Loading...
HomeMy WebLinkAboutTharsos Inc; 2021-12-07; PWS22-1536UTIL Revised 6/12/18 Contract No. 5550 Page 1 of 144 CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS, SUPPLEMENTAL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR VILLAS LIFT STATION REPLACEMENT CONTRACT NO. 5550 BID NO. PWS22-1536UTIL Revised 6/12/18 Contract No. 5550 Page 2 of 144 TABLE OF CONTENTS Item Page Notice Inviting Bids ................................................................................................................ 6 Contractor's Proposal ........................................................................................................... 14 Bid Security Form ................................................................................................................ 19 Bidder’s Bond to Accompany Proposal ................................................................................ 20 Guide for Completing the “Designation of Subcontractors” Form ......................................... 21 Designation of Subcontractor and Amount of Subcontractor’s Bid Items .............................. 23 Bidder's Statement of Technical Ability and Experience ....................................................... 24 Bidder’s Acknowledgement of Intent to Provide Qualifications for the Contractor’s Representative Within 24 Hours of Being Designated as Apparent Low Bidder ................... 25 Bidder’s Certificate of Insurance for General Liability, Employers’ Liability, Automotive Liability and Workers’ Compensation ................................................................................... 26 Bidder’s Statement Re Debarment ....................................................................................... 27 Bidder's Disclosure of Discipline Record…………………………………………… .................. 28 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid ........................ 30 Contract Public Works .......................................................................................................... 31 Labor and Materials Bond .................................................................................................... 38 Faithful Performance/Warranty Bond ................................................................................... 40 Optional Escrow Agreement for Surety Deposits in Lieu of Retention .................................. 42 Revised 6/12/18 Contract No. 5550 Page 3 of 144 GENERAL PROVISIONS Section 1 Terms, Definitions, Abbreviations and Symbols 1-1 Terms .......................................................... ................................................ 45 1-2 Definitions .................................................... ................................................ 45 1-3 Abbreviations ............................................... ................................................ 49 1-4 Units of Measure .......................................... ................................................ 52 1-5 Symbols ....................................................... ................................................ 53 Section 2 Scope and Control of The Work 2-1 Award and Execution of Contract ................. ................................................ 54 2-2 Assignment .................................................. ................................................ 54 2-3 Subcontracts ................................................ ................................................ 54 2-4 Contract Bonds ............................................ ................................................ 55 2-5 Plans and Specifications .............................. ................................................ 56 2-6 Work to be Done .......................................... ................................................ 60 2-7 Subsurface Data .......................................... ................................................ 60 2-8 Right-of-Way ................................................ ................................................ 60 2-9 Surveying ..................................................... ................................................ 61 2-10 Authority of Board and Engineer .................. ................................................ 65 2-11 Inspection .................................................... ................................................ 66 Section 3 Changes in Work 3-1 Changes Requested by the Contractor ........ ................................................ 67 3-2 Changes Initiated by the Agency .................. ................................................ 67 3-3 Extra Work ................................................... ................................................ 68 3-4 Changed Conditions .................................... ................................................ 71 3-5 Disputed Work ............................................. ................................................ 72 Section 4 Control of Materials 4-1 Materials and Workmanship ......................... ................................................ 78 4-2 Materials Transportation, Handling and Storage ........................................... 82 Section 5 Utilities 5-1 Location ....................................................... ................................................ 83 5-2 Protection .................................................... ................................................ 83 5-3 Removal ...................................................... ................................................ 84 5-4 Relocation .................................................... ................................................ 84 5-5 Delays .......................................................... ................................................ 85 5-6 Cooperation ................................................. ................................................ 85 Section 6 Prosecution, Progress and Acceptance of the Work 6-1 Construction Schedule and Commencement of Work ................................... 86 6-2 Prosecution of Work ..................................... ................................................ 90 6-3 Suspension of Work ..................................... ................................................ 91 6-4 Default by Contractor ................................... ................................................ 91 6-5 Termination of Contract................................ ................................................ 92 6-6 Delays and Extensions of Time .................... ................................................ 92 6-7 Time of Completion ...................................... ................................................ 93 6-8 Completion, Acceptance, and Warranty ....... ................................................ 94 Revised 6/12/18 Contract No. 5550 Page 4 of 144 6-9 Liquidated Damages .................................... ................................................ 95 6-10 Use of Improvement During Construction .... ................................................ 96 Section 7 Responsibilities of the Contractor 7-1 Contractor’s Equipment and Facilities .......... ................................................ 97 7-2 Labor ........................................................... ................................................ 97 7-3 Liability Insurance ........................................ ................................................ 