANOPY COLUMNS; SEE SHEET 6
CONSTRUCT 6" PCC CURB ISLAND
PATCH OR REPLACE CONCRETE SURFACE WITHIN LIMITS OF WORK; CONCRETE
SHALL BE 8" THICK 560-C-3500 REINFORCED WITH NO. 4 BARS, 18" O.C., OVER 4"
AGGREGATE BASE.
CONSTRUCT FUEL CANOPY; SEE SHEET 6
CONSTRUCTION NOTES
LEGEND
EXISTING FINISHED GRADE SPOT ELEVATION
EXISTING 0.5' CONTOUR*
EXISTING 2.5' CONTOUR
CONCRETE
CHAIN LINK
ELECTRICAL EQUIPMENT
*NOTE: CONTOUR INTERVAL IS 1'
C/L
E
LIGHT STANDARD
BACKFLOW PREVENTER RISER
CONC
AREA DRAIN
DRAIN INLET
ASPHALT
AD
DI
AC
GP
WATER VALVE
GUARD POST
STORM DRAIN MANHOLE
(UNLESS OTHERWISE NOTED)
SET CONTROL POINT
FIRE DEPARTMENT CONNECTION
FG:(365.73)
1003
1.INSTALL GASBOY ATLAS MODEL 9852KTW1 STD-FLOW TWIN
1 PUMP
2.REFERENCE MANUFACTURER FOR DETAILS
NOTES:
3
APPROX. EXCAVATION LIMITS
FUEL ISLAND CANOPY
3626
9/30/25
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
EQUIPMENT DESCRIPTION MANUFACTURER PART NUMBERNO.
16
17
18
19
EQUIPMENT DESCRIPTION MANUFACTURER PART NUMBERNO.
VEEDER-ROOT TANK
LEVEL MAG PROBE
1911
11
10
11
10
89
19
87 REGULAR TURBINE SUMP SIDE VIEW
Sump and Penetration Fitting Details
48" DW CONTAINMENT SUMP
848480-001
FF15X24HMXEZFG9
A0716-042C
FL100GRAY-SK12
VR-794390-208
STP200-VL2
F-17-RR-D
012030-626-0
011020-069-2
011030-069-2
846390-109
XERXES
VEEDER-ROOT
FLEXING
FIBRELITE
OPW
VEEDER-ROOT
F. E. PETRO
BRAVO
SMITH FIBERCAST
SMITH FIBERCAST
SMITH FIBERCAST
VEEDER-ROOT
48" DOUBLE WALL TURBINE SUMP
ELECTRONIC LINE LEAK DETECTOR
1 1/2" X 24" FLEX CONNECTOR
42" Dia. WATERTIGHT FLAT SEALED COVER
EXTRACTOR VALVE
SUMP SENSOR (NON DISCRIMINATING)
SUBMERSIBLE TURBINE PUMP
ELEC. CONDUIT PENETRATION FITTING FOR 3/4"
3" X 2" FIBERGLASS SUMP PENETRATION FITTING
2" FIBERGLASS PIPE
3" FIBERGLASS PIPE
TANK LEVEL MAGNETOSTRICTIVE PROBE
TANK LEVEL FLOAT KIT
INTERSTITIAL LIQUID SENSOR
18" MANHOLE
VEEDER-ROOT
VEEDER-ROOT
OPW
846400-001
VR-794390-303
104A-1800WT
87 REGULAR TURBINE SUMP TOP VIEW
Sump and Penetration Fitting Details
87 & DSL ANNULAR SIDE VIEW
Sump and Penetration Fitting Details
VR-794380-304
VR-330020-485
100-501
011040-069-2
VEEDER-ROOT
VEEDER-ROOT
JOMAR
SMITH FIBERCAST
MINI HYDROSTATIC SENSOR
VACUUM SENSOR KIT
1/4" STAINLESS STEEL BALL VALVE
4" FIBERGLASS PIPE
11
16
1
6
8
15
14MONITORING
WELL
SECOND ANNULAR
ACCESS PORT
1
4
7 2
19
ELECTRICAL
CONDUIT9
1110
PRODUCT LINE
VAPOR LINE
VENT LINE
911
10
17 12
2
7
8
ALL SUMP ENTRY FITTING
TO HAVE TEST PORT
LOCATED AT 6 O'CLOCK
WITH A BALL VALVE
CONNECTED TO IT FOR TESTING
18
7 F.E. PETRO
SUBMERSIBLE TURBINE PUMP
VEEDER-ROOT MAG PROBE
SET OVERFILL ALARM AT 90%,
HIGH PRODUCT AT 95%
6
12
VEEDER-ROOT
MAG PROBE FLOAT KIT 13
SECOND ANNULAR
ACCESS PORT
9PRODUCT LINE
VAPOR LINEVENT LINE
9
ELECTRICAL
CONDUIT8
17
3
16
87 REGULAR STP DETAIL
23 33
16
17
18
19
EQUIPMENT DESCRIPTION MANUFACTURER PART NUMBERNO.
VR-794380-304
VR-330020-485
100-501
011040-069-2
VEEDER-ROOT
VEEDER-ROOT
JOMAR
SMITH FIBERCAST
MINI HYDROSTATIC SENSOR
VACUUM SENSOR KIT
1/4" STAINLESS STEEL BALL VALVE
4" FIBERGLASS PIPE
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
EQUIPMENT DESCRIPTION MANUFACTURER PART NUMBERNO.
48" DW CONTAINMENT SUMP
848480-001
FF15X24HMXEZFG9
FL100GRAY-SK12
233-4432
VR-794390-208
STP200-VL2
F-17-RR-D
012030-626-0
011020-069-2
011030-069-2
846390-109
XERXES
VEEDER-ROOT
FLEXING
FIBRELITE
OPW
VEEDER-ROOT
F. E. PETRO
BRAVO
SMITH FIBERCAST
SMITH FIBERCAST
SMITH FIBERCAST
VEEDER-ROOT
48" DOUBLE WALL TURBINE SUMP
ELECTRONIC LINE LEAK DETECTOR
1 1/2" X 24" FLEX CONNECTOR
42" Dia. WATERTIGHT FLAT SEALED COVER
EXTRACTOR VALVE
SUMP SENSOR (NON DISCRIMINATING)
SUBMERSIBLE TURBINE PUMP
ELEC. CONDUIT PENETRATION FITTING FOR 3/4"
3" X 2" FIBERGLASS SUMP PENETRATION FITTING
2" FIBERGLASS PIPE
3" FIBERGLASS PIPE
TANK LEVEL MAGNETOSTRICTIVE PROBE
TANK LEVEL FLOAT KIT
INTERSTITIAL LIQUID SENSOR
18" MANHOLE
VEEDER-ROOT
VEEDER-ROOT
OPW
846400-001
VR-794390-303
104A-1800WT
VEEDER-ROOT TANK
LEVEL MAG PROBE
19
11
11
10
11
10
89
19
87 REGULAR TURBINE SUMP SIDE VIEW
Sump and Penetration Fitting Details
87 REGULAR TURBINE SUMP TOP VIEW
Sump and Penetration Fitting Details
87 & DSL ANNULAR SIDE VIEW
Sump and Penetration Fitting Details
11
16
1
6
8
15
14MONITORING
WELL
SECOND ANNULAR
ACCESS PORT
1
4
7 2
19
ELECTRICAL
CONDUIT9
1110
PRODUCT LINE
VAPOR LINE
VENT LINE
911
10
17 12
2
7
8
ALL SUMP ENTRY FITTING
TO HAVE TEST PORT
LOCATED AT 6 O'CLOCK
WITH A BALL VALVE
CONNECTED TO IT FOR TESTING
18
7 F.E. PETRO
SUBMERSIBLE TURBINE PUMP
VEEDER-ROOT MAG PROBE
SET OVERFILL ALARM AT 90%,
HIGH PRODUCT AT 95%
6
12
VEEDER-ROOT
MAG PROBE FLOAT KIT 13
SECOND ANNULAR
ACCESS PORT
9PRODUCT LINE
VAPOR LINEVENT LINE
9
ELECTRICAL
CONDUIT8
17
3
16
5
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
32
3
48
5 6
10
7
10
5 6
4 8
5 6
7
7
3 2
1
9
9
2.4'
4.
