Loading...
HomeMy WebLinkAbout3307; CARLSBAD BLVD SHORE PROTECTION; OPERATION AND MAINTENANCE MANUALS; 1997-07-07OPERATION D1 MAINTENANCE I Ii!1tILU CARLSBAD BOULEVARD SHORE PROTECTION CITY OF CARLSBAD, SAN DIEGO COUNTY, CALIFORNIA AUGUST 1997 LOS ANGELES DISTRICT U. S. ARMY CORPS OF ENGINEERS LOS ANGELES, CALIFORNIA OPERATIONS AND MAINTENANCE MANUAL FOR CARLSBAD BOULEVARD SHORE PROTECTION CITY OF CARLSBAD, SAN DIEGO COUNTY, CALIFORNIA TABLE OF CONTENTS e PART I - GENERAL ......................1 CHAPTER 1 - INTRODUCTION ..................1 Project Location ....................1 Manual Format .....................1 Purpose ........................1 Parts of Manual .................. ... i .5. Scope of Manual ....................1 Agreement .......................1 Repair, Replacement, and Rehabilitation ........2 CHAPTER 2 - DESCRIPTION OF THE PROJECT ...........4 Authorization .....................4 Description of the Project ...............4 Project Data Sheets and Maps ..............4 PART II - OPERATION AND MAINTENANCE .............5 CHAPTER 3 - GENERAL .....................5 1. Definitions ......................5 Storm Season ....................5 Emergency Storm Conditions .............5 C. Superintendent ...................5 Corps of Engineers .................5 District Engineer .................5 Construction-Operations Division ..........5 Engineering Division ................5 MLLW ........................ Seawall ......................5 2. Reference Drawings ...................5 3. Organizations Responsible for Operation and Maintenance 5 4. Assistance to be Furnished by the District Engineer . 6 5. Responsibilities of the Superintendent .........6 Inspection .....................6 Maintenance ....................6 C. Reviewing Applications ...............7 (1) Permits for Rights-of-Entry to the Project Rights-of-Way .................7 1 Permits for Construction Within Project Rights-of-Way 7 Excavation Restrictions 7 Coordination of Local Activities .......... 7 Training of Key Personnel 8 Semiannual O&M Reports ............... 8 Special O&M Reports 8 Transmittal 9 Time of Submittal 9 Files and Records 9 Check Lists 9 6. Condition Survey Report 9 CHAPTER 4 - OPERATION PROGRAM AND EMERGENCY OPERATIONS . . . 10 1. General 10 a. Prestorm Phase ............ 10 Mobilization 10 Patrolling (including maintenance) 10 b. Storm Phase 10 Mobilization 10 Patrolling (including maintenance) 10 C. Poststorm Phase 11 Demobilization II Patrolling (including maintenance) 11 2. Emergency Operations 12 3. Notification of Distress ......... 12 CHAPTER 5 - MONITORING PROGRAM ...............14 1. General .......................14 2. Inspection Procedures .................14 Pre-inspection Tasks ................14 Proper Equipment and Materials ...........14 C. Prior to Actual Inspection .............14 3. Periodic Inspections ..................15 Stationing the Structure ..............15 Visual Inspection .................15 Vertical Seawall ...............15 Rock Revetment ................15 Buried Toe Stone ...............16 Sidewalks, Railing, Access Ramps and Stairs 16 Planters, Drain lines, Ceramic Tiles, and LifeguardTowers ...............16 C. Discussion of Walk Along ..............16 d. Condition of Beach Sand ..............16 4. Event Inspections ...................16 a. Event Inspection Walk Along ............16 a 4, 3 ii CHAPTER 6 - INSPECTION AND MAINTENANCE CRITERIA TO PROVIDE A BASIS FOR RECOMMENDED REPAIRS ...........17 General .......................17 Visual Inspection and Reporting ............17 Modification to Improvements ..............17 Seawall Design .....................17 General Design Concept .................17 Concrete Work .....................17 Rock Revetments ....................18 Toe Stone .......................18 Steel Sheet piles ...................18 Handrails .......................18 Steel Posts .......................18 Other Amenities ....................18 Rights-of-Way Conditions ................19 Debris Removal .....................19 Maintenance of Signs ..................19 CHAPTER 7 - PERIODIC INSPECTION REPORT WITH RECOMMENDED REPAIR .......................20 Scope .......................20 Repairs .......................20 Scheduling ........................20 Frequency .......................20 Basis .......................20 Standards .......................20 Limitations ......................20 Temporary Work .....................20 Permanent Work .....................20 Debris Removal .....................21 Concrete Repairs ....................21 Rock Revetment Repairs .................21 Toe Stone Repair ....................21 Handrail Repairs ....................21 Rights-of-Way Maintenance ...............21 PART III - APPENDICES ....................23 EXAMPLE OF SEMIANNUAL REPORT AND CHECK LISTS .....A-i PROJECT DATA SHEETS AND MAPS .............B-i AGREEMENTS BETWEEN THE DEPARTMENT OF THE ARMY AND THE CITY OF CARLSBAD .....................C-i iii OPERATIONS AND MAINTENANCE MANUAL FOR CARLSBAD BOULEVARD SHORE PROTECTION CITY OF CARLSBAD, SAN DIEGO COUNTY, CALIFORNIA PART I - GENERAL CHAPTER 1 INTRODUCTION Project Location. The project site is located along a 3,580-foot segment (Station 20+00 to Station 55+80) of the shoreline west of Agua Hedionda Lagoon within the City of Carlsbad, California. The area is located about 3 miles downcoast (south) of Oceanside, California and 20 miles upcoast (north) of La Jolla, California. The site is within the Oceanside Littoral Cell. Manual Format. This manual was prepared pursuant to ER 1110-2-401 which directs the preparation and prescribes the scope of operation and maintenance manuals for the Corps of Engineers constructed improvements of which the operation, maintenance, repair, replacement, and rehabilitation (OMRR&R) are the responsibilities of local interests. Purpose. This manual was prepared as a guide for operation and maintenance of the Carlsbad Boulevard Shore Protection (seawall) in the City of Carlsbad, San Diego County, California, and for simplifying the reporting of operation and maintenance. Parts of Manual. This manual has been prepared in three parts. Part I gives a general description of the completed shore protection improvements. Part II covers operation and maintenance instructions for the completed project. Part III consists of Appendices containing Semiannual Report and Check Lists, Project Data Sheets and Maps pertaining to the Project, and Agreements. Scope of Manual. The scope of this manual is limited to essential operation and maintenance instructions, including the reporting of operation and maintenance. Agreement. The City of Carlsbad has given assurances satisfactory to the Secretary of the Army that the City will: a. Provide without cost to the United States all lands, easements, and rights-of-way necessary for construction of the 1 project. b. Hold and save the United States free from damages due to construction, operation, and maintenance of the project, excluding damages due to fault or negligence of the United States or its contractors. C. Operate, maintain, repair, replace, and rehabilitate the completed project in accordance with the regulations or directions prescribed by the Government, after the Government has turned the completed project over to the City. VI Provide, without cost to the United States, all relocation of highways, roads, streets, bridges, and utilities as are required in connection with the project. Perform environmental investigations as determined necessary to identify the existence and extent of any hazardous substances regulated under the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA) 42 USC 9601- 9675 on all lands, including submerged land, necessary for project construction, operation, maintenance, repair, replacement, and rehabilitation. Assume complete financial responsibility for the cleanup of any hazardous material located on project lands, including submerged land, and regulated under the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA) and be responsible for operating, maintaining, repairing, replacing and rehabilitating the project in a manner so that liability will not arise under CERCLA. The entire Agreement is included in this manual as Appendix C. 7. Repair. Replacement. and Rehabilitation. Repair, replacement, and rehabilitation (RR&R) actions are to conform to the project as-built plans and specifications unless other arrangements are made with the District Engineer. These activities are the responsibility of the project sponsor. Repair. Repair is considered to entail those activities of a routine nature that maintain the project in a well kept condition. Replacement. Replacement covers those activities taken when a worn-out element or portion thereof is replaced. C. Rehabilitation. Rehabilitation refers to a set of 2 activities as necessary to bring a deteriorated project back to its original condition. 3 . CHAPTER 2 DESCRIPTION OF THE PROJECT Authorization. A Final Detailed Project Report was prepared by the USACE, dated April 1996, in response to a request for Federal assistance for shore protection by the City of Carlsbad, dated December 7, 1994. The study was undertaken by the U.S. Army Corps of Engineers Continuing Authority Program, pursuant to Section 103 of the of the River and Harbor Act of 1962 (Public Law 87-874), as amended, to investigate the feasibility and economic justification for protecting Carlsbad Boulevard located between the intake and outlet jetties of Agua Hedionda Lagoon. Description of the Project. The project site is located along a 3,580-foot segment (Station 20+00 to Station 55+80) of the shoreline west of Agua Hedionda Lagoon within the City of Carlsbad. The area is located about 3 miles downcoast (south) of Oceanside, California and 20 miles upcoast (north) of La Jolla, California. The site is within the Oceanside Littoral Cell. Typically, the coastline in this area of the City may be described as a very narrow beach (lagoon spit) fronted by discontinuous rounded cobble and gravel berms. Periodic hydraulic dredging of Agua Hedionda Lagoon by the San Diego Gas & Electric Company provides beach nourishment fill (primarily poorly graded fine sand with shell fragments) in the immediate vicinity of the project site. Seasonal high tides, waves, and wind erode the shoreline with regular frequency to the extent that existing improvements along the low lying Carlsbad Boulevard may be impacted by extreme coastal events. Extreme coastal events can overtop the roadway and cause damage to improvements. In order to protect improvements and keep Carlsbad Boulevard open to traffic year round, the subject shoreline protection has been constructed. Project Data Sheets and Maps. Project Data Sheets for the Carlsbad Boulevard Shore Protection project are included in Appendix B. These data sheets consist of an information page and the "as-built" drawings. These sheets furnish general information about the date of completion of construction and locations of the seawall. Additional information, such as a location plan for the project, can be obtained from the "as- built" drawings. 4 a PART II - OPERATION AND MAINTENANCE CHAPTER 3 GENERAL 1. Definitions. Special terms used in this manual are: STORM SEASON. Refers to the period of 15 October through 15 April. EMERGENCY STORM CONDITIONS. Refers to periods during which coastal storm conditions create waves which can erode the shoreline and allow for run-up on or over the seawall. C. SUPERINTENDENT. Refers to the City of Carlsbad official responsible for the development and functioning of the operation and maintenance organization. CORPS OF ENGINEERS. Refers to the Department of the Army, Corps of Engineers, Los Angeles District. DISTRICT ENGINEER. Refers to the District Engineer for the Corps of Engineers. CONSTRUCTION-OPERATIONS DIVISION. Refers to the Construction-Operations Division of the Corps of Engineers. ENGINEERING DIVISION. Refers to the Engineering Division of the Corps of Engineers. MLLW. All elevations refer to Mean Lower Low Water (MLLW) datum. SEAWALL. All structural elements of the subject shore protection system including inclined rock revetments, vertical retaining walls, and access ramps. 2. Reference Drawings. Drawings in this manual refer to the "as-built" drawings which are included in Appendix B. 3. Organizations responsible for Operation and Maintenance. The City of Carlsbad and the Corps of Engineers, Los Angeles District, are separately required to maintain organizations capable of adequately operating and maintaining the project units for shore protection control. The City shall appoint an official (referred to as "Superintendent") who shall be responsible for the development and proper functioning of that City's operation and maintenance organization. Personnel of the Construction- 5 Operations Division and the Engineering Division will be the Corps of Engineers' operations and maintenance organization. 4. Assistance to be Furnished by the District Engineer. The District Engineer (DE) shall: Furnish to the Superintendent "as-built" drawings of the seawall improvements, at the time they are transferred to the City for operation and maintenance. Make prior determination that any proposed encroachment, improvement, excavation, or construction within the rights-of- way, or alteration of the seawall works, will not adversely affect the functioning of the protective facilities; and furnish the Superintendent with a written approval. C. Assist the Superintendent, within regulatory constraints, in the performance of his/her duties in ascertaining storm development having shore erosion potential, assembling erosion-fighting forces and material, and initiating and carrying out erosion-fighting operations. 5. Responsibilities of the Superintendent. The general duties of the Superintendent include the following: Inspection. Inspection shall be made by the Superintendent after the end of the storm season in April or May of each year, immediately following each major high wave period, and at such intermediate times as may be necessary to ensure the best possible care of the project. Immediate steps shall be taken to correct dangerous conditions disclosed by such inspections. Maintenance. The Superintendent shall provide, at all times, such maintenance as may be required to ensure serviceability of the structures in time of high waves. Full responsibility for making repairs and the methods used is placed on the Superintendent, the Corps of Engineers will be available for advice and consultation. Regular maintenance repair measures shall be accomplished during the appropriate season as scheduled by the Superintendent. Repairs shall be made using standard engineering practices, to line and grade, and similar details shown on "as-built" drawings. No change or alteration shall be made to any feature of the erosion-control improvement without prior determination by the DE that such alterations will not adversely affect the stability and functioning of the protective facilities. Plans and specifications of all changes or alterations that are proposed by the Superintendent shall be submitted to the DE for evaluation and approval before 6 implementing the work. C. Reviewing Applications. Requests for temporary or permanent modification of seawall improvements must first be submitted to Superintendent, before a permit from the DE can be issued approving the modification. These applications will be reviewed by the Superintendent and then sent to the DE for consideration before any application is approved for a permit. Each application that is reviewed by the DE will be adequately evaluated in order to determine whether any modification will adversely affect the ability, safety, or functioning of the seawall. When such an evaluation by the DE has determined that approval can be given, the conditions which must be adhered to will be incorporated with the permit. Only at this time should the DE issue the legal document for the modification. Executed copies, in triplicate, of permit as issued, shall be furnished to the Superintendent. The Superintendent will enforce the conditions as set forth in the issued legal document, and will report immediately to the DE any uncorrected violations. After completion of the work, notice of satisfactory completion shall be furnished to the DE. The DE normally issues two types of permits: Permits for Rights-of-Entry to the Project Rights- of-Way. Adequate consideration by the CE is necessary to determine whether a temporary use of the rights-of-way will adversely affect the safety and functioning of the project structures, or the maintenance operations. Permits for Construction Within Project Rights-of- Most of the applications for use of Project Rights-of-Way consist of permanent construction alterations under, over, or into existing seawall improvements. Before a permit can be issued approving a project of this nature, a review of the application must be made. All work must be performed using standard engineering practices with plans and specifications reviewed and approved by the DE. Excavation Restrictions. Excavation is prohibited within the limits of the permanent rights-of-way, except as may be required to maintain the functional purpose of the project. d. Coordination of Local Activities. The Superintendent will, during periods of high waves, coordinate the functions and activities of all agencies, both public and private, that are 7 connected with the protective works. In order that police protection may be provided, the Superintendent shall make necessary arrangements with local law enforcement agencies. The Superintendent also arranges with utility companies and local agencies for the development of a coordinated erosion-fighting program, and files an outline of this program with the DE. e. Training of Key Personnel. Key personnel shall be trained so that regular maintenance work may be performed efficiently and to ensure that unexpected problems related to high waves may be handled in an expeditious and orderly manner. f. Semiannual O&M Reports. The Semiannual O&M Reports (See Appendix B), which are submitted in two (2) phases (the spring phase and the fall phase), will indicate: (1) the maintenance requirements of the project units at the end of the storm season, and (2) the readiness of these units, after summer maintenance, to accommodate high waves. The two phases of the Semiannual O&M Reports will give a progressive picture of the operation and maintenance of the project units for the year from 15 October to 15 October (from the start of one storm season to the end in the following year). Semiannual O&M reports will present a statement of: The physical condition of the protective works as summarized from the logs of inspection. Performance of the protective works during high waves during the period. Prosecutions for encroachment or trespassing, vehicular accidents affecting the seawall, and vandalism. Permits issued for rights-of-entry or use of rights-of-way. Permits issued for improvements or construction within the seawall improvement rights-of-way. Maintenance measures taken: nature, date of construction, date of removal of temporary repairs, and date of permanent repairs. Fiscal statement of cost of maintenance and operation for the period. g. Special O&M Reports. Special O&M Reports that accompany the Semiannual Report (spring phase only) are necessary only as a 8 result of extreme events such as high waves or unusual damage from storms, earthquakes or other causes. h. Transmittal. Original copies of Special O&M Reports should be made to the Department of the Army, Los Angeles District, Operations Branch *(213)452_3385* (as a follow up to immediate telephone information) within one week after the extreme event or within one week after the occurrence of damage not susceptible to temporary repairs. I. Time of Submittal. Except for Special O&M Reports, Semiannual O&M Reports on inspection, operation, and maintenance of project units are submitted semiannually (spring - on or before 1 June and fall - on or before 1 December) to the DE of the Corps of Engineers, Los Angeles District, ATTN: Operations Branch. A suggested form for submission of the Semiannual Report is enclosed as Appendix A, in this manual. Files and Records. The Superintendent shall maintain a file of reports, records, and drawings concerning the project works, readily available at all times to the DE. Check Lists. The check lists (see Appendix A) included in this manual are to be explicitly followed in each inspection to ensure that no features of the protective system are overlooked. Check lists shall be printed in conformity to those shown in Appendix A. A copy of the inspector's original field notes, as recorded on the check list, shall be transmitted to the DE immediately following each inspection. 6. Condition Survey Report. A condition survey of the seawall improvements may be made periodically by the Corps of Engineers, Los Angeles District, and the Superintendent shall be notified of any deficiency immediately after completion of the survey. The survey serves a twofold purpose: (a) to ascertain the actual condition of the seawall improvements and to note any deficiency, damage or malfunction of any part, and (b) to ascertain that all the repairs and improvements have been carried out by the local interests lAW their obligations. I PI CHAPTER 4 OPERATION PROGRAM AND EMERGENCY OPERATIONS 1. General. The operation program, which includes storm emergency procedures, is in three phases: (a) prestorm phase; (b) storm phase; and (C) poststorm phase. Each of these phases include varying degrees of mobilization or demobilization, patrolling (including operation and maintenance), and reporting. Pertinent information on these phases is given in the following paragraphs: a. Prestorm Phase. The prestorm phase occurs whenever the National Weather Service forecasts large waves of more than 10 feet in height. The major operations during this phase include the following: Mobilization. Only such mobilization to perform the operations under the prestorm phase. Patrolling (including maintenance). During the prestorm phase, the completed seawall improvements should be patrolled to determine their readiness to accommodate large waves. The responsibility of the patrols should include but not be limited to the following: Readying Equipment and Material. Equipment and material shall be in a readied condition for use at locations where trouble may occur. Reporting. For the prestorm phase, no written reports are required for submittal to the District Engineer, Department of the Army, Los Angeles. However, such internal reports are suggested that would be helpful if storm waves increased to the point at which a storm report would be required. b. Storm phase. The storm phase occurs when large waves reach the seawall and overtopping occurs. The major operations during this phase include the following: oll (1) Mobilization. Full mobilization is required. (2) Patrolling (including maintenance). During the storm phase, patrolling of the completed project shall be continuous and comprehensive. The responsibility of the patrols shall include but not be limited to the following: (a) Photographing Damage. Photographs should be made of locations where overtopping and wave damage is occurring 10 or has occurred, where such photographs would help in making maintenance determinations. Removing Debris. All debris accumulations that would reduce seawall function should be removed. Observing and Controlling Other Conditions. Any condition endangering any other structure (i.e., adjacent jetties or street improvements) should be corrected. C. Poststorm Phase. The poststorm phase begins after storm waves have reduced to less than 10 feet in height. The major operation during this phase ends after storm waves at all the major operations indicated in the following subparagraphs have been completed. Demobilization. Some demobilization is satisfactory during this phase. However, full demobilization should be delayed until the operations under this poststorm phase have been completed. Patrolling (including maintenance). During the poststorm phase, the completed units should be rapidly and completely patrolled. The responsibility of the patrols should include the following: Locating. Recording. and Photographing Damage. All damaged seawall improvements should be located, recorded, and photographed. Checking Accumulation of Debris. The accumulation of debris adjacent to the seawall should be checked to ascertain whether or not it has reached the point where removal should be done. Initiating Repairs. Applicable temporary or permanent repair of damaged seawall improvements should be initiated. Inventorying Equipment and Materials. Equipment and materials should be inventoried and made ready for subsequent storm waves. Reporting. For the poststorm phase, no written reports are required for submittal to the DE, U.S. Army Engineer District, Los Angeles. However, a brief narrative statement pertaining to general functioning of the seawall improvement, condition of the works, and actions for remedying 11 any defects would be helpful, particularly in the event a storm report or a Special O&M Report is required. 2. Emergency Operations. The City of Carlsbad will present the emergency operation plans that cover preparations for and responses to project emergency conditions. The Superintendent will provide an outline of emergency operation records to be maintained and available for inspection. a. The emergency operation plans should cover, but not be limited to, such items as: Chain of responsibility. Emergency communications network including redundancies (internal and external). Local emergency response assistance such as fire, police, medical, and Red Cross. State and Federal emergency response agencies. b. The Superintendent shall present the emergency operation plans to: Chief of Emergency Management Branch (CESPL-CO-E), Los Angeles District, U.S. Army Corps of Engineers, P.O. Box 532711, Los Angeles, California 90053-2325, telephone: (213) 452-3440. 3. Notification of Distress. The Superintendent will immediately report to the Corps of Engineers of conditions that demonstrate evidence of distress or that could result in a potential hazard at the project. Initial reporting should be via telephone with a follow-up written summary with appropriate photographs. a. Typical evidence of distress to be reported is as follows: Significant damage to the structure integrity as a result of significant wave event, seismic event, or vehicle impact. Any other indications of distress or potential failure that could inhibit the operation of the project or endanger life and property. b. The Superintendent shall contact: Chief of Emergency Management Branch (CESPL-CO-E), Los Angeles District, U.S. Army 12 Corps of Engineers, P.O. Box 532711, Los Angeles, California 90053-2325, telephone: (213) 452-3440. 13 CHAPTER 5 MONITORING PROGRAM General. The Monitoring Program consists of periodic inspections and event inspections. The purpose of the Monitoring Program is to provide documentation of the condition of the seawall structure and recommendations for necessary repairs. The inspections should provide detailed information as to the nature, location, and extent of any damage and recommended repairs. If necessary, the inspections should also recommend additional field data required for defining the damage or for the preparation of a repair contract. Inspection Procedures. Periodic inspections of the seawall structure shall be conducted annually by an inspection team consisting of individuals with appropriate specialized knowledge in structural, geotechnical, and coastal design to document changes in the seawall structure and to determine maintenance measures required. These inspections should be made after the end of the storm season in April or May of each year, so that the damages from storm waves, if any, can be detected. Event inspections shall be made after major storm events, major earthquakes, tsunamis, and vehicle impact. During each inspection, items requiring maintenance shall be identified in detail and described on plans of the structure. The inspection results and the latest monitoring data should be evaluated to provide information about the condition of the structure. The data may identify potential problem areas before they contribute to major structural problems. Pre-inspection Tasks. The first step in an effective inspection is for the inspection team to meet to review the Operations and Maintenance Manual, recent inspection reports, and previous video records and photographs of the structure. At this and any subsequent meetings, an inspection check list should be developed and responsibilities for each inspection task assigned. Then, a complete equipment check list must be prepared and responsibility for acquiring the equipment delegated. A check list is prepared for each inspection task. Proper equipment and materials are required to perform the inspections. Equipment and materials necessary for use in the field include: waterproof cameras, films, tape measures, hand 41 levels, spray paint, half-tone annotated structural photo plans, check list, tidal and wave information, stakes, and markers. C. Prior to actual inspection, construction as-built drawings should be obtained and working sheets prepared. Station 14 locations and permanent survey monument locations should be superimposed on these sheets. If appropriate, typical cross sections and notes on structure dimensions may be superimposed on these sheets as well. They should be assembled in a station-to- station order and copies distributed to all inspection team members. It is important that all inspection results shall be recorded on these sheets, so that they can then be assembled easily into a single, comprehensive condition drawing of inspection findings. The collected findings of all inspections will be transferred to one set of sheets and this set will be included in the inspection report. 3. Periodic Inspections. The periodic inspection consists of a walk along of the seawall structure. The walk along shall be accomplished at low tide. The walk shall include the structure and the immediate areas, looking for indication of problems nearby which may affect the integrity of the seawall structure. The following procedures will be conducted: Stationing the Structure. The structure should be stationed for reference during the inspection. Stationing may be accomplished by using a measuring tape with respect to known monuments, or simply starting at the beginning of the seawall and taping the complete length. Accuracy for stationing is not critical, as long as deviation is within 1 foot every 100 feet measured. If possible, attempt to station every 100 or 200 feet. The stations themselves shall be marked with a visible lumber crayon (keel marker) on the concrete sidewalk surface. Visual Inspection. After the stationing has been accomplished, a visual inspection of the structure shall be conducted. The visual inspection shall be performed chiefly by the structural, geotechnical, and coastal engineers. If a problem area presents itself at a station, make a note of the station and describe the problem. Photographs and video records, which are good records of existing conditions, should be identified (date, structure, sand level, station, and direction of camera [i.e. looking North]). The inspection team will check: Vertical Seawall. Close visual inspection shall be made for damages caused by current, debris, loss of sand, and wave action and for indications of structural failure due to corrosion and wear. When failure or misalignment is observed, the seawall structure shall be examined minutely to determine cause of failure. Rock Revetment. Close visual inspection of rock revetment and filter fabric shall be made for damages caused by 15 current, debris, loss of sand, and wave action and for indications of structural failure due to corrosion and wear. When failure or misalignment is observed, rock revetment shall be examined minutely to determine cause of failure.. Buried Toe Stone. Inspect to identify exposed toe 40 stone and filter fabric which may be uncovered by storm waves and shoreline erosion and damage due to normal deterioration and wear. Sidewalks. Railing, Access Ramps and Stairs. Inspect to determine the need for repairs to sidewalks, railing access ramps, and stairs. Handrails and steel posts shall be inspected for signs of corrosion. Planters. Drain lines. Ceramic Tiles, and Lifeguard Towers. Amenities to the seawall such as planters, Drain lines, ceramic tiles, and lifeguard towers shall be inspected at the City of Carlsbad discretion and need not be included in the O&M reports. C. Discussion of Walk Along. Following the walk along and visual inspection, the inspection team will conduct a group discussion about what has been seen and recorded. Past problem areas shall be brought up to date (better, worse, no change), and all potential new problem areas will be identified. Perhaps theories to the reason of the problems will be discussed and recorded. d. Condition of Beach Sand. The beach sand fronting the seawall and blown/overwashed sand behind the seawall should be monitored by visual and survey methods. 4. Event Inspections. (Major Storm, Earthquake, etc.) The inspection tasks for event inspections are geared for events such as a major storm, a major earthquake, or any other event which may lead to a failure of part or all of the structure. This type of inspection generally will be an emergency inspection. The event inspection will require the pre-inspection tasks addressed in Paragraph 2 of this chapter. The inspection will be comprised of a walk along at low water. A follow-up periodic inspection may be scheduled if the event inspection warrants one. a. Event Inspection Walk Along. The inspection should be scheduled at low water to maximize the visual observations of the seawall structure. The procedures discussed in Paragraph 3: Periodic Inspections will be conducted. These procedures are (1) Stationing the Structure, (2) Visual Inspection, and (3) Discussion of Walk Along. 16 CHAPTER 6 INSPECTION AND MAINTENANCE CRITERIA TO PROVIDE A BASIS FOR RECOMMENDING REPAIRS General. These criteria provide the general and specific design considerations related to the seawall system to furnish protection as designed. Visual Inspection and Reporting. Visual inspection and reporting of all conditions is the main method of supplying information for a Preventative Maintenance Program. Conscientious visual inspection furnishes evidence of the proper functioning of the seawall system. The criteria in this section will provide a basis for determining the extent of investigation and repair needed to correct defects and restore the facility to full design capacity. Preventative maintenance established will be used at other locations where the same situation exists. Modification of Seawall Improvements. Modifications including repairs and/or alterations of seawall improvements shall be submitted with plans, specifications, and design considerations (including applicable design calculations) to Corps of Engineers using the existing applications procedure modified as stated under Part II, Chapter 3, Section 5: Responsibilities of the Superintendent. Seawall Design. Seawall design involves many specialized engineering sciences to provide shoreline protection over many years. Seawall improvements require regular replacements, care and attention to fulfill their design life. The remainder of this Chapter presents some of the design considerations for the seawall improvements. The design considerations should aid inspections and determining the implications of the conditions observed for recommending adequate preventative and/or restorative maintenance. General Design Concept. The general design concept is to provide a stable and reliable seawall to protect Carlsbad Boulevard, exposed and buried improvements, and people during high wave conditions. A summary of the seawall design is presented in the document entitled, "Detailed Project Report, Section 103, Carlsbad Boulevard, Carlsbad, San Diego County, California, Volumes I and II," prepared by the Corps of Engineers, Los Angeles District, dated April 1996. Concrete Work. All concrete work shall be checked for evidence of deterioration, structural cracking, or displacement. Defective concrete should be replaced or repaired before there is 17 appreciable loss of strength in the structure. Cracking in concrete structures should be monitored. Minor shrinkage and temperature cracking will normally take place in most structures but continued development of crack patterns and increase in size of cracks is evidence of distress in the structure. The cause of excessive cracking must be investigated before the stability of the structure is endangered. Large cracks that will allow considerable water to penetrate the concrete cap of the seawall should be sealed to prevent further migration of the crack and also to prevent damage to the steel reinforcement and sheet piling. Expansion joints are provided at regular intervals. Rock Revetments. Rock revetments should be inspected for evidence of displacement and deterioration of the stone. The revetments have been designed with stone of sufficient size and quality to minimize the displacements and deterioration. The revetment should also be inspected for evidence of backfill piping through the under layers if possible. The design incorporates a filter fabric below the stone to minimize the piping. If the displacement or deterioration of the stone is such that it exposes the filter fabric, repairs should be undertaken to cover the filter fabric with stone. Toe Stone. Toe Stone (1,500-pound stone) has been used along the seawall (starting at +6 feet MLLW) to preserve the shoreside embedment of the sheet piling. The top of the Toe Stone, if exposed, should be inspected to verify that the elevation is no more than 1 foot below the design elevation. If it is, repairs should be undertaken to add Toe Stone to the design elevation. The Toe Stone should be inspected for piping similar to the rock revetments. Toe Stone has also been installed at the base of stairways and access ramps. Steel Sheet Piles. The primary structural component of the seawall is high strength ASTM A690 mariner steel sheet piling. The specified sheet piling is designed to resist corrosion and be protected from direct wave impact by Toe Stone and a reinforced concrete cap. Handrails. Handrails are provided for safety of people If walking along the wall, stairways, and ramps. Handrails are made of anodized aluminum and should be repaired if damaged. Steel Posts. Steel posts at the heads of ramps are provided as removable vehicle barriers. Other Amenities. Amenities such as drinking fountains, planters, benches, lifeguard towers, and public artwork have been 18 included in the design of the seawall but are not included in the scope of this manual. Rights-of-Way Conditions. Areas adjacent to seawall improvement shall be clear for the access necessary to comply with all operation and maintenance requirements. Seawall improvements are designed for specific loading conditions. Abnormal loading conditions on any seawall should be precluded. Debris Removal. Whenever the accumulation of debris adjacent to the seawall is significant, the debris must be ' removed. To ensure early detection and timely removal of any excess accumulation, an estimate as to the amount of debris should be noted during each periodic inspection. The results of these estimates should be noted in the appropriate Operation and Maintenance Report. Maintenance of Signs. Signs shall be maintained intact. 19 CHAPTER 7 PERIODIC INSPECTION REPORT WITH RECOMMENDED REPAIR 1. Scope. Concise standard terminology shall be used to report the recommended repairs. The terminology shall be specific rather than general. The listed typical repairs are not inclusive and are not intended to represent either the condition to be corrected or that the typical repair is for only one type of corrective action. It 2. Repairs. Repairs include preventative maintenance. Scheduling. The Maintenance Repair Program, which includes all corrective action necessary to provide effective shoreline protection during every storm season, shall be scheduled at a rate to maintain all seawall improvements with an optimum protection capability. The program shall not fluctuate from year to year, but rather will be expanded with the increasing age and extent of the maintained facilities. Frequency. Frequency of permanent repairs will be on an as-needed basis. Temporary work and preventative maintenance will be a usual and continuing seasonal requirement. Basis. Basis for repairs is the inspection reports, the investigation program, and the guidance in this manual, supplemented by planned and scheduled repairs. Standards. Standards for repairs are the engineering practice used for the latest similar approved construction. Approval of proposed permanent methods of construction will be furnished through the regular application procedure by the Los Angeles District of the Corps of Engineers. Any requests for modification of seawall improvements, due to repair work, need to be submitted as soon as possible after damage has been incurred. Limitations. Temporary repair work during the storm season from 15 October through 15 April shall be replaced with permanent repairs during the subsequent calm season. Temporary Work. Temporary work will be used to expedite the protection of facilities to ensure that the seawall improvements will perform as designed. The various types of temporary work will be reported and the more successful types, based on experience record, will be used for the applicable temporary work. Permanent Work. Permanent work will be used to replace 20 temporary work and/or reduce annual maintenance. For permanent work within the capabilities of the repair organization, the work will be scheduled and budgeted annually. Major repairs will be constructed similarly to new erosion-control construction. 10. Debris Removal. Debris removal is a regularly scheduled routine requirement and part of all repairs as well as inspection preparation. 