97 7-4 Workers' Compensation Insurance .............. ................................................ 97 7-5 Permits ........................................................ ................................................ 98 7-6 The Contractor’s Representative .................. ................................................ 98 7-7 Cooperation and Collateral Work ................. ................................................ 99 7-8 Project Site Maintenance ............................. .............................................. 100 7-9 Protection and Restoration of Existing Improvements ................................. 101 7-10 Public Convenience and Safety ................... .............................................. 102 7-11 Patent Fees or Royalties .............................. .............................................. 108 7-12 Advertising ................................................... .............................................. 109 7-13 Laws to be Observed ................................... .............................................. 109 7-14 Antitrust Claims ............................................ .............................................. 109 Section 8 Facilities for Agency Personnel 8-1 General ........................................................ .............................................. 110 Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work .......................................... 111 9-2 Lump Sum Work .......................................... .............................................. 111 9-3 Payment ...................................................... .............................................. 111 9-4 Bid Item Descriptions ................................... .............................................. 115 SUPPLEMENTAL PROVISIONS TO PART 2, 3 AND 6 OF THE SSPWC Part 2 Construction Materials Section 200 Rock Materials 200-1 Rock Products ............................................. .............................................. 116 200-2 Untreated Base Materials ............................. .............................................. 117 Section 201 Concrete, Mortar and Related Materials 201-1 Portland Cement Concrete .......................... .............................................. 118 201-3 Expansion Joint Filler and Joint Sealants ..... .............................................. 120 Section 203 Bituminous Materials 203-6 Asphalt Concrete ......................................... .............................................. 121 203-11 Asphalt Rubber Hot Mix (ARHM) Wet Process ........................................... 122 Section 207 Pipe 207-25 Underground Utility Marking Tape ................ .............................................. 123 Section 209 Signals, Lighting and Electrical Systems ...... .............................................. 124 Section 213 Engineering Fabrics 213-2 Geotextiles ................................................... .............................................. 124 213-3 Erosion Control Specialties .......................... .............................................. 125 Section 214 Pavement Markers 214-5 Reflective Pavement Markers ...................... .............................................. 125 Revised 6/12/18 Contract No. 5550 Page 5 of 144 Section 215 Fencing 215-1 Environmental Fencing ................................ .............................................. 126 PART 3 Construction Methods Section 300 Earthwork 300-1 Clearing and Grubbing ............................................................................... 127 300-2 Unclassified Excavation .............................................................................. 127 300-3 Structure Excavation and Backfill ................................................................ 129 300-4 Unclassified Fill ........................................................................................... 129 300-9 Geotextiles for Erosion Control and Water Pollution Control. ...................... 129 300-13 Storm Water Pollution Prevention Plan ....................................................... 130 Section 301 Treated Soil, Subgrade Preparation and Placement of Base Materials 301-1 Subgrade Preparation ................................................................................. 133 Section 302 Roadway Surfacing 302-5 Asphalt Concrete Pavement ....................................................................... 134 302-11 Asphalt Pavement Repairs and Remediation .............................................. 134 Section 303 Concrete and Masonry Construction. 303-5 Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, And Driveways .................................................................. 135 Section 306 Underground Conduit Construction 306-1 Open Trench Operations ............................................................................. 136 306-5 Abandonment of Conduits and Structures ................................................... 139 Section 313 Temporary Traffic Control Devices 313-1 Temporary Traffic Pavement Markers ......................................................... 140 313-2 Temporary Traffic Signing .......................................................................... 141 313-3 Temporary Railing (Type K) and Crash Cushions ...................................... 141 Part 6 Modified Asphalt, Pavement and Processes 600-3 Rubberized Emulsion – Aggregate Slurry .... .............................................. 143 Appendix A – Door Hanger Appendix B – SWPPP Template Appendix C – Record Drawings Appendix D – Construction Staging Area Tamarack Avenue Yard (Optional) Revised 6/12/18 Contract No. 5550 Page 6 of 144 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 11 a.m. on October 6, 2021, the City shall accept sealed bids, bids via electronic format via the City of Carlsbad Electronic Bidding Site, PlanetBids which may be accessed at https://www.carlsabdca.gov/depts/finance/contracting/bids.asp for performing the work as follows: The project will replace and improve existing pump station components at the Villas Lift Station, including; pump discharge piping, valves, a flow meter, pump motor electrical controls and construct a weather canopy over the electrical equipment. A new vinyl access fence and gate will replace the existing wooden fence and gate. VILLAS LIFT STATION REPLACEMENT CONTRACT NO. 5550 PWS22-1536UTIL ELECTRONIC FORMAT RECEIPT AND OPENING OF BIDS: Bids will be received in electronic format (eBids) EXCLUSIVELY at the City of Carlsbad’s electronic bidding (eBidding) site, at: https://www.carlsbadca.gov/services/depts/finance/contracting/default.asp and are due by the date and time shown on the cover of this solicitation. BIDDERS MUST BE PRE-REGISTERED with the City’s bidding system and possess a system-assigned Digital ID in order to submit an electronic bid. The City’s electronic bidding (eBidding) system will automatically track information submitted to the site including IP addresses, browsers being used and the URLs from which information was submitted. In addition, the City’s bidding system will keep a history of every login instance including the time of login, and other information about the user's computer configuration such as the operating system, browser type, version, and more. Because of these security features, Bidders who disable their browsers’ cookies will not be able to log in and use the City’s bidding system. The