5
'
1.
9
'
3.
0
'
4.
0
'
FUEL PUMP DETAIL
N.T.S
NORTH
0
GRAPHIC SCALE IN FEET
5
2.5 5 10
1
2
3
4
5
6
7
8
9
10
REMOVE EXISTING FUEL FOCUS ASSET MANAGEMENT CONSOLE. STORE FOR
FUTURE RECONNECTION BY CITY FORCES.
REMOVE EXISTING LIGHT POLE
REMOVE EXISTING HOSE VAULT
REMOVE EXISTING PCC CURB ISLAND
REMOVE EXISTING FUEL DISPENSER
INSTALL GASBOY ATLAS FUEL DISPENSER: MODEL 9852KTW-1
(ISLAND-ORIENTED), AND RECONNECT ALL PIPING; SEE DETAIL THIS SHEET
CONSTRUCT FUEL CANOPY COLUMNS; SEE SHEET 6
CONSTRUCT 6" PCC CURB ISLAND
PATCH OR REPLACE CONCRETE SURFACE WITHIN LIMITS OF WORK; CONCRETE
SHALL BE 8" THICK 560-C-3500 REINFORCED WITH NO. 4 BARS, 18" O.C., OVER 4"
AGGREGATE BASE.
CONSTRUCT FUEL CANOPY; SEE SHEET 6
CONSTRUCTION NOTES
LEGEND
EXISTING FINISHED GRADE SPOT ELEVATION
EXISTING 0.5' CONTOUR*
EXISTING 2.5' CONTOUR
CONCRETE
CHAIN LINK
ELECTRICAL EQUIPMENT
*NOTE: CONTOUR INTERVAL IS 1'
C/L
E
LIGHT STANDARD
BACKFLOW PREVENTER RISER
CONC
AREA DRAIN
DRAIN INLET
ASPHALT
AD
DI
AC
GP
WATER VALVE
GUARD POST
STORM DRAIN MANHOLE
(UNLESS OTHERWISE NOTED)
SET CONTROL POINT
FIRE DEPARTMENT CONNECTION
FG:(365.73)
1003
1.INSTALL GASBOY ATLAS MODEL 9852KTW1 STD-FLOW TWIN
1 PUMP
2.REFERENCE MANUFACTURER FOR DETAILS
NOTES:
3
APPROX. EXCAVATION LIMITS
FUEL ISLAND CANOPY
27 36
9/30/25
MA
X6"
2"MIN
45%
FLAPPER REQUIRED
SET AT 95%
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
EQUIPMENT DESCRIPTION MANUFACTURER PART NUMBERNO.
2
87 REGULAR FILL SUMP PLAN VIEW
Sump and Penetration Fitting Details
87 REGULAR FILL SUMP SIDE VIEW
Sump and Penetration Fitting Details
OPW
Bucket and Fitting Details
SECOND ANNULAR
ACCESS PORT
SECOND ANNULAR
ACCESS PORT
NOTE: SPILL BUCKETS TO BE TESTED TO HOLD
5 GALLONS BELOW THE CAP
4
1
3
10
9
2
11
3
1
4
8
6
14 13
5
7
1512
9
SUMP SENSOR (NON DISCRIMINATING)
MINI HYDROSTATIC SENSOR
42" DOUBLE WALL FILL SUMP
ELEC. CONDUIT PENETRATION FITTING FOR 3/4"
VEEDER-ROOT
VEEDER-ROOT
XERXES
BRAVO
VR-794390-208
VR-794380-304
42" DW CONTAINMENT SUMP
F-17-RR-D
5 GALLON PRODUCT CONTAINMENT BUCKET
5 GALLON VAPOR CONTAINMENT BUCKET
PRODUCT SWIVEL ADAPTOR
VAPOR SWIVEL ADAPTOR
DROP TUBE
DROP TUBE FLAPPER
42" Dia. WATERTIGHT FLAT SEALED MULTI PORT COVER
FACE SEAL ADAPTER
PRODUCT DUST CAP
VAPOR DUST CAP
JACK SCREW KIT
P761C-FLDV
P761C-FLPL
61SALP-1020-EVR
61VSA-1020-EVR
61T-SS
71SO
PK2-42RTMP
FSA-400-S
634TT-EVR
1711T-EVR
61JSK-4410
OPW
OPW
OPW
OPW
OPW
OPW
OPW
OPW
OPW
OPW
OPW
87 REGULAR FILL SUMP DETAIL
24 33
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
32
3
48
5 6
10
7
10
5 6
4 8
5 6
7
7
3 2
1
9
9
2.4'
4.
5
'
1.
9
'
3.
0
'
4.
0
'
FUEL PUMP DETAIL
N.T.S
NORTH
0
GRAPHIC SCALE IN FEET
5
2.5 5 10
1
2
3
4
5
6
7
8
9
10
REMOVE EXISTING FUEL FOCUS ASSET MANAGEMENT CONSOLE. STORE FOR
FUTURE RECONNECTION BY CITY FORCES.
REMOVE EXISTING LIGHT POLE
REMOVE EXISTING HOSE VAULT
REMOVE EXISTING PCC CURB ISLAND
REMOVE EXISTING FUEL DISPENSER
INSTALL GASBOY ATLAS FUEL DISPENSER: MODEL 9852KTW-1
(ISLAND-ORIENTED), AND RECONNECT ALL PIPING; SEE DETAIL THIS SHEET
CONSTRUCT FUEL CANOPY COLUMNS; SEE SHEET 6
CONSTRUCT 6" PCC CURB ISLAND
PATCH OR REPLACE CONCRETE SURFACE WITHIN LIMITS OF WORK; CONCRETE
SHALL BE 8" THICK 560-C-3500 REINFORCED WITH NO. 4 BARS, 18" O.C., OVER 4"
AGGREGATE BASE.
CONSTRUCT FUEL CANOPY; SEE SHEET 6
CONSTRUCTION NOTES
LEGEND
EXISTING FINISHED GRADE SPOT ELEVATION
EXISTING 0.5' CONTOUR*
EXISTING 2.5' CONTOUR
CONCRETE
CHAIN LINK
ELECTRICAL EQUIPMENT
*NOTE: CONTOUR INTERVAL IS 1'
C/L
E
LIGHT STANDARD
BACKFLOW PREVENTER RISER
CONC
AREA DRAIN
DRAIN INLET
ASPHALT
AD
DI
AC
GP
WATER VALVE
GUARD POST
STORM DRAIN MANHOLE
(UNLESS OTHERWISE NOTED)
SET CONTROL POINT
FIRE DEPARTMENT CONNECTION
FG:(365.73)
1003
1.INSTALL GASBOY ATLAS MODEL 9852KTW1 STD-FLOW TWIN
1 PUMP
2.REFERENCE MANUFACTURER FOR DETAILS
NOTES:
3
APPROX. EXCAVATION LIMITS
FUEL ISLAND CANOPY
28 36
9/30/25
DIESEL STP SUMP DETAIL
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
EQUIPMENT DESCRIPTION MANUFACTURER PART NUMBERNO.
16
17
18
EQUIPMENT DESCRIPTION MANUFACTURER PART NUMBERNO.