11. Concrete Repairs. Concrete repairs shall include the following: Sealing cracked concrete (where cracks permit migration of fines) by concrete sawing, chipping, cleaning, and dry- packing. Resealing expansion joint with bituminous material. 12. Rock Revetment Repairs. Rock revetment repairs for the reporting feature include the following: Readjusting dislodged rock. Replacement of .fractured rock. 13. Toe Stone Repair. Toe Stone repairs for the seawall will include the following: Replacement up to design elevations. Readjusting dislodged stones. C. Replacing fractured stones. 14. Handrail Repairs. Handrails should be repaired by replacement with new sections of the handrail. 15. Rights-of-Way Maintenance. Faulty rights-of-way maintenance can impair seawall protection as much as other faulty seawall improvements. Rights-of-way maintenance or correction include the following: Establishment of adequate width of the access roadways. Establishment of continuous access roadways with access to streets at bridges or turnarounds or under bridge access ways. C. Removal of encroachments. 21 Establishment of controlled access for minimum seawall rights-of-way. Restoration of security methods on access ways. 22 I PART III - APPENDICES 23 APPENDIX A EXAMPLE OF SEMIANNUAL REPORT AND CHECK LISTS Check List for Project Inspection See Chapter 5: Monitoring Program for the description of items in the following check list. Sheet pile seawall with concrete cap. Rock revetment and filter fabric. Toe stone. Sidewalks, railing, access ramps, and stairs. ip A-i 16 To: Commander Date: Department of the Army Los Angeles District Corps of Engineers 911 Wilshire Blvd. Los Angeles, California 90017 Dear Sir: The semiannual report for the period [(1 January 19 to 30 June 19) (1 July 19 to 31 December 19) on the Carlsbad Boulevard Shore Protection Project is as follows: a. The physical condition of the protective works is indicated by the inspection reports, copies of which are enclosed and may be summarized as follows: (Superintendent's summary of conditions) It is out intention to perform the following maintenance work in order to repair or correct the conditions indicated. (Outline of anticipated maintenance operations for the following 6 months) During this report period, major high wave periods occurred on the following dates: DATE MAXIMUM WAVE HEIGHT (FT) The inspections have indicated (no) or (the following) encroachment or trespass upon the project rights-of-way. A-2 A Action or prosecution for abatement of these encroachments or trespass are summarized as follows: (or sate none have been necessary). (No) () permit(s) have been issued (for the following improvements or construction within the project rights-of-way). Executed copies of the permit documents issued are enclosed for your files. The status of maintenance measures indicated in the previous report as being required or as suggested by the representatives of the Commander is as follows: (Statement of maintenance operations, item by item with percent completion) The fiscal statement of the superintendent's operations for the current report period is as follows: (Labor Material Equipment Overhead Total) Inspection Maintenance Erosion Fighting Operations Respectfully submitted, Superintendent of Works 41 A-3 APPENDIX B PROJECT DATA SHEETS AND MAPS This appendix contains data sheets for the Carlsbad Seawall Project which was constructed by the Federal Government in San Diego County. The as-built drawings of the project are included in this appendix. The applicable Corps of Engineers construction drawings are: Plans of Carlsbad Blvd. Shore Protection, Carlsbad, California - District File No. B-122 through B-138. The date of completion of construction was 23 May 1997. B-i If I J I - .w?JoLL(I is 14 — I lift FIIILII71 .. I I 11, • Cl) / .. ,. • • • °'. • jtN 99'6U' . • - rr(N'5P4rp -U 4. 4 -.- I N • 'I• OUTLtf Cj) Iii. 9PH o I in MIR16 -29 I ill • I . . '-II. .I •• ___ L r.- -U CD G RUN 11-14 1-46 pr1 • .i • I ,) • I U 0• u jn Agr N I L I, - . ---• 1 VICINITY LIAP NOT TO SCALE 4 LOCATION MAP ..•• IWiS SOUR S SOILS ENGINEER'S CERTIFiCAM uousj. Lu. A NMTI006IOIIO.IC4I. 805*005 THE STATE OP CALIFORNIA. PNIUIILY 0010 * N THE 00D CS 45005505 ND4N. 15005 CUTWV TINY A SDG NO unovOPINE so.. CONOnMW PMVMM 111011001 INS EMMO MOS uv Irn. CU lIMO NV MMMII NIMMSIIO D*TM.UO. 15*00 GOTGUMIM ammommalmocupwoplove NUFAMMOompampUOITmgmw.vmmwmgcommomTwwwASWIsGOTT11TO IMOR=GFIMcnvmoonmm op RGUL NOL all N 3410) a. I DECLARATION OF RESPONSIBLE CHARGE UNVU,TS MMNO1)SPNOa.ThITIHAV1 -MIPCIMOZQ&1MO51IOCMMOP1I0NOTMC10MN50fl5*1NOP110 NO.,5aa* COOl. 44011117 110 000I?R* SON SMOIT sTva00. JXMTNOII*TIIO 0001 055010? 05IN 410 MM *1050051)0 CIVOP Cf'5.WO S 505*01)70 AMMMOI.yMoa.sOrNOgIu INLMsm 5*01*005MM N MV NOPOIMMMIPONPMM? 58501 KEY 0- AERIAL PNOYOOAAPN NaTe Q - PLANS PNOfl.S MOST. LEGEND TYPICAL ORAVIVII, MOIIIIUIIYAION IMBAYA1lG _!- TOPWWOLMAVAIlG IcO.00ZG C SIlO WA1M ISO -W- -0- MOurn 0MM 510)00150 -' - MMMI MMO ISO )0SIIISPMM ncrcOFAIN (UI.) coloalfslll POUT 5MM 1640 I0WlG1I OV UMOD 044 N II ISOSIM TMMa(IOCA1IOII. NEW OUANONAII. OVIR 51* WALL (AT SOUTH 55* WALL EXTENSION ONLY) ALL INQUIRIES SHOULD BE DIRECTED TO: PAT 5(5010 cITY OF cAmAmAS - NaaCT MM"*0 . • 455-1151 SET. 4315 LOGIN 10010*40 CLYOS C IUILTMfl1 0 21169II01 - SAMUEL, F.SAPo 1550. Ml.- OIN 515-IiaI WOODWARD-CLYDE CONSULTANTS EENWIIB ONOOGS. GEOLOOEITS MG OWGOMNITM. OCNRHTE ISID HUM CHG.E NOM 0505*57 SNI C CAWONM NION Aj N ASSOCIATM WITH SB&OS INC ON. MG STOJO1INU. BIOUOERE MG LAIG SOVEYCAS Was DAli 7100 PRELM 3515 KEAN(Y VILLA ROAD • 5N* cam CMMOlAwin IONG WORK TO BE DONE I. OUOSSASMIMOCUTIONM I. 50014105 ALL MUM WOl*llGM0 ENNEEp vOl5*CSOI5*CI15*1MTS I 5051010105105400*5 MIllION). A. 0015IGJCTIOICP 1101? 01 0*14* WIN 50OMWC45 140 7055105 S. 50515*0105(05 5TITDJO 010*050114. & OCIOlGiOTNO OP 10MM OMOS S10O MMML V. COMlOINSIOP PAMiMIAT MMI50015AT - SPECIFICATIONS: & 5*110*105 OAMISPCUIHUPIGMTNMO MM. MM*SAMM55lS an S. 1$1480155051040500150005 OP USOI MAN GENERAL NOTE& *41801510 U5155S1MM 571W1050sN 50CUS*IGCUsC01n5*OP &Boom 1IOCONMOTMSMOMMTOTMS NO5*R05NIV'1050T0540110T115 ullavlaoa UIa.550o.4I0*NVOflM 1011*510505 0080CU50Ma.501IOMpiM5 lHAUICINCTONSNa.M .0801501 So. SOlO MO''IICS II 5*101108014005* 0580110 fIlMS NO S ONDALY 0540551 501 *111*10 Ml WUOPINHT 40 ST 110 515AM TO ICCJSSN05050M0010M4)55*a.0) IPRORTOMMcMT50 Scmwv05S)0 MICIM 4050 WATER . S 0055 5 155005 PC 151000 01015 5*440 Goa 1130100 15011 I 01055 5*50 0401 T.VO4INLI CIMIWMIS Na. 40p55 10501017*11135 MONSSITMOSIG ML 015055 AT $4.41 AS 005 407 PSI PAST CM5*WT.STATI PANS *458 NIMOATIM 511015* 731.5542' I. 1)0 MOITEICION 0(51* IlaTSOflIMMT041440I10050741IfCA108OP ML 4. WII00CUIO1 801I05S80*MA1I05SMOI10MS80lI5MOO 11508058700*005 0055101010N TO MM? 0001005014108 I50U*NV 580005 OP (OCATIONOP SICICOl. S. ICCA115NN05&VATIQNCP 801100550 TEN HUT 11501 058 UONL 115*1 58005805 575154. HUNIMMIT SMOTE CMOINJOIIOIOP I0W 4. 0005 1105AM SIlks 005$ OONIMOIMUIIMIOITMMU *5055405 11*MM 000MLOG100MO5*5$5015005 COW Ma. S. CONI00TCUAIOS$IIIIT10MMIAISSOSNIMMMSTIOWC,P01 WTI 001I DANOTM50SOPOWAnWCnMGPTMPMNMM l-• 5811? 050*500510*10,11) lIOT1IOMMMMOITII5*14550 COIIISJOW*IOlOT N 115105 TO *055 5001010150 00115111)0 0051100T5*.ul1WM5.MOV*4040141)0 COY05 4401)0 BIN*0HMMUSM01NMN0M1W010T.M41C5S&IW01USCT15N40S 1)0 OPWI011)OP C. 00051550 7011500515050 (001 750 8018*501MM 0511005,05 CAMEMA calm UMO 4. 110 COIIRICVCUSMIIN IOUMSYMMINOS 501 OP 1)0 STAll OP CMSCRMMIIVOGMO (0*1.40015) 7. 1)0 COIIU10T5*MM4LN 05505011011015*515*50545? cON80IE 5*5*5*05?. MM N0OflIERNOMMM*CNC50MuS0 1150 58IIIIHMLIIOP N 01_5514*5 WAY O(lk10010100505S. & 5505 IM0UWA.AT SSAIMISLAIS40*00011*0(15 PSI 5508070 I 05 *10)011140 COII80T5*TDIMMVOMO1500P SNOATPAMOP 5550115110 SPECIAL NOTE& 0505N800501 1)0 MML11S15*1500S00S 1. 110 IIT0. 1J10051lO WM&*0I3 ST SI#_4105*5*051*10 E11DATAGS04 OS00 00111)0. ISO. WOSI 11 1)0550 RiMS)) 55* OP 1)0 amwftM III CETA5MAMSNLET3 &3#1 pat p W,.CONYMi POhV1 S. 105050W 535* L70aP4010TCPOP WOOL .00 58TMJ/g IS WAMO4?(DM MO ISTMAM05J0SIO (5*0 801,5050*058515 004545107 TO TUB S PVC (PSISSURIUO) 11111 US THU MEDIAN - NO NEW MITIR ON MITIN SOY 155501405*. S - -___I 70150110110840550500111558845 P*TM&14WAiUSI3OL 5, 001115(0105 MIMI TOO P0045flIOISIOTTO 04(5*01110005501104505 0*0101)0 TM STOIS . S. COISTRACTON MIMI. U 555055011 FOR 5*0110110* S NR.00ATOIS OF _.. . 15151115 7515*10*5 SOXIL MIII *10115101010 LaOS. Is. UI MUll IS. J# 7. *4*1110*5* TOWNS US COIISIGICI05S AMA TO N 51500*105 .S 5150*15 F* •.• 0r TS 05 STATS 01ST. OP PANS A MCMATIOII. 'AS BUlL DATE SA&WO. F. SAPIISO'/ lOS 13177 V SIN 33i4 I1I CITY OF .CARIBAD]I t Jit '1 D1SM114OIT IL!!.. • CN.ERAO BCULVARO 514CiaM TITLE SE IAPPhbdIw s.._f_i.it. law 050150 UN SIllS 05* DATE 01010 - ICHO an ==iI PUOYCY 550. 3°7 U0R*ONS NC., g.3ia-a CARLSBAD BOULEV SHORE PRO€EION KEY MAP SCALE: 1. 400' SHEET W4OEt MM1M _54415*5- 34 01 Na MO ST)MMLU ° - S MO INI5*1.cCNT50AY 45 GWI15001T153 .. I) W'tILC=OfffAm 134$ Go 91116 144$ *400 I.#Z PEE TO PROJECT OENCN 4./-Z-92- MARK TO CONVE.CT To MLLW. - DATUM (4d.Go s' i4Z SOOZ) LOUIS LEE 1100 1412$ EXP E1 NOTE THE 05150* MARK IS TO 51 USED 50* This PROJECT ONLY. IT 000* NOT MATCH OTHER CITY DATUM. BENCH MARK Top or emm IassMO4175*SCTIO. N C*SS ass. £15 1*5*51*0 -aim 1500 OW 1155(441? oP caasps• 5*5VAfl5*4I.1S 5*50111105 CAM 5345 1 -. . . •• --•--.z:-, 7V-WW ____ UAL UALMUM MOM- UK mvA1I L.a V+M. $PIMJP ISI?S tiE P. NM. $ 4&WUW M a AM *IDSAE 1$ SI7N III FA mw 8 41EV lEFT 1Go= *48 4S.M.e 5 ILls P* NIL 8 41W LEFT MAI. COU NOTE: TO OT4ThI NAO a3 GK/O O54R/NG. go TA TE AU. PgOjECT bEARiNGS orio CWCR s//SE (5E6 PROC.1WC QP SLIgVEY 0f1 SNEiT IA) SURVEY CONTROL POINTS (O,JGlNAL oJcr) SucVY CONTROL POiMT$ -zv NAoa3 4N0 MLL.W O4TUM POINT N(CoOg.) E(CCa.) £LEV A •t6 I177ZZ.4Z G.Z2744Q71 '1.11 4 -58 mal.ct.iO GZ7131. 1490 4•46 mrwad.sq GZZ654.G4 13.89 /dON.3010 I1?4i!5.7 3I55..35 M0N5OU /fld4Ga4 23tIZ7.IO IT W000WARD-CLYDE CONSULTANTS WOILIPIO 840I& ''V23T8 NO eammimTAL SI1OTS igo imia COdE tim $881 0900 CMEOOIA 92101 llNMIY 14 A88OCI110N WITH N a I• 921*3 81s Q .!NC avu. NO S1RJCTIOM. 8IGI23S NO LNO BMW OM 3116 K$8OIY VU.A ROAD 0811 10190 $884 OEM CUECNU 92123 D/377 /7/F kv 9174 h : z AS BuILr .1 A. s'-,, ROIftOIP 5 . RCE 13177 .!!.P 2 OAIV - 1FCITY OF CARLSBAD I[' CP3E23 0(PA*1IOT = CA23.AO BOIUVNO 01I0 PRUnEnM :1= = AERIAL MAP AND SURVEY PIFORUAf101S Pm MO. OIAMNG t--, Is 3.307 3307 j so ______________________________________ ,. •: _______ _______ ____________ - - ---------- --- --- -- -- I- lea ARC= 7—,.kr _ — • : _ I.. - •1 ___________ -- -- -,.- .1..I__.1_.L__---- - - - - - -Wks - - . .. p. ...• - - - - - . -. — -. 1 • '— '• -1 ri T I ri I 1 .. -- ______ -- C 'j 1 V . - - - , • -. . it jr 46 4e —' qo D-Ct.YDE CONSULTANTS am flFCITY OF CARLBAD' WALCOSTS MO MOOtol 1TM S1TT3 I HOTEL Cr = = ______ = = = = JI OIIS lMNDIT 11'!j CAM CUSORMA 82108 ./1: = = = = = = II8SOC1ATION WITH cmillowN = ____________________ = = = AERIAL MAP AND SURVEY INFORMATION 88&01 INC • _______________ I-%hr UI. B4GMERS AM) LAM) D.VEYOS / • - - ______________________ — — — 'r —. I KEIa4Y VLI.A ROAD 0*1! 10 90 — —MR Ion& I MAIN 1—IF° N 01A10 Ma )EOO. CI%FM 92123 RE1DON OESaIFRoN waft _____ _ii 3307 iiJi 3 fti .! ;•• - '- I.- -' -' '•- -' H - - "r3 2 0 121 all - fti_ IE t. (I) 0 C U) go 2 -- a PIT 0 J K : . Z o 2 B GE C) K a 98 V ol ol I co 14 2 m m no P in m m i!oo —I IMlIHIUlIlI 91 Lo z 2 ZO z m(00 114 oe 2 wy iOU) U) F I 0 - JIIIiIk1 LJH!!R 4. iI 24+00 50' RT :9iIDENED SID' ii1II1 \II It 24!'IWA7l1!4 iIt1'r j, ,l:L! mzz p M om In I At: ".I• 1I - : M- DISTRICT FILE NO. B-431 RAMP ACCESS NO. 2 EXISTING CURB & GUTTER FACADE - NO FACADE SEE NOTE 2. BELOW Dft CURVE DATA 01 DELTA I RADIUS I LENGTH 1 1 45 49' 18 25' 1 19.99' 2 45' 19' 31 35 27.69' 3 1 24' 03' 07' 1 20' 8.40 4 1 24' 14 31 20' 8.46' CURVE DATA DELTA I RADIUS LENGTH 1 45' 48' 29 25' 19.99' 2 45 25' 38 35 27.75' 3 24' 08' 49' 20' 8.43' 4 24' 08' 49 20' 8.43' E Nit 2 BELOW PROVIDE SMOOTH TRANSITION FOR WAVE DEFLECTOR(TYPICAL) BACK OF SEAWALL :-• OCONTROL UNE/BAO FSI4EETpQj FACE OF SEAWALL ---- -FAVE OF WAVE .0 \ .. N5915'41 (R) DEFLECTOR .-' 14.50' DGE OF SIDEWALK ToBEcxTcKow-.:..:f. LECTOR) . NO FACADE I CURVE DATA IQ A ,EARING I RADIUS I LENGTH I 24' 54'25' 35 15.22 2 N3'28'05 'W 5.00- _24- 30' 55 35' 14.98' STAIRWAY ACCESS NO. 1 (1) EXISTING CURB & GUTTER') - . SEE NOTE 2 FACADE L NO FACADE FACADE - . BELOW _2 SEE NOTE 2 BELOW PROVIDE SMOOTH TRANSITION EXISTING EDGE OF SIDEWALK FOR WAVE DEFLECTOR BACK OFSEAWALL R/W") # Z>- swxToaEExTDwED CONTROL LIN WT t: 946( Pam ! FACE OF SEAWALL I N247;9jET FACE OF WAVE DEFLECTOR 1450 22.20 13 m 0 ?(o.S8') 7.58' CURVE DATA TA RADIUS LENGTH 2' 38 G 35.00' 15.10' '04'E ' 3 3 2' .38 35.00' 15.10' STAIRWAY ACCESS NO. 2 SEC NOTE 2 BELOW EXISTING EDGE OF SIDEW4 BACK OF SEAWAtLT"t''" CONTROL UN' BACK OFSHEET RUNG FACE Or SEAWALL,-. FACE OF WAVE DEFLECTOR S So IDEWALK _______ TO BE EXTENDED O16 Ill1llhI NO FACADE R-4941.50'15 RIS 0 7'(o.58')-a75' L-23.55 I - '-_ 4al-019'19"---- Y R=4932 L-27.72' RAMP ACCESS NO. 1 EXISTING CURB k GUTTER R-4935.50' L-57.00 I N65'2025E.< 14.50' EXISTiNG EDGE OF 5100 SIDEWALK TO BE EXTENDED :.•••- j1.O ________ R/W; 1O.N.co IV ' 4# I - SEE NOTE 2 BELOW OF SEAWALL 1 OF SHEET PILING —"-CONTROL UNE/BACK . OF or SEAWALL FACE OF WAVE DEFLECTOR N24'39'35W -- -- RAMP ACCESS NO. 3 cD __ W000WARD-CLYDE CONSULTANTS DEOCNO BY NOTES CONSULTING ENGINEERS. GEOLOGISTS AND ENVIRONMENTAL SCIENTISTS DP FOR LOCATION OF IMPROVEMENTS 0 ACCESSES. SEE SHEET 10 1615 MURRAY CANYON ROAD. SUITE 1000 OCO BY ARTiSTS FACADE TO BE APPLIED TO ENTIRE LENGTH OF WALL. EXCEPT AT SAN DIEGO. CALIFORNIA 92108 srs ACCESSES AS SHOWN HERE. S.O.G. - SLAB ON GRADE IN ASSOCIATION WITH 0RAI BY BC - SB&O. INC. SCALF CIVIL ENGINEERS AND LAND SURVEYORS 3615 KEARNY VILLA ROAD. SUITE 201 I_=1O• SAN DIEGO. CALIFORNIA 92123 DATE 10/90 CURVE DATA DELTA I RADIUS LENGTH 1 24 08' 49 20' 8.43' 24' 08' 49 20' 8.43' 3 45 34' 23 35' 27.84' 4 45' 14' 2 2W.' 1Q.RB' CURVE DATA RAD. BEARING LENGTH I 14-0 450000 11.00. 6-9 78O0'00 9.19 9-4 660000 10.75 4 5-6 1613429 15.51 3-8 334819 2.1T 8-8 203712 3.12 1-5 780000 il -s 1.93 i 550O0O 1.36 5-63537393.42 270000 4.40 1ff FTR IRET TILE.(IO BE PLACED BT "S !"TRE oI)SRS) - WOODWARD-CLYDECONSULTANTS 0 IP CONSULTING ENGINEERS. GEOLOGISTS AND ENVIRONMENTAL SCIENTISTS 1615 MURRAY CANYON ROAD. SUITE 1000 OORO BY SAN DIEGO, CALIFORNIA 92108 sfs IN ASSOCIATION WITH DRAW& BY BC SB&O. INC. sc CIVIL ENGINEERS AND LAND SURVEYORS AS NOTED 3615 KEARNY VILLA ROAD. SUITE 201 SAN DIEGO, CALIFORNIA 92123 DAlE 4 It NEWLOCA1lCNOF__\ I TELEPHONE RISER NOTE B /' I! 3I l !, EXISTING EDGE OF SIDEWALK ) SEE EOAI. NOTE lB I SIDEWALK TO BE eAoc OF SEAWALL * — 34-0 CONTROL LINE/BACK - - . FACE OF SEAWAU. 1PLAN1T OF SHEET PIUNG PLAJI ORCULAR BENO4 It p _____________ . a- GAl.V. STEEL POSTS I 1~T SEEDET.E 7 Aso I S.D.R.S.O u-16 IT PAINTYEU.OW I FACE OF WAVE DEFLECTOR SLAB ON OMOC I ISEE SPECS.I 73) + NEW DRINKING FOUNTAIN_ 15øitl8')lIQl CONCRETE S.O.GSLAB ON GRADEW/3-#4 TO SI.AB(ryp. NOTE k TRASH RECEPTACLE. SEE (DIMENSIONS TOc NOTE 0 EL TEL. RISER TO BE RELOCATED NEW I 1/2"DRAIN UNE UNDER EPDXY COATED MOTS FROM DRINKING FOUNTAIN TO TREE * SEE NOTE S PLANTER. LAST 2' TO BE PERFORATED (O.Ot SLOT SIZE)-CAP END LIFEGUARD TONER RAMP ACCESS NO.3 CONNECTED DETAIL NEW WATER SERVICE. SEE NOTE 4 r DEPRESSED CURB \/ r4 EXISTING TELEPHONE RISER TO BE RELOCATED TELEPHONE XII( NWAN SEE SPEOAI. NOTEIB ON 4E T 1. EXISTING EDGE OF 9DEWAU(). SIDEWALK TO BE EXTENDED < - SIX 4 GALV. STEEl. POSTS ISM 4 PER S.D.R.S.D 11-16 PAINT YELLOW 7 SEE SPECS. __ NEW 1 1/2 DRAIN PIPE UNDER SLAB-FROM DRINK SPIRAL RAMP LAST r TO BE PERFORATED-CAP END 150x18 HIGH CONCRETE PIERS NEW DRINKING ON GRADE NOTE k TRASH RECEPTACLE W/3-#4WL TO OAS(TW. OF 3) FOUNTAIN (DIMENSIONS TOE) SEE OCT. SEE GET. * EPDXY COATED RAMP ACCESS NO.1 •SEE NoTE5 - EXISTING DEPRESSED CURB ) EXISTiNG ae & GUTTER ,- NEW WATER SERVICE. SEE NOTE 4 - -...NEW DRINKING NEW I 1/? DRAiN LINE SLAB ORQLAR BENCH FOUNTAIN S.O.G. SLAB ON GRADE FROM DRINKING FOUNTAIN TO PLANTER SEE DET. SEE OCT. NOTE k TRASH RECEPTAQ.1. SEE GET LAST 2. TO BE PORATED NOTE 8 CL TEL RISER TO BE RELOCATED. CAP END RAMP ACCESS NO.2 • SEE NOTE 5 NEW WATER SERVICE EXISTING CURB') fgi NOTE ______ EXISTING CURB & CUTTER I V it. i i NEW LOCATION C.' + EXIISTING SIDEWALK TO BE EXTENDED I I • I NU EDGE OF SIDEWAUC') \..IIO1EU I \ r10.ONE RISER " ' I I I 6W 1(1W.) — 1 "LqA —._.J NOTES - I. LIFEGUARD TONER TO HAVE SKIDS REMOVED AND TO BE ANCHORED TO CONCRETE SLAB W/ANO4OR BOLTS(OR HILTT KWK BOLTS). EXACT DISTANCE BETWEEN LIFEGUARD TONER RAID SEAWALL TO BE DETERMINED IN FIELD BY A REPRESENTATIVE OF STATE PARKS AND RECREATION. FOR EXPOSED AGGREGATE FINISH. USE BURKE TRUE ETCH-Or SURFACE RETARDER OR APPROVED EOUAL DEPTH OF EXPOSED AGGREGATE SHALL BE 1/4'. ALL TILE TO BE PLACED BY OTHERS AFTER COMPLETION OF CONSTRUCTION 1 P.V.C.. SCHEDULE 40 (TW.) S. PALM Tr THE PALM TREES 94*1.1. BE WASHINGTON ROBUSTA WITH A MINIMUM IS-FOOT HEIGHT AND A MINIMUM TRUNK DIAMETER OF 15 INDIES. ALL DO FRONDS SHALL BE REMOVED AND HEADS SHALL BE TIED TO PROTECT BUDS. THE TRUNK SHALL BE SMOOTh AND CLEAR OF LEAFS OR STEMS. TREES SHALL BE INSPECTED. LOCATED IN PLANTERS AND APPROVED BY THE CONTRACTING OFFICER PRIOR TO PLANTING. SOIL PLANTER MIX AND TOP DRESSING SHALL BE IN ACCORDANCE WITH CITY OF CARLSBAD PARKWAY TREE PLANTING REQUIREMENTS. PALM TREES SHALL. BE PLANTED IN ACCORDANCE WITH CITY OF CARLSBAD SUPPLEMENTAl. STANDARD NO. CS-a, AFTER PLANTING AND UNTIL COMPLETION OF CONSTRUCTION. THE CONTRACTOR SHALL WATER THE TREES DEEPLY TWICE A A. --=-- ' SPIRAL RAMP PLAN 5!-0* 11171 4 ANODIZE ALUM. HANDRAIL POST RAILS It POSTS(TTP.) r ATTACH POST HAPORAIL POST I r10 SAWAT 48' UAX.(TYP) I I PER MFR. REC-. d OR EXPOSED I I CMMENDATION 1.4 AGGREGATE \ IV' ffVE FOR OPNITICN .MNT . 2 A II IPOST(ANCO- RAMP IS JLT 't... R I. NOTE RAMP , .. ____ IFREIcia, .. LIMIT. OF S.O.G. _________ .. n ON IF NO RAMP • 4417 MIN 1250 IF INC RAMP —w RAMP SECTION N.T.S. \/ H,RAIL SECTION ILT$. 421 BENCH SECTION N.T '491 RAMP AND CIRCULAR BENCH *EPDXYCOATER _j FlMISM 842 I, Tvp R. 'TIV OF EVOSM 2 NOTE A LIMITS O'2 RECESS a EPDXY COATED 10 FO IN 8 9 PLAN P&T.S 10 ELEVATION N.T.S 10 SECTION 7&TS. 10 ED CIRCULAR TREE PLANTER AND BENCH L t • ,,- tr tr -- I .111. TREE • - RECESS FOR \ PLANTER By OTHERS ~/!l E TO BE PLACED I!T4 •ñ ,., 7 •- — I ..T o CONC. SLAB ON +1 EXPANSION jUINE 1 I I V LfJ •_—i IF BENCH, is BUILT AGGREGATE PL TYPICAL AROUND* AN TER 8 INS N.T.S. — T SECTION B-B PLANTER' I CONTRACTOR TO FORM TREE * EPDXY COATED UMIT OF S.G.G. ) \OF PLANTER TO APPROXIMATE IF NOT 4OI SHAPE 940W4 SLAB ON 076 GRACE 12 KIDNEY SHAPED FREE PUNTER PLAN /2..i'_o Z.17 SECTION CIRCULAR TREE PUNTER AND 804CM NTS 10 SHAPED TREE PLANTER AND BENCH 7L BACK OF SEAWALL CONTROL UNE/BACIC OF SHEET PILING OF SEAWALL OF WAVE DEFLECTOR 4- PER PAN SEE CURB & GUTTER OTT. _ Lr ...BAOC OF SEAWALL Kelm A-A. OF SEAWALL NOTE-ELEVATIONS YN OF WAVE DEFLECTOR SHOWN ARE RELATIVE- SEE PLANS FOR ACTUAl. ELEVATIONS. TREE PUNTER. NOTES ®BRG. FROM P.0.9. TO PRO N FTC PLANS RAMP SEE PLAN FOR LOCATION ©HANDRAIL POST AT 48' MAX ORAMP & LANDING TO HAVE EXPOSED AGGREGATE FIN. SEE NOTE 2 BELOW MAX GAP BETWEEN END HANDRAIL POST & END OF DEMON ®HANORAIL. 10 CONTINUE TO BOTTOM OF RAMP t-5-C I jar.? IS SALT +30— SIDEWALK 19.3' +20— +17.5 FOR AODL 2 Is / iira . 11 +10 - COMPACTED' — — FILL SLOPE (7/90) O — -. APPROLM.LL*-14t -10- 3 SOUTH END-NORTH REVETMENT 11 SCALES : 1 = 1O (H&V) STA. 22+00 TO STA. 24+04 1/2" RAD. C. Ir 1/2- FINISH GRADE n III 14110) SHEET PILES ARE cr < D2 #4048(H)WEID TO 32' LONG. USE ACE OF PILES EITHER BETHLEHEM ~~PER STEEL P1125 OR SYRO STEEL. SPZ26 H WELD TO OR APPROVED EQ. FACE OF PILES f 111/1 PER [i OTT. OF R/.0 CAP SEE PROFILE (' TYPICAL SECTION AT SOUTH SEAWALL EXTENSION P10 SCALE -APPROX. EXIST. GRADE' SOIL REMOVAL FOR BEACH RECOvERY" NISH GRADE TOP OF TOESTONE SLOPES UP AT ENDS WHERE TOP OF WALL. SLOPES UP 8" 5-10" POST SPACING (T'YP.) (MAX.) - ,.8 1/4" R. /2" EXPANrON ® 'Cl .IIIL .& .IIU. JIEL .UU. TYPO. 430 XIST. SIDEWALK 19.3 PLACE NEW ROCK ON 1 " 14 EXIST. ROCK (REMOVE DEBRIS) +20— SURFACE OF EXIST. +20— ROCK JETTY +10 — I LEAVE EXIST. ROCK +10— IN PLACE 0-•— O TYPICAL SECTION AT SOUTH SEAWALL EXTENSION -10-- SCALES : 1" = 10' (H&V) STA. 20+50 To STA. 21+00 SIDEWALK 19.3' 2 NORTH END-NORTH REVETMENT 1 SCALES : 1" = 10' (H&V) STA. 20+50 TO STA. 21+00 ol S +30— 1,61 12" BEDDING TH FILTER CLOTH TWO LAYERS - 3 TON ARMOR STONE (6.6') ,.-AppROx. MHH.W. +4.0± ( h EXIST. SLOPE (7/90) APPROX. M.H.H.W. +4.0± 6' CONTROL UNE-BACK OF SHEET PILES HANDRAIL ri PROFILE PLACE FILL MATERIAL- TO PROVIDE SURFACE DRAINAGE OVER WALL USE MATERIAL APPROVED BY SOILS ENGINEER. IF +1 COMPACTION IS REGUIRED VA-1 USE ONLY HAND HELD AT COMPACTiON DEVICES 80 TT. OF R/C CAP SEE PROFILE (SHEET TIP ELEVATION -.l5t I VAR. AT ENDS 4 TYPICAL SECTION AT SOUTH SEAWALL EXTENSION 1 SCALE: 1/4" = 2 3/4" TOP RAIL - _______ 12 T/4 uis TT ,BOTT RAIL 17 Sm 77 - 3 t/t GAL.V. ALL REOD. SECTION MODULUS RAILS Sx 0.3803 in3 :..... :: / i NON-SHRINK DIGIT Sy=0.09135062 in3 !:_ 1/4 14 i,t n' POSTS SxSy=O. ;•.: :./' y+y -- 8EV. EDGE_ B COVER 6 HANDRAIL BASE CONNECTION SLOPE FINISH GRADES HANDRAIL DETAIL OVER SOUTH SEAWALL EXTENSION NO SCALE ALUIMIJN RAAIIG NO1 Mi. IIA1ERIM.S INOJJ9IIG r40IN06 91122. BE MU1611 AUJIY 6063-16 CZAR ANORZ. AU. MA1IN?1.S 94*2. ACCEPT MIT COMIVERCIAIL FV4. 3 am AY MAY BE S1 4. RAUMC 60906 COMM 94122.60 20 POLINDS PER LDC*L FOOT HORZDIT*LIY A WRIIC*LLY ORO ORLTAI(CJ91. S P41.60 IIETM. 6*146 P005 NN 16 PRWILE ITM. 6*146 94*41 BE ADJJSTED AS REQLIREO 10 067*14 A 9100111 120 UWCW PRITEE WAIORIG 1lKTIC6I. PAI1 061CC. CONTRACTOR 91122. !4WY ALL 01110(9015 11 11€ PUS P110610 6*1146 FA00CA1IOL 6*146 EAII90I .06115 INST BE PROVIDED AS BE02 WOODWARD-CLYDE CONSULTANTS DESHMED BY ____OP CONSULTING ENGINEERS. GEOLOGISTS AND ENVIRONMENTAL SCIENTISTS _______ 1615 MURRAY CANYON ROAD. SUITE 1000 CNECICEO BY SAN DIEGO, CALIFORNIA 92108 SFS IN ASSOCIATION !A1114 01A11 BY BC SB&O. INC. SCALE CMI. ENGINEERS AND LAND SURVEYORS AS NOTED 3615 KEARNY VILLA ROAD. SUITE 201 SAN DIEGO. CALIFORNIA 92123 DAlE 10/90 rnciT RLr P10 R-13 • "AS Bu,Lr T ' .1E1E eY DATE CITY OF CARLSBAD OIIN6 0AQ11&DIT 16 CARLSBAD BOULEVARD SHORE PROTECITOFA REVETMENT DETAILS AND SOUTH SEAWALL EXTENSION DETAILS - — — — — — — — — — — — — — — - — — D1Y60406(ETh R 23880 E._. OAT! —11 60O B............_.i, B-.............I1 PRO.CT 3307 mm II II 316-8 WEAK REVISION DESCRIPTION — — — — OD 11. OW lOM DUST. T.C. ELEVATION \ PER PLAN VAR.2% PAN +3. 01 T-0-(F.V.) AT SOUTH SEAWALL : oi EXISTING PCC SIDEWALK R/C CAP1 R/CCAP FOR ADDILINFA SEE 8 MAX VATTON VARIES zi z 271. . 8 I •. . • U11 PLAN A PROFiLE JOINT SEALANT 1_ f2 LOPE lIE 4 MIN. co orTPILES — (I CONTROL LINE AO(C NEW I I JOINT SEALANT EMINL \;i r 1 All IPPROL BEACH IEVATION ((AS7M ORADE MATERIAL COMPACTED5% MAX. DRY DENSITY DS WAUC JOINTS TO CORRESPOND I \ r1' \ ~QFSEAWALL TO JOINTS IN EXISTING SIDEWALK REF. 4 4-FOR SIDEWALK \ If APPLY BOND \ SHEET PER SORSO G-IO 12 I 7-FOR RAMP.STAIRS V BREAKER TO AU. 1 (2) LAYERS OF 1500 POUND \ A SURFACES OF K STON APPROX. 4 ft. TillOc •. \ STYROFOAM-TO BE/ Zpjj \w WAVE DEFLECTOR LEFT IN PLACE CONCRETE. TYPICAL BEGIN/END OF SEAWALL. 1/2=I-O TYPICAL YdIDENED SIDEWALK 1=1-O () SI.AB/WAU. CONNECTION 3=1-O() SLAB/WALL CONNECTION ma () () z 15 TOP OF SEAWALL. SEE PLAN & PROFILE or-al ELEVATION PER PLAN APPROX. BEACH IuI EE 11 HANDRAIL gal 12 00 r, I SEE FOR STJ DETAILS WALLS PROFiLES TYPICAL WALL SECTION 1/4"=1-0 /T '\ TYPICAL STAIRWAY SECTION TYPICAL STAIRWAY 1/4=1-O() I l/t. STO. ALUMINUM 3 i' LOW PROFILE STAINLESS STIED. TOP HERITAGE SILVER ma ma ... . MAX. I - USE 30 LONG SYRO STEEL SPZ-23 OR APPROVED EQUAl- z rirt. 0 I4-6 •\ 12 3/4 IS.- ~I \.—.J I I . .1 80 GALLON t/tRAD.TYP. . v I - I2-2 * I ATTACH PIPE TO + ,r Tol : wflOP AND T.W. ELEVATiON PER BACK OF SHEETING F-k- A '-' • ri PLASTIC UNER FABRICATOR. USE4A1 NORTH SEAWAU. m I CONTROL UNE FOR NORD .1 "-> STAINLESS STEEl.TAT SOUT)1 SEAWALL . \ rAU PER - SCREW •. ••- - me cm nor 9 i IlUIMIlU oosrvrf - z EMBED-NO DrnmnDcn p 5 C2 111W. 12 AT ENDS OF HANDRAIL AND AT 1. WALl. MOUNTING BRACKET TIP. B 3 95X ORADE MATERIAL COMPACTED CONST. JOINT 4-0 O.C. MAX. SPAONG.11.0.0. (ASTM D1557) 12 CONNECTION BRACKET SM. TO SAAFCO INC. ,\ .EL!VA11ON EPDXY COATED DRAWING .238995 OR EQUAL. ¼...J 2. AU. ALUMINUM COMPONENTS SMALL HAVE AN ANODIZED FiNISH. TYPICAL SECTION N.T.S. (!) TYPICAL ACCESS RAMP SECTION N.T.S. () HANDRAIL DETAIL 3=1-O"11 MOUNTING A/B I 1/ZIPS WASTE (AS.) 12 PER MM.COUPLING TO DRAIN _____________ UNE BY CONTRACTOR (SEE 1/2 NP? SUPPLY -. I~FAIE370r MEAWAL~L ONECTIONTO (DBOThIDRAIN HOLES QUICK CRETE PRODUCTS CORP. CALIFORNIA SERIES O-CAI.-33NG. OR EQUAl. -NATURAL GRAY COLOR -UDIT SANDBLAST FINISH -NON GLOSSY ACRYLIC LLG.SCREW COATING SIDEWALK I LAJANMUN DU.I N GROUT. THICKEN SLAB UNDER WASTE AL• PACT CLE WASTE RECEPTACLE DETAIL N. T.S.".j 2) OIC9911MI, BY DP O€QON BY SFS omyn BY BC scmi AS NOTED DATE 10/go REVISION DESCRIPTION 4'CLT0 FACE 'WI NEW DRINKING FOUNTAIN TO BE'HAWS' MODEL 3178 (EXP.AGG FINISH). OR EQUAL .. INSTALl. PER MANUFACTURER INSTRUCTIONS AND PER DETAIL AS SIlRR I +...._l I/2 DRAINU ED NE . . . EPDXY COAT TO PUNIER (TIP.) 1 24.1 WOODWARD-CLYDE CONSULTANTS - CONSULTING ENGINEERS. GEOLOGISTS AND ENVIRONMENTAL SCIENTISTS 1615 MURRAY RIDGE ROAD. SUITE 1000 SAN DIEGO. CALIFORNIA 92108 IN ASSOCIATION WITh SB&O, INC. CIVIL ENGINEERS AND LAND SURVEYORS 3615 KEARNY VILLA ROAD. SUITE 201 SAN DIEGO. CALIFORNIA 92123 "AS BUILT' CARLSBAD BOULEVARD SHORE PROTECTION IMPROVEMENT LOCATIONS AT ACCESSES amm memm I aiv menw& 3307 II 318-8 6 INCH THICK QUARRY RUN MATERIAL UNDERLAIN BY FILTER FABRIC 1 I2 ACCESS RAMP — SECTION 12 INro 'r' 5 13 UNDISTURBED SOIl. -SEE ORL - - H-FILL VOIDS W/ CHINK ROCK I SAND AND 11 EW1%IDIT 15 +io = IRON PIPE *1 MISC. ON-SITE CONNECT NEW 16 IRON PIPE TO IRS?. I5 IRON PIPE Will COLLAR AS REQUIRED. MATCH GAGE OF ENS?. PIPE. N.T.S. PARTIAL WALL ELEVATION (SOCWAU( 9CC) CONTRACTOR TO INSTALl. MOLD OR rom SO THAT FACADE IS MONOU1WC WIN WAIJ.. O-- FACADE TO BE APPLIED TO ENTIRE LDIGTR OF WALL 04T AT ACCESSES AS 940W' ON SHEET S DECORATIVE SURFACE FINISH N.T.S. 73 DISTRICT FILE NO. B-135 13 AS BUILT' 4!::224 ,t REVIEWED B'B- - 1i ..!JI CITY OF CARLSBAD SHEEm D4CRIUIC DORARITMOIT IL 16 CARLSBAD BOULEVARD SHORE PROTECTION DETAILS AND SECTIONS .4ROVW OTT ENGINEER BCE ..2. [. DATE_ OW' BY I[ PRO.CT NO. 3307 CRAWNO. NO.1 316-a REVISION DESCRIPTION I NS W'WW' IIA Im SEE DETAIL W FOR APPROX. DESIGN OF ARTISTS FACADE SEE SHEET 9 F LIMITS OF FACADE \TV.-" STANDARD HOCK DM1 -J /NO WAVE .6. 12f./ 042ir LONG wO.DTOFACE \ OF 94W PILE _VEAR 4 CLEAR COVER (1W)Pm OCTAL I• EW #4V)@ 16 TYPICAL SECTION - CONCRETE CAP N.T.S. () SPACING SECTION AT PIPE CROSSING 1/2=1' 'I'I. I .1 7 1 11 III In In I' hi.I,ia w.I'RI • I. '' i•' *u 114*,! th DlAIIE1 OF BAR R.2d FOR 52 10 54 R-34 FOR TO Ft ."m 0 TO 5U BAR RD40 Tfdf I W' DII t W' TYPICAL REINF. BAR BEND & SPLICE DET. N.T.S. 4 AWARD FACE OF 94W PEE DETAIL (3'\ - rL-. USEEITHER: BETHLEHEM STEEL PLZ23 OR EOFlCA1IORS FACEOF SYRO STEEL SPZ23 #4(H)-WELD TO FACE .(coc. c*OR APPROVED EQUAL OF P1I.ES PE SOL 5. TYPICAL CONCRETE CAP (U.O.N.) N.T.S. 1 TYPICAL REINFORCEMENT LAYOUT N.T.S. 3 13 . 13 Iiicw . 40't TO DARUGHT Gwms Flu. VOIDS WI I 0411411 ROCK DEMOUNT FABRIC APPROX EXIST. vz ~ ~js:so§ m: ~ _w GROUND GROUND =X 7FIL11 FABRIC GROUND N.T.S. 10 SOUTH ACCESS RAMP II I! itir ORIORE1E J fl3m. WI1RO.JOINT A NM CONCRETE - - - ORSOREIC s ,4. MIII BCTS MAX .ORT SEM.AN? CONTROL JOINTS 94AU. BE SPAM NO RJR1W€R 1)4*15 20' APART AND 91*1.1. BE A T001.0 CONTROL JOINT. B LOCATION OF JOINTS 91*U. CORRESPOND TO A JONT IN THE 9442? PIUNG, CONTINUE HCKIZ. ROW. IMRO.J04 JOINTS. PIPE CROSSING SECTION 1/2=1 4 PIPE CROSSING SECTION 1/2=1' (2-) TYPICAL CONTROL JOINTS N.T.S. 7 TOOLED CONTROL .JOINTS N.T.S. STA. 37+09 (BRASS PIN= OF 18 PIPE) 13 1 13 WOODWARD-CLYDE CONSULTANTS CONSULTING ENGINEERS. GEOLOGISTS AND ENVIRONMENTAL SCIENTISTS DESIGNED DV DP OCOOR DV 1615 MURRAY CANYON ROAD. SUITE 1000 SAN DIEGO, CALIFORNIA 92108 scs IN ASSOCIATION W11H. CRAW' BY BC SB&O.. INC. SCALE CIVIL ENGINEERS AND LAND SURVEYORS 3615 KEARNY VILLA ROAD. SUITE 201 AS NOTED 0*12 SAN DIEGO, CALIFORNIA 92123 10/90 SD FOR LOT H RHO AGUA HEDIONDA CAR' -HAD- MAP NO Xill Xq riflhIyR - I N 5YO9•5 - 05 %v 391 WWW E- LIMIT OF EXISTING Ej NT 1.1i SEE SHEET IA FOR BASS OF BEARING - cd 4. - I-I PACiFiC • OCEAN NI I, STATE LANDS I4I WOODWARD—CLYDE CONSULTANTS DESICNIM By DIP CONSULTING ENGINEERS. GEOLOGISTS AND ENVIRONMENTAL SCIENTISTS 1615 MURRAY CANYON ROAD. SUITE 1000 CNECKED BY SAN DIEGO. CAUFCRNIA 92106 sFs IN ASSOCIATION NTH ORAI BY 8C SB&O. INC. SCALE CIVIL ENGINEERSAND LAND SURVEYORS 1 =40(H) 3615 KEARNY VILLA ROAD. SUITE 201 SAN DIEGO. CALIFORNIA 92123 DATE 10/go ll~ W000WARD—CLYDE CONSULTANTS cesom BY CONSULTING ENGINEERS. GEOLOGISTS AND ENVIRONMENTAL SOD4T1STS DIP 1615 MURRAY CANYON ROAD. SUITE 1000 CNECKM BY SAN DIEGO. CALIFORNIA 92108 sFs IN ASSOCIATION Vill14 BRAI BY BC SB&O. INC. SCAIL CIVIL ENGINEERS AND LAND SURVEYORS 3615 ICEARNY VILLA ROAD. SUITE 201 SAN DIEGO. CALIFORNIA 92123 OAX 10/ FOR LOT H RHO AGUA HEDJONDA MAP NO 823 x to I - - AM _. 111a - o0ULVR1D 74 C Q AD 7' 46Al —• .... 47' L..3)2ç - a 3' I'- - ______ - - 3 ______ - ______ - ______ k ______ -43 s... - 31 01 110 147 146 R rat rat SHEEr to x A2 x to map OCE4N TATE LANDS a DISTRICT FlIt Nfl. R-17 AS BUILT' Rc?' •'' EBED 8 DATE 1 W,5 _ J CITY OF CARLSBADI DlNGOAR1UST I 16 - - - - - - CARLSBAD BOULEVARD SHORE PROTEC1IGH RIGHT OF WAY DATA - - - . - - OTT RIZ 2 LW. DATE 0 • US B •••_•_ffPNO.Lcr Na. ] DRAIG IN I 316-8 or "UAL -. DESCRIPTION C— REVISION WiuZ PVS III M07 PCXISTIMGASEMENT ' LIMIT OF E)OSTING EASDIIENT & ELECTRIC. .—. OCEAN nismic1 Flir NO. R-130 AS eulLr 2 _ DAN REVIEM WA DONEER DAlE 16 CITY OF CARLSBAD i1 1 ENTNC DARNE}T - CARLSBAD BOULEVARD SHORE PR07EC1ION RIGHT OF WAY DATA - - - - - - - - - - - - crfv DMINEMRBE .2.... E. DATE - - - NO BY: -I NGQLCT Na IIASNc 3307 NO] 318-0 J - - 1I - REVISION DESCRIPTION - - - - j J NOTE: SEE 9IEET TA FOR BASS W BEARINGS WOODWARD-CLYDE CONSULTANTS CONSULTING ENGINEERS. GEOLOGISTS AND ENVIRONMENTAL SCIENTISTS DIP____ 1615 MURRAY CANYON ROAD. SUITE 1000 OCOGS BY SAN DIEGO. CALIFORNIA 92108 SFS IN ASSOCIATION: VATH BRASS BY 8C SB&O, INC. sciz CIVIL ENGINEERS AND LAND SURVEYORS r=40(H) 3615 KEARNY VILLA ROAD. SUITE 201 SAN DIEGO. CALIFORNIA 92123 DAIS 1°/go A!Z ____________ - - -- - - - rm - - - ---------- - I-. - - - -= - -,----. - - -- - - STAGING AREAS PACIFIC 4 APPENDIX C AGREEMENTS BETWEEN THE DEPARTMENT OF THE ARMY AND THE CITY OF CBLSBAD c-i PROJECT COOPERATION AGREEMENT BETWEEN THE DEPARTMENT OF THE ARMY AND THE CITY OF CARLSBAD, CALIFORNIA FOR CONSTRUCTION OF THE CARLSBAD BOULEVARD (AGUA HEDIONDA) STORM DAMAGE REDUCTION PROJECT CARLSBAD, CALIFORNIA THIS AGREEMENT is entered into this _________________ day of _____, 199k, by and between the DEPARTMENT OF THE ARMY (heeinafter the "Government"), represented by the U.S. Army Engineer for the Los Angeles District (hereinafter the "District Engineer"), and the City of Carlsbad, California (hereinafter the "Non-Federal Sponsor"), represented by the Mayor of the City of Carlsbad. WITNESSETH, THAT: WHEREAS, the Carlsbad Boulevard (Agua Hedionda) Storm Damage Reducti9n Project in the City of Carlsbad, San Diego County, California (hereinafter the "Project") was approved for construction by Commander, South Pacific Division on 2 July 1996 pursuant to the authority contained in Section 103 of the River and Harbor Act of 1962, as amended, 33 U.S.C. 426g. WHEREAS, the Government and the Non-Federal Sponsor desire to enter into a Project Cooperation Agreement for construction of the Project, as defined in Article I.A. of this Agreement; WHEREAS, Section 103 of the Water Resources Development Act of 1986, Public Law 99-662, as amended, specifies the cost-sharing requirements applicable to the Project; WHEREAS, Pursuant to Section 103 of the River and Harbor Act of 1962, as amended, 33 U.S.C. 426g, the Government may expend up to $2,000,000 on a single storm damage reduction project; WHEREAS, Section 221 of the Flood Control Act of 1970, Public Law 91-611, as amended, and Section 103 of the Water Resources Development Act of 1986, Public Law 99-662, as amended, provide that the Secretary of the Army shall not commence construction of any water resources project, or separable element thereof, until each non-Federal sponsor has entered into a written agreement to furnish its required cooperation for the project or separable element; WHEREAS, the Goverzment and Non-Federal Sponsor have the full authority and capability to perform as hereinafter set forth and intend to cooperate in cost-sharing and financing of the Ii construction of the Project in accordance with the terms of this Agreement. NOW, THEREFORE, the Government and the Non-Federal Sponsor agree as follows: ARTICLE I - DEFINITIONS AND GENERAL PROVISIONS For purposes of this Agreement: The term "Project" shall mean protection of Carlsbad Boulevard between the intake and outlet jetties of Agua Hedionda Lagoon by constructing a 2,504-foot long steel sheetpile seawall with a concrete cap, starting approximately 400 feet downcoast of the south intake jetty of Agua Hedionda Lagoon and ending at the north outlet jetty, with rock placed along the seawall as toe protection and on the north revetment between the south intake jetty and the beginning of the seawall, as generally described in the Detailed Project Report entitled Carlsbad Boulevard. Carlsbad. San Diego County. California. dated April, 1996 and approved by Commander,South Pacific Division on May 8, 1996. The term "total project costs" shall mean all costs incurred by the Non-Federal Sponsor and the Government in accordance with the terms of this Agreement directly related to construction of the Project. Subject to the provisions of this Agreement, the term shall include, but is not necessarily limited to: engineering and design costs during the preparation of contract plans and specifications; engineering and design costs during construction; the costs of investigations to identify the existence and extent of hazardous substances in accordance with Article XV.A. of this Agreement; costs of historic preservation activities in accordance with Article XVIII.A. of this Agreement; actual construction costs; supervision and administration costs; costs of participation in the Project Coordination Team in accordance with Article V of this Agreement; costs of contract dispute settlements or awards; the value of lands, easements, rights-of-way, relocations, and suitable borrow and dredged or excavated material disposal areas for which the Government affords credit in accordance with Article IV of this Agreement; and costs of audit in accordance with Article X of this Agreement. The term does not include any costs for. operation, maintenance, repair, replacement, or rehabilitation; any costs due to betterments; or any costs of dispute resolution under Article VII of this Agreement. The term "financial obligation for construction" shall mean a financial obligation of the Government other than an obligation pertaining to the provision of lands, easements, rights-of-way, relocations, and borrow and dredged or excavated material disposal areas, that results or would result in a cost that is or would be included in total project costs. The term "non-Federal proportionate share" shall mear1 the ratio of the Non-Federal Sponsor's total cash contribution 2 required in accordance with Articles II.D.2. of this Agreement to total financial obligations for construction, as projected by the Government. The term "period of construction" shall mean the time from the date the Government first notifies the Non-Federal Sponsor in writing, in accordance with Article VI.B. of this Agreement, of the scheduled date for issuance of the solicitation for the first.construction contract to the date that the District Engineer notifies the Non-Federal Sponsor in writing of the Government's determination that construction of the Project is complete. The term "highway" shall mean any public highway, roadway, street, or way, including any bridge thereof. The term "relocation" shall mean providing a functionally equivalent facility to the owner of an existing utility, cemetery, highway or other public facility, or railroad (including any bridges thereof) when such action is authorized in accordance with applicable legal principles of just compensation. Providing a functionally equivalent facility may take the form of alteration, lowering,, raising, or replacement and attendant removal of the affected facility or part thereof. The term "fiscal year" shall mean one fiscal year of the Government. The Government fiscal year begins on October 1 and ends on September 30. The term "functional portion of the Project" shall mean a portion of the Project that is suitable for tender to the Non- Federal Sponsor to operate and maintain in advance of completion of the entire Project. For a portion of the Project to be suitable for tender, the District Engineer must notify the Non- Federal Sponsor in writing of the Government's determination that the portion of the Project is complete and can function independently and for a useful purpose, although the balance of the Project is not complete. The term "betterment" shall mean a change in the design and construction of an element of the Project resulting from the application of standards that the Government determines exceed those that the Government would.otherwise apply for accomplishing the design and construction of that element. ARTICLE II - OBLIGATIONS OF THE GOVERNMENT AND THE NON-FEDERAL SPONSOR A. The Government, subject to the availability of funds and using those funds and funds provided by the Non-Federal Sponsor, shall expeditiously construct the Project applying those procedures usually applied to Federal projects, pursuant to Federal laws, regulations, and policies. V 3 1. The Government shall afford the Non-Federal Sponsor the opportunity to review and comment on the solicitations for all contracts, including relevant plans and specifications, prior to the Government's issuance of such solicitations. The Government shall not issue the solicitation for the first construction contract until the Non-Federal Sponsor has confirmed in writing its willingness to proceed with the Project. To the extent possible, the Government shall afford the Non-Federal Sponsor the opportunity to review and comment on all contract modifications, including change orders, prior to the issuance to the contractor of a Notice to Proceed. In any instance where providing the Non-Federal Sponsor with notification of a contract modification or change order is not possible prior to issuance of the Notice to Proceed, the Government shall provide such notification in writing at the earliest date possible. To the extent possible, the Government also shall afford the Non-Federal Sponsor the opportunity to review and comment on all contract claims prior to resolution thereof. The Government shall consider in good faith the comments of the Non-Federal Sponsor, but the contents of solicitations, award of contracts, execution of contract modifications, issuance of change orders, resolution of contract claims, and performance of all work on the Project (whether the work is performed under contract or by Government personnel), shall be exclusively within the control of the Government. 