City’s electronic bidding system is responsible for bid tabulations. Upon the bidder’s or proposer’s entry of their bid, the system will ensure that all required fields are entered. The system will not accept a bid for which any required information is missing. This includes all necessary pricing, subcontractor listing(s) and any other essential documentation and supporting materials and forms requested or contained in these solicitation documents. BIDS REMAIN SEALED UNTIL DUE DATE AND TIME eBids are transmitted into the City’s bidding system via hypertext transfer protocol secure (https) mechanism using SSL 128-256-bit security certificates issued from Verisign/Thawte which encrypts data being transferred from client to server. Bids submitted prior to the Due Date and Time are not available for review by anyone other than the submitter, who will have until the Due Date and Time to change, rescind or retrieve its bid should they desire to do so. BIDS MUST BE SUBMITTED BY DUE DATE AND TIME Once the deadline is reached, no further submissions are accepted into the system. Once the Due Date and Time has passed, bidders, proposers, the general public, and City staff are able to immediately see the results online. City staff may then begin reviewing the submissions for responsiveness, compliance and other issues. Revised 6/12/18 Contract No. 5550 Page 7 of 144 RECAPITULATION OF THE WORK Bids shall not contain any recapitulation of the Work. Conditional Bids may be rejected as being non-responsive. Alternative proposals will not be considered unless called for. BIDS MAY BE WITHDRAWN by the Bidder prior to, but not after, the time set as Due Date and Time. Important Note: Submission of the electronic bid into the system may not be instantaneous. Due to the speed and capabilities of the user’s internet service provider (ISP), bandwidth, computer hardware and other variables, it may take time for the bidder’s submission to upload and be received by the City’s eBidding system. It is the bidder’s sole responsibility to ensure their bids are received on time by the City’s eBidding system. The City of Carlsbad is not responsible for bids that do not arrive by the Due Date and Time. ELECTRONIC SUBMISSIONS CARRY FULL FORCE AND EFFECT The Bidder, by submitting their electronic proposal, agrees to and certifies under penalty of perjury under the laws of the State of California, that the certification, forms and affidavits submitted as part of this proposal are true and correct. The bidder, by submitting its electronic bid, acknowledges that doing so carries the same force and full legal effect as a paper submission with a longhand (wet) signature. By submitting an electronic bid, the bidder certifies that the bidder has thoroughly examined and understands the entire Contract Documents (which consist of the plans and specifications, drawings, forms, affidavits and the solicitation documents), and that by submitting the eBid as its bid proposal, the bidder acknowledges, agrees to and is bound by the entire Contract Documents, including any addenda issued thereto, and incorporated by reference in the Contract Documents. BIDS ARE PUBLIC RECORDS Upon receipt by the City, bids shall become public records subject to public disclosure. It is the responsibility of the Bidder to clearly identify any confidential, proprietary, trade secret or otherwise legally privileged information contained within the proposal’s General references to sections of the California Public Records Act (PRA) will not suffice. If the Bidder does not provide applicable case law that clearly establishes that the requested information is exempt from the disclosure requirements of the PRA, the City shall be free to release the information when required in accordance with the PRA, pursuant to any other applicable law, or by order of any court or government agency, and the Bidder agrees to hold the City harmless for any such release of this information. This bid and the terms of the Contract Documents and Supplemental Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Revised 6/12/18 Contract No. 5550 Page 8 of 144 Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans, provisions, and specifications as approved by the City Council of the City of Carlsbad on file with the City Clerk’s Office. The specifications for the work include City of Carlsbad Technical Specifications, Project Technical Specifications and General Provisions. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. SUMMARY OF BIDDING SCHEDULE An overview of the bidding schedule is included in the following table. Details for each activity can be found in relevant section. ACTIVITY SCHEDULE TIME Released for bid September 8, 2021 5 p.m. Mandatory pre-bid meeting and site visit September 22, 2021 11 a.m. Deadline for questions September 27, 2021 5 p.m. Final addendum/Q&A posted October 1, 2021 5 p.m. Bid opening October 6, 2021 11 a.m. BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly executed including notarization, where indicated. 1. Contractor's Proposal 2. Bidder's Bond (at time of Bid submit PDF copy via PlanetBids / All Bidders). Bid Bond (Original) within two (2) business days of bid Opening / three (3) Apparent Low Bidders 3. Noncollusion Declaration 4. Designation of Subcontractor and Amount of Subcontractor’s Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) Revised 6/12/18 Contract No. 5550 Page 9 of 144 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder’s Statement Re Debarment 9. Bidder's Disclosure of Discipline Record 10. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) BIDDER’S GUARANTEE OF GOOD FAITH (BID SECURITY) At the time of bid submission, bidders must upload and submit an electronic PDF copy of the aforementioned bid security. Whether in the form of a cashier's check, a properly certified check or an approved corporate surety bond payable to the City of Carlsbad, the bid security must be uploaded to the City’s eBidding system. Within two (2) business days after the bid opening date, the first three (3) apparent low bidders must provide the City with the original bid security. Failure to submit the electronic version of the bid security at time of bid submission shall cause the bid to be rejected and deemed non-responsive. Only the three (3) apparent low-bidders are required to submit original bid security to the city within two (2) business days after bid opening date. Failure to provide the original within two (2) business days may deem the bidder non-responsive. ENGINEER’S ESTIMATE All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $540,000. TIME OF COMPLETION The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: A – General Engineering Contractor. STATEMENTS OF TECHNICAL ABILITY AND EXPERIENCE FOR CONTRACTOR’S REPRESENTATIVE Bidder shall also demonstrate that the firm will provide a qualified Contractor’s Representative (as defined in Section 7-6) for the Project. Within the Bid, Bidder shall acknowledge that proof of the Contractor’s Representative qualifications shall be submitted within 24 hours of notification as apparent low bidder. The qualifications for the Contractor’s Representative shall include at a minimum: Revised 6/12/18 Contract No. 5550 Page 10 of 144 • Submit resume and complete qualifications form demonstrating 5 years' experience as superintendent of sewer lift station projects, with at least five projects with contract values specific to sewer lift station improvements over $500,000. The City reserves the right to disqualify bidders if the required technical ability and experience for the Contractor’s Representative is not established. In the event that the Contractor would like to change the Contractor’s Representative through the course of Project completion, Contractor shall notify the Agency at least two weeks prior and submit the same paperwork for the Engineer’s review demonstrating the proposed Contractor’s Representative meets the minimum requirements of the position. Engineer will review qualifications of proposed Contractor’s Representative within 5 working days of receipt. In the event of a change in Contractor’s Representative, the City reserves the right to suspend work, at the Contractor’s cost, until a qualified Contractor’s Representative is assigned to the Project. ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 5% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained from the City’s website: https://www.carlsbadca.gov/services/depts/finance/contracting/bids.asp. Paper copies will not be sold. INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. BIDDER’S INQUIRIES Questions on the bid documents during the bid period shall be submitted in writing, via email, solely to: Graham Jordan, Contract Administrator graham.jordan@carlsbadca.gov Questions shall be definite and certain and shall reference applicable drawing sheets, notes, details or specification sheets. The cutoff date to submit questions is identified in the bidding schedule. No questions will be entertained after that date. Revised 6/12/18 Contract No. 5550 Page 11 of 144 The answers to questions submitted during the bidding period will be published in an addendum and provided to those bidding on the project no later than the date specified in the bidding schedule. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The Prime Contractor and all subcontractors shall comply with Section 1776 of the Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. MANDATORY PRE-BID MEETING A mandatory pre-bid meeting will be held at the project site, 2860 Winthrop Avenue, Carlsbad, California 92010, on September 22, 2021 at 11 a.m. Bidders are advised that portions of the work site are inaccessible to the public and arrangements to view the site at other dates and times will not be made. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. ADDENDA Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. Revised 6/12/18 Contract No. 5550 Page 12 of 144 BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Revised 6/12/18 Contract No. 5550 Page 13 of 144 September 7, 2021 Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2021-165, adopted on the 13th day of July 2021. ________________________ ____________________________________ Date Graham Jordan, Deputy Clerk •~ _ _) CITY OF CARLSBAD VILLAS LIFT STATION REPLACEMENT CONTRACT NO. 5550 City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 CONTRACTOR'S PROPOSAL The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Con.tract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 55.50 -in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: SCHEDULE "A" Approximate Item Quantity Unit Price No. Description And Unit (Figures} 1 Mobilization (not to exceed LS 5% of Total Bid) j ~·•!lgJ-~J;fa,r~ -~)Py (Price in Words) 2 Excavation Support System LS SecJe..,.. ,iDt.tSw i~"'1f ~W'lioJ Ai1i1'o/ (Price in Words) \' 3 Demolition . LS T1AJ-eit\"!1: 1~ra,.•-rt.l!J1AJg_f'\J '""~~ (1~,,J..,. .. (Price inqrds) . 4 Potholing k J LS Sev~ ( I}) i, 1 0 lo\Jtt..,.. ~~dl~, it.'~ b+y fuc (Price in Words) Contract No. 5550-PWS22-1536UTIL Villas Lift Station Replacement 1 Addendum No; 1 Total Amount (Figures} $ i.t-~~o $ 1roio $ ~302) $ 2,,7fjc..f 5 GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the followil]g "Subcontractor Disclosure Form" Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, "Bid", "Bidder'', "Contract", "Contractor'', "Contract Price", "Contract Unit Price", "Engineer'', "Own Organization", "Subcontractor'', and "Work". Bidders are further urged to review sections 2:-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be performed by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designa~ion of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and· correct information may result in rejection of the bid as non- responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder . proposes as installer of said materials. The value of material incorporated in any Subcontractor-installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does riot have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percen.t (50%) of the work with its own forces. Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be final. ,, •+;' Revised 6/12/18 Contract No. 5550 Page 21 of 144 Contractor is prohibited 1from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. . Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. ,, ' •+;' Revised 6/12/18 Contract No. 5550 Page 22 of 144 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) VILLAS UFT STATION REPLACEMENT CONTRACT NO. 5550. The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which . will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. Date AName and'.Ptfone . ' .. \'; ' Amount Contract Name arid Address ' '.. No. of Per~on\to Type:of Work of Comoleted of the Employer contracb~-.. · ':~\it,::-· C.ontract ~ <-,, tJ, ifta:,c-~ __ n~-1-Pad_. , 1 I J IT ., ~+;' Revised 6/12/18 Contract No. 5550 Page 24 of 144 Michael Lopez 5022 Thorne Drive La Mesa, CA 91942 mlopez@tharsosinc.com PROFESSIONAL EXPERIENCE June 2010 -Present President ofTHARSOS INC Sept 2005 -June 2010 Assistant Project Manager -Archer Western Contractors 619-669-8377 cell Assigned to Pump Turbine & Pipeline Coating Repair in Rancho Penasquitos, CA. Dismantle Pump Turbine ($150K) Assigned to Alvarado WTP Ozone Project in La Mesa, CA. Contract to build Ozone Building ($4 7M) Assigned to Lake Hodges Pump House Storage Facility in Escondido, CA. Contract to build Pump House ($56M) Assigned to Alvarado WTP Phase II Expansion in La Mesa, CA. Contract to build Floc/Sed Basins ($29M) -My position was to professionally represent, support, and advocate the organization's philosophy, policies and procedures and demonstrate excellent leadership and people skills in the presence of its Clients, Architects, and Engineers. My responsibilities included: Assist in estimating large public work projects, prepare contracts for vendors and subcontractors, prepare and negotiate field orders and change orders, prepare and schedule for shut downs and tie-ins, prepare and process pay applications, review and process invoices, generate P&L reports, update and generate P3 schedules, perform safety walks, attend meetings with clients and owners, start and close jobs. May 2004-Sept 2005 Project Engineer-Archer Western Contractors Assigned to Alvarado WTP Phase II Expansion in La Mesa, CA. Contract to build Floc/Sed Basins ($29M) -My responsibilities included: maintain daily logs and project diary, review cost coding (time sheets and invoices), review daily production reports, review submittals, drafting-field sketches, interpreting contract drawing and specifications, maintain monthly photos, record equipment and material deliveries, prepare and monitor CPM schedule for project. Aug. 1998 -Mar. 2003 Field/Mechanical Engineer -Cherne Contracting Corporation Assigned to ARCO Polypropylene Project in Long Beach, CA. Contract to build polypropylene plarit (>$100M) Assigned to BP Amoco Refinery Butanediol Project in