19
20
21
VEEDER-ROOT TANK
LEVEL MAG PROBE
DIESEL TURBINE SUMP SIDE VIEW
Sump and Penetration Fitting Details
DIESEL TURBINE SUMP TOP VIEW
Sump and Penetration Fitting Details
48" DW CONTAINMENT SUMP
848480-001
FF15X24HMXEZFG9
FL100GRAY-SK12
233-4432
VR-794390-208
STP200-VL2
F-17-RR-D
012030-626-0
011020-069-2
011030-069-2
846390-109
XERXES
VEEDER-ROOT
FLEXING
FIBRELITE
OPW
VEEDER-ROOT
F. E. PETRO
BRAVO
SMITH FIBERCAST
SMITH FIBERCAST
SMITH FIBERCAST
VEEDER-ROOT
48" DOUBLE WALL TURBINE SUMP
ELECTRONIC LINE LEAK DETECTOR
1 1/2" X 24" FLEX CONNECTOR
42" Dia. WATERTIGHT FLAT SEALED COVER
EXTRACTOR VALVE
SUMP SENSOR (NON DISCRIMINATING)
SUBMERSIBLE TURBINE PUMP
ELEC. CONDUIT PENETRATION FITTING FOR 3/4"
3" X 2" FIBERGLASS SUMP PENETRATION FITTING
2" FIBERGLASS PIPE
3" FIBERGLASS PIPE
TANK LEVEL MAGNETOSTRICTIVE PROBE
TANK LEVEL FLOAT KIT
INTERSTITIAL LIQUID SENSOR
18" MANHOLE
VEEDER-ROOT
VEEDER-ROOT
OPW
846400-001
VR-794390-303
104A-1800WT
VR-794380-304
VR-330020-480
100-501
VR-794390-303
A0716-018C
011040-069-2
VEEDER-ROOT
VEEDER-ROOT
JOMAR
VEEDER-ROOT
EMCO WHEATON
SMITH FIBERCAST
MINI HYDROSTATIC SENSOR
VACUUM SENSOR KIT
1/4" STAINLESS STEEL BALL VALVE
INTERSTITIAL LIQUID SENSOR
18" MANHOLE
4" FIBERGLASS PIPE
10
11
9
16
1
6
8
17 12 SECOND ANNULAR
ACCESS PORT
PRODUCT LINE
7
ALL SUMP ENTRY FITTING
TO HAVE TEST PORT
LOCATED AT 6 O'CLOCK
WITH A BALL VALVE
CONNECTED TO IT FOR TESTING
F.E. PETRO
SUBMERSIBLE TURBINE PUMP VEEDER-ROOT
MAG PROBE FLOAT KIT
1110
9
8
1
4
816
7 2
13
3
PRODUCT LINE
18
9
11
10
VENT LINE
2
7
VEEDER-ROOT MAG PROBE
SET OVERFILL ALARM AT 90%,
HIGH PRODUCT AT 95%
SECOND ANNULAR
ACCESS PORT 11
10
5
12
6
VENT LINE
921
17
25 33
48
"
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
EQUIPMENT DESCRIPTION MANUFACTURER PART NUMBERNO.
48" DW CONTAINMENT SUMP
848480-001
FF15X24HMXEZFG9
FL100GRAY-SK12
233-4432
VR-794390-208
STP200-VL2
F-17-RR-D
012030-626-0
011020-069-2
011030-069-2
846390-109
XERXES
VEEDER-ROOT
FLEXING
FIBRELITE
OPW
VEEDER-ROOT
F. E. PETRO
BRAVO
SMITH FIBERCAST
SMITH FIBERCAST
SMITH FIBERCAST
VEEDER-ROOT
48" DOUBLE WALL TURBINE SUMP
ELECTRONIC LINE LEAK DETECTOR
1 1/2" X 24" FLEX CONNECTOR
42" Dia. WATERTIGHT FLAT SEALED COVER
EXTRACTOR VALVE
SUMP SENSOR (NON DISCRIMINATING)
SUBMERSIBLE TURBINE PUMP
ELEC. CONDUIT PENETRATION FITTING FOR 3/4"
3" X 2" FIBERGLASS SUMP PENETRATION FITTING
2" FIBERGLASS PIPE
3" FIBERGLASS PIPE
TANK LEVEL MAGNETOSTRICTIVE PROBE
TANK LEVEL FLOAT KIT
1/4" STAINLESS STEEL BALL VALVE
VACUUM SENSOR KIT
VEEDER-ROOT
JOMAR
VEEDER-ROOT
846400-001
100-501
VR-330020-480
16
17
18
EQUIPMENT DESCRIPTION MANUFACTURER PART NUMBERNO.
19
20
21
VR-794380-304VEEDER-ROOTMINI HYDROSTATIC SENSOR
VEEDER-ROOT TANK
LEVEL MAG PROBE
11
10
DIESEL TURBINE SUMP SIDE VIEW
Sump and Penetration Fitting Details
DIESEL TURBINE SUMP TOP VIEW
Sump and Penetration Fitting Details
10
11
9
16
1
6
8
15 12 SECOND ANNULAR
ACCESS PORT
PRODUCT LINE
7
ALL SUMP ENTRY FITTING
TO HAVE TEST PORT
LOCATED AT 6 O'CLOCK
WITH A BALL VALVE
CONNECTED TO IT FOR TESTING
F.E. PETRO
SUBMERSIBLE TURBINE PUMP VEEDER-ROOT
MAG PROBE FLOAT KIT
1110
9
8
1
4
816
7 2
13
3
PRODUCT LINE
14
9
11
10
VENT LINE
2
7
VEEDER-ROOT MAG PROBE
SET OVERFILL ALARM AT 90%,
HIGH PRODUCT AT 95%
SECOND ANNULAR
ACCESS PORT5
12
6
VENT LINE
921
15
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
32
3
48
5 6
10
7
10
5 6
4 8
5 6
7
7
3 2
1
9
9
2.4'
4.
5
'
1.
9
'
3.
0
'
4.
0
'
FUEL PUMP DETAIL
N.T.S
NORTH
0
GRAPHIC SCALE IN FEET
5
2.5 5 10
1
2
3
4
5
6
7
8
9
10
REMOVE EXISTING FUEL FOCUS ASSET MANAGEMENT CONSOLE. STORE FOR
FUTURE RECONNECTION BY CITY FORCES.
REMOVE EXISTING LIGHT POLE
REMOVE EXISTING HOSE VAULT
REMOVE EXISTING PCC CURB ISLAND
REMOVE EXISTING FUEL DISPENSER
INSTALL GASBOY ATLAS FUEL DISPENSER: MODEL 9852KTW-1
(ISLAND-ORIENTED), AND RECONNECT ALL PIPING; SEE DETAIL THIS SHEET
CONSTRUCT FUEL CANOPY COLUMNS; SEE SHEET 6
CONSTRUCT 6" PCC CURB ISLAND
PATCH OR REPLACE CONCRETE SURFACE WITHIN LIMITS OF WORK; CONCRETE
SHALL BE 8" THICK 560-C-3500 REINFORCED WITH NO. 4 BARS, 18" O.C., OVER 4"
AGGREGATE BASE.
CONSTRUCT FUEL CANOPY; SEE SHEET 6
CONSTRUCTION NOTES
LEGEND
EXISTING FINISHED GRADE SPOT ELEVATION
EXISTING 0.5' CONTOUR*
EXISTING 2.5' CONTOUR
CONCRETE
CHAIN LINK
ELECTRICAL EQUIPMENT
*NOTE: CONTOUR INTERVAL IS 1'
C/L
E
LIGHT STANDARD
BACKFLOW PREVENTER RISER
CONC
AREA DRAIN
DRAIN INLET
ASPHALT
AD
DI
AC
GP
WATER VALVE
GUARD POST
STORM DRAIN MANHOLE
(UNLESS OTHERWISE NOTED)
SET CONTROL POINT
FIRE DEPARTMENT CONNECTION
FG:(365.73)
1003
1.INSTALL GASBOY ATLAS MODEL 9852KTW1 STD-FLOW TWIN
1 PUMP
2.REFERENCE MANUFACTURER FOR DETAILS
NOTES:
3
APPROX. EXCAVATION LIMITS
FUEL ISLAND CANOPY
29 36
9/30/25
DIESEL FILL SUMP DETAIL
MA
X6"
2"MIN
45%
FLAPPER REQUIRED
SET AT 95%
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
EQUIPMENT DESCRIPTION MANUFACTURER PART NUMBERNO.