2. Throughout the period of construction, the District Engineer shall furnish the Non-Federal Sponsor with a copy of the Government's Written Notice of Acceptance of Completed Work for each contract for the Project. The Non-Federal Sponsor may request the Government to accomplish betterments. Such requests shall be in writing and shall describe the betterments requested to be accomplished. If the Government in its sole discretion elects to accomplish the requested betterments or any portion thereof, it shall so notify the Non-Federal Sponsor in a writing that sets forth any applicable terms and conditions, which must be consistent with this Agreement. In the event of conflict between such a writing and this Agreement, this Agreement shall control. The Non- Federal Sponsor shall be solely responsible for all costs due to the requested betterments and shall pay all such costs in accordance with Article VI.C. of this Agreement. When the District Engineer determines that the entire Project is complete or that a portion of the Project has become a functional portion of the Project, the District Engineer shall so notify the Non-Federal Sponsor in writing and furnish the Non- Federal Sponsor with an Operation, Maintenance, Repair, Replacement, and Rehabilitation Manual (hereinafter the "OMRR&R Manual") and with copies of all of the Government's Written Notices of Acceptance of Completed Work for all contracts for the Project or the functional portion of the Project that have not been provided previously. Upon suh notification, the Non- Federal Sponsor shall operate, maintain, repair, replace, and 4 rehabilitate the entire Project or the functional portion of the Project in accordance with Article VIII of this Agreement. D. The Non-Federal Sponsor shall contribute a minimum of 35 percent of total project costs in accordance with the provisions of this paragraph. In accordance with Article III of this Agreement, the Non-Federal Sponsor shall provide all lands, easements, rights-of-way, and suitable borrow and dredged or excavated material disposal areas that the Government determines the Non- Federal Sponsor must provide for the construction, operation, and maintenance of the Project, and shall perform or ensure performance of all relocations that the Government determines to be necessary for the construction, operation, and maintenance of the Project. If the Government projects that the value of the Non-Federal Sponsor's contributions under paragraphs D.l. of this Article and Articles V, X, and XV.A. of this Agreement will be less than 35 percent of total project costs, the Non-Federal Sponsor shall provide a cash contribution, in accordance with Article VI.B. of this Agreement, in the amount necessary to make the Non-Federal Sponsor's total contribution equal to 35 percent of total project costs. Subject to Article XIX of this Agreement, if the Government determines that the value of the Non-Federal Sponsor's contributions provided under paragraphs D.l and D.2 of this Article and Articles V, X, and XV.A. of this Agreement has exceeded 35 percent of total project costs, the Government, subject to the availability of funds, shall reimburse the Non- Federal Sponsor for any such value in excess of 35 percent of total project costs. After such a determination, the Government, in its sole discretion, may provide any remaining Project lands, easements, rights-of-way, and suitable borrow and dredged or excavated material disposal areas and perform any remaining Project relocations on behalf of the Non-Federal Sponsor. E. The Non-Federal Sponsor may request the Government to provide lands, easements, rights-of-way, and suitable borrow and dredged.or excavated material disposal areas or perform relocations on behalf of the Non-Federal Sponsor. Such requests shall be in writing and shall describe the services requested to be performed. If in its sole discretion the Government elects to perform the requested services or any portion thereof, it shall so notify the Non-Federal Sponsor in a writing that sets forth any applicable terms and conditions, which must be consistent with this Agreement. In the event of conflict between such a writing and this Agreement, this Agreement shall control. The Non-Federal Sponsor shall be solely responsible for all.costs of the requested services and shall pay all such costs i accordance with Article VI.C. of this Agreement. Notwithstanding the 5 provision of lands, easements, rights-of-way, and suitable borrow and dredged or excavated material disposal areas or performance of relocations by the Government, the Non-Federal Sponsor shall be responsible, as between the Government and the Non-Federal Sponsor, for the costs of cleanup and response in accordance with Article XV.C. of this Agreement. The Government shall perform a final accounting in accordance with Article VI.D. of this Agreement to determine the contributions provided by the Non-Federal Sponsor in accordance with paragraphs B., D., and E. of this Article and Articles V, X, and XV.A. of this Agreement and to determine whether the Non- Federal Sponsor has met its obligations under paragraphs B., D., and E. of this Article. a The Non-Federal Sponsor shall not -use Federal funds to meet the Non-Federal Sponsor's share of total project costs under this Agreement unless the Federal granting agency verifies in writing that the expenditure of such funds is expressly authorized by statute. The Non-Federal Sponsor agrees to participate in and comply with applicable Federal floodplain management and flood insurance programs. Not less than once each year the Non-Federal Sponsor shall inform affected interests of the extent of protection afforded by the Project. The Non-Federal Sponsor shall publicize flood plain information in the area concerned and shall provide this information to zoning and other regulatory agencies for their use in preventing unwise future development in the flood plain and in adopting such regulations as may be necessary to prevent unwise future development and to ensure compatibility with protection levels provided by the Project. ARTICLE III - LANDS, RELOCATIONS, DISPOSAL AREAS, AND PUBLIC LAW 91-646 COMPLIANCE A. The Government, after consultation with the Non-Federal Sponsor, shall determine the lands, easements, and rights-of-way required for the construction, operation, and maintenance of the Project, including those required for relocations, borrow materials, and dredged or excavated material disposal. The I Government in a timely manner shall provide the Non-Federal Sponsor with general written descriptions, including maps as appropriate, of the lands, easements, and rights-of-way that the Government determines the Non-Federal Sponsor must provide, in detail sufficient to enable the Non-Federal Sponsor to fulfill its obligations under this paragraph, and shall provide the Non- Federal Sponsor with a written notice to proceed with acquisition of such lands,. easements, and rights-of-way. Prior to the end of the period-of construction, the Non-Federal Sponsor shall acquire all lands, easements, and rights-of-way set forth in such descriptions. Furthermore, prior to issuance of the solicitation for each construction contract, the Non-Federal Sponsor shall provide the Government with authorization for entry to all lands, easements, and rights-of-way the Government determines the Non- Federal Sponsor must provide for that contract. For so long as the Project remains authorized, the Non-Federal Sponsor shall ensure that lands, easements, and rights-of-way that the Government determines to be required for the operation and maintenance of the Project and that were provided by the Non- Federal Sponsor are retained in public ownership for uses compatible with the authorized purposes of the Project. B. The Government, after consultation with the Non-Federal Sponsor, shall determine the improvements required on lands, easements, and rights-of-way to enable the proper disposal of dredged or excavated material associated with the construction, operation, and maintenance of the Project. Such improvements may include, but are not necessarily limited to, retaining dikes, wasteweirs, bulkheads, embankments, monitoring features, stilling basins, and de-watering pumps and pipes. The Government in a timely manner shall provide the Non-Federal Sponsor with general written descriptions of such improvements in detail sufficient to enable the Non-Federal Sponsor to fulfill its obligations under this paragraph, and shall provide the Non-Federal Sponsor with a written notice to proceed with construction of such improvements. Prior to the end of the period of construction, the Non-Federal Sponsor shall provide all improvements set forth in such descriptions. Furthermore, prior to issuance of the solicitation for each Government construction contract, the Non-Federal Sponsor shall prepare plans and specifications for all improvements the Government determines to be required for the proper disposal of dredged or excavated material under that contract, submit such plans and specifications to the Government for approval, and provide such improvements in accordance with the approved plans and specifications. C. The Government, after consultation with the Non-Federal Sponsor, shall determine the relocations necessary for the construction, operation, and maintenance of the Project, including those necessary to enable the removal of borrow materials and the proper disposal of dredged or excavated material. The Government in a timely manner shall provide the Non-Federal Sponsor with general written descriptions, including maps as-appropriate, of such relocations in detail sufficient to enable the Non-Federal Sponsor to fulfill its obligations under this paragraph, and shall provide the Non-Federal Sponsor with a written notice to proceed with such relocations. Prior to the end of the period of construction, the Non-Federal Sponsor shall perform or ensure the performance of all relocations as set forth in such descriptions. Furthermore, prior to issuance of the solicitation for each Government construction contract, the Non- Federal Sponsor shall prepare or ensure the preparation of plans and specifications for, and perform or ensure the performance of, all relocations the Governmnt determines to be necessary for that contract. 7 The Non-Federal Sponsor in a timely manner shall provide the Government with such documents as are sufficient to enable the Government to determine the value of any contribution provided pursuant to paragraphs A., B., or C. of this Article. Upon receipt of such documents the Government, in accordance with Article IV of this Agreement and in a timely manner, shall determine the value of such contribution, include such value in total project costs, and afford credit for such value toward the Non-Federal Sponsor's share of total project costs. The Non-Federal Sponsor shall comply with the applicable provisions of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, Public Law 91-646, as amended by Title IV of the Surface Transportation and Uniform Relocation Assistance Act of 1987 (Public Law 100-17), and the Uniform Regulations contained in 49 C.F.R. Part 24, in acquiring lands, easements, and rights-of-way required for the construction, operation, and maintenance of the Project, including those necessary for relocations, borrow materials, and dredged or excavated material disposal, and shall inform all affected persons of applicable benefits, policies, and procedures in connection with said Act. ARTICLE IV - CREDIT FOR VALUE OF LANDS, RELOCATIONS, AND DISPOSAL AREAS A. The Non-Federal Sponsor shall receive credit toward its share of total project costs for the value of the lands, easements, rights-of-way, and suitable borrow and dredged or excavated material disposal areas that the Non-Federal Sponsor must provide pursuant to Article III of this Agreement, and for the value of the relocations that the Non-Federal Sponsor must perform or for which it must ensure performance pursuant to Article III of this Agreement. However, the Non-Federal Sponsor shall not receive credit for the value of any lands, easements, rights-of-way, relocations, or borrow and dredged or excavated material disposal areas that have been provided previously as an item of cooperation for another Federal project. The Non-Federal Sponsor also shall not receive credit for the value of lands, easements, rights-of-way, relocations, or borrow and dredged or excavated material disposal areas to the extent that such items are provided using Federal funds unless the Federal granting agency verifies in writing that such credit is expressly authorized by statute. B. For the sole purpose of affording credit in accordance with this Agreement, the value of lands, easements, and rights- of-way, including those necessary for relocations, borrow materials, and dredged or excavated material disposal, shall be the fair market value of the real property interests, plus certain incidental costs of acquiring those interests, as determined in accordance with the provisions of this paragraph. 1. Date of Valuation. The fair market value of lands, easements, or rights-of-way owned by the Non-Federal Sponsor on 8 the effective date of this Agreement shall be the fair market value of such real property interests as of the date the Non- Federal Sponsor provides the Government with authorization for entry thereto. The fair market value of lands, easements, or rights-of-way acquired by the Non-Federal Sponsor after the effective date of this Agreement shall be the fair market value of such real property interests at the time the interests are acquired. 2. General Valuation Procedure. Except as provided in paragraph B.3. of this Article, the fair market value of lands, easements, or rights-of-way shall be determined in accordance with paragraph B.2.a. of this Article, unless thereafter a different amount is determined to represent fair market value in accordance with paragraph B.2.b. of this Article. The Non-Federal Sponsor shall obtain, for each real property interest, an appraisal that is prepared by a qualified appraiser who is acceptableto the Non-Federal Sponsor and the Government. The appraisal must be prepared in accordance with the applicable rules of just compensation, as specified by the Government. The fair market value shall be the amount set forth in the Non-Federal Sponsor's appraisal, if such appraisal is approved by the Government. In the event the Government does not approve the Non-Federal Sponsor's appraisal, the Non-Federal Sponsor may obtain a second appraisal, and the fair market value shall be the amount set forth in the Non-Federal Sponsor's second appraisal, if such appraisal is approved by the Government. In the event the Government does not approve the Non-Federal Sponsor's second appraisal, or the Non-Federal Sponsor chooses not to obtain a second appraisal, the Government shall obtain an appraisal, and the fair market value shall be the amount set forth in the Government's appraisal, if such appraisal is approved by the Non-Federal Sponsor. In the event the Non- Federal Sponsor does not approve the Government's appraisal, the Government, after consultation with the Non-Federal Sponsor, shall consider the Government's and the Non-Federal Sponsor's appraisals and determine an amount based thereon, which shall be deemed to be the fair market value. Where the amount paid or proposed to be paid by the Non-Federal Sponsor for the real property interest exceeds the amount determined pursuant to paragraph B.2.a. of this Article, the Government, at the request of the Non-Federal Sponsor, shall consider all factors relevant to determining fair market value and, in its sole discretion, after consultation with the Non-Federal Sponsor, may approve in writing an amount greater than the amount determined pursuant to paragraph B.2.a. of this Article, but not to exceed the amount actually paid or proposed to be paid. If the Government approves such an amount, the fair market value shall be the lesser of the approved amount or the amount paid by the Non-Federal Sponsor, but no less than the amount determined pursuant to paragraph B.2.a. of this Article. 9 3. Eminent Domain Valuation Procedure. For lands, easements, or rights-of-way acquired by eminent domain proceedings instituted after the effective date of this Agreement, the Non-Federal Sponsor shall, prior to instituting such proceedings, submit to the Government notification in writing of its intent to institute such proceedings and an appraisal of the specific real property interests to be acquired in such proceedings. The Government shall have 60 days after receipt of such a notice and appraisal within which to review the appraisal, if not previously approved by the Government in writing. If the Government previously has approved the appraisal in writing, or if the Government provides written approval of, or takes no action on, the appraisal within such 60- day period, the Non-Federal Sponsor shall use the amount set forth in such appraisal as the estimate of just compensation for the purpose of instituting the eminent domain proceeding. If the Government provides written disapproval of the appraisal, including the reasons for disapproval, within such 60-day period, the Government and the Non-Federal Sponsor shall consult in good faith to promptly resolve the issues or areas of disagreement that are identified in the Government's written disapproval. If, after such good faith consultation, the Government and the Non-Federal Sponsor agree as to an appropriate amount, then the Non-Federal Sponsor shall use that amount as the estimate of just compensation for the purpose of instituting the eminent domain proceeding. If, after such good faith consultation, the Government and the Non-Federal Sponsor cannot agree as to an appropriate amount, then the Non-Federal Sponsor may use the amount set forth in its appraisal as the estimate of just compensation for the purpose of instituting the eminent domain proceeding. C. For lands, easements, or rights-of-way acquired by eminent domain proceedings instituted in accordance with sub-paragraph B.3. of this Article, fair market value shall be either the amount of the court award for the real property interests taken, to the extent the Government determined such interests are required for the construction, operation, and maintenance of the Project, or the amount of any stipulated settlement or portion thereof that the Government approves in writing. 4. Incidental Costs. For lands, easements, or rights- of-way acquired by the Non-Federal Sponsor within a five-year period preceding the effective date of this Agreement, or at any time-after the effective date of this Agreement, the value of the interest shall include the documented incidental costs of acquiring the interest, as determined by the Government, subject to an audit in accordance with Article X.C. of this Agreement to determine reasonableness, allocability, and allowability of ... costs. Such incidental costs shall include, but not necessarily be limited to, closing and title costs, appraisal costs, survey 10 costs, attorney's fees, plat maps, and mapping costs, as well as the actual amounts expended for payment of any Public Law 91-646 relocation assistance benefits provided in accordance with Article III.E. of this Agreement. C. After consultation with the Non-Federal Sponsor, the Government shall determine the value of relocations in accordance with the provisions of this paragraph. For a relocation other than a highway, the value shall be only that portion of relocation costs that the Government determines is necessary to provide a functionally equivalent facility, reduced by depreciation, as applicable, and by the salvage value of any removed items. For a relocation of a highway, the value shall be only that portion of relocation costs that would be necessary to accomplish the relocation in accordance with the design standard that the State of California would apply under similar conditions of geography and traffic load, reduced by the salvage value of any removed items. Relocation costs shall include, but not necessarily be limited to, actual costs of performing the relocation; planning, engineering and design costs; supervision and administration costs; and documented incidental costs associated with performance of the relocation, but shall not include any costs due to betterments, as determined by the Government, nor any additional cost of using new material when suitable used material is available. Relocation costs shall be subject to an audit in accordance with Article X.C. of this Agreement to determine reasonableness, allocability, and allowability of costs. D. The value of the improvements made to lands, easements, and rights-of-way for the proper disposal of dredged or excavated material shall be the costs of the improvements, as determined by the Government, subject to an audit in accordance with Article X.C. of this Agreement to determine reasonableness, allocability, and allowability of costs. Such costs shall include, but not necessarily be limited to, actual costs of providing the improvements; planning, engineering and design costs; supervision. and administration costs; and documented incidental costs associated with providing the improvements, .but shall not include any costs due to betterments, as determined by the Government. ARTICLE V - PROJECT COORDINATION TEAM 3 A. To provide for consistent and effective communication, the Non-Federal Sponsor and the Government, not later than 30 days after the effective date of this Agreement, shall appoint named senior representatives to a Project Coordination Team. Thereafter, the Project Coordination Team shall meet regularly until the end of the period of construction. The Government's 11 Project Manager and a counterpart named by the Non-Federal Sponsor shall co-chair the Project Coordination Team. The Government's Project Manager and the Non-Federal Sponsor's counterpart shall keep the Project Coordination Team informed of the progress of construction and of significant pending issues and actions, and shall seek the views of the Project Coordination Team on matters that the Project Coordination Team generally oversees. Until the end of the period of construction, the Project Coordination Team shall generally oversee the Project, including issues related to design; plans and specifications; scheduling; real property and relocation requirements; real property acquisition; contract awards and modifications; contract costs; the Government's cost projections; final inspection of the entire Project or functional portions of the Project; preparation of the proposed OMRR&R Manual; anticipated requirements and needed capabilities for performance of operation, maintenance, repair, replacement, and rehabilitation of the Project; and other related matters. The Project Coordination Team may make recommendations that it deems warranted to the District Engineer on matters that the Project Coordination Team generally oversees, including suggestions to avoid potential sources of dispute. The Government in good faith shall consider the recommendations of the Project Coordination Team. The Government, having the legal authority and responsibility for construction of the Project, has the discretion to accept, reject, or modify the Project Coordination Team's recommendations. The costs of participation in the Project Coordination Team shall be included in total project costs and cost shared in accordance with the provisions of this Agreement. ARTICLE VI - METHOD OF PAYMENT A. The Government shall maintain current records of contributions provided by the parties and current projections of total project costs and costs due to betterments. By July of each year and at least quarterly thereafter, the Government shall provide the Non-Federal Sponsor with a report setting forth all contributions provided to date and the current projections of total project costs, of total costs due to betterments, of the components of total project costs, of each party's share of total project costs, of the Non-Federal Sponsor's total cash contributions required in accordance with Articles II.B., II.D., and II.E. of this Agreement, of the non-Federal proportionate share, and of the funds the Government projects to be required from the Non-Federal Sponsor for the upcoming fiscal year. On the effective date of this Agreement, total project costs are projected to be $4,128,000, and the.Non-Federal Sponsor's cash contribution required under Articli II.D. and Article XIX of this Agreement is projected to be $2,128,000. Such amounts are 12 a estimates subject to adjustment by the Government and are not to be construed as the total financial responsibilities of the Government and the Non-Federal Sponsor. B. The Non-Federal Sponsor shall provide the cash contribution required under Article II.D.2. and Article XIX of this Agreement in accordance with the provisions of this paragraph. Not less than 60 calendar days prior to the scheduled date for issuance of the solicitation for the first construction contract, the Government shall notify the Non- Federal Sponsor in writing of such scheduled date and the funds the Government determines to be required from the Non-Federal Sponsor to meet the non-Federal proportionate share of projected financial obligations for construction through the first fiscal year of construction, including the non-Federal proportionate share of financial obligations for construction incurred prior to the commencement of the period of construction. Not later than such scheduled date, the Non-Federal Sponsor shall verify to the satisfaction of the Government that the Non-Federal Sponsor has deposited the required funds in an escrow or other account acceptable to the Government, with interest accruing to the Non- Federal Sponsor. For the second and subsequent fiscal years of construction, the Government shall notify the Non-Federal Sponsor in writing, no later than 60 calendar days prior to the beginning of that fiscal year, of the funds the Government determines to be required from the Non-Federal Sponsor to meet the non-Federal proportionate share of projected financial obligations for construction for that fiscal year. No later than 30 calendar days prior to the beginning of the fiscal year, the Non-Federal Sponsor shall make the full amount of the required funds for that fiscal year available to the Government through the funding mechanism specified in Article VI.B.1. of this Agreement. The Government shall draw from the funds provided by the Non-Federal Sponsor such sums as the Government deems necessary to cover: (a) the non-Federal proportionate share of financial obligations for construction incurred prior to the commencement of the period of construction; and (b) the non- Federal proportionate share of financial obligations for construction as they are incurred during the period of construction. If at any time during the period of construction the Government determines that additional funds will be needed from the Non-Federal Sponsor to cover the non-Federal proportionate share of projected financial obligations for construction for the current fiscal year or comply with Article XIX of this Agreement, the Government shall notify the Non- Federal Sponsor in writing of the additional funds required,.and the Non-Federal Sponsor, no later than 60 calendar days frbm receipt of such notice, shall make the additional required funds 13 available through the payment mechanism specified in Article VI.B.l. of this Agreement. In advance of the Government incurring any financial obligation associated with additional work under Article II.B. or II.E. of this Agreement, the Non-Federal Sponsor shall verify to the satisfaction of the Government that the Non-Federal Sponsor has deposited the full amount of the funds required to pay for such additional work in an escrow or other account acceptable to the Government, with interest accruing to the Non-Federal Sponsor. The Government shall draw from the funds provided by the Non-Federal Sponsor such sums as the Government deems necessary to cover the Government's financial obligations for such additional work as they are incurred. In the event the Government determines that the Non-Federal Sponsor must provide additional funds to meet its cash contribution, the Government shall notify the Non-Federal Sponsor in writing of the additional funds required. Within 60 calendar days thereafter, the Non- Federal Sponsor shall provide the Government with a check for the full amount of the additional required funds. Upon completion of the Project or termination of this Agreement, and upon resolution of all relevant claims and appeals, the Government shall conduct a final accounting and furnish the Non-Federal Sponsor with the results of the final accounting. The final accounting shall determine total project costs, each party's contribution provided thereto, and each party's required share thereof. The final accounting also shall determine costs due to betterments and the Non-Federal Sponsor's cash contribution provided pursuant to Article II.B. of this Agreement. In the event the final accounting shows that the total contribution provided by the Non-Federal Sponsor is less than its required share of total project costs plus costs due to any betterments provided in accordance with Article II.B. of this Agreement, the Non-Federal Sponsor shall, no later than 90 calendar days after receipt of written notice, make a cash payment to the Government of whatever sum is required to meet the Non-Federal Sponsor's required share of total project costs plus costs due to any betterments provided in accordance with Article II.B. of this Agreement. In the event the final accounting shows that the total contribution provided by the Non-Federal Sponsor exceeds its required share of total project costs plus costs due to any betterments provided in accordance with Article II.B. of this Agreement, the Government shall, subject to the availability of funds, refund the excess to the Non-Federal Sponsor no later than 90 calendar days after the final accounting is complete. In the event existing funds are not available to refund the excess to the Non-Federal Sponsor, the Government shall seek such appropriations as-are necessary to make the refund. ARTICLE VII - DISPUTE RESOLUTION 14 As a condition precedent to a party bringing any suit for brea-th of this Agreement, that party must first notify the other party in writing of the nature of the purported breach and seek in good faith to resolve the dispute through negotiation. If the parties cannot resolve the dispute through negotiation, they may agree to a mutually acceptable method of non-binding alternative dispute resolution with a qualified third party acceptable to both parties. The parties shall each pay 50 percent of any costs for the services provided by such a third party as such costs are incurred. The existence of a dispute shall not excuse the parties from performance pursuant to this Agreement. ARTICLE VIII - OPERATION, MAINTENANCE, REPAIR, REPLACEMENT, AND REHABILITATION (OMRR&R) Upon notification in accordance with Article II.C. of this Agreement and for so long as the Project remains authorized, the Non-Federal Sponsor shall operate, maintain, repair, replace, and rehabilitate the entire Project or the functional portion of the Project, at no cost to the Government, in a manner compatible with the Project's authorized purposes and in accordance with applicable Federal and State laws as provided in Article XI of this Agreement and specific directions prescribed by the Government in the OMRR&R Manual and any subsequent amendments thereto. The Non-Federal Sponsor hereby gives the Government a right to enter, at reasonable times and in a reasonable manner, upon property that the Non-Federal Sponsor owns or controls for access to the Project for the purpose of. inspection and, if necessary, for the purpose of completing, operating, maintaining, repairing, replacing, or rehabilitating the Project. If an inspection shows that the Non-Federal Sponsor for any reason is failing to perform its obligations under this Agreement, the Government shall send a written notice describing the non- performance to the Non-Federal Sponsor. If, after 30 calendar days from receipt of notice, the Non-Federal Sponsor continues to fail to perform, then the Government shall have the right to enter, at reasonable times and in a reasonable manner, upon property that the Non-Federal Sponsor owns or controls for access to the Project for the purpose of completing, operating, maintaining, repairing, replacing, or rehabilitating the Project. No completion, operation, maintenance, repair, replacement, or rehabilitation by the Government shall operate to relieve the Non-Federal Sponsor of responsibility to meet the Non-Federal Sponsor's obligations as set forth in this Agreement, or to preclude the Government from pursuing any. other remedy at law or equity to ensure faithful performance pursuant to this Agreement. ARTICLE IX - INDEMNIFICATION The Non-Federal Sponsor shall • hold and save the Government free from all damages arising from the construction, operation, maintenance, repair, replacement, and rehabilitation of the 15 Project and any Project-related betterments, except for damages due to the fault or negligence of the Government or its contractors. ARTICLE X - MAINTENANCE OF RECORDS AND AUDIT Not later than 60 calendar days after the effective date of this Agreement, the Government and the Non-Federal Sponsor shall develop procedures for keeping books, records, documents, and other evidence pertaining to costs and expenses incurred pursuant to this Agreement. These procedures shall incorporate, and apply as appropriate, the standards for financial management systems set forth in the Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments at 32 C.F.R. Section 33.20. The Government and the Non-Federal Sponsor shall maintain such books, records, documents, and other evidence in accordance with these procedures and for a minimum of three years after the period of construction and resolution of all relevant claims arising therefrom. To the extent permitted under applicable Federal laws and regulations, the Government and the Non-Federal Sponsor shall each allow the other to inspect such books, documents, records, and other evidence. Pursuant to 32 C.F.R. Section 33.26, the Non-Federal Sponsor is responsible for complying with the Single Audit Act of 1984, 31 U.S.C. Sections 7501-7507, as implemented by Office of Management and Budget (OMB) Circular No. A-128 and Department of Defense Directive 7600.10. Upon request of the Non-Federal Sponsor and to the extent permitted under applicable Federal laws and regulations, the Government shall provide to the Non-Federal Sponsor and independent auditors any information necessary to enable an audit of the Non-Federal Sponsor's activities under this Agreement. The costs of any non-Federal audits performed in accordance with this paragraph shall be allocated in accordance with the provisions of OMB Circulars A-87 and A-128, and such costs as are allocated to the Project shall be included in total project costs and cost shared in accordance with the provisions of this Agreement. In accordance with 31 U.S.C. Section 7503, the Government may conduct audits in addition to-any audit that the Non-Federal Sponsor is required to conduct under the Single Audit Act. Any such Government audits shall be conducted in accordance with Government Auditing Standards and the cost principles in OMB Circular No. A-87 and other applicable cost principles and regulations. The costs of Government audits performed in accordance with this paragraph shall be included in total project costs and cost shared in accordance with the provisions of this Agreement. ARTICLE XI - FEDERAL AND STATE LAWS 16 In the exercise of their respective rights and obligations under this Agreement, the Non-Federal Sponsor and the Government agree to comply with all applicable Federal and State laws and regulations, including, but not limited to, Section 601 of the Civil Rights Act of 1964, Public Law 88-352 (42 U.S.C. 2000d), and Department of Defense Directive 5500.11 issued pursuant thereto, as well as Army Regulations 600-7, entitled "Nondiscrimination on the Basis of Handicap in Programs and Activities Assisted or Conducted by the Department of the Army". ARTICLE XII - RELATIONSHIP OF PARTIES In the exercise of their respective rights and IS obligations under this Agreement, the Government and the Non- Federal Sponsor each act in an independent capacity, and neither is to be considered the officer, agent, or employee of the other. In the exercise of its rights and obligations under this Agreement, neither party shall provide, without the consent of the other party, any contractor with a release that waives or purports to waive any rights such other party may have to seek relief or redress against such contractor either pursuant to any cause of action that such other party may have or for violation of any law. ARTICLE XIII - OFFICIALS NOT TO BENEFIT No member of or delegate to the Congress, nor any resident commissioner, shall be admitted to any share or part of this Agreement, or to any benefit that may arise therefrom. ARTICLE XIV - TERMINATION OR SUSPENSION If at any time the Non-Federal Sponsor fails to fulfill its obligations under Article II.B., II.D., II.E., VI, or XVIII.C. of this Agreement, the Assistant Secretary of the Army (Civil Works) shall terminate this Agreement or suspend future performance under this Agreement unless he determines that continuation of work on the Project is in the interest of the United States or is necessary in order to satisfy agreements with any other non-Federal interests in connection with the Project. If the Government fails to receive annual appropriations in amounts sufficient to meet Project expenditures for the then- current or upcoming fiscal year, the Government shall so notify the Non-Federal Sponsor in writing, and 60 calendar days thereafter either party may elect without penalty to terminate this Agreement or to suspend future performance under this Agreement. In the event that either party elects to. suspend future performance under this Agreement pursuant to this paragraph, such suspension shall remain in effect until such time as the Government receives sufficient appropriations or until either the .Government or the Non-Federal Sponsor elects to terminate this Agreement. 17 In the event that either party elects to terminate this Agreement pursuant to this Article or Article XV of this Agreement, both parties shall conclude their activitiesrelating to the Project and proceed to a final accounting in accordance with Article VI.D. of this Agreement. Any termination of this Agreement or suspension of future performance under this Agreement in accordance with this Article or Article XV of this Agreement shall not relieve the parties of liability for any obligation previously incurred. Any delinquent payment shall be charged interest at a rate, to be determined by the Secretary of the Treasury, equal to 150 per centum of the average bond equivalent rate of the 13-week Treasury bills auctioned immediately prior to the date on which such payment became delinquent, or auctioned immediately prior to the beginning of each additional 3-month period if the period of delinquency exceeds 3 months. ARTICLE XV - HAZARDOUS SUBSTANCES After execution of this Agreement and upon direction by the District Engineer, the Non-Federal Sponsor shall perform, or cause to be performed, any investigations for hazardous substances that the Government or the Non-Federal Sponsor determines to be necessary to identify the existence and extent of any hazardous substances regulated under the Comprehensive Environmental Response, Compensation, and Liability Act (hereinafter "CERCLA"), 42 U.S.C. Sections 9601-9675, that may exist in, on, or under lands, easements, and rights-of-way that the Government determines, pursuant to Article III of this Agreement, to be required for the construction, operation, and maintenance of the Project. However, for lands that the Government determines to be subject to the navigation servitude, only the Government shall perform such investigations unless the District Engineer provides the Non-Federal Sponsor with prior specific written direction, in which case the Non-Federal Sponsor shall perform such investigations in accordance with such written direction. All actual costs incurred by the Non-Federal Sponsor for such investigations for hazardous substances shall be included in total project costs and cost shared in accordance with the provisions of this Agreement, subject to an audit in accordance with Article X.C. of this Agreement to determine reasonableness, alloçability, and allowability of costs. In the event it is discovered through any investigation for hazardous substances or other means that hazardous substances regulated under CERCLA exist in, on, or under any lands, easements, or rights-of-way that the Government determines, pursuant to Article III of this Agreement, to be required for the construction, operation, and maintenance of the Project, the Non- Federal Sponsor and the Government shall provide prompt written notice to each other, and the Non-Federal Sponsor shall not proceed with the acquisition of the real property interests until both parties agree that the Non-Federal Sponsor should proceed. 18 The Government and the Non-Federal Sponsor shall determine whether to initiate construction of the Project, or, if already in construction, whether to continue with work on the Project, suspend future performance under this Agreement, or terminate this Agreement for the convenience of the Government, in any case where hazardous substances regulated under CERCLA are found to exist in, on, or under any lands, easements, or rights- of-way that the Government determines, pursuant to Article III of this Agreement, to be required for the construction, operation, and maintenance of the Project. Should the Government and the Non-Federal Sponsor determine to initiate or continue with construction after considering any liability that may arise under CERCLA, the Non-Federal Sponsor shall be responsible, as between the Government and the Non-Federal Sponsor, for the costs of clean-up and response, to include the costs of any studies and investigations necessary to determine an appropriate response to the contamination. Such costs shall not be considered a part of total project costs. In the event the Non-Federal Sponsor fails to provide any funds necessary to pay for clean up and response costs or to otherwise discharge the Non-Federal Sponsor's responsibilities under this paragraph upon direction by the Government, the Government may, in its sole discretion, either terminate this Agreement for the convenience of the Government, suspend future performance under this Agreement, or continue work on the Project. The Non-Federal Sponsor and the Government shall consult with each other in accordance with Article V of this Agreement in an effort to ensure that responsible parties bear any necessary clean up and response costs as defined in CERCLA. Any decision made pursuant to paragraph C. of this Article shall not relieve any third party from any liability that may arise under CERCLA. As between the Government and, the Non-Federal Sponsor, the Non-Federal Sponsor shall be considered the operator of the Project for purposes of CERCLA liability. To the maximum extent practicable, the Non-Federal Sponsor shall operate, maintain, repair, replace, and rehabilitate the Project in a manner that will not cause liability to arise under CERCLA. ARTICLE XVI - NOTICES A. Any notice, request, demand, or other communication required or permitted to be given under this Agreement shall be deemed to have been duly given if in writing and either delivered personally or by telegram or mailed by first-class, registered, or certified mail, as follows: If to the Non-Federal Sponsor: Mayor City of Carlsbad 2075 Las Palmas Drive Carlsbad, California 92009 19 4 If to the Government: District Engineer U.S. Army Corps of Engineers, Los Angeles 911 Wilshire Boulevard Los Angeles, California 90017 A party may change the address to which such communications are to be directed by giving written notice to the other party in the manner provided in this Article. Any notice, request, demand, or other communication made pursuant to this Article shall be deemed to have been received by the addressee at the earlier of such time as it is actually received or seven calendar days after it is mailed. ARTICLE XVII - CONFIDENTIALITY To the extent permitted by the laws governing each party, the parties agree to maintain the confidentiality of exchanged information when requested to do so by the providing party. ARTICLE XVIII - HISTORIC PRESERVATION The costs of identification, survey and evaluation of historic properties shall be included in total project costs and cost shared in accordance with the provisions of this Agreement. As specified in Section 7(a) of Public Law 93-291 (16 U.S.C. Section 469c(a)), the costs of mitigation and data recovery activities associated with historic preservation shall be borne entirely by the Government and shall not be included in total project costs, up to the statutory limit of one percent of the total amount the Government is authorized to expend for the Project. The Government shall not incur costs for mitigation and data recovery that exceed the statutory one percent limit specified in paragraph B. of this Article unless and until the Assistant Secretary of the Army (Civil Works) has waived that limit in accordance with Section 208(3) of Public Law 96-515 (16 U.S.C. Section 469c-2(3)). Any costs of mitigation and data recovery that exceed the one percent limit shall not be included in total project costs but shall be cost shared between the Non- Federal Sponsor and the Government consistent with the minimum non-Federal cost sharing requirements for the underlying storm damage reduction purpose, as follows: 35 percent borne by the Non-Federal Sponsor, and 65 percent borne by. the Government. ARTICLE XIX - LIMITATIONOF GOVERNMENT EXPENDITURES 20 In accordance with Section 103 of the River and Harbor Act of 1962, as amended, the Government's financial participation in the Project is limited to $2,000,000 which shall include all Federal funds expended by the Government for planning, design, and implementation of the project, except for coordination account funds expended prior to the first work allowance for study initiation. Notwithstanding any other provision of this Agreement, the Non-Federal Sponsor shall be responsible for all costs in excess of this amount. IN WITNESS WHEREOF, the parties hereto have executed this Agreement, which shall become effective upon the date it is signed by the Department of the Army and shall provide such costs in accordance with Article VI.B of this Agreement. THE DEPARTMENT OF THE ARMY Michal R. Robinson Colonel, Corps of Engineers District Engineer DATE: iç i4 91 Mayor City. of Carlsbad DATE: £1l417..Ad J3,./?9 BY BY: 21 .4 DEPARTMENT OF THE ARMY LOS ANGELES DISTRICT, CORPS OF ENGINEERS San Diego Project Office 10845 Rancho Bernardo Road Suite 204 San Diego, California 92127-2107 July 7, 1997 REPLY TO ATFENTION OF San Diego Field Office 97C00007-28 AE SUBJECT: Operations & Maintenance Manuals 111y', =61 9 1997 ENGINEERING DEPARTMENT Steve Jantz City of Carlsbad 2075 Las Palmas Drive Carlsbad, CA 92009 Dear Steve: Reference is made to Contract No. DACW09-97-C-0001, Construction of Seawall at Carlsbad Blvd, Carlsbad, San Diego County, California. Enclosed are the operations and maintenance manuals for the drinking fountains, submitted to us by the Contractor, Reza, Inc. Please retain these documents with your records. Thank you, again, for the opportunity to work with you on this project. If you have any further questions or concerns please do not hesitate to call Randy R. Lee or Sonia Stuckey at (619) 674-6765. Sincerely, Ricardo Jimene Contracting Officer's Representative Copies Furnished: LADO Contract Files (DACW09-97-C-0001) CESPL-PD-CS Grigor Grigorian CESPL-CO-CM Kevin Inada CESPL-CO-SSS Reader File CESPL-CO-SA Reader File - 111 Drinkinq Fountain Parts & Maintenance EEtL7 '-I.