Lima, OH. Contract to build a butanediol plant (>$100M) Assigned to Empire Electric State Line Project in Joplin, MO. Subcontract for mechanical side of Combined Cycle Power Plant(500MW)($50-100M) Assigned to Equilon Refinery in Long Beach, CA. Contract to upgrade refinery for clean fuels (regulation capital improvements). ($20-40M) -Construction Management Activities included scheduling the installation of piping and mechanical equipment with the intent to meet completion dates as set by owner. Inspect work and verify compliance with applicable codes, and specifications. Work with superintendent and supervise up to 40-50 union craft employees during construction activities. Provide if possible most efficient construction path. Provide owners with options, solutions, and estimated cost for design errors or for any problem that inhibit construction. Assure project was built to plans and specifications. Update construction schedule and plan out work for new proposed construction and shut down work. Generate progress reports and verify work efficiencies. Schedule final walk downs for tum over. Participate in construction meeting with client and owners. Organize all documentation. Communicate with vendors for equipment problems, handling, storage, start up, etc. Perform material takeoffs, draft isometrics for layout and construction. Nov. 1995 -Aug. 1998 Field/Mechanical Engineer -Scott Company of Southern California Assigned to Mobil Boiler Feed Project in Torrance. Contract to build RO/Microfiltration water treatment plant (>$12M) -My duties included expediting submittals for approval, writing RFI's, inspecting fieldwork, investigating problems with construction and methods, corresponding with vendors and subcontractors, documentation control, concrete testing preparations, purchasing/scheduling equipment, material check-in, assisting Project Manager with technical assignments, generating reports, attending construction meeting. Assigned to Hyperion Water Treatment Plant Full Secondary Facilities Phase 2 Project. (>$100M) -Assist Mechanical Superintendent with field operations and procurement of materials/equipment for projects involving liquid oxygen tank installation, large/small bore piping installations above and below grade, pumps, gas scrubber sys, chemical feed systems, clarifier equipment, reactor equipment, and other mechanical items. Other · responsibilities included subcontract administr~tion, documentation control, expediting submittals, preparing work schedules, tracking tests_ for piping and field welds, and working with vendors to establish priorities for equipment/materials deliveries and 'installations. · . · · · · Sept. 1992 -Nov. 1995 Project Estimator Assistant/ Contract Administrator -Manhole Adjusting Inc. Manhole Adjusting Inc. is a General Engineering Contracting firm that specializes in the construction ofroads and highways with Asphalt Rubber. . ' -My duties included working with Project Manager on scheduling, coordinating daily activities for workers, performing technical assignments, monitoring. work operations in relation to schedule and budget criteria, _develop . cost reports for project functions on a daily, weekly and monthly basis, coordinate work requirements for subcontractors and material vendors, prepare technical documents ( calculations, field designs,· operation procedures) · as required, provide quantity takeoffs and cost estimates for contract bidding, perform site investigation to be used in . subsequent bid estimate, and conduct field inspections for construction relative to plans and. specifications. · EDUCATION CALIFORNIA STA TE POLYTECHNIC UNIVERSITY, POMONA Bachelor of Science in Civil Engineering -Envir9nmental Option BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, E_MPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) VILLAS LIFT STATION REPLACEMENT CONTRACT NO. 5550 As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: J6 Comprehensive General Liability ~ Automobile Liability ~ Workers Compensation □ Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, · whether owned, non-owned or hired, and whether scheduled or:non-scheduled. ('\ • ., Revised 6/12/18 Contract No. 5550 Page 26 of 144 Policy Number: VRS0005079 Effective Date: 02/28/2021 Expiration Date: 02/28/2022 VIRTUE RISK PARTNERS VIRTUE PACK COMMON POLICY CONDITIONS This endorsement modifies insvrance provided under VIRTUE PACK SERVICE BUSINESS PACKAGE POLICY. Notwithstanding anything contained to the contrary in this VIRTUE PACK Service Business Package Policy, it is hereby agreed that all coverages bound and scheduled in the VIRTUE PACK Service Business Package Policy Declarations or the Contractors Pollution Liability Supplemental Declarations are subject to the following terms and conditions. In the event of a conflict between the provisions of these Common Policy Conditions. and any Coverage Part~ the provisions of these Common Policy Conditions shall control. · A. LIMITS OF LIABILITY AND DEDUCTIBLE -ALL COVERAGE PARTS 1. With the exception of any defense costs paid under the Commercial General Liability Coverage Part, the General Aggregate Limit Applicable to All Coverage Parts Combined, shown in the Declarations under Item III: Limits of Liability, is the most we will pay for the sum of CLAIMS, CLAIMS EXPENSES, occurrences or damages under all Coverage Parts, Optional Coverages, Supplemental Coverages, and Supplementary Payments under this VIRTUE PACK Service Busine!iS Package Policy. 2. · If any CLAIM under any Coverage Part of this VIRTUE PACK Service Business Package Policy applies to multiple Coverage Parts, then the General Aggregate Limit Applicable to All Coverage Parts Combined, shown in the Declarations shall be limited to the highest applicable Limit of Liability payable under any one of the applicable Coverage Part_s, with the exception of any applicable Excess Liability Coverage. ~, ADDITIONAL INSURED 1. It is understood and agreed that Section IL WHO IS AN INSURED of the Comm~rcial General Liability Coverage Part and S~ction IV. DEFINITIONS, Paragraph I. INSURED of the Contractors Pollution Legal Liability and Professional Liability Coverage Parts, as applicable, are amended to include ADDITIONAL INSUREDS, but only with respect to liability for "bodily injury," "property damage," "personal and advertising · injury" or LOSS caused, in whole or in part, by: a) "your work", YOUR SERVICES, or PROFESSIONAL SERVICES performed for that ADDITIONAL INSURED and included in the "products-complet~d operations hazard"; b) Your acts or omissions in the performance of your ongoing operations for that ADDITIONAL INSURED;or c) The acts or omissions of those acting on your behalf in the performance of your ongoing operations for that ADDITIONAL INSURED. However: 1. The insurance afforded to such ADDITIONAL INSURED only applies to the extent permitted by law; and 2. If coverage p:t;ovided to the ADDITIONAL INSURED is required by a contract or agreement, the insurance afforded to such ADDITIONAL INSURED will not be broader than that which you are required by the contract or agreement to provide for such ADDITIONAL INSURED. 