16
17
EQUIPMENT DESCRIPTION MANUFACTURER PART NUMBERNO.
3" FIBERGLASS PIPE
MINI HYDROSTATIC SENSOR
2
DIESEL FILL SUMP PLAN VIEW
Sump and Penetration Fitting Details
DIESEL FILL SUMP SIDE VIEW
Sump and Penetration Fitting Details
OPW
Bucket and Fitting Details
42" DOUBLE WALL FILL SUMP
ELEC. CONDUIT PENETRATION FITTING FOR 3/4"
SUMP SENSOR (NON DISCRIMINATING)
2" X 24" FLEX CONNECTOR
XERXES
BRAVO
VEEDER-ROOT
FLEXING
VR-794390-208
FF20X12SSHMXSSHM
42" DW CONTAINMENT SUMP
F-17-SS-D
5 GALLON PRODUCT CONTAINMENT BUCKET
PRODUCT SWIVEL ADAPTOR
DROP TUBE
DROP TUBE FLAPPER
42" Dia. WATERTIGHT FLAT SEALED MULTI PORT COVER
FACE SEAL ADAPTER
PRODUCT DUST CAP
JACK SCREW KIT
EXTRACTOR VALVE
3" X 2" FIBERGLASS SUMP PENETRATION FITTING
2" FIBERGLASS PIPE
P761C-FLDV
61SALP-1020-EVR
61T-SS
71SO
DMP42-2-SW-YEL
FSA-400-S
634TT-EVR
61JSK-4410
233-4432
012030-626-0
011020-069-2
OPW
OPW
OPW
OPW
OPW
OPW
OPW
OPW
OPW
A.O. SMITH
A.O. SMITH
A.O. SMITH
VEEDER-ROOT
011030-069-2
VR-794380-304
SECOND ANNULAR
ACCESS PORT
SECOND ANNULAR
ACCESS PORT
NOTE: SPILL BUCKETS TO BE TESTED TO HOLD
5 GALLONS BELOW THE CAP
17
1
13
3
8
7
2
9
3
1
17
11
5
6
1210
7
26 33
42
"
NORTH
CALE IN FEET
5 10
1
2
3
4
5
6
7
8
9
10
11
12
13
14
EQUIPMENT DESCRIPTION MANUFACTURER PART NUMBERNO.
42" DOUBLE WALL FILL SUMP
ELEC. CONDUIT PENETRATION FITTING FOR 3/4"
SUMP SENSOR (NON DISCRIMINATING)
2" X 24" FLEX CONNECTOR
XERXES
BRAVO
VEEDER-ROOT
FLEXING
VR-794390-208
FF20X12SSHMXSSHM
42" DW CONTAINMENT SUMP
F-17-SS-D
5 GALLON PRODUCT CONTAINMENT BUCKET
PRODUCT SWIVEL ADAPTOR
DROP TUBE
DROP TUBE FLAPPER
42" Dia. WATERTIGHT FLAT SEALED MULTI PORT COVER
FACE SEAL ADAPTER
PRODUCT DUST CAP
JACK SCREW KIT
EXTRACTOR VALVE
MINI HYDROSTATIC SENSOR
P761C-FLDV
61SALP-1020-EVR
61T-SS
71SO
DMP42-2-SW-YEL
FSA-400-S
634TT-EVR
61JSK-4410
233-4432
VR-794380-304
OPW
OPW
OPW
OPW
OPW
OPW
OPW
OPW
OPW
VEEDER-ROOT
MA
X6"
2"MIN
45%
FLAPPER REQUIRED
SET AT 95%
2
DIESEL FILL SUMP PLAN VIEW
Sump and Penetration Fitting Details
DIESEL FILL SUMP SIDE VIEW
Sump and Penetration Fitting Details
OPW
Bucket and Fitting Details
SECOND ANNULAR
ACCESS PORT
SECOND ANNULAR
ACCESS PORT
NOTE: SPILL BUCKETS TO BE TESTED TO HOLD
5 GALLONS BELOW THE CAP
14
1
13
3
8
7
2
9
3
1
14
11
5
6
1210
7
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
32
3
48
5 6
10
7
10
5 6
4 8
5 6
7
7
3 2
1
9
9
2.4'
4.
5
'
1.
9
'
3.
0
'
4.
0
'
FUEL PUMP DETAIL
N.T.S
NORTH
0
GRAPHIC SCALE IN FEET
5
2.5 5 10
1
2
3
4
5
6
7
8
9
10
REMOVE EXISTING FUEL FOCUS ASSET MANAGEMENT CONSOLE. STORE FOR
FUTURE RECONNECTION BY CITY FORCES.
REMOVE EXISTING LIGHT POLE
REMOVE EXISTING HOSE VAULT
REMOVE EXISTING PCC CURB ISLAND
REMOVE EXISTING FUEL DISPENSER
INSTALL GASBOY ATLAS FUEL DISPENSER: MODEL 9852KTW-1
(ISLAND-ORIENTED), AND RECONNECT ALL PIPING; SEE DETAIL THIS SHEET
CONSTRUCT FUEL CANOPY COLUMNS; SEE SHEET 6
CONSTRUCT 6" PCC CURB ISLAND
PATCH OR REPLACE CONCRETE SURFACE WITHIN LIMITS OF WORK; CONCRETE
SHALL BE 8" THICK 560-C-3500 REINFORCED WITH NO. 4 BARS, 18" O.C., OVER 4"
AGGREGATE BASE.
CONSTRUCT FUEL CANOPY; SEE SHEET 6
CONSTRUCTION NOTES
LEGEND
EXISTING FINISHED GRADE SPOT ELEVATION
EXISTING 0.5' CONTOUR*
EXISTING 2.5' CONTOUR
CONCRETE
CHAIN LINK
ELECTRICAL EQUIPMENT
*NOTE: CONTOUR INTERVAL IS 1'
C/L
E
LIGHT STANDARD
BACKFLOW PREVENTER RISER
CONC
AREA DRAIN
DRAIN INLET
ASPHALT
AD
DI
AC
GP
WATER VALVE
GUARD POST
STORM DRAIN MANHOLE
(UNLESS OTHERWISE NOTED)
SET CONTROL POINT
FIRE DEPARTMENT CONNECTION
FG:(365.73)
1003
1.INSTALL GASBOY ATLAS MODEL 9852KTW1 STD-FLOW TWIN
1 PUMP
2.REFERENCE MANUFACTURER FOR DETAILS
NOTES:
3
APPROX. EXCAVATION LIMITS
FUEL ISLAND CANOPY
333036
9/30/25
20,000 GALLON TANK DETAIL
27 33
F. E. PETRO
TURBINE
4" MIN.
6" MAX.
VEEDER-ROOT MAG PROBE
SET AT 90%
CL
CL
DROP TUBE
BRINE RESERVOIR
AND INTERSTITIAL
MONITOR
20,000 GALLON XERXES DOUBLE WALLED FIBERGLASS TANK
20,000 GALLON XERXES DOUBLE WALLED FIBERGLASS TANK
20,000 GALLONS
20,000 GALLONS
20,000 GALLON UNDERGROUND FIBERGLASS STORAGE TANK XERXES 10' DIA. DOUBLE-WALL CAP. 20,000 GALLONS
TANK DESCRIPTION MANUFACTURER PART NUMBERNO.