-..-. Model No. 1 3060 Bubbler Head Valve Push Button Assembly In-Line Strainer Flow Control Waste Strainer Bottom Plate 2405 5705 -- 5872 - _A2 6420 6420 6420 6454 5701SL 5872 PBA4 6461 3060FR 3121 5701SL 5703M 6518FR 5872 - 5881 PBA PBA5 6388 6461 6388 6466 3121 FR 3150 5703M 5703M 6518FR 5872 5881 PBA PBA5 6420 _6420 6466 6466 0004403785 3150FR 3177L7. 5703M 6518.2FR 5881 PBA 6388 6388 6388 6466 0004403785 5701SL 5872 PBA5 6461 0004509337 3176FR 5701SL 6518FR 5881 PBA 6461 0004509337 3202 3271 3271FR 5703M 5701SL 5701SL 5872 5872 6518FR PBA4 PBA4 5881 PBA 6420 6420 6420 6420 6461 6461 3300 5703M 5872 PBA4 6388 6388 6466 0870000010 3300FR 5703M 6518.2FR 5881 PBA - 6420 6420 6420 6466 0870000010 3352 5010 _05 5872 PBA1 6463PCP 3376 6463 0004405005 3376FR 5705 6518FR 5881 PBA 6463 0004405005 3380 3380.6531 FR 5705 5705 5872 6531 FR PBA2 5881 PBA 6463 6370 6463 3380FR 5705 6518FR 5881PBA 6388 6388 6463 3410 5703M 5872 PBA4 6460 3410FR 5703M 5010 6518FR 5881 PBA 6460 3444 6458 3466 5010 __________ 6450 3482 5701SL 5832 6450 4003 5010 6463 4004PB 5705 5872 PBA5 6420 5010 6463 4010 5010 6450 4030 5010 6458 4110 4130 4210 6455 6455 6455 4230 5016 6455 5052 - 5701 5832 5056 5701 5832HS 5832HS 5511 6394 5058 5701 5832 5832 5062 5701 5453 5531 6100 1 5012 0005673603 *1) r A [J Model 5703M Model 5706 Model 5701 Model 5705 - -.--,-. fl- - - -.------.- - I 5701: Lead free, angled, forged brass head with polished chrome plated finish. 1/4" NPT(F) inlet Dimension height, 3". "t'Model 5701 SL: / Some as ,Model 5701 except with van- dal-resistant mounting slot which is used with special lock washer, included. Used on Haws concrete-pedestal foun- tains. 'Model 5703M: èad free, heavy duty, polish chrome plated forged brass head assembly with W8" NPS(M) integral basin shank, 11/16" diameter and 11/4" long. Dimension height 3". Assembly includes locknut, washers, .4 GPM flow control spud and compression elbow. 1/4" NPT(F) inlet. 1] Model 5705: Lead free, sculpted, polished chrome plated forged brass head with 38' NPS(M) integral basin shank, 11/16" di- ameter and a'" long. Dimension height, 3 3'16". Vandal-resistant mounting in- cludes locknut, washer and pin to pre- vent turning. 1/4" NPT(F) inlet. 11 Model 5705F Similar to Model 5705 except less basin shank. Dimension height, 3 2V16". In- cludes vandal-resistant pin to prevent turning. 1/4" NPT(F) inlet. El Model 5706 Sculptured, polished chrome plated forged brass head with a'&' NPS(M) inte- gral basin shank, 11/16" diameter and 1" long. Dimension height, 2W. Mounting includes locknut and washer. This bub- bler head is no longer used in current production. 1/4" NPT(F) or as" NPT(M) in- let. El Model 5708 Heavy duty, polish chrome plated forged brass head with 1/2" NPS(M) integral ba- sin shank, /8" diameter and 11/4" long. Dimension height 2W6". Mounting in- cludes locknut and washers. This bub- bler head is no longer used in current production.1/4" NPT(F) or 1/2'NPT(M) in- let. Model 5708 Parfa £ Mnfffllnf Repl. Part # Item It Description VRK5872 1 Button, Push 2 Spring, Adjusting 3 Ring Slip, Diaphragm 4 Diaphragm Assembly 5 Stem, Valve 6 Spring, Bottom 7 0" Ring, Bottom Plug 8 1 Plug, Bottom FRONT OF - FOUNTAIN FRONT ADJUSTING .1 ri SCREW (5/32""\ i i ALLEN HEAD) it :Ei 11 r I I I 1u1i I lj I .., 888V ZBU77ON ASSEMBLY (TYPICAL) 1/4 NPT(F) INLET AND OUTLET ADJUSTMENT LOCKNUT KNURLED ADJUSTING RING ,-5B72 VALVE ,n.l4.s.aUUnnnflfllflnuqflnw,nnn.....__.flnn._ Puh button activated valve with auto- matic diaphragm pressure regulator and fully adjustable flow. i/i' NPT(F) inlet and outlet. Body is manufactured of glass tilled Celcon. Valve functions with water pressure from 20 to 90 PSI. Used on most Haws drinking fountains. Push button assembly not included. See page 21. O Model 5872HF Similar to Model 5872 except used with J fountains requiring higher water flows such as cuspidor units. Servicing Instructions for Models 5872 and 5872HF: This valve is adjustable. Do not adjust flow with screwdriver stop. Leave screw- driver stop in full open position. Valve will compensate for wide supply pres- sure fluctuations. It must be protected from debris by the fine mesh strainer Model 6420 supplied with unit. For higher flow, adjust valve by thread- ing knurled adjusting ring further on to push-button assembly. For lower flow, back adjusting ring off push-button as- sembly. Lock knurled adjusting ring in position with adjustment locknut. Bub- bler stream may lower during short break-in period. Set initial stream height a little high to minimize or eliminate the need for break-in period readjustment FRONT ADJUST OPTION: A hole in the center of the push button indicates the presence of a front adjustment screw. Using a 5.'2° allen wrench, the flow may be adjusted by inserting into the hole and turning clockwise for increased flow and counter clockwise for decreased Flow. Hold button to prevent spinning while adjusting flow. 15872 TYPICAL INSTALLATION LEAD FREE 20 Drinking Fountain Parts & Maintenance IEtLLLY• KNURLED ADJUSTING RING ADJUSTING RING ASSEMBLY PUSH BUTTON • ADJUSTING SPRING * DIAPHRAGM SLIP RING DIAPHRAGM * ASSEMBLY VALVE BODY 1 7 I, VALVE STEM * BOTTOM SPRING * BOTTOM PLUG • "0" RING ~* BOTTOM PLUG ...,.•,.' - .___...__•.•__.•_.•_____•._..__. _..•.fl_-__-_- - M5 FOURTH JI FEE TSPO BOX IM.KE1Y CA, 84710 P9(510)525-5801. FAX' (510) 528-2812 VRK5872 REPAIR KIT Instructions for Installation Disassembly Procedure Step 1 Shut off supply pressure to valve. Stop 2 Drain off any pressure remaining in the valve. Step 3: Unscrew valve from push button assembly via knurled adjusting ring. Step 42 Unscrew the adjusting ring as- sembly from valve body. Usually the supply and outlet tubing may be left connected to valve while repairing valve. Step & Remove existing diaphragm slip ring, diaphragm assembly, and adjusting spring. Step 6: Remove bottom plug from mom valve body. Step 7 Remove existing bottom plug "0" ring, bottom spring and stem assembly. Re-assembly Procedure- Step 1: Place new bottom plug "0" ring onto bottom plug. Step Insert new stem assembly, bottom spring and bottom plug into main valve body as illustrated (making sure the stem assembly is aligned straight). Tighten bottom plug to approximately 20 in.-Ibs. Step 3: Using new diaphragm assembly, diaphragm slip ring and adjusting spring, re-assemble the Lop hair of the valve as shown in the illustration making sure the center of the stem assembly seats into the center indentation of the diaphragm as- sembly. Tighten adjusting ring to approximately 40 in.-lbs. Step 4 Turn on supply pressure to the valve. Adjust stream height by threading knurled adjusting ring further onto push button assembly for increased (low. Back off 1/8 turn at a time for reduced now. Indicated parts contained in VRK5872 repair kit. P/N 0002080287 DWG N0.I090I000 6/93 ..-, :: : 1435 Fourth St.. P0 Box 1999 • Berkeley, CA 94710 AN PH: (510) 525-5801 • FAX: 510-528-2812 OPERATION & MAIN TENA NCE MANUAL 5872 Valve . No.2077545 MOW or . / ,_a7, vaLvt '--'-(I III -L - PIIUNICO A0JSflNG SPIG C0'4CN r4.* fINMI • I *0.*)5III,G PING I I•I SCAI S"PI'IG 4. I II I•I, ,IIM,STI,IG'\ vat( 51tU I DA' NI (OCNNUT 51'PINO OIM'IIflACu \ 5007 1rup,-suno.. AS(VOIY SCIIIF (1101 USO) "tuG I CAUTION Tighten fittings into valve outlet a maximum of four turns. Note: This valve is adjustable. QqnQLas1JLsiJl1,,wjth.s.rm&dI&ej$jQp.. leave screwdriver stop in full open position. Valve will compensate for wide supply pressure fluctuations. It must be protected from debris by the fine mesh strainer supplied with unit. For higher flow, adjust valve by threading knurled adjusting ring Wither on to push-button assembly. For lower now. back adjusting ring off push-button assembly. lock knurled adjusting ring In position with adjustment locknut. Bubbler stream may lower during short break-in period. Set initial stream height a little high to minimize or eliminate the need for break-In period readjustment TROUBLE SHOOTING GUIDE PROBLEM REPAIR CHECKLIST 1) Insufficient bubbler flow, Check that screwdriver stop Is in full open position. Adjust stream height by threading knurled adjusting ring further on to push button assembly. lock adjusting ring in position with locknut. In valve retrofit situation, remove rubber orifice type flow control from line. Clean 6420 strainer which is located next to the valve. If there is a brass 6419 strainer along with a fine mesh (74 Micron) while plastic In-line nipple strainer installed next to the screw driver slop, clean both strainers. (Figure 3). If valve is threaded fully onto push button, disassemble valve, replace adjusting spring and valve stem (VRK5872), reassemble valve. Tighten brass connecting ring securely onto plastic body. 2) Bubbler flow too high a) Adjust flow by backing knurled adjusting ring,1/8 turn at a time, off push button assembly. Lock adjusting ring In position with locknut. 3) Valve won't shut off completely, Remove bottom plug. Clean valve stem and seal face inside plastic valve body. Reassemble with slam seated into center indentation of diaphragm. =Hma of dobdo filtration may result In I "Plot.n shut Unthread brass connectinq ring from plastic body. Remove diaphragm and Inspect to insure stem pin is centerea in valve orifice. Reassemble valve. Rebuild valve with VRK5872 or replace valve if seat Is damaged. install 6420 (60 micron) strainer In supply tine If debris on stem 0 ring valve seat is a continuing problem. 4) No flow out of valve Clean debris from inlet strainer(s). See id above. Check that valve Is orionted with"Inlet" at proper location. 1c) insure screw driver stop is in lull open position. 5) Button difficult to push. . a) Tiny hole through center of valve stem is plugged. Clean or replace valve stem. 6) Inconsistent bubbler stream height. Initial valve break in may require one or two readjustments to compensate for lower flow. Set stream a little high to allow for lowering stream height as valve breaks In. Check valve outlet orifice behind outlet fittina. Overtkihteninq of outlet filling mlaht press oriiice out of position lequiring new valve body. ' Model 5072 1 July IflO Hole plugs used when replacing push plate on round and square front fountains. (Included with PBA2 and PBA3) EJ Push Button Assemblies Wed-with push button valves 5871 and 5872, these push button assemblies are polished chrome plated brass and include the push button with front adjust- ing screw, operator, brass locknuts, fiber washer and snap ring. Different drink- ing fountains use different push button assemblies. Refer to the table at the beginning of this manual to determine the correct push button assembly for the - fountain. IIE (0 Model PBA1 jCOO Wished chrome plated push button assembly used on round front sculpted bowl series. 0 Model PBA1HPB High polished brass push button assembly used on Model 1000. IV .Model PBA2 olished chrome plated push button assembly used on square front stainless steel fountains. Also includes hole plugs to use on fountain when replac- ing a push plate. ,.' 0 Model PBA3 Polished chrome plated push button assembly used on round front stainless steel fountains. Also includes hole plugs to use on fountain when replac- ing a push plate. ZJ Model PBA4 Po'1shed chrome plated push button assembly used on fountains with recessed push buttons. - ,Nodel PBA5 polished chrome plated push button assembly used on fountains with a wall thickness of more than 5/8" thick. WORGAR MT 77T%" Maintnant 91 Model 6420 I/4 Nil I 1/4- NPI ET 6420RK{ Mod INLET 3/8" NPT(F) 6420 DAP odel 6420 Lead free, 60 micron, in-line, bowl-type, strainer features positive rubber seals molded onto a fine mesh screen, and is included in most Haws drinking foun- tains. Located on the inlet side of the valve, this strainer provides protection from large debris and contaminants, 1/4" NPT(M) inlet and outlet. Strainer may be installed in-line using supplied WOO tubing connectors. Steel gripper connec- tors supplied for copper supply lines and plastic gripper type connectors supplied for plastic supply Imps. Servicing Instructions for Model 6420: Unscrew cap from body and remove screen. Thoroughly rinse and clean screen to remove any residual debris. If screen is damaged, replace with the 6420RK. If strainer housing is damaged replace the complete strainer. Repl. Part U Item U Description 6420RK 1 Screen 2 Washer, Rubber ii ModeJ64i/ l3oifIcchrome plated, cast brass, V pat- tern water strainer with removable screen for easy cleaning. 21/4 high. w8" NPT(F) inlet x %" NPT(F) outlet. Servicing Instructions for Model 6422: Unscrew hex plug, and remove strainer screen. Flush and clean thoroughly re- moving all debris. If damaged or worn, replace with VRK6422P. lRepi. Part U Item U Description1 VRK6422P 1 Washer, Fibre 2 Strainer Screen 70 Drinking Fountain Parts & Maintenance Model 6461 Model 6462 IVIOUW oqo, -- ---.----.----.- -.-.-.-.... -- -- .. ----- ------- _,_•,-_- - - - C.) Model 6460 N YJ Polished stainless steel vandal resistant waste stcainèr and tailpiece assembly with corrosion resis- tant coated steel hold down bracket. Installs in 1" to 11/2" hole. 11/4" 00 slipjoint tailpiece. Used on older style concrete pedestal fountains Models 3060 and 3120. CJ Model 6460.1 Similar to Model 6460 except less hold down bracket. Installs in 34" hole. 11/4" 00 tailpiece. Used on older style -1106, 1118 and 1108 stainless steel fountains. A95 - Model 6460 (V" %Model 6461 I PWished chrome plated brass vandal resistant com- bination waste strainer and tailpiece assembly with corrosion resistant coated steel hold down bracket. Installs in 11/2" to 134" hole, 11/4" 00 slipjoint tail- piece. it'1odel 6462 Polihed chrome plated brass vandal resistant com- bination waste strainer and tailpiece assembly. In- stalls in 11/2" to 12V4" hole, 11/4" OD tailpiece. C] Model 6463 Satin chrome plated vandal resistant waste strainer with anti-airlock draining feature. Includes fibre washer and 11/2" locknut, 11/2" NPS. Also available with a high polished brass (6463HPB) or polished chrome plated finish (6463PCP). Used on all swirl bowl drinking fountains. C1 Model 6466 Polished chrome plated vandal resistant waste strainer and tailpiece assembly. Vandal resistant screw allows for disassembly from top for easy cleaning of drain. 11/4" OD slipjoint tailpiece. Used on Models 1025, 1047, 3121, 3121 FR, 3150, 3150FR, 3300, and 3300FR. Model 6466 Drinking Fountain Parts & Maintenance 33 --.--.-. -.- a. i. GENERAL POINTS TO CONSIDER WHEN INSTALLING HAWS DRINKING FOUNTAINS: Fountain should be miiqhed-iii according In ins1ruu- lions shipped Willi each fountain. if rough-in is required before shipmenil, contact the factory or your local flaws Representative for Ihe cuIrcnl rough- In on Ike model lining installed. Catalog spec shce.l tough-in's are subject to change without notice. Supply pressure should he between 31). !JO I'Sl for optimum pertouiinice of Ilia tutu. Supply to most ilaws Fnuntaiuis ate V.'" It'S. Waity before installing. Flush supply line completely before connecting In fountain. Il the water has an odor or lasle, we suggest using our Models 6424 or 6125 fillers in the supply thin. TROUBLE SHOOTING: LOW FLOW l:Chcck for obstructions in bubbler orifice. On fountains that have a screw (trivet slop, verify if to be hilly open. Check and clean inlet strainer. Look under receptor or bowl to locale how control tilling (painted yellow and lagged). Clean accordiuig to instructions on page 8 of Ibis manual. Verify minimum 30 PSI supply pressure. HIGH FLOW I. Check for obstructions in bubbler entice. look tinder receptor or bowl to locale flow control filling (painted yellow and lagged). Disassemble and verily that the rubber flow control insert is in place. Verify maximum 90 PSI supply pressure. MAINTENANCE The finest traditional and imaginative materials are employed in designs which are painstakingly developed to complement current and future architectural environ- ments. I lowever, the finishes are subject to the cleitients and should be maintained to retain Ike original luster. 1-laws recommends Ike use of Model 6613. "Flilr" Metal Polishing Pasta. to maintain Ike luster of our I ligli Polished and special finishes. Following are suggestions for cleaning and maintaining I laws Drinking Fountains. Anodized Aluminum and Cast Aluminum Water and a small amount of detergent. Alter cleaning, (fry thoroughly and apply a liiçjh.qualily wax such as a Carnauba wax. Polish tightly Willi a clean cloth. Do 1101 use so-called speed hoot waxes br.caiise they are somewhat soluble in water. Stainless Steel Use a mild detergent or soap and water br removing water stains and fingerprints or use a clean cloth with a glass cleaner. Bronze U.S. lOB Only use a delicate cleaning compound such as used on silverware with a soft clean cloth followed by an applica-lion of lellion oil or wax. Special commercial cleauisems and preservatives are also available. l)n not use an abra- sive cleanser, polishing compound or wire brush. Concrete and Precast Stone Mild detergent and a slut brush. Rinse lhoromiqlily. Chrome Plate Use a mild detergenl, liquid soap or commercial chronic cleanser. Do not USC abrasives or caustics. Fiberglass Clean only Willi mtelemqeiul :iuid water. I J;n ;nulumunibih! combination cleanser and polish (paste or li(luid) to re- store original luster of unit it surface lmcniues oxinliied or accumulates a calcium deposit. Wax regularly will, a paste wax to protect the finish. Polymarhle Use mild detergent and water. to protect the finish. use a straight autanirjtive wax Willi a ctr.aninm. A scratch or 1111111 can he ImlIerl alit on l'olyrnarhpin: bite color is solid 111101 lIllinil it. l'orcelatn Enanneted troti Use soap anti waten Willi hr isile nu r.tutlt, or non-gm it, mild clrinimrg Compound. Sienna Bronze'" Use soap or delengrurl auirt water. In prevent water Slmls and streaks, rinse nquuipnrr.mit thunmnmmijhily will, waruii wafer and wipe tIny Willi a soIl, clean dolt,. .Sluhhorn spots or stains call he mr.uiinved Willi a paste matte of water anti a rniitrt atnasivc cleaner. When applying, rub in direction of polish hues to preserve the finish. Ifigh Polished Brass In artier to maintain this hintisti, periodic hiutiShiillff with a brass cleaner in([ sell clean cloth will tie necessary. lack of polishing will eventually cucate a deep olive color. Vitreous China Use soap and water Willi h,ristfe liriush or cloth. or mien- gui, mild Cleaning comnpminimi. Brass Trim anti Lacquered I'olishnit Metals l)o not use an abrasive nrielat polish. wire I)rlisil on polish- hip cnunpoinnnf on any lacniumemenl, polish metal. When in ntoulph follow the rlirr,ctinuis tnr cleaning Bmoui 11! U.S. 1013. flow to Determine if Cleanser is Too Harsh Place a small anirmn;l of cleanser between two pieces of counnion glass and ruth. II scratches appear, it is Ion harsh. WARRANTY HAWS warrants Ilul alt oh its ,irmtimcls are juiananuleu'd aqaiuist delechive uivalr.n ill om tionr workultanshuifl for a period of one year 1mm nate oh shipment. I lAWS liability imuider this warranty stuatt be rtiscbarqed by furnishing withoinl charge FOil. I lAWS Factory goods, or pail thereof, which shall appear to tIne company upon inspection ho tic of detective material or not of timst class workmanship, provided thaI claimut is made in writing to company within a reasonable Period allot receipt of liii prontunr.I. Where damns for defects are m118(he, lIne tefec- live pant or Paris shath he delivered to blue Cliulifiany, Ipmehiainl. [or imispecliomi. I lAWS will not he Ii;itile fr hIm cost of repairs, altenahians or rnplaccniiemils, or for any expense coniieclenf therewith made liy Ike owner or his ;ufenls, exr.r.pl umpnui wmitlnn aulhorily from I lAWS, Berkeley. California. I lAWS will 1101 he liable for any rLimnaes caused by defective materials or poor work- muantshiip_ except tar reptacemnir,nihs, as above provided. Buyer agrees that I lAWS has niianhe tin other warmanhies either exprcsed or implied in antnhilion il these above staled. except Ihial of lithe Willi respect to any at Ike tiroututcls or cquipnmieunl solif Immeunder and that I lAWS shall mmt be liable for general, speciat, or consequential nlanuiaqes claimed to arise under the coniract of sate. Iluc finest in uiuuheni;uls and hiuiishes ate employed ill I lAWS designs. I however. because Ihey are Subject to deterioration nine to misc, exposure and other conithihionns beyond tim control of I lAWS, finishes are not covered by this warratihy. I lAWS dries urge thai hnuhhiShin!nI n:hnsiniiiq ;umtu!lecliniun:; lie nurxh. rr rr CO 4 rr ) Model No. Bubbler Head Valve Push Button Assembly In-Line Strainer Flow Control Waste Strainer Bottom Plate 2405 5705 5872 PBA2 6420 6420—..-. - 6420 __________ 6388 6388 6388 6388 -6388 6454 3060 5701SL 5872 -PBA4 6461 3060FR 5701SL 6518FR 5881 PBA PBA5 6461 3121 5703M - 5872 6466 3121 FR 5703M 6518FR 5881 PBA PBA5 6420 -6420 6466 3150 5703M 5872 6466 0004403785 3150FR I73. 5703M 6518.2FR 5881 PBA 6466 0004403785 5701SL 5872 PBA5 6461 0004509337 3176FR 5701SL 6518FR 5881 PBA 6461 0004509337 3202 5703M 5872 PBA4 6420 6420 6420 3271 3271 FR 5701SL 5701SL 5872 6518FR PBA4 -5881 PBA 6461__— 6461 3300 5703M 5872 PBA4 6420 6466 0870000010 3300FR 5703M 6518.2FR 5881 PBA 6420 6420 6420 6388 6466 0870000010 3352 5010 PBA1 6463PCP 3376 5705 5872 6463 0004405005 3376FR 5705 6518FR 5881 PBA PBA2 5881 PBA 6388 6463 0004405005_- 3380 3380.6531FR 5705 5705 5872 6531FR 6463 6370 6388 6388 6463 3380FR 5705 6518FR 5881 PBA 6463 3410 5703M 5872 PBA4 6460 3410FR 3444 5703M 5010 6518FR 5881 PBA 6460 6458 3466 5010 6450 3482 5701SL 5832 6450 4003 5010 6463 4004PB 5705 5872 PBA5 6420 .__________ 6463 4010 5010 - V 5010 5832HS 6450 4030 5010 6458 4110 - - 6455 4130 4210 - - 6455 6455 4230 6455 5016 5052 5701 . 5832 5056 5058 5701 5701 5832HS 5832 - 6394 5062 5701 5832 5453 5511 5531 6100 5012 0005673603 iii Drinking Fountain Parts & Maintenance V, HP IV'l W r1!L!Ji 0 Model 5703M Model 5706 Model 5701 Model 5705 - -. jllblndbl 5701: Lead free, angled, forged brass head with polished chrome plated finish. 1/4" NPT(F) inlet. Dimension height, 3". — X del 5701SL: me as ,Model 5701 except with van- dal-resistant mounting slot which is used with special lock washer, included. Used on Haws concrete pedestal foun- tains. 'Model 5703M: lèad free, heavy duty, polish chrome plated forged brass head assembly with Mh" NPS(M) integral basin shank, "/16" diameter and 11/4" long. Dimension height 3". Assembly includes locknut, washers, .4 GPM flow control spud and compression elbow. 1/4" NPT(F) inlet. 0 Model 5705: Lead free, sculpted, polished chrome plated forged brass head with 3/8' NPS(M) integral basin shank, 11/16" di- ameter and 3/4" long. Dimension height, 3 Wi&. Vandal-resistant mounting in- cludes locknut, washer and pin to pre- vent turning. 1/4" NPT(F) inlet. Cl Model 5705F Similar to Model 5705 except less basin shank. Dimension height, 3 Wi6". In- cludes vandal-resistant pin to prevent turning. 1/4" NPT(F) inlet. fl Model 5706 Sculptured, polished chrome plated forged brass head with ma" NPS(M) inte- gral basin shank, 11/16" diameter and 1" long. Dimension height, 2W'. Mounting includes locknut and washer. This bub- bler head is no longer used in current production. 1/4" NPT(F) or /8" NPT(M) in- let. flModel 5708 Heavy duty, polish chrome plated forged brass head with 1/2" NPS(M) integral ba- sin shank, /8" diameter and 11/4" long. Dimension height 2W16t1. Mounting in- cludes locknut and washers. This bub- bler head is no longer used in current production.1/4" NPT(F) or 1/2"NPT(M) in- let. Model 5708 - flh1Hn#rn1,,1I. Rep!. Part U Item # Description VRK5872 1 Button, Push 2 Spring, Adjusting 3 - Ring Slip, Diaphragm 4 Diaphragm Assembly 5 Stem, Valve 6 Spring, Bottom 7 "0' Ring, Bottom Plug 8 Plug, Bottom FRONT OF—"- FOUNTAIN FRONT ADJUSTING— I " (' SCREW (5/32 : ,' I l)fI 1 iw I ALLEN HEAD) '1r:E tu1i88 I I IU )4J, U( 'ocoo'i LJ Z I V BUTTON ASSEMBLY (TYPICAL) 1/4" NPT(F) INLET AND OUTLET ADJUSTMENT LOCKNUT 4 KNURLED ADJUSTING RING /---5572 VALVE S. -- ..____... _.___. . ___•___-..___ 1/4 NPT(F) BOTH PORTS OUTLET Model 5872 P11th button activated valve with auto- matic diaphragm pressure regulator and fully adjustable flow. ¼° NPT(F) inlet and outlet. Body is manufactured of glass filled Celcon. Valve functions with water pressure from 20 to 90 PSI. Used on most Haws drinking fountains. Push button assembly not included. See page 21. INLET I • I 0ModeI5872HF Similar to Model 5872 except used with fountains requiring higher water flows such as cuspidor units. Servicing Instructions for Models KNUI.W ADWSTING RING 5872 VALVE VRK 5872 5872 5872 and 5872HF: This valve is adjustable. Do not adjust flow with screwdriver stop. Leave screw- driver stop in full open position. Valve will compensate for wide supply pres- sure fluctuations. It must be protected from debris by the fine mesh strainer Model 6420 supplied with unit. For higher flow, adjust valve by thread- ing knurled adjusting ring further on to push-button assembly. For lower flow, back adjusting ring oft push-button as- sembly. Lock knurled adjusting ring in position with adjustment locknut. Bub- bler stream may lower during short break-in period. Set initial stream height a little high to minimize or eliminate the need for break-in period readjustment FRONT ADJUST OPTION: A hole in the center of the push button indicates the presence of a front adjustment screw. Using a 2" alien wrench, the flow may be adjusted by inserting into the hole and turning clockwise for increased flow and counter clockwise for decreased flow. Hold button to prevent spinning while adjusting flow. I VA I%/ i-rii1 15872 TYPICAL INSTALLATION( LIlJt9 rrwc 20 - Drinking Fountain Parts & Maintenance "EEEZLt7" ------ .•.• -•-_-•!--•..--•-'•.•-•-__-•-. •-•-• - - PM ___ 1435 FO(KIH w ,bT . P0 BOX 1900. BEEELEY CA, 04710 It'4i(, P14 (510) 525-5801 9 FAX' (510) 528-2812 VRK5872 REPAIR KIT Instructions f or Installation Daaesembly Procedure' Step 1 Shut off supply pressure to valve. Step 2. Drain off any pressure remaining in the valve. Step 3 Unscrew valve from push button assembly via knurled adjusting ring. Step 4! Unscrew the adjusting ring as- sembly from valve body. Usually the supply and outlet tubing may be left connected to valve while repairing valve. Step & Remove existing diaphragm slip ring, diaphragm assembly, and adjusting spring. Step 6' Remove bottom plug from main valve body. Step 7' Remove existing bottom plug O" ring, bottom spring and stem assembly. Rb-assembly Procethre' Step 1: Place new bottom plug 0" ring onto bottom plug. Step Insert new stem assembly, bottom spring and bottom plug into main valve body as illustrated (making sure the stem assembly is aligned straight). Tighten bottom plug to approximately 20 in.-lbs. Step 3 Using new diaphragm assembly, diaphragm slip ring and adjusting spring, re-assemble the (op half of the valve as shown in the illustration making sure the center of the stem assembly seats into the center indentation of the diaphragm as- sembly. Tighten adjusting ring to approximately 40 in.-lbs. Step 4- Turn on supply pressure to the valve. Adjust stream height by threading knurled adjusting ring further onto push button assembly for increased Flow. Bock oFF 1/8 turn at a time for reduced flow. KNURLED ADJUSTING RING ffffji11III ADJUSTING RING ASSEMBLY PUSH BUTTON • ADJUSTING SPRING DIAPHRAGM SLIP RING DIAPHRAGM * ASSEMBLY mi VALVE BODY - 7_0 i__~ VALVE STEM * BOTTOM SPRING * BOTTOM PLUG • aurr ' "0" RING BOTTOM PLUG Indicated parts contained in VRK5872 repair kit. P/N 0002080287 DWG NO.10901800 8/93 .., 1435 Fourth St.. P0 Box i999. Berkeley. CA 94710 PH: (510) 525-5801 9 FAX: 510-528-2812 OPERATION & MA INTENA NCE MANUAL 5872 Valve . No: 2077545 FRONT 1 SCAT J'55 vI.t oDiSts',G - J'NUNttO ADJUSTING MIND s"p ADJUSTING v*t%! 51(U IK"I toc't'.uv OIAPIIRACII vA.L%t 000Y 'Pup,-luno.. ALvtNY 11It (1401 USED) MUD CAUTION 1 Tighten fittings into valve outlet a maximum of four turns. Note: This valve is adjustable. Do not adjLJ1r Leave screwdriver slop In lull open position. Valve will compensate for wide supply pressure fluctuations. It must be protected from debris by the fine mesh strainer supplied with unit. For higher flow, adjust valve by threading knurled adjusting ring further on to push-button assembly. For lower flow, back adjusting ring off push-button assembly. Lock knurled adjusting ring in position with adjustment locknut. Bubbler stream may lower during short break-In period. Set initial stream height a little high to minimize or eliminate the need for break-In period readjustment TROUBLE SHOOTING GUIDE PROBLEM REPAIR CHECKLIST 1) insufficient bubbler flow, Chock that screwdriver stop is in full open position. Adjust stream height by threading knurled adjusting ring further on to push button assembly. lock adjusting ring in position with locknut. In valve retrofit situation, remove rubber orifice type flow control from line. Clean 6420 strainer which is located next to the valve. If there is a brass 6419 strainer along with a fine mesh (74 Micron) while plastic in-line nipple strainer installed next to the screw driver stop, clean both strainers. (Figure 3). If valve Is threaded fully onto push button, disassemble valve, replace adjusting spring and valve stem (VRK5872), reassemble valve. Tighten brass connecting ring securely onto plastic body. 2) Bubbler flow too high a) Adjust flow by backing knurled adjusting ring,1/8 turn at a time, off push button assembly. Lock adjusting ring in position with locknut. 3) Valve won't shut off completely. Remove bottom plug. Clean valve stem and seat face Inside plastic valve body. Reassemble with stem seated into center indentation of diaphragm. N! \ toclod from I flns mooh I or .doqunle I ls Da =f1itrotionnmy UfllflJ'hut Dill Unthread bras connecting ling from plastic body. Remove diaphragm and inspect to insure stem pin is centerea in valve orifice. Reassemble valve. C) Rebuild valve with VRK5872 or replace valve if seat is damaged. d) Install 6420 (60 micron) strainer in supply line it debris on stem ring valve seat is a continuing problem. 4) No flow out of valve Clean debris from inlet strainer(s). See id above. Check that valve Is oriented with "inler at proper location. 1c) insure screw driver stop is in full open position. 5) Button difficult to push. a) Tiny hole through center of valve stem is plugged. Clean or replace valve stem. 6) Inconsistent bubbler stream height. 1b) a) initial valve break in may require one or two readjustments to compensate for lower flow. Set stream a little high to allow for lowering stream height as valve breaks in. Check valve outlet orifice behind outlet fittinci. Overtlqhteninq of outlet filling might press orifice out of position requiring new valve body. Model 572 1 .liih, I1Q7 in ii Push Button Assemblies Wed-with push button valves 5871 and 5872, these push button assemblies are polished chrome plated brass and include the push button with front adjust- ing screw, operator, brass locknuts, fiber washer and snap ring. Different drink- ing it fountains use different push button assemblies. Refer to the table at the beginning of this manual to determine the correct push button assembly for the fountain. Di Model PBA1 jWO Plished chrome plated push button assembly used on round front sculpted bowl series. IJModel PBA1HPB High polished brass push button assembly used on Model 1000. Model PBA2 olished chrome plated push button assembly used on square front stainless steel fountains. Also includes hole plugs to use on fountain when replac- ing a push plate. ,1 f] Model PBA3 Polished chrome plated push button assembly used on round front stainless steel fountains. Also includes hole plugs to use on fountain when replac- ing a push plate. LIø I A Hole plugs used when replacing push plate on round and square front fountains. (Included with PBA2 and PBA3) ci Model PBA4 I Pottshed chrome plated push button assembly used on fountains with recessed push buttons. odeI PBA5 Polished chrome plated push button assembly used on fountains with a wall thickness of more than %" thick. OUFLET ¼ILJ ILL I 3/8" NPT(F) PLUG VRK64-22P ('I ITI tT 7 6420RK - Model 6420 BIy I/4 I - l/4 6420 DAP INLET 3/8" NPT(F) odel 6420 Lead free, 60 micron, in-line, bowl-type, strainer features positive rubber seals molded onto a fine mesh screen, and is included in most Haws drinking foun- tains. Located on the inlet side of the valve, this strainer provides protection from large debris and contaminants, 1/4" NPT(M) inlet and outlet. Strainer may be installed in-line using supplied 3'"01) tubing connectors. Steel gripper connec- tors supplied for copper supply lines and plastic gripper type connectors supplied for plastic supply lirlps. Servicing Instructions for Model 6420: Unscrew cap from body and remove screen. Thoroughly rinse and clean screen to remove any residual debris. If screen is damaged, replace with the 6420RK. If strainer housing is damaged replace the complete strainer. Repl. Part# I item # Description 6420RK 1 Screen 2 Washer, Rubber fl Mod64A C11IMk*- W Ro4i chrome plathd, cast brass, V pat- tern water strainer with removable screen for easy cleaning. 21/4" high. a's" NPT(F) Inlet x %" NPT(F) outlet. Servicing Instructions for Model 6422: Unscrew hex plug, and remove strainer screen. Flush and clean thoroughly re- moving all debris. If damaged or worn, replace with VRK6422P. .) U . Repl. Part # Item , r Description VRK6422P 1 Washer, Fibre 2 Strainer Screen 70 Drinking Fountain Parts & Maintenance ED14L7. Model 6463 fJModel 6460 Polished stainless steel vandal resistant waste strainer and tailpiece assembly with corrosion resis- tant coated steel hold down bracket. Installs in 1' to 11/2" hole. 11/4" OD slipjoint tailpiece. Used on older style concrete pedestal fountains Models 3060 and 3120. yF. N r~ 0 Model 6460.1 Similar to Model 6460 except less hold down bracket. Installs in 3/4" hole. 11/4' 00 tailpiece. Used on older style 1106, 1118 and 1108 stainless steel fountains. ' \%Model 6461 I Jished chrome plated brass vandal resistant com- bination waste strainer and tailpiece assembly with corrosion resistant coated steel hold down bracket. Installs in 11/2" to 12/4" hole, 11/4" 00 slipjoint tail- piece. ..-. Model 6460 -- - 1'1odeI 6462 Polished chrome plated brass vandal resistant com- bination waste strainer and tailpiece assembly. In- stalls in 11/2" to 1.V4" hole, 11/4" 00 tailpiece. Model 6461 0 Model 6463 Model 6462 Satin chrome plated vandal resistant waste strainer with anti-airlock draining feature. Includes fibre washer and 11/2" locknut, 11/2" NPS. Also available with a high polished brass (6463HPB) or polished chrome plated finish (6463PCP). Used on all swirl bowl drinking fountains. fl Model 6466 Polished chrome plated vandal resistant waste strainer and tailpiece assembly. Vandal resistant screw allows for disassembly from top for easy cleaning of drain. 11/4" OD slipjoint tailpiece. Used on Models 1025, 1047, 3121, 3121 FR, 3150, 3150FR, 3300, and 3300FR. Model 6466 Drinking Fountain Parts & Maintenance . 33 - Ic. GENERAL POINTS TO CONSIDER WHEN INSTALLING HAWS DRINKING FOUNTAINS: Fountain should be roughed-in ar.cordirrg to insiruc- lions stripped Willi each fountain. Ii rough-in is required before shipment. contact lire factory or your local IIaws Representative for lire cuireel rough- In on the model being installed. Catalog spec slicel rough-in's are subject to change without notice. Supply pressure should be between 30-90 PSI br optimum performance of lire unril. Supply to most I laws rountains arc '/..•' ilS. ViriIy, [Wore instilling. Flush supply line completely before connecting to fountain. II the water has all odor or taste, we suggest using our Models 6424 or 6125 filters in the supply line. TROUBLE SHOOTING: LOW FLOW l.Chcck tot obstructions in bubbler orihice. On fountains that have a screw driver slop, verity it to be fully open. Check and clean inlet strainer. look under receptor or howl to locate flow control filling (painted yellow and lagged). Clean according to instructions on page 8 of iris manual. Verily minimum 30 PSI supply pressure. HIGH FLOW Check for obstructions in bubbler oritice. look under receptor or howl In locale how control tilling (painted yellow and lagged). Disassirrhte and verily that the rubber how control inserl is in place. Verily maximum 00 PSI supply pressure. MAINTENANCE The finest traditional and imaginative materials are employed in designs which are painstakingly developed to compberncnrl current and lulure architectural environ- ments. I lowevcr. [lie liirislrcs are stibjecl to lire eteurrenls and should be maintained 10 retain lire original luster. 