2. With respect to the insurance afforded to any ADDITIONAL INSURED, the following is added to Section III. LIMITS OF INSURANCE of the Commercial General Liability Coverage Part and Section V. LIMITS OF LIABILITY AND DEDUCTIBLE of the Contractors Pollution Legal Liability and Professional Liability Coverage Parts: If coverage provided to the ADDITIONAL INSURED is required by a contract or agreement, the most we will pay on behalf of the ADDITIONAL INSURED is the amount of insurance: a. Required by the contract or agreement; or b. Available under the applicable Limits of Insurance, whichever is less. VP E 201 (2/19) Page 1 of9 © 2019 Virtue Risk Partners, LLC It is understood and agreed that for the purposes of thi.s Endorsement the following definition shall apply. A. ADDITIONAL INSURED means: 1. Any person or entity specifically endorsed onto this Policy as an ADDITIONAL INSURED. If any, such ADDITIONAL INSURED shall maintain only those rights pursuant to this Policy as are specified by endorsement; or 2. Any person or organization the NAMED INSURED is required to name as an additional insured in a written contract or agreement, but only with respect to "your work," YOUR SERVICES or PROFESSIONAL SERVICES performed by or on behalf of the NAMED INSURED for that person or organization. However, such persons or organizations are covered only with respect to "bodily injury," "property damage," "personal and advertising injury," or LOSS arising out of "your · work," YOUR SERVICES or PROFESSIONAL SERVICES and are not covered for any "bodily irijury," "property damage," "personal and advertising injury," or LOSS arising out of the person's or organization's own liability. · C .. EXCLUSIONS There is no coverage whatsoever under this Policy for any of the following. We will also have no duty to defend the msured against any suit seeking damages to which this insurance does not apply. 1. Cross Suits Any liability or obligation from any CLAIM initiated, alleged or caused to be brought about by a NAMED INSURED or INSURED against any other NAMED INSURED or INSURED. This exclusion shall not apply to CLAIMS brought by any person(s) or organization(s) whom you.agree, in a written contract, to name as an ADDITIONAL INSURED. . 2. Prior Knowledge, Expected or Intended Injury BODILY INJURY, PROPERTY DAMAGE, ENVIRONMENTAL DAMAGEor POLLUTION CONDITIONS expected or intended, should have been known by, or could.have reasonably been expected by any RESPONSIBLE INSURED, to give rise to a CLAIM. This exclusion shall not apply to BODILY INJURY resulting from the use of reasonable force to protect persons or property. 3. Intentional Acts BODILY INJURY, PROPERTY DAMAGE or ENVIRONMENTAL DAMAGE based upon or arising from any acts of an INSURED which are based upon or otherwise attributed to the INSURED'S intentional, willful, dishonest, fraudulent, malicious, deliberate or knowingly wrongful act, including but not limited to such behavior or non-compliance with any statute, regulation, ordinance, administrative complaint, notice of violation, notice letter, executive order, or instruction of any governmental agency or body prior to o.r after inception of this Policy, including but not limited to an intentional discharge, seepage, disposal, dispersal, migration, release of any substance that could cause a POLLUTION CONDITION, committed by or at the direction of a RESPONSIBLE INSURED. This exclusion does not apply to a RESPONSIBLE INSURED that did not commit, participate in, or have knowledge of such an act. 4. Workers' Compensation Any liability or obligation of any INSURED under any workers compensation, disability.benefits, unemployment compensation, employee benefits, pension sharing, BRISA law or any similar federal, state or local law and any amendments thereto. 5. Employment Practices Liability INJURY OR DAMAGE to: a. A person arising out of any: (1) Refusal to employ that person; (2) Termination of that person's employment; or (3) Employment-related practices, policies, acts or omissions, such as coercion, demotion, evaluation, reassignment, discipline, defamation, harassment, humiliation, 'discrimination or malicious prosecution directed at that person; or . VP E 201(2/19) Page 2 of9 © 2019Virtue Risk Partners, LLC Additionally, the Company may exercise the right to require that such counsel have certain minimum qualifications with respect to their competency, including experience in defending CLAIMS similar to the one pending against the INSURED and to require such counsel to have errors and omissions insurance coverage. As respects any such counsel, the INSURED agrees that counsel will timely respond to th~ Company's requests for information regarding the CLAIM. Furthermore, the INSURED may at any time, by its signed consent, freely and fully waive its right to select independent counsel. 11. Inspection and Audit: Any of the Company's authorized representatives shall have the right and opportunity, but not the obligation, when the Company so desires, to interview persons employed by the INSURED and to inspect at any reasonable time, during the POLICY PERIOD or thereafter, the INSURED'S premises, equipment, operations, COVERED LOCATIONS and all improvements, structures, products, ways, works, machinery and appliances thereon; but neither the Company nor its representatives shall assume any . responsibility or duty to the INSURED or to any other party, person or entity, by reason of such right or inspection. Neither the Company's right to make inspections, nor the actual undertaking thereof nor any report thereon shall constitute an undertaking on behalf of the INSURED or others, to determine or warrant that property or operations are safe, healthful or conform to acceptable engineering practices or are in compliance . with any law, rule or regulation. The NAMED INSURED agrees to provide access to appropriate personnel to assist the Company's representativ:es during any inspection. The Company shall also have the right to examine or audit any financial records of the NAMED INSURED to inspect for accuracy in reporting income or revenue as represented and warranted in the Application. Premium audits may be processed as a result of such inspection, after any policy expires or is terminated. Premium adjustment calculations shall determine additional premiums due, if any, and shall not result in any mid-term downward adjustment of premium. 12. Material Change in Risk: The INSURED must endeavor to notify the Company, in writing, of any change in operations which materially increases the risk from that originally assumed by the Company at Policy inception. Any failure by the INSURED to notify the Company may void all additional risk presented to 'the Company, if that failure to notify the Company presents additional exposure that the company has not had the opportunity to assess or receive due c<;msideration for. The Company re'serves the right to rescind all coverage offered under this policy, accordingly. · 13. Mediation and Deductible Credit: If the INSURED and the Company agree to use Mediation to resolve a covered CLAIM, and is completely resolved by such Mediation, the INSURED's Deductible obligation will be reduced by 75%, subject to a maximum monetary reduction of $35,000: For the purpose of this paragraph, Mediation means a non-binding process where a neutral panel of individuals 'assist the parties to reach their own settlement. When this occurs, we will reimburse the NAMED INSURED as soon as practical for any qualifying deductible amount which was already paid by the NAMED INSURED prior to the Mediation. 14. Minimum Earned Premium: If this Policy is cancelled at the request of any NAMEDINSURED, the total retained by the Company shall not be less than25.00% . 