1
ITEM
A
B
E
D
C
QTY
1
2
1
1
1
DESCRIPTION
18" DIA HYDROSTATIC MONITORING RESERVOIR WITH 4" NPT FITTING
4" NPT SERVICE FITTINGS
22" DIA MANWAY WITH 5 - 4" NPT FITTINGS IN COVER
48" DIA DW CONTAINMENT & 72" HIGH DOUBLE WALL BRINE MONITORED CONTAINMENT SUMP WITH 36" DIA WATERTIGHT TOP COVER
42" DIA DW CONTAINMENT & 72" HIGH DOUBLE WALL BRINE MONITORED CONTAINMENT SUMP WITH 32" DIA WATERTIGHT TOP COVER
37' 8.75"
12' 6"12' 6"
10' 4" O.D.
10' 0" I.D.
EA
B
C
D
FLAPPER REQUIRED
SET AT 95%
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
32
3
48
5 6
10
7
10
5 6
4 8
5 6
7
7
3 2
1
9
9
2.4'
4.
5
'
1.
9
'
3.
0
'
4.
0
'
FUEL PUMP DETAIL
N.T.S
NORTH
0
GRAPHIC SCALE IN FEET
5
2.5 5 10
1
2
3
4
5
6
7
8
9
10
REMOVE EXISTING FUEL FOCUS ASSET MANAGEMENT CONSOLE. STORE FOR
FUTURE RECONNECTION BY CITY FORCES.
REMOVE EXISTING LIGHT POLE
REMOVE EXISTING HOSE VAULT
REMOVE EXISTING PCC CURB ISLAND
REMOVE EXISTING FUEL DISPENSER
INSTALL GASBOY ATLAS FUEL DISPENSER: MODEL 9852KTW-1
(ISLAND-ORIENTED), AND RECONNECT ALL PIPING; SEE DETAIL THIS SHEET
CONSTRUCT FUEL CANOPY COLUMNS; SEE SHEET 6
CONSTRUCT 6" PCC CURB ISLAND
PATCH OR REPLACE CONCRETE SURFACE WITHIN LIMITS OF WORK; CONCRETE
SHALL BE 8" THICK 560-C-3500 REINFORCED WITH NO. 4 BARS, 18" O.C., OVER 4"
AGGREGATE BASE.
CONSTRUCT FUEL CANOPY; SEE SHEET 6
CONSTRUCTION NOTES
LEGEND
EXISTING FINISHED GRADE SPOT ELEVATION
EXISTING 0.5' CONTOUR*
EXISTING 2.5' CONTOUR
CONCRETE
CHAIN LINK
ELECTRICAL EQUIPMENT
*NOTE: CONTOUR INTERVAL IS 1'
C/L
E
LIGHT STANDARD
BACKFLOW PREVENTER RISER
CONC
AREA DRAIN
DRAIN INLET
ASPHALT
AD
DI
AC
GP
WATER VALVE
GUARD POST
STORM DRAIN MANHOLE
(UNLESS OTHERWISE NOTED)
SET CONTROL POINT
FIRE DEPARTMENT CONNECTION
FG:(365.73)
1003
1.INSTALL GASBOY ATLAS MODEL 9852KTW1 STD-FLOW TWIN
1 PUMP
2.REFERENCE MANUFACTURER FOR DETAILS
NOTES:
3
APPROX. EXCAVATION LIMITS
FUEL ISLAND CANOPY
31 36
9/30/25
12,000 GALLON TANK DETAIL
28 33
F. E. PETRO
TURBINE
4" MIN.
6" MAX.
VEEDER-ROOT MAG PROBE
SET AT 90%
CL
CL
DROP TUBE
BRINE RESERVOIR
AND INTERSTITIAL
MONITOR
12,000 GALLON XERXES DOUBLE WALLED FIBERGLASS TANK
12,000 GALLON XERXES DOUBLE WALLED FIBERGLASS TANK
12,000 GALLONS
12,000 GALLONS
12,000 GALLON UNDERGROUND FIBERGLASS STORAGE TANK XERXES 10' DIA. DOUBLE-WALL CAP. 12,000 GALLONS
TANK DESCRIPTION MANUFACTURER PART NUMBERNO.
1
ITEM
A
B
E
D
C
QTY
1
2
1
1
1
DESCRIPTION
18" DIA HYDROSTATIC MONITORING RESERVOIR WITH 4" NPT FITTING
4" NPT SERVICE FITTINGS
22" DIA MANWAY WITH 5 - 4" NPT FITTINGS IN COVER
48" DIA DW CONTAINMENT & 72" HIGH DOUBLE WALL BRINE MONITORED CONTAINMENT SUMP WITH 36" DIA WATERTIGHT TOP COVER
42" DIA DW CONTAINMENT & 72" HIGH DOUBLE WALL BRINE MONITORED CONTAINMENT SUMP WITH 32" DIA WATERTIGHT TOP COVER
23' 8.50"
7' 6"7' 6"
10' 4" O.D.
10' 0" I.D.
EA
B
C
D
FLAPPER REQUIRED
SET AT 95%
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
32
3
48
5 6
10
7
10
5 6
4 8
5 6
7
7
3 2
1
9
9
2.4'
4.
5
'
1.
9
'
3.
0
'
4.
0
'
FUEL PUMP DETAIL
N.T.S
NORTH
0
GRAPHIC SCALE IN FEET
5
2.5 5 10
1
2
3
4
5
6
7
8
9
10
REMOVE EXISTING FUEL FOCUS ASSET MANAGEMENT CONSOLE. STORE FOR
FUTURE RECONNECTION BY CITY FORCES.
REMOVE EXISTING LIGHT POLE
REMOVE EXISTING HOSE VAULT
REMOVE EXISTING PCC CURB ISLAND
REMOVE EXISTING FUEL DISPENSER
INSTALL GASBOY ATLAS FUEL DISPENSER: MODEL 9852KTW-1
(ISLAND-ORIENTED), AND RECONNECT ALL PIPING; SEE DETAIL THIS SHEET
CONSTRUCT FUEL CANOPY COLUMNS; SEE SHEET 6
CONSTRUCT 6" PCC CURB ISLAND
PATCH OR REPLACE CONCRETE SURFACE WITHIN LIMITS OF WORK; CONCRETE
SHALL BE 8" THICK 560-C-3500 REINFORCED WITH NO. 4 BARS, 18" O.C., OVER 4"
AGGREGATE BASE.
CONSTRUCT FUEL CANOPY; SEE SHEET 6
CONSTRUCTION NOTES
LEGEND
EXISTING FINISHED GRADE SPOT ELEVATION
EXISTING 0.5' CONTOUR*
EXISTING 2.5' CONTOUR
CONCRETE
CHAIN LINK
ELECTRICAL EQUIPMENT
*NOTE: CONTOUR INTERVAL IS 1'
C/L
E
LIGHT STANDARD
BACKFLOW PREVENTER RISER
CONC
AREA DRAIN
DRAIN INLET
ASPHALT
AD
DI
AC
GP
WATER VALVE
GUARD POST
STORM DRAIN MANHOLE
(UNLESS OTHERWISE NOTED)
SET CONTROL POINT
FIRE DEPARTMENT CONNECTION
FG:(365.73)
1003
1.INSTALL GASBOY ATLAS MODEL 9852KTW1 STD-FLOW TWIN
1 PUMP
2.REFERENCE MANUFACTURER FOR DETAILS
NOTES:
3
APPROX. EXCAVATION LIMITS
FUEL ISLAND CANOPY
32 36
9/30/25
DISPENSER DETAILS
29 33
1011
1
8
7
6
DSL 9
1
5
3
2
87 4
ISD Flow Meter(installed anywhere
in vapor line above
shear valve)
Pressure sensing port
ISD Pressure sensor
(in 1 dispenser only)
Vapor return linefrom dispenser
Vapor return lineshear valve
Flow Meter and Pressure
Sensor wiring may sharethe same conduit
Pitch to drain 1/4"per 12" horizontal
1/4" O.D. rigidtubing as required
OUTLET
Flow meter end view
INLET
Cable
Cable
Junction box
Seal off
Conduit to
TLS Console
A test port is required forintroducing liquid duringTP-201.4 dynamic
backpressure test.