1 laws recommends tire use of Model 6613. "Flilr'" Metal Polishing Paste. Ia luraintairi the luster of our I lih Polished and special finishes. Following are suggestions br cleaning and maintaining flaws Drinking Fouinlairrs. Anodized Aluminum and Cast Aluminum Water and a small amount of detergent. Ailer cleaning, dry thoroughly and apply a high-quality wax such as a Carnauba wax. Polish lightly will; a clean cloth. Do not use so-called speed floor waxes because lirey are soirrewlral soluble in water. Stainless Sleet Use a mild detergent or soap and water for removing water slams and tingerprints or use a clean cloth with a glass cleaner. Bronze U.S. 100 Only use a delicale cleaning compound sill-11 as used oil silverware with a soil clean cloth followed by all apphica- lion of lenioni nil or wax. Special commercial cleansers and preservatives are also available. Do riot use an ama- sive cleanser, polishing compound or wire brush. Concrete and Precast Stone Mild detergent and a still brush. Rinse thoroughly. Chrome Plate Use a mild detergent. liquid snap or commercial cirnoirre cleanser. Do not use abrasives or caustics. Fiberglass Clean only Willi utetergorri aird Water I iso ;umilurrrirtrilo comirhirralion cleanser and polish (pasle or liquid) to re- store original luster of unit if surface hecanrres oxidized or ar.cnminurtates a calcium rtopnsil. Wax regularly with a it,sle wax In protect tire finish. Potymarhle lisp iniki detergent and water, to frtotecl lire finish. use a siraiglrl automotive wax Willi a cleaner. A scratch or burn can be lirrIhcrb orul on Polymarbte; lire color is solid Ilurariglioril. Porcelain Enameled Iron; Use soap and water Willi In islto or r.latlr; or non-guI. mild cte.iirinrg compound. Sienna Bronze'" (Jse soap or tteleiijnirt an(l waler. To limevenl water 51)015 and streaks, rinse eqmuipmnenl ltrorounqtriy with warn; water and wipe dry wittr a sell, clean cloth. Stubborn sfrols rim slams can Ire renrurvr.d with a paste made of water and a nndtd abrasive cleaner. Wlirn applying, nub in direction of polish lures to preserve line finish. High Polished Brass In antler 10 nnaiurtaiir this liurisiu, periodic polishing with a brass cleaner arid saIl clean cloth will be necessary lack of polishing will evenilinally creale a (tcr.p olive color. Vitreous China Use soap and waler with bristle brush or dour, or nair- gui. null chr!anning compound. Brass TrItu and Lacquered Polished Metals I)o not rise all abrasive inrr.hat polish, wire lrmuuslr or polish ing coirrpomnnrnt air airy lacqurenerl, polish inrelal. Wlrenu ill doubt follow hire directions for cleaning flronrio U.S. loll flow to Determine if Cleanser Is Too Harsh Place a small amount of r.lcarrsnr treiwecir Iwo pieces Of coirrnrronr glass and rub. II scratches appear, ibis 1cm harsh. WARRANTY I lAWS warrants that all ut its hmntrduicls are qnuaraiulr.ed againrsl deleclive urratrn ial on poor workrrraurship hrrr a period of one year hour date of shipment. I lAWS liability minter bIns warranty slr;rlt he discharged by bunurislriirtj willranil charge F.O.B. I lAWS I:aclory goods, or pail lluereah, wlrir.hr skill appear to lire courrpairy nupon inuspechinir In be of detective nrraturial or nrui at hinsl class workmanship, pnrrvirtcnt that claiurr is made in writing 10 company willrin a reasairairte period alien receipt at lire Product. Where chaiiurs to, defr.cls are urr:unte, hire tiehr.c. hive Pill or parts shall he delivered In blue curuutpany. Irmepairl. for iurspeclinuu. I lAWS will not he hi;ul,le tar tire cost of repairs, ailerahions on mopiacenrrorrhs. or Ion airy expense connected [herewith nr;adc by hire owner or his aqenls, rixceph upon written authority fmonrr t lAWS, t3erkctcy, California. I lAWS will not he liable for any danniages camnsenl by (tefective nuratnni;uls or poor work. nrranrsiuijr. except Inn reiitacnrucnnls, as above provided. Buyer agrees final IIAWS has uurmte no oilier warnanrhies either expressed or ilrrlrticd mr arlrtilionr of those above stated, except itral at hue wittr mespech In any of lire proitrucis or equipnurennl sold ironer unuter and that I lAWS shall rmi be halite for general, special, or corrsm!qnur.nhial damages claimed to arise nmnuber lime r.onrhracl of sate. lire finest hr nrr;ubemi;uts ;unrl biurislres are eurrritryed In I lAWS designs. t loweven, because itrr.y are subject bo dcleriorahion dune In use. exposure and other condihioirs beyond lire control ot I lAW_S. tiirishrs are no[ covered by this wanmanly. I lAW_S thos u nnqe that hruli)lisiienl n:tnsnnriuiq ;ul(l(ln!clirrur:; Ire nusrih. "ATTN. INSTALLER: After installation, please leave this instruction sheet for occupant's information." IMPORTANT: Inquire with governing authorities for local installation requirements. NOTE: ForAustraliaand NewZealand, line strainers should be installed between the upstream shutoff valve and the inlet of the backf low preventer. 3o1 RP/IS-909S Series 909 Reduced Pressure Zone Backflow• Preventers Sizes: 3/4" thru 2" LIMITED WARRANTY: Watts Regulator Company warrants each product against detects in material and workmanship fora period of one year from the date of original shipment. In the event of such defects within the warranty period, the Company will, at its option, replace or recondition the product without charge. This shall constitute the exclusive remedy for breach of warranty, and the Company shall not be responsible for any incidental or consequential damages, including without limita- tion, damages or other costs resulting from labor charges, delays, vandalism, negligence, fouling caused by foreign material, damage from adverse water condi- tions, chemicals, or any other circumstances overwhich the Company has no control. This warranty shall be invalidated by any abuse, misuse, misapplication or improper installation of the product. THE COMPANY MAKES NO OTHER WARRANTIES EXPRESS OR IMPLIED EXCEPT AS PROVIDED IN THIS LIMITED WARRANTY. For field testing procedure, send for IS-TK-DP and IS-TK-9A. For troubleshooting guide, send for S-TSG. For other repair kits and service parts, send for PL-RP-BPD. For technical assistance, contact your local Watts representative on back page. A LEADER IN VALVE TECHNOLOGY REGULATOR .....Since 1874 Watts Industries, Inc.— Water Products Division • Safety & Control Valves Basic Installation InstruCtions RI V4 Watts 3/4 " - 2" 9090T High Capacity Relief Series: Location and Installation Considerations Backf low preventers must be installed in high-visibility locations in order to allow for immediate notice of telltale discharge or other malfunction. This location should also facilitate testing and servicing, and protect against freezing and vandalism. Installing a backflow preventer in a pit or vault is not recommended as flooding of the pit will cause a cross-connection. Ensure that all local codes and required safety provisions are met. An air gap below the relief port must be maintained so as to avoid, flooding and submer- sion of the assembly, which may lead to a cross-connection. A strainer should be installed ahead of the backflow preventer to protect all internal components from unnecessary fouling. CAUTION - Do not install a strainer ahead of the backflow preventer on seldom-used, emergency water lines (i.e. fire sprinkler lines). The strainer mesh could potentially become clogged with debris present in the water and cause water blockage during an emergency. Normal discharge and nuisance spitting are accommodated by the use of a Watts air gap fitting and a fabricated indirect waste line. Floor drains of the same size MUST be provided in case of excessive discharge. When a 909 Series backflow preventer is installed for dead-end service applications (i.e. boiler feed lines, cooling tower make-up or other equipment with periodic flow requirements), discharge .from the relief vent may occur due to water supply pressure fluctuation during static no-flow conditions. A check valve may be required ahead of the backflôw preventer. *please see "Troubleshooting", Page 7, prior to installation. . The 909 Series backflow preventer is designed so that the critical level of the ieliéf valve, is positioned below the first check. This unique feature allows the valve to be installed either vertically or horizontally. Installation procedures must comply with all state and local codes. *please see page 3 for specific installation procedures. Prior to installation, thoroughly flush all pipe lines to remove any foreign matter. Start up at Initial Installations and After Servicing: The downstream shut-off should be closed. Slowly open upstream shut-off and allow the backflow preventer to fill slowly. Bleed air at each test cock. When backflow preventer is filled, slowly open the downstream shut-off and fill the water supply system. This is necessary to avoid dislodging "0" rings or causing damage to internal components. Test: The 909 Series backflow, preventer must be tested by a certified tester at the time of installation in order to ascertain that the assembly is in full working order and may be relied upon to protect the safe drinking water as per applicable standards. Repair Parts: Use only original equipment, manufactured parts to protect the validated warranty. HOW IT OPERATES The unique relief valve construction ED CED incorporates two channels: one for PRESSURE air, one for water. When the relief ZONE valve opens, as in the accompanying air-in/water-out diagram, the right- r hand channel admits air to the top of the reduced pressure zone, relieving 4p' the zone vacuum. The channel on the left then drains the zone to atmos- phere. Therefore if both check valves foul, and simultaneous negativesupply W and positive back pressure develops, the relief valve uses the air-in/water-out WATER OUT AIR IN principle to stop potential backflow. Patent #4,241,752 First Shut-off No. 3/4 (Drawings not to scale) 3 Installation - Indoors ASSE approved for vertical installation 3/4" - 2" flow up and down. For indoor installations, it is important that the valve be easily ac- cessible to facilitate testing and servicing. Series 909 may be in- stalled either vertically or horizontally. If it is located in a line close to wall, be sure the test cocks are easily accessible. A drain line and air gap should be piped from the relief valve connection as shown,.where evidence of discharge will be clearly visible and so that water damage will not occur. Therefore, never install in concealed locations. III Min. 4%" .-- 127 — No. 9090TS IN WATEI OUT T ti RELIEF VALVE BELOW FIRST CHECk VALVE MAIN * For Air Gap Information contact your technical sales representative or refer to ES.AG909. VERTICAL INSTALLATION - UPWARD FLOW Note: Test cock must be located on the first or inlet shutoff valve. Installation -Outside Building Above Ground In an area where freezing conditions do not occur, Series 909 can be installed outside of a building. The most satisfactory installation is above ground and should be installed in this manner whenever possible. In an area where freezing conditions can occur, Series 909 should be installed in a properly insulated utility building or shelter. Series 909 may be installed in a vertical or horizontal line and in an accessible location to facilitate testing and servicing. A discharge line should be piped from the air gap at the relief valve connection making sure that there is adequate drainage. Never pipe the discharge line directly into a drainage ditch, sewer or sump. Series 909 should never be installed where any part of the unit could become submerged in standing water. Consideration should be given to the installation of external support structure as appIicbIe. It is generally recommended that backf low preventers never be placed in pits unless absolutely necessary and then only when approved by local codes. In such cases, a modifiedpit instal- lation is preferred. CONSULT LOCAL Installation'- Parallel CODES FOR APPROVAL Two or more smaller size valves can be piped in parallel (when approved) to serve a larger supply pipe main. This type of installa- tion is employed where increased capacity is needed beyond that provided by a single valve and permits testing or servicing of an individual valve without shutting down the complete line. The number of valves used in parallel should be determined by the engineer's judgement based on the operating conditions of a specific installation. TABLE ONE - CAPACITY REQUIRED FOR SYSTEM 50 GPM 100 GPM 150 GPM 1200GPM 250 GPM 350 GPM Two %" Devices I Two 1" Devices Two 1'h" I Devices Two 1%" Devices Two 1%" Devices Two 2" Devices Table shows total capacity provided with dual valve installations of various sizes. Testing-Reduced Pressure Zone Backflow Preventers The following Test Procedure is one of several that is recognized throughout the United States for verification of the functioning of Backf low preventers. The following procedure is not a specific recommendation. The Watts series of test kits are capable of performing any of the recognized Backf low test procedures. Open TC #4 and flush test cocks Nos. 1, 2 and 3 on BF assembly, then close TC #4. - Turn tester on (before connecting hoses). Tester must read all zeros. Close VA and VB. Test No. 1 - Relief Valve Install highside hose between TC #2 and tester con- nection A. Install lowside hose between TC #3 and tester con- nection B. Open TC #3 then VB. Now open TC #2 slowly, then VA. Close VA then VB. Close #2 shut-off vlave. S. Observe the apparent first check valve differential pressure (A - B). Install bypass hose between VA and VB. Open VB and bleed air by loosening hose connection at VA. Tighten hose connection and close VB. Push - Print Head (wait) then Push - Start Test Open VA, then'slowly open VB (no more than 1/4 turn). When relief valve drips, push the "hold but- ton for 2 seconds. Record reading (must be 2 PSID or more). Push - Stop Test B. Close VA and VB. Test No. 2 - Test No. 2 Check Valve Install bypass hose between VA and TC #4. Open VA, then bleed air by loosening hose connection at TC #4. Tighten hose connection. Close VA. Push - Start Test Open VB to re-establish pressure withing the "zone". Close VB. Open TC #4 then open VA. If relief valve does not drip, record second check valve as "closed tight". Test No. 3 - Test No. 1 Check Valve - Open VB to re-establish first check valve differen- tial pressure. Close VB. Record pressure differential. Stop Test (Push Stop Test twice) Close test cocks and remove tester, return assembly to normal operating condition. CONSUMER WARNING The State of California has enacted a law known as Proposition 65 which requires consumer notification when there is a possibility of exposure to certain chemicals that affect health. Specifically, lead is present in brass and bronze plumbing fittings and in some of the solder used to install copper pipes. You may be exposed to minute quantities of this chemical through the normal use of your plumbing system. WARNING: This product contains a chemical known to the state of Calif ornia to cause birth defects or other reproductive harm. RPZ. Test 1 I RPZ Test 2 RPZ Test 3 CAUTION: To prevent freezing, hold Test Kit vertically to drain differential gauge and hoses prior to placing in case. 4 For complete testing information send for IS-TK-DP or IS-TK-9A. Servicing First and Second Check Valves %" to 2" NOTE: No special tools required to service Series 909 RELIEF VALVE SERVICE SERVICE PARTS KIT FIRST CHECK SERVICE PARTS KIT \ SECOND CHECK Remove the four screws holding the first check \ NV—SERVICE PARTS valve cover. Lift off the first check valve cover. The check valve inside will come out with the cover and is attached with a bayonet type locking arrangement. Holding the check valve module in both hands, rotate the assembly '4 turn. This will disengage the disc assembly, spring and seat cover into individual components. The disc assembly may be cleaned and reassembled, or depending uponits condition, it may be discarded and replaced and replaced with a new assembly from the service kit. "0" rings should be cleaned or replaced as necessary and lightly greased with the FDA approved silicon grease which is also furnished with the service kit. FIRST CHECK SECOND CHECK Reassemble the check valve module in the reverse order. Service is iden- tical for both the first and second check valves. NOTE: The springs and covers of the first and second check valves are not interchangeable. The heavier spring loaded module For further details contact your local tech. should be in the first check and the lighter in the second nical sales representative, see hack page. check module. Y4" — 2" Replacement Parts When ordering, specify Ordering Code Number, Kit Number and Valve Size *Stainless Steel Seat First Check Kits EDP No. Kit. No. Sizes 887120 AK 909 CK1 3/4" 1" 887133 AK 909 CK1 11/4" -2" 887122 AK 909 CK1 SS* 3/4". 1" 887135 AK 909 CK1 SS* 11/4' -2" Second Check Kits 887121 RK9O9CK2 3/4". 1" 887134 AK9O9CK2 1/4"-2" 887123 AK 909 CK2SS* 3/4' - 1" 887136 AK 909 CK2SS* 11/4" 2" Kits include: Disc assembly. Spring, Seat, Seat 0-ring, Cover 0-ring and lubricant. Rubber Parts for Both Checks 887129 AK9O9RC3 887142 AK 909 RC3 11/4" . 2" Kits include: Check discs, Seat o.rings, Cover 0-rings and lubricant. Complete Rubber Parts EDP No. Kit No. Size 887130 AK 909 AT 3/4"- 1" 887144 RK 909 AT 11/4" -2" Kits include: Check discs, Seat 0-rings, RV diaphragm, RV 0-rings, Piston 0-rings, Cover 0-rings and lubricant. Seat Kits for One Check 887124 AK 909S 3/4"- 1" 887139 AK 909S 1'/4"-2" 887125 AK 909 S.SS 3/4" 1" 887140 AK 909 S.SS* 11/4" - 2" Kits include: Seat, Seat 0-ring and lubricant. Cover Kits - 887127 RK9O9C1 887128 RK909C2 3/4" 1" 887132 AK 909 VC 3/4". 1" 887137 RK909C4 1¼"-2" 887143 AK 909 VC 1¼"-2" Kits include: Cover, Cover 0-ring and lubricant. For other repair kits and parts send for PL-RP-BPD Size 3/i, 10 Piston R -i Piston 0-ring Stel Diaphragm Cover Body Valve RV -J Fig. 1 A 11 Fig. 3 Servicing the Relief Valve %- 2" Remove the four bolts that hold the relief valv'e cover in place. Remove the cover. The stainless steel adapter, with "0" ring attached will be free to be removed simultaneous with the removal of the cover. Pull out the relief valve assembly. Note: the spring tension in the relief valve assembly is contained in the design of the relief valve; therefore, the relief can be removed in a one-piece spool-type assembly. The relief valve seat and disc may be cleaned without disassembly of the relief valve assembly. If it is determined that the relief valve diaphragm and /or disc should be replaced, the relief valve module can be readily disassembl- ed without the use of special tools. For further details contact your local tech- nical sales representative, see back page. Size 11/4" - 2" Cover (2) Piston 0-rings , Relief Valve f—.__ Assembly - C C Stem Diaphragm (2) RV 0-rings Disc Assembly Relief Valve Kits EDP NO. Kit No. Size 887126 RK 909 VT 3/4' - 1" 887138 AK 909 VT 11/4" - 2" Kits include: Relief valve assembly, Seat, Seat 0-ring, Cover 0-ring and lubricant. Seat Rubber Parts for Relief Valve 887131 RK9O9RV 3/4"- 1" 887141 RK9O9RV 1'/a"-2" Kits include: Diaphragm, Disc assembly, Seat 0-ring, RV 0-ring, Piston 0-rings, Cover 0-ring and lubricant. Seat 0-ring Seat Kits for Relief Valve 887372 AK 909 SV 3/4"- 1" 887371 1 RK9O9SV 1'/a"-2" Kits include: Seat, Seat 0-ring, Piston 0-ring and lubricant. TO PREVENT SHAFT DAMAGE ASSEMBLE AS SHOWN. CAUTION: If cover will not press against body, assembly is crooked-and tightening bolts will bend shaft. Do not force the cover into place as damage may result from misalignment. Figure 1: To assemble the Relief Valve Assembly have a screwdriver ready. Figure 2: Depress the Relief Valve Assembly, carefully guiding it against the two pound spring load. When properly aligned, the pistonis in the cy- linder bore. Insert the screwdriver as shown. Figure 3: The Relief Valve Assembly is held encapsulat- ed by the screwdriver. You should now have both hands free to bolt down the cover. Insert and snug two bolts 180° apart to hold the cov- er. Finish iserting the remaining bolts and snug up evenly and alternating until secure. Remove the screwdriver. Trouble Shooting Guide - Backflow Preventers Problem Cause Solution A. Valve spits periodically from the vent. A.1 Fluctuating supply pressure. Al Install a soft seated check valve immediately A.2 Fluctuating downstream pressure. B. Valve drips continually from the vent B.1 Fouled first check. 13.2 Damaged or fouled relief valve seat. 13.3 Relief valve piston "0" ring not free to move due to pipe scale, dirt or build up of mineral deposits. 13.4 Excessive back pressure, freezing, ,or water hammer has distorted the second check. B.5 Electrolysis of relief valve seat or first check seats. B.6 Valve improperly reassembled. C. Valve exhibits high pressure drop. C.1 Fouled strainer. C.2 Valve too small for flows encountered. D. No water flows downstream of valve. D. Valve installed backwards. E. Valve does not test properly. El Follow manufacturer's test procedure E.2 Leaky downstream gate valve. F. Valve quickly and repeatedly fouls following servicing. F. Debris in pipe line is too fine to be trapped by strainer. G. Winterization of backflow preventers. upstream of the device. (Watts l/4" - 2" No. 601 bronze valve.) A.2 Install a soft seated check valve downstream of the device close as possible to the shutoff valve. (Watts 3/4" - 2" No. 601 bronze valve.) 13.1 Flush valve. If flushing does not resolve problem, disassemble valve and clean or replace the first check. 13.2 Clean or replace the relief valve seat. B.3 Clean, grease or replace the piston "0" ring. 13.4 Eliminate source of excessive backpressure or water hammer in the system downstream of the device. Use Watts No. 601 to dampen out backpressure and No. 15 to eliminate water hammer. Replace defective second check assembly. In case of freezing; thaw, disassemble and inspect internal components. Replace as necessary. 13.5 Replace relief valve seat or inlet cover. Install dielectric unions (Watts series 3001 through 3006). Electrically ground the piping system and/or electrically isolate the device with plastic pipe immediately upstream and downstream of the device. 13.6 If valve is disassembled during installation, caution must be exercised to install check springs in their proper location. C.1 Clean strainer element or replace. C.2 Install proper size device based upon flow requirements. D. Install valve in accordance with flow direction arrow. : E.1, E.2 Clean or replace gate valve with full pod ball valves or resilient wedge shutoff valves. Install fiher mesh strainer element in the strainer. Electric heat-tape wrap closely together around valve body. Build a small shelter around the valve with a large light bulb installed and left on at all times. If supply line is not used during the winter, removal of the complete body is the best. Thià would create an air gap to eliminate . any possible backflow. - . . .1 • For Technical Assistance Call Your Authorized Watts Agent. Telephone # Fax # HEADQUARTERS: Watts Regulator Company 815 Chestnut St.,North Andover, MA 91845.6098 U.S.A. 508 688-1811 508 794-1848 Matthew Vaccaro, N.E. Peg. Sales Mgr. 815 Chestnut St., North Andóvei MA 01845-6098 . . 508 689-6220 508689 6002 Vernon Bitzer Associates, Inc. 138 Railroad Dr., Northhampton Ind. Pk:, Ivyland, PA 18974 ' 215 953-1400 215 953-1250 E. W. Leonard, Inc. . Ray Palmer Rd., P.O. Box 371, Moodus, CT 06469 203 873-8691 203 873-8693 Edwards, Platt & Deely, Inc. 931A Conklin St., Farmingdale, NY 11735 516 777-3800 516 777-3810 J. B. O'Connor Company, Inc. P.O. Box 12927, Pittsburgh, PA 15241 412 745-5300 412 745-7420 The Joyce Agency, Inc. 8442 Alban Rd., Springfield, VA 22150 703 866-3111 703 866-2332 Trayco Sales, Inc. 11 Nottingham Rd., Lynnfield, MA 01940 617 334-6078 617 334-2859 W. P. Haney Co., Inc. 51 Norfolk Ave., South Easton, MA 02375 508 238-2030 508 238-8353 WMS Sales, Inc. (Main office) 9580 County Rd., Clarence Center, NY 14032 716 741-9575 716 741-4810 WMS Sales, Inc. 7437 Meadowbrook Dr., Baldwinsville, NY 13027 - 315 622-0763 .315 622-0764 WMS Sales, Inc. 18 McMillen Place, Delmar, NY 12054 518 475-1017 518 475-9583 WMS Sales, Inc. 56 Winchester Dr., Fairport, NY 14450 716 223-7980 716 223-7980 Jeff Mitchell, S.E. Peg. Sales Mgr. P.O: Box 218, Oneonta, AL 35121 205 625-5002 205 625-5008 RMI . Glenfield Bus. Ctr., 2535 MechanicsvilleTpk., Richmond, VA 23223 804 643-7355 804 643-7380 Smith & Stevenson Co., Inc. 4935 Chastain Ave., Charlotte, NC 28210 704 525-3388 704 525-6749 Hugh M. Cunningham, Inc. 13755 Benchmark, Dallas, TX 75234 .' 214 888-3800 214 888-3838 Hugh M. Cunningham, Inc. 3898 Distribution Blvd., Houston, TX 77018 . 713 695-0495 713 692-8991 Hugh M. Cunningham, Inc. 5130 Service Center, San Antonio, TX 78218 210 656-7421 210 656-0397 Billingsley & Associates, Inc. 5609-0 Salmen St., Harahan, LA 70123 504.733-7624 504 733-6904 Billingsley & Associates, Inc. 478 Cheyenne Lane, Madison, MS 39110 601856-7565 . 601 856-8390 Francisco J Ortiz & Co., Inc. . Charlyn Industrial Pk., Road 190 KM1 .9 - Lot #8, Carolina, Puerto Rico 00983 809 769-0085 809 750-5120 Earl L. Griffin Co. 2776 B.M. Montgomery St., Birmingham, AL 35209 205 879-3469 205 870-5027 Central Sales Company 1612 Fourth Ave. North, Nashville, TN 37208-2212 615 259-9022 615 259-9024 Central Sales Company 2170 York Ave., Memphis, TN 38104-5586 901278-2251 '901272-1614 Spotswood Associates , 6700 Best Friend Rd., Norcross, (Atlanta) GA 30071-2919 404 447-1227 404 263-6899 Target Marketing Enterprises, Inc. 118 West Grant St., Building I & J, Orlando, FL 32806 407 245-7838 407 245-7833 Garj Barton, Midwest Peg. Sales Mgr. 13314 West 83rd Terrace, Lenexa, KS 66215 913 541-0251 913 541-9143 Pro-Spec, Inc. . 8186 East 44th St., Tulsa, OK 74145 918 664-5642 918 664-6069 Disney-McLane, Inc. 2422 Central Pkwy., Cincinnati, OH 45214 513 381-1682 513 562-2053 Mid-Continent Marketing Services Ltd. 1724 Armitage Ct., Addison, IL 60101 708 953-1211 708 953-1067 Mid-Continent Marketing Services Ltd. 5508 Elmwood Ave., Suite 401, Indianapolis, IN 46203 317 782-1515 317 782-4360 Madsen-Bayer & Associates, Inc. 2510 Englewood Dr., Columbus, OH 43219 614 476-1833 614 476-1846. Madsen-Bayer & Associates, Inc. 4640 Warner Rd., Garfield Heights, OH 44125 216 641-5808 216 641-5546 J. W. Sullivan Company 7901 Manchester Ave., St. Louis, MO 63143 314 644-5454 314 644-5527 Mack McClain & Associates, Inc. 15$7 Ohio St., Des Moines, IA 50314 . 515 288-0184 515 288-5049 Mack McClain & Associates, Inc. 15090 West 116th St., Olathe, KS 66062 913 339-6677 913 339-9518 Gary S. Gilpin Sales Co: 4468 Emberson Ave., Louisville, KY 40209 502 367-2178 502 367-9080 Soderholm & Associates, Inc. 7150 143rd Ave. N.W., Anoka, MN 55303 612 427-9635 612 427-5665 Advance Industrial Marketing Ltd. 1606 Commerce Dr., Sun Prairie, WI 53590 608 837-5005 608 837-2368 Dave Watson Associates 1325 West Beecher, Adrian, MI 49221 i- 517 263-8988 517 263-2328 Jim Engard, West Peg. Sales Mgr. 749 Renate Way, Paso Robles, CA 93446 805 239-8852 805 239-8859 Hollabaugh Brothers & Associates 1260 6th Ave. South, Seattle, WA 98134-1308 206 467-0346 206 467-8368 Hollabaugh Brothers & Associates 3028 S.E. 17th Ave., Portland, OR 97202 . .. 503 238-0313 503 235-2824 Rocky Mountain Marketing 4500 Hawkins N.E. - Suite B, Albuquerque, NM 87109 505 345-9042 505 345-9436 R. E. Fitzpatrick Sales, Inc. 16 East 8th Ave., Midvale, UT 84047 801566-7156 801566-4979 Crown Sales 360 Mokaueà St., Honolulu, HI 96819 . 808 845-7881 808 841-4504 Fanning & Associates, Inc. 6765 Franklin St., Denver, CO 80229-7111 303 289-4191 303 286-9069 Plumbing/Industrial Representatives 2012 West 4th St., Tempe, AZ 85281 . 602 968-8586 602 829-7682 R. C. Hartnett & Associates 30852 Huntwood Ave., Hayward, CA 94544 510 471-7200 510 471-4441 Delco Sales, Inc. . 2267 Yates Ave., Los Angeles, CA 90040 213 890-9250 213 724-5227 Watts Industries (Canada) Inc. (Watts Regulator Co. Division) 441 Hanlan Rd., Woodbridge, Ontario L4L 311 905 851-8591 905 851-8788 Regional Office (Montreal) 2690 Sabourin, St. Laurent, Quebec H4S 1M2 514 337-9010 514 337-8843 Hydro-Mechanical Sales Ltd. 6080 Young St., Suite 911, Halifax, Nova Scotia B3K 51.8 . 902 454-9377 902 454-6085 Hydro-Mechanical Sales Ltd. P.O. Box 1445, Moncton, New Brunswick E1C 816 506 859-1107 506 859-2424 Hydro-Mechanical Sales Ltd. 8 Torngate Cr., St. John's, Newfoundland Al 5W6 709 368-6884 709 368-6887 Polymex Controles Inc. 2800 Rue Dalton, Ste. 3, Parc Colbert, St-Foy, Quebec G1 3S4 418 657-2800 418 657-2700 Walmar 24 Gurdwara Rd., Nepean, Ontario K2E 8A2 613 225-9774 613 225-0673 Mech-Mart, A Div. of W.B. Gingerich Sales Ltd. 107 Hamilton Rd., New Hamburg, Ontario NOB 2GO 519 662-2460 519 662-2491 Grant Brothers Sales Ltd. 790 Arrow Rd., Weston, Ontario M9M 2Y5 — 416 743-7240 416 743-4146 Northern Mechanical Sales 163 Pine St., Garson, Ontario P3L 113 . 705 693-2715 705 693-4394 Murray Krovats Agency 1127 Sanford St., Winnipeg, Manitoba R3E 3A1 204 786-2747 204 755-3186 RAM Mechanical Marketing 21 Knowles Cr., Regina, Saskatchewan S4S 4N9 306 525-1986 306 525-0809 RAM Mechanical Marketing 13- 1107 7th Ave. North, Saskatoon, Saskatchewan S7K 2V9 306 244-6622 306 244-0807 Currie Agencies Ltd. 3117 Underhill Ave., Burnaby, British Columbia V5A 3C8 604 420-6070 604 420-9022 D.C. Sales Corporation Inc. 6029 4th St. SE., Calgary, Alberta 12H 2A5 403 253-6808 403 259-8331 D.C. Sales Corporation Inc. Glenora Past Office, Box 53014, Edmonton, Alberta 15N 4A8 . 403 496-9495 403 483-5323 EXPORT Hdqtrs.: Watts Regulator Company 815 Chestnut St., North Andover, MA 01845-6098 U.S.A. 508 688-1811 508 794-1848 A LEADER rn VALVE rEClf,OL DC V WA1 °TS RP/IS-909S 9529 ____ R EGULATOR I9519001 i -Sln 1674 Watts Industries, Inc.— CERTIFIED EDP.# 834246 Printed in U.S.A. Water Products Division • Safety & Canfrol WIves _____________ Watts TK-DP IS-TK-DP/DL Watts TK=DP I TK=DL Digital Print-out Test Kit for Backflow Prevention Devices The Watts TK-DP and TK-DL Computerized Backflow Testers are advanced, pieces of test equipment designed to make pressure and differential gauges obsolete in the testing of backflow devices. Two solid- state, high-resolution pressure transducers provide the interface to the computer. With 32K of memory, battery back up, 48 character super-twist display, 16 function keyboard and high-efficiency thermal printer the TK-DP and TK-DL are equipped to provide real time data handling and the outputs required to test, validate and certify every backflow device. (See operating manual for details). The Watts TK-DL offers all the features of its companion test kit the Watts TK-DP, with the additional ca- pability to download your test results into a personal computer for permanent storage. In addition the TK- DL menu driven software program allows for customizing of printed header and footer. GENERAL INFORMATION Before connecting hoses to tester, be sure to flush test cocks on backflow assembly. A LEADER IN VALVE TECHNOLOGY REGULATOR -Since 1874 Watts Industries, Inc.— Water Products Division • Safety & Control Valves USA. 815 Chestnut Street, North Andover, MA 018456098 Canada: 441 Hanlan Rd. Woodbridge, Ontario 1.41. 3T1 IEI']9001 I CERTIFIED LIMITED WARRANTY: Watts Regulator Company warrants each product against defects in material and workmanship fora period of one year from the date of original shipment. In the event of such defects within the warranty period, the Company will, at its option, replace or recondition the product without charge. This shall constitute the exclusive remedyfor breach of warranty, and the Company shall not be responsible for any incidental or consequential damages, including without limitation, damages or other costs resulting from labor charges, delays, vandalism, negligence, fouling caused by foreign material, damage from adverse water conditions, chemicals, or any other circumstances over which the Company has no control. This warranty shall be invalidated by any abuse, misuse, misapplication or improper installation of the product. THE COMPANY MAKES NO OTHER WARRANTIES EXPRESS OR IMPLIED EXCEPT AS PROVIDED IN THIS LIMITED WARRANTY. 'Test Procedure for Pressure Vacuum Breakers Tesi The following Test Procedure is one of several that is recognized throughout the United States for verification of the functioning of Backflow preven- ters. The following procedure is not a specific recom- mendation. The Watts series of test kits are ca- pable of performing any of the recognized Back- flow test procedures. Note: For both of the following test, the TK-DP must be held at the same level as the assembly being tested. Flush TC #1 and #2. Turn tester on (before connecting hose). Tester must read all zeros. Close VA and VB. Test No. I - Air Inlet Install high side hose between TC #2 and tester connection A. Open VA then TC #2. Bleed hose, then close VA. Close shutoff valve #2 then #1. Push - Print Head (wait) then Push - Start Test Slowly open VA when air inlet float opens, push "hold" button for at least 2 seconds. Record differential reading (must be 1 PSID or more). Close VA. Push - Stop Test Close TO #2 and remove hose. Open shutoff valve #1. Test No. 2- Test Check Valve Install highside hose between TO #1 and tester connection A. Open VA then TO #1. Bleed hose, then close VA. Close shutoff valve #1. Push - Start Test Open TO #2. When flow of water out of TO #2 stops, the differential reading is the pressure drop. Record (must be 1 PSID or more). Stop Test (Push Stop Test twice) Close test cocks and remove tester. Return assembly to normal operating condition. Watts 800M4-QT shown 2 Watts 00801 shown Anti-spill Proof Vacuum Breaker (SVB) Test Procedure Test No. I - Differential Test Make sure that the test kit is at the same elevation as the device being tested. Remove the two screws from hood and re- move hood so that vent is visible. Turn test kit on, wait until self check is complete. Connect hose from test cock to VA HIGH. Open test cock, then VA, (VB LOW should be opened and remain open through the test). Bleed hose and test kit of air, when bleeding hose fill vent with water, shut off VA. Close #2 shutoff, then close #1 shutoff. Press PRINT HEADER button. Wait until header stops printing. Press START TEST RESUME button. Slowly unscrew bleed screw on SVB (about three turns). When dripping from bleed screw stops, and gauge reading settles, this is the check dif- ferential. This must be 1 PSI or greater. Press PAUSE STOP button. Test No. 2 - Air Inlet (Vent Opening) Press START TEST RESUME. Slowly open VA and watch vent, with finger over DISPLAY HOLD button. When the water level above the vent starts to drop this is the vent opening press DISPLAY HOLD button. This will record the vent opening point. This value must be 1 PSI or greater. Visually inspect vent to ensure that vent goes to full open position when the pres- sure is at zero. Press PAUSE STOP TEST button twice. Tighten bleed screw, close test cock and reinstall hood, open shutoff #1, open shut- off #2, remove hose. Testing is complete. 151 Test Procedure for Doable Check Valve flssemblies The following Test Procedure is one of several that is recognized throughout the United States for verifica- tion of the functioning of Backflow preventers. The following procedure is not a specific recommendation. The Watts series of test kits are capable of performing any of the recognized Backflow test procedures. Flush all test cocks. Turn tester on (before connecting hoses). Tester must read all zeroes. Close VA and VB. Test No. I - Test No. I Check Valve Install high side hose between TC #2 and tester connection A. Install low side hose between TC #3 and tester connection B. Open VA then TC #2, bleed hose, then close VA. Open VB then TC #3, bleed hose, then close VB. Install a bypass hose between VB and TC #1. Open TC #1 and bleed by loosening hose connection at VB. Tighten hose con- nection, fully open VB. Push - Print Head (wait) then Push - Start Test. Close shutoff valve #2 then #1. Slowly open VA and lower high side pres- sure about -2 PSID below the low side pressure (differential reading about -2.0 PSID). Close VA. If reading is maintained, record as "tight". If reading returns to 0 and the pressure A increases to pressure B, the check is recorded as leaking. If the reading returns to +PSID, No. 2 shutoff valve is leaking excessively and must be replaced to test the valve. Close all test cocks, remove hoses from TC #2 and TC #3 and TC #1. reopen shut- off valve #1. Proceed to Test No. 2. Push - Stop Test. Test No. 2- Test No. 2 Check Valve Install high side hose between TC #3 and tester connection A. Install low side hose between TC #4 and tester connection B. Open VA then TC #3, bleed hose, then close VA. Open VB then TC #4, bleed hose, then close VB. Install a bypass hose between VB and TC #1. Loosen hose at VB, open TC #1 and bleed, re- tighten hose connection. Push - Start Test. Close shutoff valve #1. Slowly open VA and lower high side pressure about -2 PSID below the low side pressure (dif- ferential reading about -2.0 PSID). Close VA. If reading is maintained, record as "tight". If read- ing returns to 0 and the pressure A increases to pressure B, the check is recorded as leaking. If the reading returns to + PSID, No. 2 shutoff valve is leaking excessively and must be re- placed to test the valve. Push - Stop Test. 4 Test Procedure for Reduced Pressure Zone Backflow Preventers The following Test Procedure is one of several that is recognized throughoV the United States for verification of the functioning of Backflów preventers. The following procedure is not a specific recommendation. The Watts SE nes of test kits are capable of performing any of the recognized Backflo test procedures. Open IC #4 and flush test cocks Nos. 1, 2 and 3 on BF assembly, then close TC #4. Turn tester on (before connecting hoses). Tester must read all zeros. Close VA and VB. Test No. I - Relief Valve Install high side hose between TC #2 and tester connection A. Install low side hose between TC #3 and tester connection B. Open VB then IC #3. Now open VA then TC #2 slowly. Close VA then VB. Close #2 shutoff valve. Observe the apparent first check valve dif- ferential pressure (A - B). Install bypass hose between VA and VB. Open VB and bleed air by loosening hose connection at VA. Tighten hose connectionl and close VB. Push - Print Head (wait) then Push - Start Test Open VA, then slowly open VB (no more than 1/4 turn). When relief valve drips, push the "hold button for 2 seconds. Record reading (must be 2 PSID or more). Push - Stop Test 'Close VA and VB. Test No. 2- Test No. 2 Check Valve Install bypass hose between VA and IC #4. Open VA, then bleed air by loosening hose connection at IC #4. Tighten hose connec- tion. Close VA. Push - Start Test Open VB to reestablish pressure within the "zone". Close VB. Open VA the TC #4. If relief valve does not drip, record second check valve as "closed tight". Test No. 3 - Test No. I Check Valve Open VB to reestablish first check valve dif- ferential pressure. Close VB. Record pres- sure differential. Stop Test (Push Stop Test twice) Close test cocks and remove tester, return assembly to normal operating condition. 5 RPZ Test 1 RPZ Test 2 RPZ Test 3 Calibration Centers Watts Digital Service Center 3500 West Moore St., Unit M Santa Ana, CA 92704 Tel: (714) 850-1320 Fax: (714) 850-1502 Nicholson Labs 2422 Central Parkway Cincinnati, OH 45214 Tel: (513) 381-1682 Fax: (513) 562-2053 Rokus Plumbing & Heating 228 Ward St. Roseburg, OR 97470 Tel: (503) 673-0333 Fax: (503) 440-6875 Trouble Shooting Guide Reduced Pressure Backflow Preventers PROBLEM CAUSE A. Valve spits periodically from the vent. A.1 Fluctuating supply pressure. Should valve be replaced? SOLUTION No A.1 Install a soft seated check valve immediately upstream of the device. (Watts 3/4"- 2" No. 601 bronze valve.) A.2 Fluctuating downstream pressure. No A.2 Install a soft seated check valve downstream of the device close as possible to the shutoff valve. (Watts 3/4"- 2" No. 601 bronze valve.) B. Valve drips continually from the vent. B.1 Fouled first check. No B.1 Flush valve. If flushing does not resolve problem, disassemble valve and clean or replace the first check. B.2 Damaged or fouled relief valve seat. No B.2 Clean or replace the relief valve seat. B.3 Relief valve piston "0" ring not free to move due to No B.3 Clean, grease or replace the piston "0" ring. pipe scale, dirt or build-up of mineral deposits. B.4 Excessive backpressure, freezing, or water hammer No B.4 Eliminate source of excessive backpressure or water has distorted the second check. hammer in the system downstream of the device. Use Watts No. 601 to dampen out backpressure and No. 15 to eliminate water hammer. Replace defective second check assembly. In case of freezing; thaw, disassemble, -and inspect internal components. Replace as necessary. B.5 Electrolysis of relief valve seat or first check seats. No B.5 Replace relief valve seat or inlet cover. Install dielectric unions (Watts Series 3001 through 3006). Electrically ground the piping system and/or electrically isolate the device with plastic pipe immediately upstream and downstream of the device. B.6 Valve improperly reassembled. No B.6 If valve is diassembled during installation, caution must be exercised to install check springs in their proper location. C. Valve exhibits high pressure drop. C.1 Fouled strainer. No C.1 Clean strainer element or replace. C.2 Valve too small for flows encountered. Yes C.2 Install proper size device based upon flow requirements. 0. No water flows downstream of valve. D. Valve installed backwards. No D. Install valve in accordance with flow direction arrow. E. Valve does not test properly. E.1 Follow manufacturer's test procedure. No E.1, E.2 Clean or replace gate valve with full port ball E.2 Leaky downstream gate valve. No valves or resilient wedge shutoff valves. F. Valve quickly and repeatedly fouls following servicing. F. Debris in pipe line is too fine to be trapped by strainer. No F. Install finer mesh strainer element in the strainer. G. Winterization of backflow preventers. C. Electric heat-tape wrap closely together around valve body. Build a small shelter around the valve with a large light bulb installed and left on at all times. If supply line is not used during the winter, removal of the complete body is the best. This would create an air gap to eliminate any possible backflow. 