15. Nonrenewal: The Company may non-renew this Policy bymailing or delivering to the NAMED INSURED at the address stated on the Declarations Page, or any endorsement amending the Declarations Page, written notice of nonrenewal at least sixty (60) days before the expiration date of this Policy. The offer of Policy terms, conditions or premium different than those in effect prior to renewal, shall not constitute non-renewal. 16. Other Insurance: Commercial General Liability Coverage Only: a. Primary Insurance: This insurance is primary except when b. below applies. b. Excess Insurance: (1) This insurance is excess over any other insurance, whether primary, excess; contingent or on any other basis: · (a) That is Fire, Extended Coverage, Builder's Risk, Installation Risk or similar coverage for "your work"; · (b) That is Fire insurance for premises rented to you or temporarily occupied by you _with · permission of the owner; VP E 201(2/19) Page 7 of9 © 2019 Virtue Risk Partners, LLC (c) That is insurance purchased by you to cover your liability as a tenant for "property damage" to premises rented to you or temporarily occupied by you with permission of the owner; (d) If the loss arises out of the maintenance or use of aircraft, "auto" or watercraft to the extent not subject to Exclusion g. of Coverage A (SECTION I); or (e) That is valid and collectible insurance available to you under any other policy. (2) When this insurance is excess, we will have no duty under Coverages A or B to defend the insured against any "suit" if any other insurer has a duty to defend the insured against that "suit." If no other insurer defends, we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers. (3) When this insurance is excess over other insurance, we will pay only the amount of the loss, if any, that exceeds the sum of: · (a) The total amount that all such other insurance would pay for the loss in the absence of this insurance; and · · · (6) The total of all deductible and self-insured amounts under all other insurance. If a loss occurs involving two. or more policies, each of which states that its insurance will be excess, then our policy will contribute on a pro rata basis. · All Other Coverage Parts except the Environmental Impairment Llability Coverage Part: If ariy part of either LOSS or CLAIMS EXPENSE are covered under this Policy and any other valid and collectible current, prior or subsequent Policy(ies) issued by any other insurer, this Policy shall provide coverage for such LOSS or CLAIMS EXPENSE on a pro rata basis with such other policy according to. the applicable Llmits of Liability of the applicable Coverage Part and such other policy. This coverage shall apply on an excess basis over any and all Project Specific Policies. This insurance shall in no way be increased or expanded as a result of the receivership, insolvency, or inability to pay of any insurer with respect to both the duty to indemnify and the duty to defend. This also applies to the INSURED while acting as a self-insured for any coverage. The INSURED shall promptly upon the request of the Company provide the Company with copies of all policies potentially applicable against the liability to which · this Policy applies. T.he Company's obligation to make any payment for TRANSPORTATION shall be on an excess and non- contributory basis over any other primary and excess insurance available to the INSURED, whether colle~tible or not. 17. Primary Non-Contributory: Except as otherwise specified herein, this Policy shall be considered primary to any similar insurance held by third parties.with respect to "your work;" YOUR SERVICES and PROFESSIONAL SERVICES performed by you under any written contractual agreement with such third party. It is further .agreed that any other insurance which person(s) or organizations(s) as referenced above may have, is excess and -· non-contributory_to this insurance. 18. · Severability: Except with respect to the Llmits of Liability, and any rights or duties specifically assigned in this Policy to the NAMED INSURED, this insurance applies as if each NAMED INSURED were the only NAMED INSURED and separately to each INSURED against whom a CLAIM is made. . . . 19. Sole Agent: The NAMED INSURED first listed in the Declarations shall be deemed agent of, and act on behalf of, all other INSUREDS, if any, with respect to all matters involving this policy, including the payment or return of premium, payment of all deductibles, receipt and acceptance of any endorsement issued to form a part of the Policy, giving and receiving notification of cancellation or non-renewal, and the exercise the Policy of the rights provided in the Extended Reporting Period clause, if applicable. The Company shall have the right to seek indemnification from any INSURED or any other person who may be legally liable for the debts of the NAMED INSURED .. 20. Transfer or Recovery Rights: · If the Company pays any amount or incurs CLAIM EXPENSE under this Policy, the Company shall be subrngated to the rights of recovery of each INSURED, against any person, firm or VP E 201(2/19) · Page 8 of9 © 2019 Virtue Risk Partners, LLC organization. All INSUREDS shall execute and deliver instruments and papers and do whatever else is necessary to secure such rights, including :without limitation, assignment of the INSURED rights against any person or organization on account of which the Company made payment or incurred coverage expense under this Policy. The INSURED shall do nothing to waive or prejudice such rights either prior or subsequent to any CLAIM. . 21. Transfer of the NAMED INSURED'S Rights and Duties: The NAMED INSURED'S nghts and duties under this policy may not be transferred without the Company's written consent except in the case of death of an · . individual NAMED INSURED. If an individual N.A¥E,D INSURED. dies, their rights and duties will be transferred to the NAMED INSURED'S legal represe~tative, but only while acting within the scope of duties as the NAMED INSURED'S legal representative. Until the NAMEp INSURED'S legal representative is appointed, anyone having proper temporary custody of the NAMED INSURED'S property will have the NAMED INSURED'S rights and duties, but only with respect to that property. 22. Waiver of Subrogation: The Company waives any right of recovery it may have against any person(s) or organization(s) to whom the NAMED INSURED agrees, in a written contract, to provide a waiver of subrogation because of payments the Company makes for injury or damage arising out of the YOUR SERVICES done under a contract with that person or organization. This status exists only for the project specified in that contract. Under no circumstances shall this provision act to extend the policy period, change the scope of coverage, or increase the Aggregate Llmits oflnsurance scheduled in the VIRTUE PACK Service Business Package Policy Declarations or in any Supplemental Declarations. This paragraph shall not apply to the Environmental Impaknent Liability . Coverage Part. · 23. Claim and Loss Apportionment. If a Claim made against ·an Insured includes both covered and uncovered allegations, or is made against an Insured and others not insured, the Insured and the Company recognize that · there must be an allocation between covered and uncovered Claim Expenses and Loss payments, if any. The Insured and the Company shall use good faith efforts. to agree upon a fair allocation between covered and uncovered Claims, Claim Expenses, and Loss taking into account the relative legal and financial exposures, and the relative benefits obtained in connection with the defense and/ or settlement of the Claim by the Insured