Top of island
DISPENSER SUMP
DISPENSER HYDRAULICS CABINET
FROMHEALY PUMP
Arrow must
point down
*NOTE: ISD VAPOR PRESSURE SENSOR TO BE
INSTALLED IN DISPENSER CLOSEST TO UST'S
(DISPENSER #1/2)
GASBOY ATLAS (1+0) DIESEL ONLY DISPENSER NO.PART NUMBERMANUFACTUREREQUIPMENT DESCRIPTION
GASBOY ATLAS 1+0
VST-EVR-NBBK-2
VSTA-EVR-SBKA
532366640-00100
532366641-08031
532331724-00174
3360
532331724-00974
159503-03
VR-330020-585
VR-330020-515
VR-794380-208
336.02
106
GASBOY
VST
VST
CONTINENTAL
CONTINENTAL
CONTINENTAL
HUSKY
CONTINENTAL
HUSKY
VEEDER-ROOT
VEEDER-ROOT
VEEDER-ROOT
VEEDER-ROOT
VEEDER-ROOT
GASBOY ATLAS DISPENSER 1 + 0
EVR NOZZLE
BREAKAWAY
12" COAXIAL HOSE
8' COAXIAL HOSE
DIESEL 12" WHIP HOSE
DIESEL BREAKAWAY
DIESEL 8' HOSE
DIESEL NOZZLE
VAPOR FLOW METER (ISD)
VAPOR PRESSURE SENSOR (ISD)
SUMP SENSOR (NON DISCRIMINATING)
TLS-350 SOFTWARE UPGRADE
ISD SOFTWARE UPGRADE
1
2
3
4
5
6
7
8
9
10
11
12
13
14
ISD ABOVE SHEAR VALVE DETAIL
NOTE: All Required warning and
notice sign-age to be installed
on dispenser prior to final inspection
In any event that product should be released
from inside the dispenser it will fall into
and be contained in the dispenser UDC
In any event that product should be released
from inside the dispenser it will fall into
and be contained in the dispenser UDC
NOTE: All Required warning and
notice sign-age to be installed
on dispenser prior to final inspection
GASBOY ATLAS (1+0) GASOLINE ONLY DISPENSER
3' MAX SEPARATION
BUMPER POST DETAIL
6"diameter,concrete-
filled
3'
-
0
"
4'
-
0
"
6" CONCRETE
BELOW POSTAND AT SIDES
MIN. 18"
NOTE: BUMPER POSTS TO
HAVE A MAXINUM SEPARATION
OF 4' BETWEEN POSTS
1011
1
8
7
6
DSL 9
1
5
3
2
87 4
12
12
ISD Flow Meter(installed anywherein vapor line above
shear valve)
Pressure sensing port
ISD Pressure sensor
(in 1 dispenser only)
Vapor return linefrom dispenser
Vapor return lineshear valve
Flow Meter and Pressure
Sensor wiring may share
the same conduit
Pitch to drain 1/4"per 12" horizontal
1/4" O.D. rigidtubing as required
OUTLET
Flow meter end view
INLET
Cable
Cable
Junction box
Seal off
Conduit to
TLS Console
A test port is required for
introducing liquid duringTP-201.4 dynamicbackpressure test.
Top of island
DISPENSER SUMP
DISPENSER HYDRAULICS CABINET
FROM
HEALY PUMP
Arrow must
point down
*NOTE: ISD VAPOR PRESSURE SENSOR TO BE
INSTALLED IN DISPENSER CLOSEST TO UST'S
(DISPENSER #1/2)
GASBOY ATLAS (1+0) DIESEL ONLY DISPENSER NO.PART NUMBERMANUFACTUREREQUIPMENT DESCRIPTION
GASBOY ATLAS 1+0
VST-EVR-NBBK-2
VSTA-EVR-SBKA
532366640-00100
532366641-08031
532331724-00174
3360
532331724-00974
159503-03
VR-330020-585
VR-330020-515
VR-794380-208
336.02
106
GASBOY
VST
VST
CONTINENTAL
CONTINENTAL
CONTINENTAL
HUSKY
CONTINENTAL
HUSKY
VEEDER-ROOT
VEEDER-ROOT
VEEDER-ROOT
VEEDER-ROOT
VEEDER-ROOT
GASBOY ATLAS DISPENSER 1 + 0
EVR NOZZLE
BREAKAWAY
12" COAXIAL HOSE
8' COAXIAL HOSE
DIESEL 12" WHIP HOSE
DIESEL BREAKAWAY
DIESEL 8' HOSE
DIESEL NOZZLE
VAPOR FLOW METER (ISD)
VAPOR PRESSURE SENSOR (ISD)
SUMP SENSOR (NON DISCRIMINATING)
TLS-350 SOFTWARE UPGRADE
ISD SOFTWARE UPGRADE
1
2
3
4
5
6
7
8
9
10
11
12
13
14
ISD ABOVE SHEAR VALVE DETAIL
NOTE: All Required warning and
notice sign-age to be installed
on dispenser prior to final inspection
In any event that product should be released
from inside the dispenser it will fall into
and be contained in the dispenser UDC
In any event that product should be released
from inside the dispenser it will fall into
and be contained in the dispenser UDC
NOTE: All Required warning and
notice sign-age to be installed
on dispenser prior to final inspection
GASBOY ATLAS (1+0) GASOLINE ONLY DISPENSER
3' MAX SEPARATION
BUMPER POST DETAIL
6"diameter,
concrete-filled
3'
-
0
"
4'
-
0
"
6" CONCRETE
BELOW POSTAND AT SIDES
MIN. 18"
NOTE: BUMPER POSTS TO
HAVE A MAXINUM SEPARATION
OF 4' BETWEEN POSTS
BOLLARDS
BOLLARD
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
32
3
48
5 6
10
7
10
5 6
4 8
5 6
7
7
3 2
1
9
9
2.4'
4.
5
'
1.
9
'
3.
0
'
4.
0
'
FUEL PUMP DETAIL
N.T.S
NORTH
0
GRAPHIC SCALE IN FEET
5
2.5 5 10
1
2
3
4
5
6
7
8
9
10
REMOVE EXISTING FUEL FOCUS ASSET MANAGEMENT CONSOLE. STORE FOR
FUTURE RECONNECTION BY CITY FORCES.
REMOVE EXISTING LIGHT POLE
REMOVE EXISTING HOSE VAULT
REMOVE EXISTING PCC CURB ISLAND
REMOVE EXISTING FUEL DISPENSER
INSTALL GASBOY ATLAS FUEL DISPENSER: MODEL 9852KTW-1
(ISLAND-ORIENTED), AND RECONNECT ALL PIPING; SEE DETAIL THIS SHEET
CONSTRUCT FUEL CANOPY COLUMNS; SEE SHEET 6
CONSTRUCT 6" PCC CURB ISLAND
PATCH OR REPLACE CONCRETE SURFACE WITHIN LIMITS OF WORK; CONCRETE
SHALL BE 8" THICK 560-C-3500 REINFORCED WITH NO. 4 BARS, 18" O.C., OVER 4"
AGGREGATE BASE.
CONSTRUCT FUEL CANOPY; SEE SHEET 6
CONSTRUCTION NOTES
LEGEND
EXISTING FINISHED GRADE SPOT ELEVATION
EXISTING 0.5' CONTOUR*
EXISTING 2.5' CONTOUR
CONCRETE
CHAIN LINK
ELECTRICAL EQUIPMENT
*NOTE: CONTOUR INTERVAL IS 1'
C/L
E
LIGHT STANDARD
BACKFLOW PREVENTER RISER
CONC
AREA DRAIN
DRAIN INLET
ASPHALT
AD
DI
AC
GP
WATER VALVE
GUARD POST
STORM DRAIN MANHOLE
(UNLESS OTHERWISE NOTED)
SET CONTROL POINT
FIRE DEPARTMENT CONNECTION
FG:(365.73)
1003
1.INSTALL GASBOY ATLAS MODEL 9852KTW1 STD-FLOW TWIN
1 PUMP
2.REFERENCE MANUFACTURER FOR DETAILS
NOTES:
3
APPROX. EXCAVATION LIMITS
FUEL ISLAND CANOPY
33 36
9/30/25
ADA COMPLIANCE DETAILS
46
"
M
A
X
OP
E
R
A
T
I
O
N
A
L
P
A
R
T
S
10" MAX
OBSTRUCTION
DISPENSER ISLAND
DRIVE SLAB
No smoking. Shut off motor.Discharge your static electricity before fuelingby touching a metal surface away from the nozzle.