7 For Technical Assistance Call Your Authorized Watts Agent. Telephone # Fax If HEADQUARTERS: Watts Regulator Company 815 Chestnut St., North Andover, MA 01845-6098 U.S.A. 508 688-1811 508 794-1848 Matthew Vaccaro, N.E. Reg. Sales Mgi. 815 Chestnut St., North Andover, MA 01845-6098 508 689-6220 508 689-6002 Vernon Bitzer Associates, Inc. 138 Railroad Dr., Northhampton Ind. Pk.. Ivyland, PA 18974 215 953-1400 215 953-1250 E. W. Leonard, Inc. Ray Palmer Rd., P.O. Box 371, Moodus, CT 06469 203 873-8691 203 873-8693 Edwards. Platt & Deely, Inc. 931A Conklin St., Farmingdale, NY 11735 516 777-3800 516 777-3810 J. B. O'Connor Company, Inc. P.O. Box 12927, Pittsburgh, PA 15241 412 745-5300 412 745-7420 The Joyce Agency, Inc. 8442 Alban Rd., Springfield, VA 22150 703 866-3111 703 866-2332 Trayco Sales, Inc. 11 Nottingham Rd., Lynnfield, MA 01940 617 334-6078 617 334-2859 W. P. Haney Co., Inc. 51 Norfolk Ave., South Easton, MA 02375 508 238-2030 508 238-8353 WMS Sales, Inc. (Main office) 9580 County Rd., Clarence Center, NY 14032 716 741-9575 716 741-4810 WMS Sales, Inc. 7437 Meadowbroak Dr., Baldwinsville, NY 13027 315 622-0763 315 622-0764 WMS Sales, Inc. 18 McMillen Place, Delmar, NY 12054 518 475-1017 518 475-9583 WMS Sales, Inc. 56 Winchester Dr., Fairport, NY 14450 716 223-7980 716 223-7980 Jeff Mitchell, S.E. Reg. Sales Mgr. P.O. Box 218, Oneonta, AL 35121 205 625-5002 205 625-5008 RMI Glenfield Bus. CU., 2535 Mechanicsville Tpk., Richmond, VA 23223 804 643-7355 804 643-7380 Smith & Stevenson Co., Inc. 4935 Chastain Ave., Charlotte, NC 28210 704 525-3388 704 525-6749 Hugh M. Cunningham, Inc. 13755 Benchmark, Dallas, TX 75234 214 888-3800 214 888-3838 Hugh M. Cunningham. Inc. 475 West 38th Street, Houston, TX 77018 713 695-0495 713 692-8991 Hugh M. Cunningham, Inc. 5130 Service Center, San Antonio, TX 78218 210 656-7421 210 656-0397 Billingsley & Associates. Inc. 5609-D Salmen St., Harahan, LA 70123 504 733-724 504 733-6904 Billingsley & Associates, Inc. 478 Cheyenne Lane, Madison, MS 39110 6018564565 601856-8390 Francisco J. Ortiz & Co., Inc. Charlyn Industrial Pk., Road 190 KM1.9 - lot #8, Carolina. Puerto Rico 00983 809 769-0085 809 750-5120 Earl L. Griffin Co. 2776 B.M. Montgomery St., Birmingham, AL 35209 205 879-3469 205 870-5027 Central Sales Company 1612 Fourth Ave. North, Nashville, TN 37208-2212 615 259-9022 615 259-9024 Central Sales Company 2170 York Ave., Memphis, TN 38104-5586 901278-2251 901272-1614 Spotswood Associates 6700 Best Friend Rd., Norcross. (Atlanta) GA 30071-2919 404 447-1227 404 263-6899 Target Marketing Enterprises, Inc. 118 West Grant St., Building I & J, Orlando, FL 32806 407 245-7838 407 245-7833 Gary Barton, Midwest Reg. Sales Mgi. 13314 West 83rd Terrace, Lenexa, KS 66215 913 541-0251, 913 541-9143 Pro-Spec, Inc. 8186 East 44th St., Tulsa, OK 74145 918 664-5642 918 664-6069 Disney-McLane, Inc. 2422 Central Pkwy., Cincinnati, OH 45214 513 381-1682 513 562-2053 Mid-Continent Marketing Services Ltd. 1724 Armitage Ct., Addison, IL 60101 708 953-1211 708 953-1067 Mid-Continent Marketing Services Ltd. 5508 Elmwood Ave., Suite 401, Indianapolis, IN 46203 317 782-1515 317 782-4360 Marketing Affiliates 107 Cypress St. SW, Reynoldsburg, OH 43068 614 927-6880 614 927-4545 Marketing Affiliates 4920 Commerce Parkway, Warrensville Hts., OH 44128 216 595-1737 216 595-1760 J. W. Sullivan Company 7901 Manchester Ave.. St. Louis, MO 63143 314 644-5454 314 644-5527 Mack McClain & Associates, Inc. 1537 Ohio St., Des Moines, IA 50314 515 288-0184 515 288-5049 Mack McClain & Associates. Inc. 15090 West 116th St., Olathe, KS 66062 913 339-6677 913 339-9518 Gary S. Gilpin Sales Co. 4468 Emberson Ave., Louisville, KY 40209 502 367-2178 502 367-9080 Soderholm & Associates, Inc. 7150 143rd Ave. N.W., Anoka, MN 55303 612 427-9635 612 427-5665 Advance Industrial Marketing Ltd. 1606 Commerce Dr., Sun Prairie, WI 53590 608 837-5005 608 837-2368 Dave Watson Associates 1325 West Beecher, Adrian, MI 49221 517 263-8988 517 263-2328 Jim Engard, West Reg. Sales Mgr. 749 Renate Way, Paso Rabies, CA 93446 805 239-8852 805 239-8859 Hollabaugh Brothers & Associates 1260 6th Ave. South, Seattle, WA 98134-1308 206 467-0346 206 467-8368 Hollabaugh Brothers & Associates 3028 S.E. 17th Ave., Portland, OR 97202 503 238-0313 503 235-2824 Phoenix Marketing, Ltd. P.O. Box 9331, Albuquerque, NM 87119-9331 505 883-7100 505 883-7101 R. E. Fitzpatrick Sales, Inc. 16 East 8th Ave., Midvale, UT 84047 801566-7156 - 801566-4979 Crown Sales 360 Mokauea St., Honolulu, HI 96819 808 845-7881 808 841-4504 Fanning & Associates, Inc. 6765 Franklin St., Denver, CO 80229-7111 303 289-4191 303 286-9069 Plumbing/Industrial Representatives 2012 West 4th St., Tempe, AZ 85281 602 968-8586 602 829-7682 R. C. Hartnett & Associates 30852 Huntwood Ave., Hayward, CA 94544 510 471-7200 510 471-4441 Delco Sales, Inc. 2267 Yates Ave., Los Angeles, CA 90040 213 890-9250 213 724-5227 Watts Industries (Canada) Inc. (Watts Regulator Co. Division) 441 Hanlan Rd., Woodbridge, Ontario L4L 311 905 851-8591 905 851-8788 Regional Office (Montreal) 419 Boul Lebeau, yule St. Laurent, Quebec H4N 1S2 514 337-9010 514 337-8843 Hydra-Mechanical Sales Ltd. 3700 Joseph Howe Dr., Ste. 1 Halifax, Nova Scotia B3L 4H4 902 443-2274 902 443-2275 Hydra-Mechanical Sales Ltd. P.O. Box 1445, Moncton, New Brunswick El C 816 506 859-1107 506 859-2424 Hydra-Mechanical Sales Ltd. 8 Torngate Cr., St. John's, Newfoundland Al E 5W6 709 368-6884 709 368-6887 Polymex Controles Inc. 2800 Rue Dalton, Ste. 3, Parc Colbert, St-Foy, Quebec G1 3S4 418 657-2800 418 657-2700 Walmar 24 Gurdwara Rd., Nepean, Ontario K2E 8A2 613 225-9774 613 225-0673 Mech-Mart, A Div. of W.B. Gingerich Sales Ltd. 107 Hamilton Rd., New Hamburg, Ontario NOB 2G0 519 662-2460 519 662-2491 Grant Brothers Sales Ltd. 790 Arrow Rd., Weston, Ontario M9M 2Y5 416 743-7240 416 743-4146 Northern Mechanical Sales 163 Pine St., Garson, Ontario P3L 1S6 705 693-2715 705 693-4394 Murray Krovats Agency 1127 Sanford St., Winnipeg, Manitoba R3E 3A1 204 786-2747 204 755-3186 RAM Mechanical Marketing 21 Knowles Cr., Regina, Saskatchewan S4S 4N9 306 525-1986 306 525-0809 RAM Mechanical Marketing 13- 1100 7th Ave. North, Saskatoon, Saskatchewan S7K 2V9 306 244-6622 306 244-0807 Currie Agencies Ltd. 3117 Underhill Ave., Burnaby, British Columbia V5A 3C8 604 420-6070 604 420-9022 D.C. Sales Corporation Inc. 6029 4th St. SE., Calgary, Alberta 1211 2A5 403 253-6808 403 259-8331 D.C. Sales Corporation Inc. Glenora Post Office, Box 53014, Edmonton, Alberta TSN 4A8 403 496-9495 403 483-5323 EXPORT Hdqtrs.: Watts Regulator Company 815 Chestnut St., North Andover, MA 01845-6098 U.S.A. 508 688-1811 508 794-1848 A LEADER IN VALVE TECIINCLOGV WATrS° REGULATOR —Gino• 1874 Watts lndusws.lnc.— Water Products OMalon • Safety & Control Valves IS-TK-DP/DL 9543 Printed in U.S.A. EDP# 1915179 0 Watts Regulator Co., 1995 IS-TK-9A L4 L1A1 LL!Z? 87 !Y4J & 1YL L4 • \\r c © Since 1874.- —Watts Industries, Inc. Water Products Division ° sagety (2i ©©' Vves N o. T 'K7,42.) A Backf low PreveMer ToW The Watts No. TK-9 Mod. "A" Backt low Preventer Test Kit is a compact portable testing device especially made for testing all Reduced Pressure Zone Backf low Prevention Devices Watts Series 909 or 009. The TK-9 Mod. "A" is easily connected to any RPZ device enabling accurate testing of 'zone" dif- ferential pressure, relief valve opening differential, fouled check valves or similar problems that visual inspections cannot locate. The unit is encased in a rugged carrying case for easy handling and accessibility. SPECIFICATIONS Maximum working pressure - 175 psi. Maximum working temperature —210°F. Gauge .-4'h" diameter face dual scale 0.15 psid and 0-1 kg/cm2,±2% accuracy full scale. Test Valves - (2) ball valves and (1) needle valve. Hoses - (3) 3' with female threaded swivel couplings. Adapters - (3) '/4 threaded coupling adapters (3) '/" x '4" bushings (3) %" x 'h" bushings 1 - 16" securing strap. 1 - Moisture resistant instruction guide. Case - light weight, shock resistant molded plastic with foam inserts. For digital print out model test kit, request S-TKDP. BALL TYPE WAmrTS NoA-9 Mod."A" TEST KIT TEST VALVES Reduced pressure zone backf low preventers must be in- spected and tested periodically, in accordance with local codes, to ensure proper operation of check valves within the unit. A differential pressure gauge is recommended for Test No. 1 rather than a manometer for the following reasons: It utilizes minimum time to perform the test. It eliminates the necessity of closing the inlet gate valve which could release pipe scale and foreign matter into the backflow preventer. Only a slight amount of water is spilled" in test. A mercury manometer could cause a pollution hazard. TEST SETUP LReduced Pressure Principle Assembly] Close Valves (A), (B) and (C) on Test Kit. Connect the No. 2 Test Cock of the valve to the "HIGH" Hose. Connect the No. 3 Test Cock of the valve to the "LOW" Hose. Close No. 2 shutoff valve. Open Test Cocks No. 2 and No. 3. Open "Vent" (C) valve. Open "High" (A) valve and bleed to atmosphere until all the air is expelled. Close the "High" (A) valve. Open the "Low" (B) valve and bleed to atmosphere until all air is expelled. Close "Low" (B) valve. Close "Vent" (C) valve. Connect the No. 4 Test Cock of the valve to the "VENT" Hose. HIGH HOSE (Cole, . Yellow) LOW HOSE 0,01 or JJ VENT HOSE \\u (Cole, - Bloc) Schematic Diagram For Series 909 or 009 I I TESTCOCK II Sizes 3/4 " to 2 No. 3C TEST COCK No. 4 TEST COCK N I I No. 2 No. 9090T shown SHUTOFF No. 2 NEEDLE VALVE TEST COCK No. I SHUTOFF No. I RELIEF PORT TEST PROCEDURE L Reduced Pressure Principle Assembly FIELD TEST EQUIPMENT REQUIRED REDUCED PRESSURE PRINCIPLE BACKFLOW PREVENTER TEST KIT TEST No. 1 PURPOSE: To test Check Valve No. 2 for tightness against reverse flow. REQUIREMENTS: Valve must be tight against reverse flow under all pressure differentials. Slowly open the "High" (A) and "Vent" (C) valves and keep the "Low" (B) valve closed. Open the No. 4 test cock. Indicated pressure differential will decrease slightly. If pressure differential continues to decrease (until the vent opens) the No. 2 Check Valve is reported as "leaking". TEST No.2 PURPOSE: To test No. 2 Shut-off Valve for tightness REQUIREMENTS: After passing test No. 1 continue to test No. 2 by closing Test Cock No. 2. The indicated pressure differential will decrease slightly. If pressure differential continues to decrease (approaching "zero") the No. 2 shut- off valve is reported to be "leaking". TEST No.3 PURPOSE: To test Check Valve No. 1 for tightness. REQUIREMENTS: Valve must be tight against reverse flow under all pressure differentials. Close "High" (A) valve and open Test Cock No. 2. Close Test Cock No. 4. Disconnect "Vent" Hose at Test Cock No. 4. Open valves (B) and (C) bleeding to at- mosphere, then closing valve (B) restores the system to a normal static condition. Observe the pressure differential gauge. If there is a decrease in the indicated value, the No. 1 Check Valve is reported as "leaking". TEST No.4 1 - PURPOSE: To test operation of pressure differential relief valve. REQUIREMENTS: The pressure differential relief valve must operate to maintain the "zone" between the two check valves at least 2 psi less than the supply pressure. Close "Vent" (C) valve. Open the "High" (A) valve. Open the "Low" (B) valve very slowly until the differential gauge needle starts to drop. Hold the valve at this position and observe the gauge reading at the moment the first discharge is noted from the relief valve. Record this as the opening differential pressure of the relief valve. NOTE: It is important that the differential gauge needle drops slowly. Close Test Cocks Nos. 2 and 3. Use "Vent" Hose to relieve pressure from test kit by opening valves (A), (B) and (C). Remove all test equipment and open No. 2 shut-off valve 2 of the device. CAUTION: To prevent freezing, hold Test Kit vertically to drain differential gauge and hoses prior to placing in case. TEST COCK TEST COCK '- TEST COCK No. 2 No. 3 TEST COCK U 4 I'Jr k1 00901 own For Series 909 Sizes 3/4 "to 2" TESTCOCK Reduced Pressure Zone Backflow Preventer No. 3 17,13 TEST COCK TEST COCK TEST COCK No. 2 No. 4 No. 1 fli CHECK VALVE No. IN ,ts )'f'4 CHECK VALVE ANo. 2 No. 9090T shown SHUTOFF SHUTOFF No. 1 No. 2 For Series 909 Sizes 2½" to 10" Reduced Pressure Zone Backliow Preventer GATE VALVE SHUTOFF No. 1 PRESSURE DIFFERENTIAL RELIEF VALVE TEST COCK No TEST COCK No. 4 GATE VALVE SHUTOFF No. 2 TEST COCI No. 1 10. 909 shown PRESSURE DIFFERENTIAL RELIEF VALVE For Series 009 Sizes 3/4 "to 2" Reduced Pressure Zone Backfiow Preventer SHUTOFF SHUTOFF No.1 No.2 3 Test Check Valve No. 1 Step 1: Insure shutoff #1 is open, shutoff #2 is closed. Step 2: Connect high side hose to test cock #3, low side to test cock #2 and open both test cock #2 and test cock 0. Step 3: Open valve C, then open A to bleed air from the high side. Close valve A, then open B to bleed low side. Close valve B. Step 4: Connect vent hose loosely to test cock #1. Open valve A to vent air from vent hose. Tighten vent hose at Test Cock #1, open test cock #1. Step 5: Close shutoff #1. Slowly loosen hose at test cock #2 until differential gauge rises to 2 PSI and retighten hose. If the differential reading does not decrease, record check valve as "tight". Test Check Valve No. 2 Step 1: Move the high side hose to test cock #4, low side to test cock #3 and open both test cock #3 and test cock #4. Remove vent hose from test cock #1, open shutoff #1. Step 2: Open valve C, then open valve A to bleed air from the high side. Close valve A, then open valve B to bleed low side. Close valve B. Step 3: Connect vent hose loosely to test cock #1. Open valve A to vent air from the vent hose. Tighten vent hose at test cock #1, open test cock #1. Step 4: Close shutoff #1, then slowly loosen hose at test cock #3 until differential gauge rises to 2 PSI and retighten hose. If the differential reading does not decrease, record check as tight. Close all test cocks and remove hoses. Note: The assembly will fail both the first and second check valve tests above, if shutoff #2 leaks excessively. To test for a leaky #2 shutoff, use the following procedure. Test For Leaky No. 2 Shutoff Step 1: Connect the high side to test cock #1, low side to test cock #4. Open test cock #1 and test cock #4. Close shutoffs #1 and #2. Step 2: Close valve C. Open valve A, then open valve B ½ turn, loosen hose at test cock #4 to remove air. Retighten hose. Step 3: If the differential gauge rises above 0, there is excessive leakage at shutoff #2 and it must be replaced to test the assembly. BALL TYPE TEST VALVES (A) \kk (C) QlBI ' NEEDLE VALVE VENT HOSE (Color - Blue) HIGH HOSE (Color - Yellow) I I LOW HOSE 't I (Color White or Red) V) TEST COCK No.3 TEST COCK I I TEST COCK No 2 I I Nol 1.4 A LEADER IN VALVE TECHNOLOGY WATrS REGULATOR .Since 1874 Watts Industries, Inc.— Water Products Division • Safety & Control Valves USA: 815 Chestnut Street, North Andover, MA 01845-6098 Canada: 441 Hanlan Rd. Woodbridge, Ontario 1-41. 3T1 IE•]9Ooff I CERTIFIED LIMITED WARRANTY: Watts Regulator Company warrants each product against defects in material and workmanship for a period of one year from the date of original shipment. In the event of such defects within the warranty period, the Company will, at its option, replace or recondition the product without charge. This shall constitute the exclusive remedy for breach of warranty, and the Company shall not be responsible for any incidental or consequential damages, including without limitation, damages orother costs resulting from laborcharges, delays, vandalism, negligence, fouling caused by foreign material, damage from adverse water conditions, chemicals, or any other circumstances over which the Company has no control. This warranty shall be invalidated by any abuse, misuse, misapplication or improper installation of the product. THE COMPANY MAKES NO OTHER WARRANTIES EXPRESS OR IMPLIED EXCEPT AS PROVIDED IN THIS LIMITED WARRANTY. IS-TK-9A- 9330 EDP# 0834222 Printed in U.S.A. LADM No. 1130-2-71 OPERATION AND MAINTENANCE MANUAL SAN DIEGO RIVER & MISSION BAY FLOOD-CONTROL WEIR SAN DIEGO COUNTY, CALIFORNIA SEPTEMBER 1994 LOS ANGELES DISTRICT, CORPS OF ENGINEERS LOS ANGELES, CALIFORNIA I LADM No. 1130-2-71 Department of the Army Corps of Engineers Los Angeles District September 1994 FOREWORD This manual prescribes standard procedures for the operation and maintenance of the Federally constructed flood-control improvements for the San Diego River and Mission Bay Project in San Diego County, California. The Operations Branch of the Construction-Operations Division is responsible for periodic revision of this manual. Corrections or suggestions should be forwarded to that branch. J. DITTMAN LTC, EN Acting Commander OPERATION AND MAINTENANCE MANUAL SAN DIEGO RIVER & MISSION BAY FLOOD-CONTROL WEIR SAN DIEGO COUNTY, CALIFORNIA TABLE OF CONTENTS PART I - GENERAL CHAPTER 1 INTRODUCTION Project Location ....................1 Authority for Manual ..................1 Purpose ........................1 Parts of Manual ....................1 Scope of Manual ....................2 Agreement .......................2 CHAPTER 2 DESCRIPTION OF THE PROJECT Authorization ......................3 Description of the Project ...............3 Project Data Sheets and Maps ..............3 PART II - OPERATION AND MAINTENANCE CHAPTER 3 GENERAL Definitions ......................4 Reference Drawings ...................4 Authority for Operation and Maintenance ........4 Organizations Responsible for Operation and Maintenance ..................... Assistance to be Furnished by the District Engineer . 5 Responsibilities of the Superintendent .........5 Condition Survey Report ................9 CHAPTER 4 OPERATION PROGRAM AND FLOOD EMERGENCY PROCEDURES General ........................10 Liaison with Department of the Army, Corps of Engineers .....................12 CHAPTER 5 MONITORING PROGRAM General ........................13 Inspection Procedures .................13 11 Periodic Inspections 14 Event Inspections ...................15 CHAPTER 6 INSPECTION AND MAINTENANCE CRITERIA TO PROVIDE A BASIS FOR RECOMMENDING REPAIRS General ........................16 Visual Inspection and Reporting ............16 Modification of Flood-Control Improvements .......16 Flood-Control Design ..................16 General Design Concept .................16 Concrete Work .....................16 Chain-Link Fencing ...................17 Maintenance Roadway ..................17 Rights-of-Way Conditions ................17 Debris Removal ......................18 Maintenance of Signs ..................18 CHAPTER 7 PERIODIC INSPECTION REPORT WITH RECOMMENDED REPAIR Scope .........................19 Repairs ........................19 Scheduling .......................19 Frequency.......................19 Basis.........................19 Standards .......................19 Limitations ......................19 Temporary Work .....................19 Permanent Work .....................19 Debris Removal .....................20 Concrete Repairs ....................20 Fencing Repairs ....................20 Rights-of-Way Maintenance ...............20 PART III - APPENDICES CODE OF FEDERAL REGULATIONS (EXTRACT) .......A-i EXAMPLE OF SEMIANNUAL REPORT AND CHECK LISTS . B-i PROJECT DATA SHEETS AND MAPS ...........C-i AGREEMENT BETWEEN THE DEPARTMENT OF THE ARMY AND THE CITY OF SAN DIEGO ..............D-i 111 OPERATION AND MAINTENANCE MANUAL FOR SAN DIEGO RIVER & MISSION BAY FLOOD-CONTROL WEIR SAN DIEGO COUNTY, CALIFORNIA PART I - GENERAL CHAPTER 1 INTRODUCTION a Pro-ject Location. The project is located in the City of San Diego, San Diego County, California on the Pacific Ocean approximately five miles northwest of the downtown area. Authority for Manual. This manual was prepared pursuant to ER 1150-2-301 which directs the preparation and prescribes the scope of operation and maintenance manuals for flood-control improvements constructed by the Corps of Engineers (CE), and Code of Federal Regulations, Title 33 - Navigation and Navigable Waters, Chapter II - Corps of Engineers, Department of the Army, part 208 - Flood Control Regulations, Section 208.10 Local Flood Protection Works, maintenance and operation of structures and facilities. Section 208.10 contains information on policies and procedures applicable to flood-control improvements of which the operation and maintenance is the responsibility of local interests. A reprint of the Code of Federal Regulations (Extract) is included in Appendix A. lAW the Code of Federal Regulations, Section 208.10(a) (10), states the Department of the Army will furnish to local interests an operations and maintenance manual for each completed project or separate useful part thereof, to assist them in carrying out their obligations under the code. Purpose. This manual was prepared as a guide for the operation and maintenance of San Diego River and Mission Bay flood-control weir in San Diego County, and for simplifying the reporting of operation and maintenance. Parts of Manual. This manual has been prepared in three parts. Part I gives a general description of the completed flood-control improvements. Part II covers operation and maintenance instructions for the completed San Diego River and Mission Bay flood-control weir in San Diego County. Part III consists of Appendices containing-Code of Federal Regulations, Semiannual Report and Check Lists, Project Data Sheets and Maps pertaining to the project, and Agreement. 1 Score of Manual. The scope of this manual is limited to essential operation and maintenance instructions, including the reporting of operation and maintenance. Agreement. The City of San Diego has given assurances satisfactory to the Secretary of the Army that the City will: Provide without cost to the United States all lands, easements, and rights-of-way necessary for construction of the project. Hold and save the United States free from damages due to construction, operation, and maintenance of the project, excluding damages due to fault or negligence of the United States or its contractors. C. Operate, maintain, repair, replace, and rehabilitate the- completed project in accordance with regulations or directions prescribed by the Government, after the Government has turned the completed project over to the City. Provide without cost to the United States, all relocations of highways, roads, streets, bridges, and utilities as are required in connection with the project. Perform environmental investigations as determined necessary to identify the existence and extent of any hazardous substances regulated under the Comprehensive Environmental Response, Compensation and Liability Act (CERCLLP) 42 USC 9601- 9675 on all lands, including submerged land, necessary for project construction, operation, maintenance, repair, replacement, and rehabilitation. Assume complete financial responsibility for the cleanup of any hazardous material located on project lands, including submerged land, and regulated under the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA) and be responsible for operating, maintaining, repairing, replacing and rehabilitating the project in a manner so that liability will not arise under CERCLL. The entire Agreement is included in this manual as Appendix D. .i 2 CHAPTER 2 DESCRIPTION OF THE PROJECT Authorization. The San Diego River and Mission Bay Project was authorized by the Flood Control Act of 1944, substantially lAW the recommendations of the Chief of Engineers (COE) in House Document 635, 77th Congress, 2nd Session, and by the River and Harbor Act of 1946 lAW the report of the COE contained in House Document 760, 79th Congress, 2nd Session. Description of the Project. The project comprises construction of a weir in the middle jetty to permit excess flows from the San Diego River to escape to the ocean through the entrance channel of Mission Bay. The weir is 1,200 feet long located in the middle jetty starting approximately 2,400 feet from the seaward end of the jetty. It is constructed of a reinforced concrete cap, 18 inches thick and 40 feet wide, placed on top of the rock, forming a sill at an elevation of +6.0 feet mean lower low water (MLLW). Riprap protection is placed at the toe of the weir section on the harbor entrance side. A chain-link security fence with gate has been installed to prevent trespassing and ensure public safety. The original design of the lower reach of the San Diego River was based on a conveyance capacity of 115,000 cubic feet per second (cfs). A revised hydrologic analysis established a discharge of 97,000 cfs for the Standard Project Flood (SPF). The hydraulic design of the weir allows the existing San Diego River channel to pass the SPF with 1.5 feet of freeboard. Thus, during a standard project flood of 97,000 cfs, the water surface in the San Diego River at the weir would rise to elevation +12.5 feet MLLW, 1.5 feet below the top of the jetty. At that time, a discharge of 46,000 cfs would be going out into the ocean at the river mouth and 51,000 cfs would be passing over the 1,200 feet long weir into the entrance to Mission Bay. Pro-ject Data Sheets and Maps. Project Data Sheets for the San Diego River and Mission Bay project are included in Appendix C. These data sheets consist of an information page and the "as- built" drawings. These sheets furnish general information about the date of completion of construction and locations of the weir, navigation markers, and chain-link fence. Additional information, such as a location plan for the project, can be obtained from the "as-built" drawings. 3 PART II - OPERATION AND MAINTENANCE CHAPTER 3 GENERAL 1. Definitions. Special terms used in this manual are: FLOOD SEASON. Refers to the period of 15 October through 15 April. EMERGENCY FLOOD CONDITIONS. Refers to periods during which the flood flows in the channel are at least 1/3 of the channel capacity. C. SUPERINTENDENT. Refers to the City of San Diego official responsible for the development and functioning of the operation and maintenance organization. CORPS OF ENGINEERS. Refers to the Department of the Army, Los Angeles District, Corps of Engineers. DISTRICT ENGINEER. Refers to the District Engineer for the Corps of Engineers. CONSTRUCTION-OPERATIONS DIVISION. Refers to the Construction-Operations Division of the Corps of Engineers. ENGINEERING DIVISION.. Refers to the Engineering Division of the Corps of Engineers. All elevations refer to Mean Lower Low Water (MLLW) datum. 2. Reference Drawings. Drawing file numbers in this manual refer to "as-built" drawings, of which full size drawings have been provided to the City of San Diego. 3. Authority for Operation and Maintenance. The "Code of Federal Regulations, Title 33 - Navigation and Navigable Waters, Chapter II - Corps of Engineers, Department of the Army, Part 208 - Flood Control Regulations", prescribes regulations to govern the operation and maintenance of flood-control works. A reprint of the Code is included in this manual as Appendix A. The code shall be consulted frequently and its recommendations carried out completely. Paragraphs where applicable, relevant to this G project include the following: Section 208.10 Local flood protection works; maintenance and operation of structures and facilities - (a) General - (1) to ru (10); (g) Channels and floodways - (1) Maintenance, (2) Operation; and (h) Miscellaneous facilities - (1) Maintenance, (2) Operation. 4. Organizations Responsible for Operation and Maintenance. The City of San Diego and Department of the Army, Corps of Engineers, Los Angeles District, are separately required to maintain organizations capable of adequately operating and maintaining the project units for flood control. The City shall appoint an official (referred to as "Superintendent" in the basic regulations) who shall be responsible for the development and proper functioning of that City's operation and maintenance organization. 5. Assistance to be Furnished by the District Engineer. The District Engineer (DE) shall: Furnish to the Superintendent "as-built" drawings of the flood-control improvements, at the time they are transferred to the City for operation and maintenance. Make prior determination that any proposed encroachment, improvement, excavation, or construction within the rights-of- way, or alteration of the flood-control works, will not adversely affect the functioning of the protective facilities; and furnish the Superintendent with a written approval. Assist the Superintendent, within regulatory constraints, in the performance of his/her duties in ascertaining storm development having flood-producing potentialities, assembling flood-fighting forces and material, and initiating and carrying out flood-fighting operations. 6. Responsibilities of the Superintendent. The general duties of the Superintendent are declared in the Code of Federal Regulations (CFR), Title 33 and include the following: Inspection. Inspection shall be made by the Superintendent after the end of the storm season in April or May of each year, immediately following each major high water period, and at such intermediate times as may be necessary to ensure the best possible care of the project. Immediate steps shall be taken to correct dangerous conditions disclosed by such inspections. Maintenance. The Superintendent shall provide, at all times, such maintenance as may be required to ensure serviceability of the structures in time of flood. Full responsibility for making repairs and the methods used is placed on the Superintendent, the CE will be available for advice and consultation. Regular maintenance repair measures shall be 5 accomplished during the appropriate season as scheduled by the Superintendent. Repairs shall be made using standard engineering practices, to line and grade, and similar details shown on "as- built" drawings. No change or alteration shall be made to any feature of the flood-control improvement without prior determination by the DE that such alterations will not adversely affect the stability and functioning of the protective facilities. Plans and specifications of all changes or alterations that are proposed by the Superintendent shall be submitted to the DE for evaluation and approval before implementing the work. C. Operation. During flood periods, the channel shall be patrolled continuously in compliance with the CFR, Par. 208.10(g) Channels and floodways, where applicable. (See Appendix A.) Encroachment or Trespass on Rights-of-Way. The CFR, paragraph 208.10(a) (4), states: no encroachment or trespass which will adversely affect the efficient operation or maintenance of the project works shall be permitted upon the rights-of-way for the protective facilities. The Superintendent will therefore post "No Trespass" notices along the project rights-of-ways at conspicuous places, directing public attention to this regulation. The Superintendent shall arrange for the prosecution of offenders under local ordinances and report actions taken to the DE. Reviewing Applications. Requests for temporary or permanent modification of flood-control improvements must first be submitted to Superintendent, before a permit from the DE can be issued approving the modification. These applications will be reviewed by the Superintendent and then sent to the DE for consideration before any application is approved for a permit. Each application that is reviewed by the DE will be adequately evaluated in order to determine whether any modification will adversely affect the ability, safety, or functioning of the flood-control facilities. When such an evaluation by the DE has determined that approval can be given, the conditions which must be adhered to will be incorporated with the permit. Only at this time should the DE issue the legal document for the modification. Executed copies, in triplicate, of permit as issued, shall be furnished to the Superintendent. The Superintendent will enforce the conditions as set forth in the issued legal document, and will report immediately to the DE any uncorrected violations. After completion of the work, notice of satisfactory completion shall be furnished to the DE. The DE normally issues two types of permits. 6 (1) Permits for Rights-of-Entry to the Prolect Rights- of -Way. Adequate consideration by the CE is necessary to determine whether a temporary use of the rights-of-way will adversely affect the safety and functioning of the project structures, or the maintenance and flood-fighting operations. (2) Permits for Construction Within Prolect Rights-of- Most of the applications for use of Project Rights-of-Way consist of permanent construction alterations under, over, or into existing flood-control improvements. Before a permit can be issued approving a project of this nature, a review of the application must be made. All work must be performed using standard engineering practices with plans and specifications reviewed and approved by the DE. (3) Excavation Restrictions. Excavation is prohibited within the limits of the permanent rights-of-way, except as may be required to maintain the functional purpose of the project. Coordination of Local Activities. lAW the provisions of the CFR, Section 208.10(a) (9), the Superintendent will, during periods of flood flow, coordinate the functions and activities of all agencies, both public and private, that are connected with the protective works. In order that police protection may be provided, the Superintendent shall make necessary arrangements with local law enforcement agencies. The Superintendent also arranges with utility companies and local agencies for the development of a coordinated flood-fighting program, and files an outline of this program with the DE. Training of Key Personnel. Key personnel shall be trained so that regular maintenance work may be performed efficiently and to insure that unexpected problems related to flood control may be handled in an expeditious and orderly manner. Semiannual O&M Reports. The Semiannual O&M Reports (See Appendix B), which are submitted in two (2) phases (the spring phase and the fall phase), will indicate: (1) the maintenance requirements of the project units at the end of the flood season, and (2) the readiness of these units, after summer maintenance, to accommodate flood flows. The two phases of the Semiannual O&M Reports will give a progressive picture of the operation and maintenance of the project units for the year from 15 October to 15 October (from the start of one flood season to the end in the following year). Semiannual O&M reports will present a statement of: (1) The physical condition of the protective works as summarized from the logs of inspection. iA Performance of the protective works during floods and flood-fighting activities during the period. Prosecutions for encroachment or trespassing. Permits issued for rights-of-entry or use of rights- of-way. Permits issued for improvements or construction within the flood-control improvement rights-of-way. Maintenance measures taken: nature, date of construction, date of removal of temporary repairs, and date of permanent repairs. Fiscal statement of cost of maintenance and operation for the period. Special O&M Reports. Special O&M Reports that accompany the Semiannual Report (spring phase only) are necessary only as a result of large flood flows or unusual damage from stormf lows, earthquakes or other causes. Transmittal. Original copies of Special O&M Reports should be made to the Department of the Army, Los Angeles District, Operations Branch *(213)894..5620* (as a follow up to immediate telephone information) within one week after the stormf low or within one week after the occurrence of damage not susceptible to temporary repairs. Time of Submittal. Except for Special O&M Reports, Semiannual O&M Reports on inspection, operation, and maintenance of project units are submitted semiannually (spring - on or before 1 June and fall - on or before 1 December) to the DE of the Department of the Army, CE, Los Angeles District, ATTN: Operations Branch. A suggested form for submission of the Semiannual Report is enclosed as Appendix B, in this manual. 1. Files and Records. The Superintendent shall maintain a file of reports, records, and drawings concerning the project works, readily available at all times to the DE. M. Check Lists. The check lists and instructions (see Appendix B) included in this manual are to be explicitly followed in each inspection to ensure that no features of the protective system are overlooked. Check lists shall be printed in conformity to those shown in Appendix B. A carbon copy of the inspector's original field notes, as recorded on the check list, shall be transmitted to the DE immediately following each inspection. 8 7. Condition Survey Report. A condition survey of the flood-control improvements may be made periodically by the Department of the Army, Los Angeles District, CE, and the Superintendent shall be -notified of any deficiency immediately after completion of the survey. The survey serves a twofold purpose: (a) to ascertain the actual condition of the flood- control improvements and to note any deficiency, damage or malfunction of any part, and (b) to ascertain that all the repairs and improvements have been carried out by the local interests lAW their obligations. CHAPTER 4 OPERATION PROGRAM AND FLOOD EMERGENCY PROCEDURES 1. General. The operation program, which includes flood emergency procedures, is in three phases: (a) prestormf low phase; (b) stormf low phase; and (c) poststormflow phase. Each of these phases include varying degrees of mobilization or demobilization, patrolling (including operation and maintenance), and reporting. Pertinent information on these phases is given in the following paragraphs: a. Prestormf low Phase. The prestormf low phase occurs whenever the National Weather Service forecasts heavy rainfall of more than 0.30 inches per hour, or rainfall that would produce a 24-hour total of more than 2.00 inches. The major operations during this phase include the following: Mobilization. Only such mobilization to perform the operations under the prestormf low phase. Patrolling (including maintenance). During the prestormf low phase, the completed flood-control improvements should be patrolled to determine their readiness to accommodate stormf lows. The responsibility of the patrols should include but not be limited to the following: Readying Equipment and Material. Equipment and material shall be in a readied condition for use at locations where trouble may occur. Reporting. For the prestormf low phase, no written reports are required for submittal to the District Engineer, Department of the Army, Los Angeles. However, such internal reports are suggested that would be helpful if stormf low increased to the point at which a stormf low report would be required. b. Stormf low phase. The stormf low phase occurs when the stormf low in the channel reaches 1/3 channel capacity. The major operations during this phase include the following: Mobilization. Full mobilization is required. Patrolling (including maintenance). During the stormf low phase, patrolling of the completed project shall be continuous and comprehensive. The responsibility of the patrols shall include but not be limited to the following: (a) Photographing Damage. Photographs should be made of locations where streamf low damage is occurring or has occurred, 10 where such photographs would help in making maintenance determinations. Dislodging Debris. All debris accumulations that would reduce channel capacity should be dislodged. Observing and Controlling Other Conditions. Any condition endangering any flood-control structure should be corrected. C. Poststormflow Phase. The poststormflow phase begins after stormf low in any flood-control improvement has receded below 1/3 channel capacity. The major operation during this phase ends after stormf low at all the major operations indicated in the following subparagraphs have been completed. Demobilization. Some demobilization is satisfactory during this phase. However, full demobilization should be delayed until the operations under this poststormflow phase have been completed. Patrolling (including maintenance). During the poststormflow phase, the completed units should be rapidly and completely patrolled. The responsibility of the patrols should include the following: Locating, Recording, and Photographing Damage. All damaged flood-control improvements in the completed units should be located, recorded, and photographed. Checking Accumulation of Debris on Weir. The accumulation of debris on the weir should be checked to ascertain whether or not it has reached the point where removal should be done. Initiating Repairs. Applicable temporary or permanent repair of damaged flood-control improvements should be initiated. Inventorying Equipment and Materials. Equipment and materials should be inventoried and made ready for subsequent stormf low. Reporting. For the poststormflow phase, no written reports are required for submittal to the DE, U.S. Army Engineer District, Los Angeles. However, a brief narrative statement pertaining to general functioning of the flood-control improvement, condition of the works, and actions for remedying any defects would be helpful, particularly in the event a stormf low report or a Special O&M Report is required. 11 2. Liaison with Department of the Army. Corps of Engineers. During all three phases of operation, the City of San Diego has the responsibility of maintaining close liaison with the Operations Branch *(213)894...5620* of the Department of the Army, Corps-of Engineers, Los Angeles District. Exchange of hydrologic and hydraulic data, including precipitation and stormf low data, will be coordinated between the two agencies. Pertinent information on liaison and coordination is given in extracts from the Los Angeles District's Natural Disaster Activities Manual, CESPL OM 500-1-1 (revised annually). 12 CHAPTER 5 MONITORING PROGRAM General. The Monitoring Program consists of periodic inspections and event inspections. The purpose of the Monitoring Program is to provide documentation of the condition of the concrete weir structure and recommendations for necessary repairs. The inspections should provide detailed information as to the nature, location, and extent of any damage and recommended repairs. If necessary, the inspections should also recommend additional field data required for defining the damage or for the preparation of a repair contract. Inspection Procedures. Periodic inspections of the concrete weir structure shall be made by an inspection team consisting of individuals with appropriate specialized knowledge in structural and hydraulic (coastal) design to document changes in the structure and to determine maintenance measures required. These inspections should be made after the end of the storm season in April or May of each year, so that the damages from storm, if any, can be detected. Event inspections shall be made after major storm events, major earthquakes, tsunamis, and vessel impact. During each inspection, items requiring maintenance shall be identified in detail and described on plans of the structure. The inspection results and the latest monitoring data should be evaluated to provide information about the behavior of the structure. The data may identify potential problem areas before they contribute to major structural problems. Pre-inspection Tasks. The first step in an effective inspection is for the inspection team to meet to review the Operations and Maintenance Manual, recent inspection reports, and previous video records and photographs of the structure. At this and any subsequent meetings, an inspection check list should be developed and responsibilities for each inspection task assigned. Then, a complete equipment check list must be prepared and responsibility for acquiring the equipment delegated. A check list is prepared for each inspection task. Proper ecuipment and materials are required to perform the inspections. Equipment and materials necessary for use in the field include: waterproof cameras, films, tape measures, hand levels, spray paint, half-tone annotated structural photo plans, check list, tidal information, stakes, and markers. C. Prior to actual inspection, construction as-built drawings should be obtained and working sheets prepared. Station locations and permanent survey monument locations should be superimposed on these sheets. If appropriate, typical cross sections and notes on structure dimensions may be superimposed on 13 these sheets as well. They should be assembled in a station-to- station order and copies distributed to all inspection team members. It is important that all inspection results shall be recorded on these sheets, so that they can then be assembled easily into a single, comprehensive condition drawing of inspection findings. The collected findings of all inspections will be transferred to one set of sheets and this set will be included in the inspection report. 