To prevent static charge, do not reenter
your vehicle while gasoline is pumping.
If a fire starts, do not remove nozzleand back away immediately.It is unlawful and dangerous to dispense gasoline
into unapproved containers.
No filling of portable containers in or on a motor vehicle.Place container on ground before filling
nozzle
instructions
WARNING SIGNS SHALL BE PROVIDED
ON ALL DISPENSERS IN CONFORMANCE
WITH SECTION 2305.6 CFC
NOZZLE OPERATION
INSTRUCTIONS SHALL
BE PROVIDED ON
ALL DISPENSERS
IN CONFORMANCE WITH
SECTION 2304.4.2 CFC
KEY PAD, DISPLAY KEYS
AND All OPPERATIONAL
PARTS SHALL BE IN COMPLIANCE
WITH THE 2016 CBC SERIES
11B-707.2, 11B-707.3, 11B-707.7.2
AND 11B-707.9
30 33
IN CASE OF FIRE, SPILL OR RELEASE
1. USE EMERGENCY PUMP SHUTOFF
2. REPORT THE ACCIDENT!
FIRE DEPARTMENT TELEPHONE NO._______
FACILITY ADDRESS:
2480 IMPALA DRIVE, CARLSBAD, CA 92010
EMERGENCY SIGN SHALL BE
PROVIDED ON ALL DISPENSERS
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
32
3
48
5 6
10
7
10
5 6
4 8
5 6
7
7
3 2
1
9
9
2.4'
4.
5
'
1.
9
'
3.
0
'
4.
0
'
FUEL PUMP DETAIL
N.T.S
NORTH
0
GRAPHIC SCALE IN FEET
5
2.5 5 10
1
2
3
4
5
6
7
8
9
10
REMOVE EXISTING FUEL FOCUS ASSET MANAGEMENT CONSOLE. STORE FOR
FUTURE RECONNECTION BY CITY FORCES.
REMOVE EXISTING LIGHT POLE
REMOVE EXISTING HOSE VAULT
REMOVE EXISTING PCC CURB ISLAND
REMOVE EXISTING FUEL DISPENSER
INSTALL GASBOY ATLAS FUEL DISPENSER: MODEL 9852KTW-1
(ISLAND-ORIENTED), AND RECONNECT ALL PIPING; SEE DETAIL THIS SHEET
CONSTRUCT FUEL CANOPY COLUMNS; SEE SHEET 6
CONSTRUCT 6" PCC CURB ISLAND
PATCH OR REPLACE CONCRETE SURFACE WITHIN LIMITS OF WORK; CONCRETE
SHALL BE 8" THICK 560-C-3500 REINFORCED WITH NO. 4 BARS, 18" O.C., OVER 4"
AGGREGATE BASE.
CONSTRUCT FUEL CANOPY; SEE SHEET 6
CONSTRUCTION NOTES
LEGEND
EXISTING FINISHED GRADE SPOT ELEVATION
EXISTING 0.5' CONTOUR*
EXISTING 2.5' CONTOUR
CONCRETE
CHAIN LINK
ELECTRICAL EQUIPMENT
*NOTE: CONTOUR INTERVAL IS 1'
C/L
E
LIGHT STANDARD
BACKFLOW PREVENTER RISER
CONC
AREA DRAIN
DRAIN INLET
ASPHALT
AD
DI
AC
GP
WATER VALVE
GUARD POST
STORM DRAIN MANHOLE
(UNLESS OTHERWISE NOTED)
SET CONTROL POINT
FIRE DEPARTMENT CONNECTION
FG:(365.73)
1003
1.INSTALL GASBOY ATLAS MODEL 9852KTW1 STD-FLOW TWIN
1 PUMP
2.REFERENCE MANUFACTURER FOR DETAILS
NOTES:
3
APPROX. EXCAVATION LIMITS
FUEL ISLAND CANOPY
34 36
9/30/25
TANK HOLE DETAIL
1' 0"
MINIMUM
2' 0"
MINIMUM
1' 0"
MINIMUM
GRAVEL
BACKFILL
2' 0"
MINIMUM
2' 0"
MINIMUM
3' 0"
MINIMUM
SIDE VIEW
FINISHED GRADE
END VIEWFINISHED GRADE
3' 0"
MINIMUM
31 33
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
32
3
48
5 6
10
7
10
5 6
4 8
5 6
7
7
3 2
1
9
9
2.4'
4.
5
'
1.
9
'
3.
0
'
4.
0
'
FUEL PUMP DETAIL
N.T.S
NORTH
0
GRAPHIC SCALE IN FEET
5
2.5 5 10
1
2
3
4
5
6
7
8
9
10
REMOVE EXISTING FUEL FOCUS ASSET MANAGEMENT CONSOLE. STORE FOR
FUTURE RECONNECTION BY CITY FORCES.
REMOVE EXISTING LIGHT POLE
REMOVE EXISTING HOSE VAULT
REMOVE EXISTING PCC CURB ISLAND
REMOVE EXISTING FUEL DISPENSER
INSTALL GASBOY ATLAS FUEL DISPENSER: MODEL 9852KTW-1
(ISLAND-ORIENTED), AND RECONNECT ALL PIPING; SEE DETAIL THIS SHEET
CONSTRUCT FUEL CANOPY COLUMNS; SEE SHEET 6
CONSTRUCT 6" PCC CURB ISLAND
PATCH OR REPLACE CONCRETE SURFACE WITHIN LIMITS OF WORK; CONCRETE
SHALL BE 8" THICK 560-C-3500 REINFORCED WITH NO. 4 BARS, 18" O.C., OVER 4"
AGGREGATE BASE.
CONSTRUCT FUEL CANOPY; SEE SHEET 6
CONSTRUCTION NOTES
LEGEND
EXISTING FINISHED GRADE SPOT ELEVATION
EXISTING 0.5' CONTOUR*
EXISTING 2.5' CONTOUR
CONCRETE
CHAIN LINK
ELECTRICAL EQUIPMENT
*NOTE: CONTOUR I
C/L
E
LIGHT STANDARD
BACKFLOW PREVENTER RISER
CONC
AREA DRAIN
DRAIN INLET
ASPHALT
AD
DI
AC
GP
WATER VALVE
GUARD POST
STORM DRAIN MANHOLE
(UNLESS OTHERWISE NOTED)
SET CONTROL POINT
FIRE DEPARTMENT CONNECTION
FG:(365.73)
1003
1.INSTALL GASBOY ATLAS MODEL 9852KTW1 STD-FLOW TWIN
1 PUMP
2.REFERENCE MANUFACTURER FOR DETAILS
NOTES:
3
APPROX. EXCAVATION LIMITS
FUEL ISLAND CANOPY
333635
22
9/30/25
VACUUM ZONES & SENSOR LAYOUT
32 33
AREA OF WORKAREA OF WORK
AREA OF WORKAREA OF WORK
AR
E
A
O
F
W
O
R
K
AR
E
A
O
F
W
O
R
K
A
R
E
A
O
F
W
O
R
K
AR
E
A
O
F
W
O
R
K
IMPALA DR.
OR
I
O
N
S
T
.
BUILDING
1+0 1+01+0
87— REGULAR MAIN
TS
TS
20,000 GALLONS
F
VF S
F
VF S
DIESEL
TS FF S
12,000 GALLONS
20,000 GALLONS
87— REGULAR SECONDARY
VENT PIPES &CARBON CANISTER
N
TLS
1
24
3
6
5
COMPLIANCEWORKBOOKS
MSDSs
T STSTSTSTSTSTSTSTS1TS-
T STSTSTSTSTSTSTSTS3TS-
T STSTSTSTSTSTSTSTS2TS-
FS-1
FS-2
FS-3
AAAAAAAAA
AAAAAAAAA
AAAAAAAAA
UDC-3 UDC-2 UDC-1
VACUU
VAC
SENSO 3 DISP (UDC-1
VEEDER
VEEDER
1 VEN
VEEDER
VEEDER
3 FILL
VEEDE
VEEDE
ES
O
ESO
OA
VS
-
1
FE PRODUCT LINES
3" OVER 2" 87 UNLEADED
3" OVER 2" DIESEL
3" OVER 2" VAPOR LINE
4" OVER 3" VAPOR LINE
PIPING LEGEND
VENT LINES
3" OVER 2" 87 UNLEADED
3" OVER 2" DIESEL
A — Annular
T S — Turbine Sump
F — Fill bucketV — Vapor recovery bucket
F S — Fill Sump
1+0 — Single product dispenser
(SPD) with a single nozzle
(per side) to dispense
either gasoline or Diesel.
LEGEND
— Emergency Shutoff SwitchESO
— Veeder Root TLS-350TLS
— Overfill AlarmOA
VACUUM SENSOR KIT #2 - DIESEL TURBINE SUMPZONE #4 - DIESEL PRODUCT LINEZONE #5 - DIESEL VENT LINE
VACUUM SENSOR KIT #1 - 87 TURBINE SUMP PIPE LENGTH SECONDARY VOLUME QUANTITYZONE #1 - 87 PRODUCT LINEZONE #2 - 87 VENT LINE 25 feetZONE #3 - VAPOR RETURN LINE & 55 feet
VACUUM ZONE LEGEND & CALCULATIONS
0.19 cubic feet55 feet
40 feet
0.71 cubic feet
0.43 cubic feet
0.30 cubic feet0.41 cubic feet 30 feet
VEEDER–ROOT TLS-350 SENSORS, PROBES, & Line Leak Detectors
3 TURBINE SUMPs — (TS-1 - TS-3)
SENSORS3 DISPENSER UDCs — (UDC-1 - UDC-3)
VEEDER-ROOT 794380-208 Sump Sensors
VEEDER-ROOT 794380-304 Sump Sensors
LINE LEAK DETECTORS3 PLLDs — (TS-1, TS-2, TS-3)
VEEDER-ROOT 848480-001 PLLD Sensors
VEEDER-ROOT 794380-208 Sump Sensor
VEEDER-ROOT 794380-304 Sump Sensor
1 VENT SUMP — (VS-1)
VEEDER-ROOT 794380-208 Sump Sensor
VEEDER-ROOT 794380-304 Sump Sensor
PROBES3 MAG PROBES — (TS-1 - TS-3)
VEEDER-ROOT 847390-109 MAG PLUS
3 FILL SUMPs — (FS-1 - FS-3)
VEEDER-ROOT 794380-208 Sump Sensor
VEEDER-ROOT 794380-304 Sump Sensor
3 ANNULAR — (A-1 - A-3)
VEEDER-ROOT 794380-303 Sensors
TLS-450PLUS
NOTE: PIPING SHOWN HEREON IS SCHEMATIC.
SEE SHEET 22 FOR DETAILS
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
32
3
48
5 6
10
7
10
5 6
4 8
5 6
7
7
3 2
1
9
9
2.4'
4.
5
'
1.
9
'
3.
0
'
4.
0
'
FUEL PUMP DETAIL
N.T.S
NORTH
0
GRAPHIC SCALE IN FEET
5
2.5 5 10
1
2
3
4
5
6
7
8
9
10
REMOVE EXISTING FUEL FOCUS ASSET MANAGEMENT CONSOLE. STORE FOR
FUTURE RECONNECTION BY CITY FORCES.
REMOVE EXISTING LIGHT POLE
REMOVE EXISTING HOSE VAULT
REMOVE EXISTING PCC CURB ISLAND
REMOVE EXISTING FUEL DISPENSER
INSTALL GASBOY ATLAS FUEL DISPENSER: MODEL 9852KTW-1
(ISLAND-ORIENTED), AND RECONNECT ALL PIPING; SEE DETAIL THIS SHEET
CONSTRUCT FUEL CANOPY COLUMNS; SEE SHEET 6
CONSTRUCT 6" PCC CURB ISLAND
PATCH OR REPLACE CONCRETE SURFACE WITHIN LIMITS OF WORK; CONCRETE
SHALL BE 8" THICK 560-C-3500 REINFORCED WITH NO. 4 BARS, 18" O.C., OVER 4"
AGGREGATE BASE.
CONSTRUCT FUEL CANOPY; SEE SHEET 6
CONSTRUCTION NOTES
LEGEND
EXISTING FINISHED GRADE SPOT ELEVATION
EXISTING 0.5' CONTOUR*
EXISTING 2.5' CONTOUR
CONCRETE
CHAIN LINK
ELECTRICAL EQUIPMENT
*NOTE: CONTOUR INTERVAL IS 1'
C/L
E
LIGHT STANDARD
BACKFLOW PREVENTER RISER
CONC
AREA DRAIN
DRAIN INLET
ASPHALT
AD
DI
AC
GP
WATER VALVE
GUARD POST
STORM DRAIN MANHOLE
(UNLESS OTHERWISE NOTED)
SET CONTROL POINT
FIRE DEPARTMENT CONNECTION
FG:(365.73)
1003
1.INSTALL GASBOY ATLAS MODEL 9852KTW1 STD-FLOW TWIN
1 PUMP
2.REFERENCE MANUFACTURER FOR DETAILS
NOTES:
3
APPROX. EXCAVATION LIMITS
FUEL ISLAND CANOPY
333636
9/30/25
BUOYANCY CALCULATIONS
33 33
12,000 GALLON UST 20,000 GALLON UST
IS
S
U
E
D
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
05/30/2024
Appendix A
FLEET COMPLIANCE CERTIFICATION
Bidder hereby acknowledges that they have reviewed the California Air Resources Board’s policies,
rules and regulations and are familiar with the requirements of Title 13, California Code of
Regulations, Division 3, Chapter 9, effective on January 1, 2024 (the “Regulation”). Bidder hereby
certifies, subject to penalty for perjury, that the option checked below relating to the Bidder’s
fleet, and/or that of their subcontractor(s) (“Fleet”) is true and correct:
□The Fleet is subject to the requirements of the Regulation, and the appropriate
Certificate(s) of Reported Compliance have been attached hereto.
□The Fleet is exempt from the Regulation under section 2449.1(f)(2), and a signed
description of the subject vehicles, and reasoning for exemption has been attached hereto.
□Bidder and/or their subcontractor is unable to procure R99 or R100 renewable
diesel fuel as defined in the Regulation pursuant to section 2449.1(f)(3). Bidder shall keep
detailed records describing the normal refueling methods, their attempts to procure renewable
diesel fuel and proof that shows they were not able to procure renewable diesel (i.e. third party
correspondence or vendor bids).
□The Fleet is exempt from the requirements of the Regulation pursuant to section
2449(i)(4) because this Project has been deemed an Emergency, as defined under section
2449(c)(18). Bidder shall only operate the exempted vehicles in the emergency situation and
records of the exempted vehicles must be maintained, pursuant to section 2449(i)(4).
□The Fleet does not fall under the Regulation or is otherwise exempted, and a
detailed reasoning is attached hereto.
Name of Bidder:
Signature:
Name:
Title:
Date:
PWS24-2282FAC