3. Periodic Inspections. The periodic inspection consists of a walk through of the concrete weir structure. The walk through shall be accomplished at low tide. The walk shall include the structure and the immediate areas, looking for indication of problems nearby which may affect the integrity of the structure. The following procedures will be conducted: Stationing the Structure. The structure should be stationed for reference during the inspection. Stationing may be accomplished by using a cloth tape and measuring from known monuments, or simply starting at the beginning and taping the complete length. Accuracy for stationing is not critical, as long as deviation is within 2 feet every 100 feet measured. If possible, attempt to station every 100 or 200 feet. The stations themselves shall be spray-painted with a bright paint on the concrete surface. Visual Inspection. After the stationing has been accomplished, a visual inspection of the structure shall be conducted. The visual inspection shall be performed chiefly by the structural and coastal engineers. If a problem area presents itself at a station, make a note of the station and describe the problem. Photographs and video records, which are good records of existing conditions, should be identified (date, structure, station, and direction of camera; i.e. looking North). The inspection team will check: Concrete Weir. Close visual inspection shall be made for damages caused by current, debris, and wave action and for indications of structural failure due to normal deterioration and wear. When failure or misalignment is observed, structure shall be examined minutely to determine cause of failure. Expansion Joints. Inspect to detect irregularities such as improper spacing, presence of foreign objects, clogged opening, and buckling. Blow Holes. Inspect to identify clogged blow holes and damage due to normal deterioration and wear. Fence. Inspect to determine the need for repairs to fabric, posts, gate, lock, pedestrian warning sign, or 14 galvanizing. (5) Navigation Warning Markers. Inspect to determine the need for repairs to markers and poles. Discussion of Walk Through. Following the walk through and visual inspection, the inspection team will conduct a group discussion about what has been seen and recorded. Past problem areas shall be brought up to date (better, worse, no change), and all potential new problem areas will be identified. Perhaps theories to the reason of the problems will be discussed and recorded. Condition of Sand Plug. The sand plug developed at the mouth of the San Diego River should be monitored, so that the mouth of the River will not be completely plugged up by sand. 4. Event Inspections. (Major Storm, Earthquake, etc.) The inspection tasks for event inspections are geared for events such as a major storm, a major earthquake, or any other event which may lead to a failure of part or all of the structure. This type of inspection generally will be an emergency inspection.. The event inspection will require the pre-inspection tasks addressed in Paragraph 2 of this chapter. The inspection will be comprised of a walk through at low water. A follow-up periodic inspection may be scheduled if the event inspection warrants one. a. Event Inspection Walk Through. The inspection should be scheduled at low water to maximize the visual observations of the structure. .The procedures discussed in Paragraph 3: Periodic Inspections will be conducted. These procedures are (1) Stationing the Structure, (2) Visual Inspection, and (3) Discussion of Walk Through. 15 CHAPTER 6 INSPECTION AND MAINTENANCE CRITERIA TO PROVIDE A BASIS FOR RECOMMENDING REPAIRS General. These criteria provide the general and specific design considerations related to the flood-control system to furnish protection as designed. Visual Inspection and Reporting. Visual inspection and reporting of all conditions is the main method of supplying information for a Preventative Maintenance Program. Conscientious visual inspection furnishes evidence of the proper functioning of the flood-control system. The criteria in this section will provide a basis for determining the extent of investigation and repair needed to correct defects and restore the facility to full design capacity. Preventative maintenance established will be used at other locations where the same situation exists. Modification of Flood-Control Improvements. Modifications including repairs and/or alterations of flood-control improvements shall be submitted with plans, specifications, and design considerations (including applicable design calculations) to CE using the existing applications procedure modified as stated under Part II, Chapter 3, Section 6: Responsibilities of the Superintendent, Paragraph (b). Flood-Control Design. Flood-control design involves many specialized engineering sciences to provide flood-control protection over many years. Flood-control improvements require regular replacements, care and attention to fulfill their design life. The remainder of this Chapter presents some of the design considerations for the flood-control improvements. The design considerations should aid inspections and determining the implications of the conditions observed for recommending adequate preventative and/or restorative maintenance. General Design Concept. The general design concept is to provide stable and reliable flood-control system to convey the design flood flows. Concrete Work. a. General. All concrete work shall be checked for evidence of deterioration, structural cracking, or displacement. Defective concrete should be replaced or repaired before there is appreciable loss of strength in the structure. (1) Cracking in concrete structures should be monitored. Minor shrinkage and temperature cracking will normally take place 16 in most structures but continued development of crack patterns and increase in size of cracks is evidence of distress in the structure. The cause of excessive cracking must be investigated before the stability of the structure is endangered. Large cracks that will allow considerable water to penetrate the slab should be sealed to prevent migration of core material through the crack and also to prevent damage to the slab. (2) Joints in concrete structures should be observed for evidence of movement other than that caused by temperature. If joints show continued evidence of excessive opening or closing, further investigation shall be made to determine the cause. Should the joints open to the point where the chink stone can be carried away, the joints shall be sealed. Spalling of joints shall be investigated and repaired, as necessary, to protect the reinforcement and prevent further erosion of the concrete from abrasion during flood flows. Vegetation shall be controlled so that displacement in the joints will not take place or leakage through the joints develop as a result of root growth or root decay. b. Concrete weir shall be inspected for evidence of displacement in addition to the concrete condition lAW "concrete work" of this section. The blow holes shall be kept clear of deposits of sand and debris. 7. Chain-Link Fencing. Chain-link fencing shall be maintained intact. Caps on posts, if missing, shall be replaced or the pipe posts adequately sealed to prevent water from collecting in the pipe base. Galvanized pipes and wire mesh should be checked for excessive weathering and initiation of oxidation on the base metal. Painting with rust inhibitor and/or an aluminum finish coating will inhibit this condition. Tension of fencing should be regularly tested and adjusted. Alignment of fencing shall be true. Chain barricades shall be kept intact to prevent unauthorized traffic from traversing the weir. B. Maintenance Roadway. Maintenance roadway shall be maintained to permit passage of vehicles at all times for operation, inspection, and repair. Care shall be exercised to maintain adequate drainage ways. Adjacent weed growth shall be controlled as required to keep the roadway open, passable, and identifiable in all weather and light conditions. Roadway and access shall be inspected for condition of surfacing, development of cracks or rutting, and condition of the shoulders. Depressions shall be repaired by either filling to grade or removal and replacement of subgrade. 9. Rights-of-Way Conditions. Areas adjacent to flood-control improvement shall be clear for the access necessary to comply with all operation and maintenance requirements. Flood-control 17 improvements are designed for specific loading conditions. Abnormal loading conditions on any flood-control structure should be precluded. Debris Removal. Whenever the accumulation of debris on the weir effects stormf low to the channel, the debris must be removed. To ensure early detection and timely removal of any excess accumulation, an estimate as to the amount of debris should be noted during each periodic inspection. The results of these estimates should be noted in the appropriate Operation and Maintenance Report. Maintenance of Signs. Signs, including the two navigation aid markers on the weir and the warning sign on the chain-link fence, shall be maintained intact. 18 a CHAPTER 7 PERIODIC INSPECTION REPORT WITH RECOMMENDED REPAIR Scope. Concise standard terminology shall be used to report the recommended repairs. The terminology shall be specific rather than general. The listed typical repairs are not inclusive and are not intended to represent either the condition to be corrected or that the typical repair is for only one type of corrective action. Repairs. Repairs include preventative maintenance. Scheduling. The Maintenance Repair Program, which includes all corrective action necessary to provide effective flood protection during every storm season, shall be scheduled at a rate to maintain all flood-control improvements with an optimum protection capability. The program shall not fluctuate from year to year, but rather will be expanded with the increasing age and extent of the maintained facilities. Freguency. Frequency of permanent repairs will be on an as- needed basis. Temporary work and preventative maintenance will be a usual and continuing seasonal requirement. Basis. Basis for repairs is the inspection reports, the investigation program, and the guidance in this manual, supplemented by planned and scheduled repairs. Standards. Standards for repairs are the engineering practice used for the latest similar approved construction. Approval of proposed permanent methods of construction will be furnished through the regular application procedure by the Los Angeles District of the Corps of Engineers. Any requests for modification of flood-control improvements, due to repair work, need to be submitted as soon as possible after damage has been incurred. Limitations. Temporary repair work during the flood season from 15 October through 15 April shall be replaced with permanent repairs during the subsequent dry season. 8. Temporary Work. Temporary work will be used to expedite the protection of facilities to ensure that the flood-control improvements will perform as designed. The various types of temporary work will be reported and the more successful types, based on experience record, will be used for the applicable temporary work. 9. Permanent Work. Permanent work will be used to replace temporary work and/or reduce annual maintenance. For permanent 19 work within the capabilities of the repair organization, the work will be scheduled and budgeted annually. Major repairs will be constructed similarly to new flood-control construction. 10. Debris Removal. Debris removal is a regularly scheduled routine requirement and part of all repairs as well as inspection preparation. 11. Concrete Repairs. Concrete repairs shall include the following: Sealing cracked concrete (where cracks permit migration I of fines) by concrete sawing, chipping, cleaning, and dry- packing. Restoring scoured or eroded areas. When the area is damaged to a depth between 1-1/2 and 2 inches, saw and chip the area to a uniform 2-inch depth and place concrete in the area to flush with existing surface. C. Resealing expansion joint with bituminous material. 12. Fencing Repairs. Fencing repairs for the reporting feature of fencing and for fencing portions of other reporting features include the following: Painting abraded galvanized areas. Replacement of broken or missing parts. C. Restoration of bent, misaligned, or sagging portions. d. Installation or reconditioning of fence guards. 13. Rights-of-Way Maintenance. Faulty rights-of-way maintenance can impair flood-control protection as much as other faulty flood-control improvements. Rights-of-way maintenance or correction include the following: Establishment of adequate width of the access roadways. Establishment of continuous access roadways with access to streets at bridges or turnarounds or under bridge access ways. Removal of encroachments. Establishment of land usage adjacent to the channel with I a minimum width reserved for flood-control use. Establishment of controlled access for minimum flood- control rights-of-way. 20 f. Restoration of Security methods on access ways. 21 PART III - APPENDICES APPENDIX A CODE OF FEDERAL REGULATIONS (EXTRACT) A-i CODE OF FEDERAL REGULATIONS (EX' ACT) TITLE 33—NAVIGATION AND NAVIGABLE WATERS Chapter II - Corps of Engineers. Department of the Army PAST 208 - FL000 Coersot. RacuLallosis AvynoaiTy: I 208.10 issued under Sec. 7, SI Stat. 890; 33 U.S.C. 709. 1111111.10 Local flood protection works; maintenance and operation of structures and facilities - (a) General. (1) The structures and facilities constructed by the United States for local flood protec- tion shall be continuously maintained in such a manner and operated at such limes and for such periods as may be necessary to obtain the maximum benefits. The State, political subdivision thereof, or other responsible local agency, which furnished assurance that it will maintain and operate flood con- trol works in accordance with regula- tions prescribed by the Secretary of the Army, as required by law, shall appoint a permanent committee consisting of or headed by an official hereinafter called the "Superintendent," who shall be re- sponsible for the development and main- tenance of, and directly in charge of, an organization responsible for the efficient operation and maintenance of all of the structures and facilities during flood periods and for continuous inspection and maintenance of the project works during periods of low water, all without cost to the United States. A reserve supply of materials needed during a flood emergency shall be kept on hand at all times. No encroachment or trespass which will adversely affect the efficient operation or maintenance of the project works shall be permitted upon the rights-of-way for the protective facili- ties. No improvement shall be passed over, under, or through the walls, levees, improved channels or floodways, nor shall any excavation or construction be permitted within the limits of the proj- .ct right-of-way, nor shall any change be made in any feature of the works without prior determination by the Dis- trict Engineer of the Department of the Army or his authorized representative that such improvement, excavation, con- struction, or alteration will not adversely affect the functioning of the protective facilities. Such improvements or alter- ations as may be found to be desirable and permissible under the above de- termination shall be constructed in accordance with standard engineering practice. Advice regarding the effect of proposed Improvements or alterations on the functioning of the project and information concerning methods of con- struction acceptable under standard en- gineering practice shall be obtained from F District Engineer or, If otherwise obtained, shall be submitted for his approval. Drawings or prints showing such improvements or alterations as finally constructed shall be furnished the District Engineer after completion of the work. (9) It shall be the duty of the Super- intendent to submit a semiannual report to the District Engineer covering inspec- tion, maintenance, and operation of the protective works. (7) The District Engineer or his au- thorized representatives shall have ac- cess at all times to all portions of the protective works. (I) Maintenance measures or repairs which the District Engineer deems nec- ery shall be promptly taken or made. Appropriate measures shall be taken by local authorities to insure that the activities of all local organizations operating public or private facilities connected with the protective works are coordinated with those of the Su- perintendent's organization during flood periods. The Department of the Army will furnish local interests with an Operation and Maintenance Manual for each com- pleted project, or separate useful part thereof. to assist them in carrying out their obligations under this part. (b) Levees - (1) Maintenance. The Superintendent shall provide at all times such maintenance as may be required to insure serviceability of the structures in time of flood. Measures shall be taken to promote the growth of sod, extermi- nate burrowing animals, anc to provide for routine mowing of the grass and weeds, removal of wild growth and drift deposits, and repair of damage caused by erosion or other forces. Where prac- ticable, measures shall be taken to retard bank erosion by planting of willows or other suitable growth on areas riverward of the levees. Periodic inspections shall be made by the Superintendent to insure that the above maintenance measures are being effectively carried out and. further, to be certain that: No unusual settlement, sloughing. or material loss of grade or levee cross section has taken place; No caving has occurred on either the land side or the river side of the levee which might affect the stability of the levee section; No seepage, saturated areas, or sand boils are occurring; Toe drainage systems and pres- sure relief wells are in good working condition, and that such facilities are not becoming clogged; Drains through the levees and gates on said drains are in good working condition: No revetment work or riprap has been displaced, washed out, or removed; No action is being taken, such as burning grass and weeds during in- appropriate seasons, which will retard or destroy the growth of sod; Access roads to and on the levee are being properly maintained; Cattle guards and gates are in good condition; Crown of levee is shaped so as to drain readily, and roadway thereon, if any, is well shaped and maintained; There is no unauthorized grazing or vehicular traffic on the levees; Encroachments are not being made on the levee right-of-way which might endanger the structure or hinder its proper and efficient functioning dur- ing times of emergency. Such inspections shall be made im- mediately prior to the beginning of the Rood season; immediately following each major high water period, and otherwise at intervals not exceeding 90 days; and such intermediate times as may be neces- sary to insure the best possible care of the levee. Immediate steps will be taken to correct dangerous conditions disclosed by such inspections. Regular mainte- nance repair measures shall be accom- plished during the appropriate season as scheduled by the Superintende. (2) Operation. During flood periods the levee shall be patrolled continuously to locate possible sand boils or unusual wetness of the landward slope and to be certain that: There are no indications of slides or sloughs developing; Wave wash or scouring action is not occurring; No low reaches of levee exist which may be overtopped; No other conditions exist which might endanger the structure. Appropriate advance measures will be taken to insure the availability of ade- quate labor and materials to meet all contingencies. Immediate steps will be taken to control any condition which endangers the levee and to repair the damaged section. (c) Flood walls. - (1) Maintenance. Periodic inspections shall be made by the Superintendent to be certain that: No seepage, saturated areas, or sand bout are occurring; No undue settlement has occurred which affect, the stability of the wall or its water tightness; No trees exist, the TOOtS of which might extend under the wall and offer accelerated seepage paths; The concrete has not undergone cracking, chipping, or b re aking to an extend which might affect the stability of the wall or its water tightness; There are no encroachments upon the right-of-way which might endanger the structure or hinder its functioning in time of flood; Care is being exercised to pre- vent accumulation of trash and debris adjacent to walls, and to insure that no fires are being built near them; No bank caving conditions exist riverward of the wall which might en-danger its stability; Toe drainage systems and pres- sure relief wells are in good working condition, and that such facilities are not becoming clogged. Such inspections shall be made imme- diately prior to the beginning of the flood season, immediately following each ma- jor high water period, and otherwise at intervals not exceeding 90 days. Meas- ures to eliminate encroachments and ef- fect repairs found necessary by such inspections shall be undertaken immedi- ately. All repairs shall be accomplished by methods acceptable in standard en- gineering practice. (2) Operation. Continuous patrol of the wall shall be maintained during flood periods to locate possible leakage at monolith joints or seepage underneath the wall. Floating plant or boats will not be allowed to lie against or tie up to the wall. Should it become necessary during a flood emergency to pass anchor cables over the wall, adequate measures shall be taken to protect the concrete and con- struction joints. Immediate steps shall be taken to correct any condition which endangers the stability of the wall. (d) Drainage alructures- (1) Mainte- nance. Adequate measures shall be taken to insure that inlet and outlet channels are kept open and that trash, drift, or debris is not allowed to accumulate near drainage structures. Flap gates and manuaUy operated gates and valves on drainage structures shall be examined, oiled, and trial operated at least once A-2 CODE OF FEDERAL REGULATIONS (EXTRACT) every 90 days. Where drainage struc- tures are provided with stop log or other emergency closures, the condition of the equipment and its housing shall be in- spected regularly and a trial installation of the emergency closure shall be made at least once each year. Periodic inspec- tions shall be made by the Superintend- ent to be certain that: Pipes, gates, operating mechanism. riprap. and headwalls are in good con- dition; Iii) Inlet and outlet channels are open; titi) Care is being exercised to prevent the accumulation of trash and debris near the structures and that no fires are being built near bituminous coated pipes; (iv) Erosion is not occurring adjacent to the structure which might endanger its water tightness or stability. Immediate steps will be taken to re- pair damage. replace missing or broken parts, or remedy adverse conditions dis- closed by such inspections. (2) Operation. Whenever high water conditions impend, all gates will be in- soected a short time before water reaches the invert of the pipe and any object which might prevent closure of the gate shall be removed. Automatic gates shall be closely observed until it has been as- certained that they are securely closed. Manually operated gates and valves shall be closed as necessary to prevent inflow of flood water. All drainage structures in levees shall be inspected frequently during floods to ascertain whether seep- age is taking place along the lines of their contact with the embankment. Immediate steps shall be taken to cor- rect any adverse condition. iet Closure structures - (I) Mainte-nance. Closure structures for traffic openings shall be inspected by the Su- oerintendent every 90 days to be certain that: xi' No parts are missing: Metal parts are adequately cov-ered with paint; All movable parts are in satis- factory working order; Proper closure can be made promptly when necessary; Sufficient materials are on hand for the erection of sand bag closures and that the location of such materials will be readily accessible in times of emer-gency. Tools and parts shall not be removed for other use. Trial erections of one or more closure structures shall be made once each year. alternating the struc- tures chosen so that each gate will be erected at least once in each 3-year pe- riod. Trial erection of all closure struc- tures shall be made whenever a change is made in key operating personnel. Where railroad operation makes trial erection of a closure structure infeasible, rigorous inspection and drill of operat- ing personnel may be substituted there. for. Trial erection of sand bag closures is not required. Closure materials will be carefully checked prior to and following flood periods, and damaged or missing parts shall be repaired or replaced im- mediately. (2) Operation. Erection of each mov- able closure shall be started in sufficient time to permit completion before flood waters reach the top of the structure sill. Information regarding the proper method of erecting each individual clos- ure structure, together with an estimate of the time required by an experienced crew to complete its erection will be given in the Operation and Maintenance Manual which willbe furnished local interests upon completion of the project. Closure structures will be inspected fre- quently during flood periods to ascertain that no undue leakage is occurring and that drains provided to care for ordinary leakage are functioning properly. Boats or floating plant shall not be allowed to tie up to closure structures or to dis- charge passengers or cargo over them If) Pumping plants - (IP Maintenance. Pumping plants shall be inspected by the Superintendent at intervals not to exceed 30 days during flood seasons and 90 days during off-flood seasons to insure that all equipment is inorder for instant use. At regular intervals, proper meas- ures shall be taken to provide for clean- ing plant, buildings, and equipment. repainting as necessary, and lubricating all machinery. Adequate supplies of lubricants for all types of machines, fuel for gasoline or diesel powered equip- ment, and flash lights or lanterns for emergency lighting shall be kept on hand at all times. Telephone service shall be maintained at pumping plants. All equipment, including switch gear, trans- formers. motors, pumps, valves, and gates shall be trial operated and checked at least once every 90 days. Megger tests of all insulation shall be made whenever wiring has been subjected to undue dampness and othrrwise at intervals not to exceed one year. A record shall be kept showing the results of such tests. Wiring disclosed to be in all unsatisfac- tory condition by such tests shall be brought to a satisfactory condition or shall be promptly replaced. Diesel and gasoline engines shall be started at such intervals and allowed to run for such length of time as may be necessary to insure their serviceability in times of emergency. Only skilled electricians and mechanics shall be employed on tests and rop;.irs. Operating personnel for the plant shall he present during tests. Any equipment removed from the station for repair or replacement shall be returned or replaced as soon as practicable and shall be trial operated after reinstal- lation. Repairs requiring removal of equipment from the plant shall be made during off-Rood seasons insofar as prac- ticable. (2) Operation. Competent operators shall be on duty at pumping plants whenever it appears that necessity for pump operation is imminent. The oper- ator shall thoroughly inspect, trial oper- ate, and place in readiness all plant equipment. The operator shall be famil- iar with the equipment manufacturers' instructions and drawinqs and with the "Operating Instructions' for each sta- tion. The equipment shall be operated in accordance with the above-mentioned "Operating Instructions" and care shall be exercised that proper lubrication is being supplied all equipment, and that no overheating. undue vibration or noise is occurring. Immediately upon final re- cession of flood waters, the pumping sta- tion shall be thoroughly cleaned, pump house sumps flushed, and equipment thoroughly inspected, oiled and greased. A record or log of pumping plant opera- tion shall be kept for each station, a copy of which shall be furnished the District Engineer following each flood. (g) Channels and floodways - (I) Maintenance. Periodic inspections of improved channels and floodways shall be made by the Superintendent to be certain that: Iii The channel or floodway is clear of debris, weeds, and wild growth; timi The channel or floodway is not being restricted by the depositing of waste materials, building of unauthor- ized structures or other encroachments: liii The capacity of the channel or floodway is not being reduced by the formation of shoals; iiv) Banks are not being damaged by rain or wave wash, and that no slough- ing of banks has occurred: Iv) Riprap sections and deflection dikes and walls are in good condition; Approach and egress channels adjacent to the improved channel or floodway are sufficiently clear of obstruc- tions and debris to permit proper func- tioning of the project works. Such inspections shall be made prior to the beginning of the flood season and otherwise at intervals not to exceed 90 days. Immediate steps will be taken to remedy any adverse conditions disclosed by such inspections. Measures will be taken by the Superintendent to promote the growth of grass on bank slopes and earth deflection dikes. The Superin-tendent shall provide for periodic repair and cleaning of debris basins, check dams, and related structures as may be necessary. (2) Operation. Both banks of the channel shall be patrolled during periods of high water. and measures shall be taken to protect those reaches being at- tacked by the current or by wave wash. Appropriate measures shall be taken to prevent the formation of jams of ice or debris. Large objects which become lodged against the bank shall be re- moved. The improved channel or flood- way shall be thoroughly inspected imme- diately following each major high water period. As soon as practicable there- after, all snags and other debris shall be removed and all damage to banks, riprap. deflection dikes and walls. drainage out- lets. or other flood control structures repaired. (hi Miscellaneous facilities— 11) Main-tenance. Miscellaneous structures and facilities constructed as a part of the protective works and other structures and facilities which function as a part of, or affect the efficient functioning of the protective works, shall be periodi- cally inspected by the Superintendent and appropriate maintenance measures taken. Damaged or unservice ble parts shall be repaired or replaced without delay. Areas used for ponding in con- nection with pumping plants or for tem- porary storage of interior run-oh during flood periods shall not be allowed to be- come filled with silt; debris, or dumped material. The Superintendent shall take proper steps to prevent restriction of bridge openings and, where practicable. sha ll=" hall provide for temporary raising dur- ing floods of bridges which restrict chan-nel capacities during high Rows. (2) Operation. Miscellaneous facili- ties shall be operated to prevent, or reduce flooding during periods of high water. Those facilities constructed as a part of the protective works shall not be used for purposes other than flood protection without approval of the Dis- trict Engineer unless designed therefor. (Sec. 3. 49 Stat. 1571, as amended; 33 U.S.C. 701C) 19 F.R. 9999. Aug. 17. 1944; 9 F.R. 10203, Aug. 22, 19441 A-3 APPENDIX B EXAMPLE OF SEMIANNUAL REPORT AND CHECK LISTS B-i Date TO: Commander Department of the Army Los Angeles District Corps of Engineers 300 North Los Angeles Street Los Angeles, California 90012 Dear Sir: The semiannual report for the period (1 January 19_ to 30 Jun 19) (1 July 19 to 31 December 19_) on the project is as follows: The physical condition of the protective works is indicated by the inspection reports, copies of which are inclosed and may be summarized as follows: (Superintendent's summary of conditions) It is our intention to perform the following maintenance work in order to repair or correct the conditions indicated. (Outline of anticipated maintenance operations for the following 6 months) During this report period, major high water periods occurred on the following dates: DATE MAX. ELEVATION The inspections have indicated (no) or (the following) encroachment or trespass upon the project rights-of-way. 31 Action or prosecution for abatement of these encroachments or trespasses are summarized as follows: (or state none have been necessary). (no) ( ) permit have been issued for (the following improvements or construction within the project rights-of-way). B-2 Executed copies of the permit documents issued are inclosed for your files. The status of maintenance measures indicated in the previous report as being required or as suggested by the representatives of the Commander is as follows: (Statement of maintenance operations, item by item with percent completion) 4 The fiscal statement of the superintendent's operations for the current report period is as follows: (Labor Material Equipment Overhead Total) Inspection Maintenance Flood-fighting operations TOTAL Respectfully submitted Superintendent of Works B-3 S C 41 FORM SPL 1SEP73 403 A EDITION OF APRIL 1962 IS OBSOLETE \ \ REPORTED DEVIATION \ DEVIATION CAUSE RECOMMENDED REPAIR \ Deviation terminology\$ ( L JP 4311. €. given in poge II thru 17 ' CW REPORTING deviation if no de FEATURES \1\t\\ if no deviation exists, leave blank exists, write See Page II See Page 6 as constructed use "—' for active permit\ \ q. -.' features under investigation \ rio\ \\ \eq\ \ Thru I? \ \ — 1 2 3 4 5 6789110 II 12 1314 IS 16171819 20 21 Li --____________ INSPECTORS DATE has been inspected and all maintenance Inspection and maintenance work complete work programmed. as programmed and the project is ready for stormflow. Inspector in charge Initials Dote Superintendent Dote SEMIANNUAL OPERATION AND MAINTENANCE REPORT (SUGGESTED FORM. SHEET 2 OF 2) PROJECT UNIT DATA SHEET: SPL FORM 403 B EDITION OF APRIL 1962 IS OBSOLETE B-5 Check List for Weir Inspection Project Inspector's Report Inspector Sheet No. - of - Superintendent Station Feature on Middle Jetty Condition 40+00 Navigation Aid Marker 44+00 Navigation Aid Marker 48+21 Chain-Link Fence Concrete Weir on Middle Jetty (Station 36+00 to 48+00, including expansion joints and blow holes): Location by Station Condition Condition of Sand Plug at the mouth of the San Diego River.. S a B-6 Instructions for completing Check List Item 1: Navigation aid markers - report any damage or vandalism to the warning signs or poles. Chain-link fence - report any damage to fabric, posts, gate, lock, pedestrian warning sign, or galvanizing. Item 2: Concrete Weir - report any damage to concrete slab or expansion joints; any cracks, spalls, or abrasive wear; and any damaged or clogged blow holes. Location by Station - indicate station of observation. Item 3: Report any change of conditions of the sand plug, such as the mouth of the San Diego River being completely plugged up by sand. B-7 . APPENDIX C PROJECT DATA SHEETS AND MAPS C-]. PROJECT DATA SHEETS Introduction This Appendix contains data sheets for the San Diego River and Mission Bay Project which was constructed by the Federal Government in San Diego County. A project plan showing some of the features of the constructed flood-control weir is included in this Appendix. Copies of these drawings will be provided to the City of San Diego. The applicable Corps of Engineers construction drawings are: Plans of River and Harbor Improvements, Mission Bay, San Diego County, California - Construction of Weir, Repairs to Revetments - District File No. F-1054 and F-1055. The date of completion of construction was 25 March 1994. The following are features and appurtenances that should be inspected to ensure that the channel is properly functioning: Station Feature on Middle Jetty 36+00 to 48+00 Weir at +6 feet MLLW, including expansion joints and blow holes 40+00 Navigation Aid Marker 44+00 Navigation Aid Marker 48+21 Chain-Link Fence Also, the sand plug developed at the mouth of the San Diego River should be inspected to ensure that the mouth of the River will not be completely plugged up by sand. C-2 LOCATION MAP NO SCALE - 15.02 FT. ATPHUX. 12•00 FT. p N 2I6.tt0 N fl IA.1 I.. N N N c-p N TI. N IiMTIAtS NFRED Iii S IRKCOAw. Rt5 u*IcN PAD WPVOv+ IpppS II INS SET +5 ANTI [ Ti. r I.P.R. TJ..#S.P.M I.€NSO I'. LN -. 2C1 0 203 400 600 SCALE FEET SCALE1I INCH 200 FEET ) — - - -----u--Ju--------------- i ',, '.. I VENTURA I ' P7 NN POINT II ç\ ' PIT + ! f k. + 'Z '-. ' KF J _/_ •#// ON LINE I I / Son Fornrpirj'j / o p WItH Sw , SIDI' or MOSO 1 Sj JAF CURVE DATA '14 ' Cw Ø.J RO E EL.-II.94TIFY STA. R OEL TA N 220.R&TX ____ TOO TO 75163,511 ____11 .50 ___ TCT ow 1pf~ !OIL111) 06 45 73.58 or/ 77 5 563.03 SOT 22 OB4.21 /+' /' .'-: 59•76.06 TO 66•o3e 200.00 jØ Ø 620.32 Ali' 'APPROX.LOCATION I / /'r. NOTES: 259 I/I - I s / L COORDINATESARE BASED ON ZCELERT 9.511 CONFORMAL PROJECTION FORSTATE OF CALIFORNIA ISPCS 271. / ! / I I I i / 2. THE SYMBDI®REPRESENT CHAEL DEPTH. j : I MARINERS ICH FENCE AIN LINK / P 1/7 DUIVIRA APPRDX[MATE LOC4 CNSOF ! COVE ;-x-x_. i / II SHALL PROTECT T EELGRASS FROM I - POINT POTENTIAL DAMAGE. I I ' I CALIFORNIA FOR ESTIMATING PURPOSES 1q3XIMATeY ! I + I (, . 21q FOR STC.E aCat BE - ¶ 1 LEAST TERN ARCA _i . \\ srArloJ'. . -. i.., "oso-a% • OtOflL L \\fPlRG % '.•—.— LIELum\ \ \ 0 \ r.42 n. 4) ) i' . N 218.500-5BFT.TRAIsQ \___•__ - -- -SEE TABLE OF N 217.875.58 V BASIN SIA. 75- 111611411 MAP NO SCALE INDEX TO CONTRACT DRAWINGS - DRAWING No. SHEET NO. VICINITY MAP. LOCATION Map. INDEX F-I054 I TO CONIflgJ ORAWIfl5. AND SITE PLAN SECTIONS F1855 2 4 N 216.771 3 NORTH JETTY - _ rAKS! OF JETTY — — * ENTRANCE CHANNEL PROJECT LINE/ - ' 217.002 E 1.696.084.411 ;ATION AID DATUM IS MEAN LOWER LOW WATER ELJI ' I: ;q FT. R5PAIR REV OHAIN PIPE A PROX. 113 FT. .-.. i ,SEE TLEor JTMENT CURY TA SURVEY CONTROL LINE / £ N 217.319.21 E I.6q3.oIIi -. * . * TALQF, / REVISIONS U.S. MUY ENGINEER DISTRICT LOS ANGELES CORPS OF ENGINEERS RIVER AND HARBOR IMPROVEMENTS MISSION BAY. SAN DIEGO COUNTY. CALIFORNIA CONSTRUCTION OF WEIR. REPAIRS TO REVETMENTS VICINITY MAP. LOCATION MAP. INDEX TO CONTRACT DRAWINGS. AND SITE PLAN o+tc. I sacct L/— TN -1 N II N AN DSCROg 13 8.0012 I a c, TRmcl PSI IN. F-I054 J L C-3 -k:.- -- -- - -- --- JETTY top -- - \_ SURVEY CONTROL LINE CHANNEL A ENTRANCE CHAN14EL PROJECT LINE IGE OF EXIST- CREST OF JETTY m N 215.892.14 RiVER SAN DIEGO SURVEY CONTROL liNE 30 DUTCH TOE _J.Ir ...NEATLWC CHANNEL SIDE 19 . PUCE SAL/AGED 0 PL/CEOGIErATENLEE,POSIIO ' REVET.ME.vr STOLE IT N SOIL & REMETNENT STONE 15747150 TO 74W? ' fl APPROLEIISTING 199'PROFILE - / .. _20- "ell LIMP, I I I I I I I I I I I .50 0 50 IX DISTANCE FROM SURVEY CONTROL LINE ITt) SECTION B-B TYPICAL REPAIR SECTION AT HOSPITALITY POINT STA 65.00 TO STA 76.37 SCALE. 1IN • 20 FT ST*IOIX TO 5T453-W EL '4 CONTROL LINE PROFILE ELEVATIONS. EL IC TO 42. ST* 547125 TO STA6G-04.38 - EL 42 3O 5T453W TO 57*547(85 VARIES FROM PLACE SALVAGED 20- IT [ REVLTMENT STONE •A• NEAT LINE N CHANNEL SIDE ULLA 0• I N N PROL19RGNO LINE 20 '9W PROFILE I [__!PRCjf.EXlSTlNG I I I I I I I I I .50 0 50 IX DISTANCE FROM SURVEY CONTROL LINE ITt) SECTION C-C TYPICAL REPAIR SECTION AT MISSION POINT STA 48•0011 TO STA 54.71.85 STA 57.21.85 TO STA 66.04.38 SCALE: IIN -20 FT I-IR APPROX.EXISTING 1991 PROFILE SI,RIE( CCNTROL LIKE —. NEAT UNE (SE E.TGE OF CONO.WALAWAY ?CENTERUNE OF PEA I APPRCA'.SS LINGER APPROX.65 'CO I30 STaGALV.P,PE FOR GATE FRAME TIE YABRIC TO lOP & 5071CM OF FRAME WITH 116* WIRE TIES. PSTCL GAI.Y.PIPE STIFFENER WARNING SIGN. SEE DETAIL 'r HEREON NOV 2EMWAL GE 7 SE HgEr ON STEL, STCT4 j2 BrS'X ATE POSTS, Q- 570 CMLV PIPE ITH GALV.CAP EPL IAPRIN JSEpRF GALV.C#P TO POST ON LINE P I3-J.I V. PIPE OF BRIDGE CE.VTERUMEIBRIOGE _I i Ar .J.........NEST MISSION - ORNE ARIXE ZED 21 CHANNEL SIDE d EL MILIV DISTANCE FROM SURVEY CONTROL LINE (It): - SECTION E-E TYPICAL REPAIR SECTION AT VENTURA POINT STA 0.00 TO STA 0.90 - SCALE: tIN • 20 FT MW! REVISIONS U.S. AR&IY ENGINEER OISTI LOS ANGELES I CORPS OF ENGINEERS RIVER AND HARBOR IMPROVEMENTS T.L. MISSION BAY. SAN DIEGO COUNTY. CALIFORNIA CONSTRUCTION OF WEIR, REPAIRS T.LJSP.H TO REvETMEIqTS - 0(010 11 SECTIONS PUOVtO SpeSUJIITCDI' I - lC NO. OICu093.I.0OI2 TIC NO. P-lOSS 2 01 2 C-4 TWT HINGE EMQ1AL DETAIL "Y" NOT TO SCALE VALUE ENGINEERING -- .---.--.----.-..--...--- i ,lAVLI,e A',S1,AG :lCls IlliCiT 'C 11.-4#LW.I,l EXISTING rw.w Ar PAVEMENT (TYPICAL) ••.lL 7 CIl1NGA. u"e -- - RE,VGW 920 SAlVAGE EXISrING CAPSPYE T24 TO '1.T'PICALj zo CAPI 10 RIVER SIDE - CHANNEL SIDE CONCRETE . 2Z lb / CONCRETE RTOE EEMI5 PLACE SALVAGED IS CHINK STONE 2 EL- 20 2 EXISTING CAPS J.V PES , EDOFNG STONE APPROX 1991 GROJNO LINE -' - .301 I I I I I I I I I -50 0 50 DISTANCE FROM SURVEY CONTROL LINE (it) SECTION A-A TYPICAL WEIR CROSS-SECTION MIDDLE JETTY STA 36.00 TO STA 48.00 SCALE: IIN • ID FT I8 JOINT SEALING COMPOUND ,7 M.A.rOED ES fyi/EAT) C MINIMUM PROM ALL EDGES PREMOWED EXPANSION JOINT FILLER DETAILS OF REINFORCED CONCRETE CAP NOT TO SCALE 75X/ Arst ISPE '309 4OIE CM, S STA IE-00 STA 48-00 FFANCE %'SEE FENCE OETA'LSI I EcfeALI .l noAL\ \CONCRETE IVNIALOIA J11EL.IC ITYP1CAL RIVER SIDE I 6-Y N(LWL - EL.NE maw F GA SPRING STEEL TENSION WIRE aw SECTION D-D sEr (TYPICAL.) EN SLO 8E5 PROFILE OF WEIR SCALE: tIN - 20 FT Jo4ETONE FENCE DETAILS O STA 48.21. MIDDLE JETTY EXPANSION JO/NT (TYPICAU--- VARIES 3. ,— SLOPE lil.5 NOT TO SCALE f EXIST. JETTY TOE (CHANNEL SIDE) SLOPE 1*5 jIE. C,? RA25, OE fl'T.1p SLOPE -1*5 SLOPE 1*5 ! DETAIL"Z"...? . . • I • . • - . '-+ TENSION BAR -----i::::_r_{— — NOT TO SCALE I 1 P - RED LETTERS flQT ' LES SLOPE_(*5 COIlTROL UNE T0 -I4 GA WIRE TIES. iCAu SLOPE 1*5 I I NO TRESPASSING -LLS1TiMGM ICE ...— &XIL UNE -.-flI9O - I I.L [ GATE FRAME HAZARDOUS roofwa _-_---. WHITE BACKGISGJNO 5T4 36W ETA 48W --------------- ----------- ETA 421 ------------------ T-Is" DETAIL -X" DETAIL_OF_CUTOUT PLANOFWEIR \... ENIST.JETTV TOE (RIVER SIDE) . FOR _CHAIN AND LOCK SCALE: I IN - 20 FT • NOT TO SCALE NOT TO SCALE CI-INViVEL SIDE 4 APPENDIX D AGREEMENT BETWEEN THE DEPARTMENT OF THE ARMY AND THE CITY OF SAN DIEGO LOCAL COOPERATION AGREEMENT BETWEEN THE DEPARTMENT OF THE ARMY AND THE CITY OF SAN DIEGO FOR CONSTRUCTION OF THE WEIR SEPARABLE ELEMENT SAN DIEGO RIVER AND MISSION BAY, CALIFORNIA THIS AGREEMENT is entered into this (Jfk- ____ day of _____ 19q5,by and between the DEPARTMENT OF THE ARMY (hereinafte referred to as the "Government"), acting by and through the Assistant Secretary of the Army (Civil Works), and the CITY OF SAN DIEGO (hereinafter referred to as the "Local Sponsor") acting by and through the City Manager. WITNESSETH THAT: WHEREAS, authorization for construction of the San Diego River and Mission Bay project at San Diego California (hereinafter referred to as the "Project", and defined in the Article l.a of this Agreement), is contained in the Energy and Water Development Appropriations Act of 1991, Public Law 101-514; WHEREAS, the Government and the Local Sponsor desire at this time to enter into a Local Cooperation Agreement for construction of the Project; WHEREAS, Section 103 of the Water Resources Development Act of 1986, Public Law 99-662, as amended, specifies the cost- sharing requirements applicable to the Project; WHEREAS, Section 221 of the Flood Control Act of 1970, Public Law 91-611, as amended, provides that the construction of any water resources project by the Secretary of the Army shall not be commenced until each non-Federal interest has entered into a written agreement to furnish its required cooperation for the project; WHEREAS, the Local Sponsor does not qualify for a reduction of the maximum non-Federal cost share pursuant to the guidelines which implement Section 103(m) of the Water Resources Development Act of 1986, Public Law 99-662, published in 33 C.F.R. 241.1 - 241.6, entitled " Flood Control Cost-Sharing Requirements Under the Ability to Pay Provision"; WHEREAS, execution of this Agreement shall not relieve the Local Sponsor of any obligations or liabilities previously incurred under other agreements with the Government for construction of the San Diego River and Mission Bay project authorized in the Flood Control Act of 1944, Chapter 665, Section 1, Public Law 534, 78th Congress, 2nd Session; and, - 2822G6 DOCUMENT N&Y' C C) t FILED--- D-2 OFFICE OF THE CITY CLERK SAN DIEGO. CALIFOOMIA WHEREAS, the Local Sponsor has the authority and capability to furnish the cooperation hereinafter set forth and is willing to participate in cost-sharing and financing in accordance with the terms of this Agreement; NOW, THEREFORE, the parties agree as follows: ARTICLE I - DEFINITIONS AND GENERAL PROVISIONS For purposes of this Agreement: The term "Project" shall mean the construction of a 1200-foot flood control weir in the San Diego River and Mission Bay middle jetty, between Sta 36+00 and 48+00, which shall include: removal of the top 9 feet of rock along the middle jetty through the project reach, construction of a reinforced concrete cap that would be placed on top of the remaining rock forming a sill at elevation +6.0 MLLW, and replacement of the removed rock along various locations within the inner harbor, as generally described in the Design Memorandum No. 3 including Environmental Assessment and Appendices, entitled "Supplemental Design for San Diego River and Mission Bay Improvement", dated February 1986 and approved by the Commander, South Pacific Division on July 5, 1985. The term "total project costs" shall mean all costs incurred by the Local Sponsor and the Government directly related to construction of the Project. Such costs shall include, but not necessarily be limited to, continuing planning and engineering costs incurred after October 1, 1985; costs of applicable engineering and design; actual construction costs; supervision and administration costs; costs of contract dispute settlements or awards; and the value of lands, easements, rights- of-way, utility and facility alterations or relocations, and suitable borrow and dredged or excavated material disposal areas provided for the Project by the Local Sponsor, but shall not include any costs for betterments, operation, maintenance, repair, replacement, or rehabilitation. C. The term "period of construction" shall mean the time from the advertisement of the first construction contract to the time the Government Representative certifies in writing to the Local Sponsor that construction of the Project is complete. The Contracting Officer shall furnish to the Local Sponsor copies of the Government's Written Notice of Acceptance of Completed Work furnished to contractor(s) for all contracts for the Project. d. The term "Government Representative" shall mean the U. S. Army Engineer for the Los Angeles District, or his designee. D-3 The term "highway" shall mean any highway, thoroughfare, roadway, Street, or other public road or way. The term "relocations" shall mean the preparation of plans and specifications for, and the accomplishment of all alterations, modifications, lowering or raising in place, and/or construction related to, but not limited to, existing: railroads, highways, bridges, railroad bridges and approaches thereto, pipelines, public utilities (such as municipal water and sanitary sewer lines, telephone lines, and storm drains), aerial utilities, cemeteries, and other facilities, structures, and improvements determined by the Government to be necessary for the construction, operation and maintenance of the Project. The term " fiscal year " shall mean one fiscal year of the United States Government, unless otherwise specifically indicated. The Government fiscal year begins October 1 and ends September 30. The term "involuntary acquisition" shall mean the acquisition of lands, easements, and rights of way by eminent domain. The term "functional portion of the Project" shall mean a completed portion of the Project as determined by the Government Representative in writing to be suitable for tender to the Local Sponsor to operate and maintain in advance of completion of the entire Project. To be suitable for tender, the Government Representative must determine that the completed portion of the Project can function independently and for a useful purpose, although the balance of the Project is not complete. The term "betterment" shall mean the design and construction of a Project feature accomplished on behalf of, or at the request of, the Local Sponsor in accordance with standards which exceed the standards which the Government would otherwise apply for accomplishing the design and construction of the Project. ARTICLE II - OBLIGATIONS OF THE PARTIES 4 a. The Government, subject to and using funds provided by the Local Sponsor and appropriated by the Congress of the United states, shall expeditiously construct the Project (including relocations of railroad bridges and approaches thereto), applying those procedures usually followed or applied in Federal projects, pursuant to Federal Laws, regulations, and policies. The Local Sponsor shall be afforded the opportunity to review and comment on all contracts, including relevant plans and specifications, prior to the issuance of invitations for bid. To the extent possible the Local Sponsor will be afforded the D-4 opportunity to review and comment on all modifications and change orders prior to the issuance to the contractor of a Notice to Proceed. The Government will consider the comments of the Local Sponsor, but award of contracts, modifications or change orders, and performance of all work on the Project (whether the work is performed under contract or by Government personnel), shall be exclusively within the control of the Government. Notwithstanding any other provision of this Agreement, if the award for any contract for construction of the Project would result in the total obligations for construction of the Project exceeding $1,300,000.00, the award of that contract and subsequent contracts shall be deferred until such time as both parties to this Agreement agree to resume construction of the Project. After the Government determines that the Project or a functional portion of the Project is complete, and notifies the Local Sponsor in writing of such determination, the Government shall turn the Project or functional portion of the Project over to the Local Sponsor, which shall accept the Project or functional portion of the Project and be solely responsible for operating, maintaining, repairing, replacing, and rehabilitating the Project or functional portion of the Project in accordance with Article VIII hereof. As further specified in Article VI hereof, the Local Sponsor shall provide, during the period of construction a cash contribution of 5 percent of total project costs. As further specified in Article III hereof, the Local Sponsor shall provide to all lands, easements, rights-of- way, and suitable borrow and dredged or excavated material disposal areas, and perform all relocations (excluding railroad bridges and approaches thereto) determined by the Government to be necessary for construction of the Project. At its sole discretion, the Government may perform relocations in cases where it appears that the Local Sponsor's contributions will exceed the maximum non-Federal cost share set out in Article VI.f. If the value of the contributions provided under paragraphs d. and e. of this Article is less than 25 percent of total project costs, the Local Sponsor shall provide, during the period of construction, additional cash contributions in the amount necessary to make the Local Sponsor's total contribution equal to 25 percent of total project costs. No federal funds may be used to meet the Local Sponsor's share of total project costs under this Agreement unless the expenditure of such funds is expressly authorized by statute as verified in writing by the Federal granting agency. D-5 The Local Sponsor agrees to participate in and comply with applicable Federal flood plain management and flood insurance programs. The Local Sponsor shall, to the extent of its powers, prescribe and enforce regulations to prevent obstruction of or encroachment on the Project that would reduce the level of protection it affords or that would hinder operation, maintenance, repair, replacement, and rehabilitation. At the request of the Local Sponsor, the Government, at no cost to the Government, may construct betterments or other work that is not a part of the Project. Prior to the award of any Government contract involving such added costs, the Local Sponsor shall provide to the Government a cash payment equal to 100 percent of such added costs by delivering a check payable to "FAO, USAED, Los Angeles District" to the Government Representative representing the Government. The Government shall draw on such payment as necessary to cover contractual and other Government fiscal obligations for such added costs as such obligations are incurred. If at any time during the prosecution of such other work the Government determines that additional funds will be needed from the Local Sponsor to cover such added costs , the Government shall so notify the Local Sponsor and the Local Sponsor, no later than 30 days after receipt of such notice, shall make a cash payment to the Government of the necessary amount. After the completion of any such betterments or other work, the Government will perform a final accounting. In the event the cash payment for such added costs is less than the amount required to cover all such added costs, the Local Sponsor shall, no later than 30 days after receipt of written notice, make a cash payment to the Government of whatever sum is needed to cover all such added costs. In the event the cash payment for such added costs exceeds the amount required to cover all such added costs, the Government shall, subject to availability of funds, return any excess cash to the Local Sponsor no later than 90 days after the final accounting. The Local Sponsor shall be responsible for all operation, maintenance, repair, replacement and rehabilitation associated with such betterments or other work in such a manner to insure proper functioning of the Project. The Local Sponsor shall hold and save the Government free from all damages arising from the construction, operation, maintenance, repair, replacement, and rehabilitation of such betterments or other work. ARTICLE III - LANDS, FACILITIES, AND PUBLIC LAW 91-646 RELOCATION ASSISTANCE a. The Local Sponsor shall furnish to the Government all lands, easements, rights-of-way, including suitable borrow and dredged or excavated material disposal areas, as may be determined by the Government to be necessary for the '4. construction, operation, and maintenance of the Project, and shall furnish to the Government evidence supporting the Local Sponsor's legal authority to grant rights-of-entry to such lands. The necessary lands, easements, and rights-of-way may be provided incrementally, but all lands, easements, and rights-of-way determined by the Government to be necessary for work to be perfo±med under a construction contract must be furnished prior to the advertisement of that construction contract. The Local Sponsor shall provide or pay to the Government the cost of providing all retaining dikes, wasteweirs, bulkheads, and embankments, including all monitoring features and stilling basins, that may be required at any dredged material disposal areas necessary for construction of the Project. Upon notification from the Government, the Local Sponsor shall accomplish or arrange for accomplishment at no cost to the Government all relocations (excluding railroad bridges and approaches thereto) determined by the Government to be necessary for construction of the Project. The Local Sponsor shall comply with the applicable provisions of the Uniform Relocations Assistance and Real Property Acquisition Policies Act of 1970, Public Law 91-646, as amended by Title IV of the Surface Transportation and Uniform Relocation Assistance Act of 1987 (Public Law 100-17), and the Uniform Regulations contained in 49 CFR Part 24, in acquiring lands, easements, and rights-of-way for construction and subsequent operation and maintenance of the Project, and inform all affected persons of applicable benefits, policies, and procedures in connection with said Act. ARTICLE V - VALUE OF LANDS AND FACILITIES a. The Local Sponsor shall not receive any credit for lands, easements, and rights-of-way, including suitable borrow or dredged or excavated material disposal areas, previously provided as an item of cooperation for another Federal project nor shall the value thereof be included in total project costs. The value of the lands, easements, and rights-of-way, including suitable borrow or dredged or excavated material disposal areas, to be included in total project costs and credited towards the Local Sponsor's share of total project costs shall be determined in accordance with the following procedures: 1. If the lands, easements, or rights-of-way are owned by the Local Sponsor as of the date the first construction contract for the Project is awarded, the credit shall be the fair market value of the interest at the time of such award. The fair market value shall be determined by an appraisal, to be obtained by the Local Sponsor, which has been prepared by a qualified appraiser who is acceptable to both the Local Sponsor and the D-7 Government. The appraisal shall be reviewed and approved by the Government. If the lands, easements, or rights-of-way are to be acquired by the Local Sponsor after the date of award of the first construction contract for the Project, the credit shall be the fair market value of the interest at the time such interest is acquired. The fair market value shall be determined as specified in Article IV.a.1. of this Agreement. If the Local Sponsor pays an amount in excess of the appraised fair market value, it may be entitled to a credit for the excess if the Local Sponsor has secured prior to written approval from the Government of its offer to purchase such interest. If the Local Sponsor acquires more lands, easements, or rights-of-way than are necessary for project purposes, as determined by the Government, then only the value of such portions of those acquisitions as are necessary for the project purposes shall be included in total project costs and credited towards the Local Sponsor's share. Credit for lands, easements, and rights-of-way in the case of involuntary acquisitions which occur within a one- year period preceding the date this Agreement is signed or which occur after the date this Agreement is signed will be based on court awards, or on stipulated settlements that have received prior written approval of the Government. Credit for lands, easements, or rights-of-way acquired by the Local Sponsor within a five-year period preceding the date this Agreement is signed, or at any time after this Agreement is signed, will also include reasonable incidental costs of acquiring the interest, e.g., closing and title costs, appraisal costs, survey costs, attorney's fees, plat maps, and mapping costs, as well as the actual amounts expended for payment of any Public Law 91-646 relocation assistance benefits provided in accordance with the obligations under this Agreement. b. The costs of relocations which will be included in total project costs and credited towards the Local Sponsor's share of total project costs shall be that portion of the actual as set forth below, and approved by the Government: 4 Highways and Highway Bridges: Only that portion of the cost as would be necessary to construct substitute bridges and highways to the design standard that the State of California 4 would use in constructing a new bridge or highway under similar conditions of geography and traffic loads. Utilities and Facilities (including railroads): Actual relocation costs, less depreciation, less salvage, plus the cost of removal, less the cost of betterments. With respect D-8 to betterments, new materials shall not be used in any alteration or relocation if materials of value and usability equal to those in the existing facility are available or can be obtained as salvage from the existing facility or otherwise, unless the provision of new material is more economical. If, despite the availability of used material, new material is used, where the use of such new material represents an additional cost, such cost will not be included in total project costs. ARTICLE V - CONSTRUCTION PHASING AND MANAGEMENT To provide for consistent and effective communication the Local Sponsor and .the Government shall prior to the advertisement of the first construction contract, appoint representatives to coordinate on all facets of Project development, including Project design, scheduling, plans, specifications, real estate requirements, award of contracts, contract modifications and change orders, contract costs, claims, and other related matters. These representatives shall generally oversee the Project construction and shall be identified as the Project Coordination Team. They shall meet regularly during the period of construction and will be informed of all changes in total project costs. The Project Coordination. Team shall make recommendations concerning construction as it deems are warranted to the Government Representative, including suggestions to avoid potential sources of dispute. C. The Government Representative shall, in good faith, consider the recommendations of the Project Coordination Team on all matters relating to construction and anticipated requirements for operation, maintenance, repair, replacement and rehabilitation of the Project. The Government Representative, having the legal authority and responsibility for construction of the Project, has discretion to accept, reject, or modify the recommendations of such representatives. ARTICLE VI - METHOD OF PAYMENT a. The Local Sponsor shall provide, during the period of construction, cash payments required to meet its obligations under Article II of this Agreement. Total project costs are currently estimated to be $1,300,000.00. In order to meet its cash payment requirements, the Local Sponsor must provide a cash contribution currently estimated to be $325,000. The dollar amounts set forth in this Article are based upon the Government's best estimates which will reflect projection of costs, price level changes, and anticipated inflation. Such cost estimates are subject to adjustments based upon costs actually incurred and are not to be construed as the total financial responsibilities of the Government and the Local Sponsor. b. The required cash contribution shall be provided as follows: 60 calendar days prior to the award of the first construction contract, the Government shall notify the Local Sponsor of the Local Sponsor's estimated share of total project costs, including its share of costs attributable to the Project incurred prior to the initiation of construction. Within 45 calendar days thereafter, the Local Sponsor shall provide the Government the full amount of the required contribution by delivering a check payable to "FAQ, USAED, Los Angeles" to the Government Representative representing the Government. In the event that total project costs are expected to exceed the estimate given at the outset of construction, the Government shall immediately notify the Local Sponsor of the additional contribution the Local Sponsor will be required to make to meet its share of the revised estimate. Within 45 calendar days thereafter, the Local Sponsor shall provide the Government the full amount of the additional required contribution. C. The Government will draw on the funds, such sums as the Government deems necessary to cover contractual and in-house fiscal obligations attributable to the Project as they are incurred, as well as costs incurred by the Government prior to the initiation of construction. Upon completion of the Project and resolution of all relevant claims and appeals, the Government shall compute the total project cost and tender to the Local Sponsor a final accounting of the Local Sponsor's share of total project costs. In the event the total contribution by the Local Sponsor is less than its minimum required share of total project costs, the Local Sponsor shall, no later than 90 days after receipt of written notice, make a cash payment to the Government of whatever sum is required to meet its minimum required share of total project costs. In the event the Local Sponsor has made contributions in excess of 5 percent of total project costs and that result in the Local Sponsor's having provided more than its minimum required share of total project costs, the Government shall, no later than 90 calendar days after the final accounting is complete, subject to the availability of funds, return the said excess to the Local Sponsor; however, the Local Sponsor shall not be entitled to any refund of the 5 percent cash contribution required pursuant to Article II.d. of this Agreement. If the Local Sponsor's total contributions under this Agreement (including lands, easements, rights-of-way, relocations, and suitable borrow and dredged or excavated D-10 material disposal areas) exceed 50% of total project costs, the Government shall, no later than 90 calendar days after the final accounting is complete, subject to the availability of funds, return the excess to the Local Sponsor; however, the Local Sponsor shall not be entitled to any refund of the 5 percent cash contribution required pursuant to Article II.d. of this Agreement. In the event, existing funds are not available to repay the Local Sponsor for excess contributions provided, the Government shall seek such appropriations as are necessary to repay the Local Sponsor for excess contributions provided. ARTICLE VII- DISPUTES Before any party to this Agreement may bring suit in any court concerning an issue relating to this Agreement, such party must first seek in good faith to resolve the issue through negotiation or other forms of nonbinding alternative dispute resolution mutually acceptable to the parties. ARTICLE VIII - OPERATION, MAINTENANCE, REPAIR, REPLACEMENT, AND REHABILITATION After the Government Representative has determined that construction of the Project or functional portion of the Project is complete and provided the Local Sponsor with written notice of such determination, the Local Sponsor shall operate, maintain, repair, replace, and rehabilitate the completed Project, or functional portion of the Project, at no cost to the Government, in accordance with applicable Federal and State laws as provided in Article XII and specific directions prescribed by the Government in an OMRR&R Manual and any subsequent amendments thereto. The Local Sponsor hereby gives the Government a • right to enter, at reasonable times and in a reasonable manner, upon land which the Local Sponsor owns or controls for access to the Project for the purpose of inspection, and, if necessary, for the purpose of completing, operating, maintaining, repairing, replacing, or rehabilitating the Project. If an inspection shows that the Local Sponsor for any reason is failing to fulfill the Local Sponsor's obligations under this Agreement without receiving prior written approval from the Government, the Government will send a written notice to the Local Sponsor. If after 30 calendar days from receipt of notice, the Local Sponsor continues to fail to perform, then the Government shall have the right to enter, at reasonable times and in a reasonable manner, upon lands the Local Sponsor owns or controls for access to the Project for the purpose of completing, operating, maintaining, repairing, replacing, or rehabilitating the Project. No completion, operation, maintenance, repair, replacement, or rehabilitation by the Government shall operate to relieve the D-ll Local Sponsor of responsibility to meet the Local Sponsor obligations as set forth in this Agreement, or to preclude the Government from pursuing any other remedy at law or equity to assure faithful performance pursuant to this Agreement. ARTICLE IX - LIMITATION OF FEDERAL COSTS In enacting the Energy and Water Development Appropriation Act of 1991, Public Law 101-514, Congress appropriated $975,000 for construction of the Project. The Government's financial participation in the Project is limited to such amount. It shall have no obligation to request further appropriations for the Project. ARTICLE X - RELEASE OF CLAIMS The Local Sponsor shall hold and save the Government free from all damages arising from the construction, operation, and maintenance of the Project, except for damages due to the fault or negligence of the Government or its contractors. ARTICLE XI - MAINTENANCE OF RECORDS The Government and the Local Sponsor shall keep books, records, documents, and other evidence pertaining to costs and expenses incurred pursuant to this Agreement to the extent and in such detail as will properly reflect total project costs. The Government and the Local Sponsor shall maintain such books, records, documents, and other evidence for a minimum of three years after completion of construction of the Project and resolution of all relevant claims arising therefrom, and shall make available at their offices at reasonable times, such books, records, documents, and other evidence for inspection and audit by authorized representatives of the parties to this Agreement. ARTICLE XII - GOVERNMENT AUDIT The Government shall conduct an audit when appropriate of the Local Sponsor's records for the Project to ascertain the allowability, reasonableness, and allocability of its costs for inclusion as credit against the non-Federal share of Project. ARTICLE XIII- FEDERAL AND STATE LAWS The Local Sponsor in acting under it's rights and obligations hereunder, agrees to comply with all applicable Federal and State laws and regulations, including section 601 of Title VI of the Civil Rights Act of 1964, Public Law 88-352, and the Department of Defense Directive 5500.11 issued pursuant thereto and published in Part 300 of Title 32, Code of Federal D-12 Regulations, as well as Army Regulation 600-7, entitled "Nondiscrimination on the Basis of Handicap in Programs and Activities Assisted or Conducted by the Department of the Army". ARTICLE XIV - RELATIONSHIP OF PARTIES The parties to this Agreement act in an independent capacity in the performance of their respective functions under this Agreement, and neither party is to be considered the officer, agent, or employee of the other. ARTICLE XV - OFFICIALS NOT TO BENEFIT No member of or delegate to the Congress, or resident commissioner, shall be admitted to any share or part of this Agreement, or to any benefit that may arise therefrom. ARTICLE XVI - COVENANT AGAINST CONTINGENT FEES The Local Sponsor warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Local Sponsor for the purpose of securing business. For breach or violation of this warranty, the Government shall have the right to annul this Agreement without liability, or, in its discretion, to add to the Agreement or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. ARTICLE XVII - TERMINATION OR SUSPENSION If at any time the Local Sponsor fails to make the payments required under this Agreement, the Assistant Secretary of the Army (Civil Works) shall terminate or suspend work on the Project until the Local Sponsor is no longer in arrears, unless the Assistant Secretary of the Army (Civil Works) determines that continuation of work on the Project is in the interest of the United States or is necessary in order to satisfy agreements with any other non-Federal interests in connection with the Project. Any delinquent payment shall be charged interest at a rate, to be determined by the Secretary of the Treasury, equal to 150 per centum of the average bond equivalent rate of the 13-week Treasury bills auctioned immediately prior to the date on which such payment became delinquent, or auctioned immediately prior to the beginning of each additional 3-month period if the period of delinquency exceeds 3 months. If the Government fails to receive annual appropriations for the Project in amounts sufficient to meet project expenditures for the then-current or upcoming fiscal 10 41 p D-13 S year, the Government shall so notify the Local Sponsor. After 60 calendar days either party may elect without penalty to terminate this Agreement pursuant to that Article or to defer future performance hereunder; however, deferral of future performance under this Agreement shall not affect existing obligations or relieve the parties of liability for any obligation previously incurred. In the event that either party elects to terminate this Agreement pursuant to this Article, both parties shall conclude their activities relating to the Project and proceed to a final accounting in accordance with Article VI. of this Agreement. In the event that either party elects to defer future performance under this Agreement pursuant to this Article, such deferral shall remain in effect until such time as the Government receives sufficient appropriations or until either party elects to terminate this Agreement. ARTICLE XVIII - HAZARDOUS SUBSTANCES After execution of this Agreement and upon direction by the Contracting Officer, the Local Sponsor shall perform, or cause to be performed, such investigations for hazardous substances as are determined necessary by the Government or the Local Sponsor to identify the existence and extent of any hazardous substances regulated under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), 42 USC 9601-9675, on lands necessary for Project construction, operation, and maintenance. All actual costs incurred by the Local Sponsor which are properly allowable and allocable to performance of any such investigations for hazardous substances shall be included in total project costs and cost shared as a construction cost in accordance with Section 103 of Public Law 99-662. In the event it is discovered through an investigation for hazardous substances or other means that any lands, easements, rights-of-way, or disposal areas to be acquired or provided for the Project contain any hazardous substances regulated under CERCLA, the Local Sponsor and the Government shall provide prompt notice to each other, and the Local Sponsor shall not proceed with the acquisition of lands, easements, rights-of-way, or disposal areas until mutually agreed. C. The Government and the Local Sponsor shall determine whether to initiate construction of the Project, or if already in construction, to continue with construction of the Project, or to terminate construction of the Project for the convenience of the Government in any case where hazardous substances regulated under CERCLA are found to exist on any lands necessary for the Project. Should the Government and the Local Sponsor determine to proceed or continue with construction after considering any liability that may arise under CERCLA, the Local D-14 Sponsor shall be responsible, as between the Government and the Local Sponsor, for any and all necessary clean up and response costs, to include the costs of any studies and investigations necessary to determine an appropriate response to the contamination. Such costs shall not be considered a part of total project costs as defined in this Agreement. In the event the Local Sponsor fails to provide any funds necessary to pay for clean up and response costs or to otherwise discharge the Local Sponsor's responsibilities under this paragraph upon direction by the Government, the Government may either terminate or suspend work on the Project or proceed with further work as provided in Article XVI of this Agreement The Local Sponsor and the Government shall consult with each other under Article V of this Agreement to assure that responsible parties bear any necessary clean up and response costs as defined in CERCLA. Any decision made pursuant to Article XVIII.c. of this Agreement shall not relieve any party from any liability that may arise under CERCLA. As between the Government and the Local Sponsor, the Local Sponsor shall be considered the operator of the Project for purposes of CERCLA liability. To the maximum extent practicable, the Local Sponsor shall operate, maintain, repair, replace and rehabilitate the Project in a manner that will not cause liability to arise under CERCLA. ARTICLE XIX - NOTICES All notices, requests, demands, and other communications required or permitted to be given under this Agreement shall be deemed to have been duly given if in writing and delivered personally, given by prepaid telegram, or mailed by first-class (postage pre-paid), registered, or certified mail, as follows: If to the Local Sponsor: Frank Belock Jr. Executive Complex - 12, 1010 Second Avenue, San Diego, California 92101 If to the Government: U.S. Army Corps of Engineers Los Angeles District, Attn: CESPL-PM-C P.O. Box 2711 Los Angeles, California 90053-2325 A party may change the address to which such communications are to be directed by giving written notice to the other party in the manner provided in this Article. S I. D-15 C. Any notice, request, demand, or other communication made pursuant to this Article shall be deemed to have been received by the addressee at such time as it is personally delivered or seven calendar days after it is mailed, as the case may be. ARTICLE XX - CONFIDENTIALITY To the extent permitted by the laws governing each party, the parties agree to maintain the confidentiality of exchanged information when requested to do so.by the providing party. IN WITNESS WHEREOF, the parties hereto have executed this Agreement, which shall become effective upon the date it is signed for the Assistant Secretary of the Army (Civil Works). THE DEPARTMENT OF THE ARMY BY: 1.4" dWjr Mi on Hunter Brigadier General, U. S. Army Commander, South Pacific Division ,DATE: 1,993 THE LOCAL SPONSOR ~;Jack M ory City City of San Diego _C) , -jo DATE: 282266 D-16 I CERTIFICATE OF AUTHORITY I, 164— .Joiiii 'ié5 , do hereby certify that I am the principal legal officer of the City of San Diego, that the City of San Diego is a legally constituted public body with full authority and legal capability to perform the terms of the Agreement between the Department of the Army and the City of San Diego in connection with the Project, and to pay damages, if necessary, in the event of the failure to perform, in accordance with Section 221 of Public Law 91-611, and that the persons who have executed this Agreement on behalf of the City of San Diego have acted within their statutory authority. IN WITNESS WHEREOF, have made and executed this certification this 25" day of 1945. ~Z54 '7z 'John W. Witt City Attorney City of San Diego D-17 I,. CERTIFICATION REGARDING LOBBYING The undersigned certifies, to the best of his or her knowledge and belief that: No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 'Jack McGrory _.-- City Manager City of San Diego Date: D-18 P~ 282266 DISCLOSURE OF LOBBYING ACTIVITIES complete this form to cisciose lobbying acivities pursuant to 31 U.S.C. 1252 i. Type of Federal Action: =nec QtWU C. cooperative agreement d. loan a. loan guarantee I. loan in=arcs 2. Status of Federal Action: bidtofledapplication initial award post-award 3. Report Type: Fa a. •.al Fa] b. maanai mange For Material Change Only: year quarter_ date of lasz report 4. Name and Adress of Reporting Entity: Prime Suawardee Tier , if known City of San Diego Congressional District, if known: 41, 43, 44 , 45 5. if Reporting Entity In No.4 Is Subawardee. Enter Name and Address of Prime: 41 Congressional District, if known: 46 I. 6. Federal Department/Agency: DOD I 7. Federal Program NamelDescripticn: Army Corps of 12.101 .eachErósion Control Engineers 12.102 Emergency Rehab of Flood i Control Works I CFDA Number, if applicable______________ S. Federal Action Number, if known: 9. Award Amount, £(known: 3 820,000 10. a. Name and Address of Lobbying Entity - I b. Individuals Performing Services (including address if (if individuaL last name. first name. Ml): different from No. ba) Montgomery/O'Donnell I (last name, first name. MO: Suite 300 I 1620 Eye Street; N.W. Montgomery, John H. O'Donnell, John R.. Washington, D.C. 20006 (attach Continuation Sheet(s) if necessary; 11. Amount of Payment (check all that apply): IS. Type of Payment (check all that apply) 10 ,000 30 acua1 planned retainer one-time fee Form of Payment (check all that apply): . c. oammtss,on a. cash retainer monthly d. ccrifingent!ee 0 b. in-kind; specify: nature •. value qXT) Q2 f. other, specify: Brief Description of Services Performed or to be performed and Date(s) of Service, Including ofilcer(s), employee(s), or member(s) contacted, for Payment Indicated In Item 11: Contacted Los Angeles District Office of the Corps on February 27, 1990 and March 19, 1990 to discuss flooding in Ocean Beach area. Met with Congressman Bill Lowery to discuss purpose of Weir February 28, 1990. Review project with Congressman Lowery's staff May 17, 1990. (attach Continuation Sheet(s) if necessary) is. Continuation Sheet(s) attached: Yes EJ No 16. bwonnsu.n i...d tvough V"Im I. N'.'taad by ilo. 31 U= Signature: (I)2)\ ( t9 35 ' Crp_cG 5.cafl 1. This .4 Iobtn ci g sW. a ad lics iQan tid Mantlevs pIa bf '" Print Name: John R. O'Donnell Us vsnsacean vs. nv I or .n.r.d Wo. flU "dGNJM I. ps.4u.flh*031 u. im Th1 'W' tie Washington Representative ..r4NIy &i wU go SVSMabIS tat pI*4IC knap"-som Any Sail. to Ill. a. ,.ir.d .4.dsi' WILt be .ubu.cl v a aidS 11 of nat 202-429-0165 Date: 7-2-91 in" own SICAM and not mars ~ 3102= for 98M SUM 11011um- Telephone No.: A&flhI01u 10f LC& P.na.oal.g.an I Federal Use Only: S,anaa,e Form- U.L siing.,o Fam W. Row. c..oa-co D-19 12. 14. (R-93-2112) RESOLUTION NUMBER R-__28226€ ADOPTED ON 29 i9. 93 BE IT RESOLVED, by the Council of The City of San Diego, that the City Manager be and he is hereby authorized and empowered to execute, for and on behalf of said City, a Local Cooperation Agreement (LCA) with the Department of the Army, for the construction of an overflow weir in the middle jetty between the San Diego River Flood Control Channel and the Mission Bay Channel entrance, under the terms and conditions set forth in the Agreement on file in the office of the City Clerk as Document No. RR 282266 BE IT FURTHER RESOLVED, that the expenditure of an amount not to exceed $340,000 from CIP 11-280.0, Capital Outlay. Fund 30245, is hereby authorized, solely and exclusively for the purpose of providing funds for the City's share of the project. APPROVED: JOHN W. WITT, City Attorney By. /John K. Riess Deputy City Attorney JKR:pev 06/17/93 Aud. Cert: 9301185 Or.Dept:E&D R-93-2112 Form =r. auagr -PAGE 1 OF 1- D-20 Passed and adopted by the Council of The City of San Diego on AN 29 1993 by the following vote: YEAS: Roberts. Hartley, Stevens, Behr,.Stallings, Varqas. NAYS: Wolfsheimer, McCarty. NOT PRESENT: Mayor Golding. AUTHENTICATED BY: MAUREEN O'CONNOR Mayor of The City of San Diego, California CHARLES G. ABDELNOUR City Clerk of The City of San Diego, California (SEAL) MAYDELL L. PONTECORVO By: I , Deputy I HEREBY CERTIFY that the above and foregoing is a full, true and correct copy of RESOLUTION NO. A- 282266 , passed and adopted by the Council of The City of San Diego, California on JUN 29 193. CHARLES G. ABDELNOUR City Clerk of The City of San Diego, California (SEAL) By: WAI 47, 0=01 4 It N Deputy CC-1628 (10-90) D-21