or others. a. · If the Insured and the Insurer are unable to agree on the amount of the allocation, then the Company shall pay only those amounts (excess of the Deductible) which the Company deems to be fair and equitable until a different amount shall be agreed upon or determined pursuant to the terms of this Policy. . b. The Company may advance Claims Expenses and or Loss and pursµant to this paragraph prior to the final disposition of any such Claim, provided such Claim is covered by this Polic:y. Any such advance shall be on the condition that: (1) the appropriate Deductible has been satisfied; and . (2) any amounts advanced by the Company shall serve to reduce the Limit of Liability stated in the Declarations to the extent they are not in fact repaid; and (3) the Insured and the Company have agreed upon the portion of the Claims Expenses or Loss attributable to covered Claims against the Insureds; provided, however, if no agreement, the Company shall pay Costs of Defense as specified herein; and · . · (4) in the event it is finally established that the Company has no liability uridei: the Policy for such Claim, the Insured will repay the Company all Claims Expenses and/ or Loss advanced by vi1me of this provision. All other policy terms and conditions shall remain the same. · .. :.:.,EASE READ THIS ENDORSEMENT CAREFULLY AND COMPLETELY. . THIS ENDORSEMENT CHANGES THE POLICY. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. VP E 201(2/19) Page 9 of9 © 2019 Virtue Risk Partners, LLC Policy Number: VRS0005079 . Effective Date: 02/28/2021 Expiration Date: 02/28/2022 VIRTUE RISK PARTNERS VIRTUE PACK DESIGNATED CONSTRUCTION PROJECT(S) AGGREGATE LIMIT SUBJECT TO AN ALL PROJECTS LIMIT . PLEASE READ THIS ENDORSEMENT CAREFULLY AND COMPLETELY. THIS ENDORSEMENT CHANGES THE POLICY. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. This endorsement modifies insurance provided under Commercial General Liability Coverage Part of the VIRTUE PACK SERVICE BUSINESS PACKAGE POLICY. With respect to coverage provided by this endorsement, the provisions of the .Coverage Part apply unless modified by the endorsement. COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): All Projects occurring away from your own premises. All Projects Required by Written Contract ?nnation required to co~plete thi~ Schedule, if not shown above, will be shown~ the Declarations. A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I-Coverage A, and for all medical expenses caused by accidents under Section I- Coverage C, which can be attributed only to ongoing operations at a singie designated construction project shown in the Schedule above: . 1. A separate Designated Per Project Aggregate Limit equal to the General Aggregate Limit shown in the Declarations shall apply to each Designated Construction Project. However, the most we will pay under the insurance provided by this endorsement for all Designated Construction Projects shown in the Schedule above is $ 2,000,000 unless otherwise stated belo~: · ~ $ ___ _ 2. The separate Designated Per Project Aggregate Limit proyided in A. 1. above is the most we will pay for the sum of all damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard," and for medical expenses under Coverage C regardless of the number of: · a. Insureds; b. Claims made or "suits" brought; or· c. Persons or organizations making claims or bringing "suits." 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the separate Designated Per Project Aggregate Limit provided in A.1. for that particular Designated Construction Project. Such. payments shall not reduce the General Aggregate· Limit shown in th~ :peclarations, nor shall they reduce the insurance provided by this endorsement for any other Designated Construction Project. · VP CGL E 332 (01/17) Page 1 of2 © 2017 Virtue Risk Partners, ILC 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such ~ts :..vm be subject to the applicable separate Designated Per Project Aggregate Limit provided in A.1. for each Designated Construction Project. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrence" under Section I-Coverage A, and for all medical expenses caused by accidents under Section I- Coverage C, which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Llmit or the Products-:-Completed Operations Aggregate Limit, whichever is applicable; and ' 2. Such payments shall not reduce any separate Designated Per Project Aggregate Limit provided in' A.1. C. When coverage for liability arising out of the "products-completed operations hazard" is provided, any payments for damages because of "bodily injury'' or "property damage" included in the "products- completed operations hazard" will reduce the Products-Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor any.separate.Designated Per Project Aggregate Limit provided inA.1. ' D. If the applicable designated construction project has been abandoned~ delayed, or abandoned and theri restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. · E. The provisions of Section III-Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. l?t,EASE READ THIS ENDORSEMENT CAREFUILY AND COMPLETELY. THIS ENDORSEMENT CHANGES 3 POLICY. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. I VP CGL E 332 (01/17) Page 2 of2 © 2017 Virtue Risk Partners, LLC POLICY NUMBER: VRS0005079 COMMERCIAL GENERAL LIABILITY CG 2037 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or"Organizatiori(s): Location And Description Of Completed Operations Any person or organization that the insured is required As Required by Written Contract. by contract to name as an additional insured. · Information required to complete this Schedule, if not shown above, will .be shown in ·the Declarations. Section II -Who Is An Insured is amended to · include as .an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to. liability for "bodily injury" or "property dam- age" caused, in whole or in part, by "your work" at the location designated· and described in the sched- ule of this endorsement performed for that additional. insured, and included in the "products-completed operations hazard". CG 20 37 07 04 © ISO Properties, Inc.; 2004 Page 1 of 1 Policy Number: BA040000051018 - THIS ENDORSEMENTCHANGES THE POLICY. PLEASE READ IT CAREFULLY. Business Auto Broadening Endorsement This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. NEWLY ACQUIR~D.OR FORMED ENTITY (BROAD FORM NAMED INSURED) 11. EMPLOYEES AS INSUREDS 111. AUTOMATIC ADDITIONAL INSURED IV. EMPLOYEE HIRED AUTO LIABILITY V. SUPPLEMENTARY PAYMENTS VI. FELLOW EMPLOYEE COVERAGE VII. ADDITIONAL TRANSPORTATION EXPENSE VIII. HIRED AUTO PHYSICAL DAMAGE COVERAGE IX. ACCIDENTAL AIRBAG DEPLOYMENT COVERAGE X. LOAN/LEASE GAP COVERAGE XI. GLASS REPAIR-DEDUCTIBLE WAIVER XII. TWO OR MORE DEDUCTIBLES XIII. AMENDED DUTIES IN EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS XIV. WAIVER OF SUBROGATION XV. · UNINTENTIONAL ERROR, OMISSION, OR FAILURE TO DISCLOSE HAZARDS . . . . XVI. EMPLOYEE HIRED AUTO PHYSICAL DA.MAGE XVII. PRIMARY AND NONCONTRIBUTORY IF REQUIRED BY CONTRACT XVIII. HIRED AUTO-COVERAGE TERRITORY XIX. BODILY INJURY REDEFINED TO INCLUDE RESULTANT MENTAL ANGUISH Copyright 2013 Mercury Insurance Services,_ LLC. All rights reserved. MCA85101213-CA Includes copyrighted material of Insurance Services Office, Inc., with its Permission Page 1 of 6 Policy Number: BA040000051018 BUSINESS AUTO COVERAGE FORM , I. NEWLY ACQUIRED OR FORMED ENTITY (Broad Form Named Insured) SECTION II -LIABILITY COVERAGE, A. Coverage, 1. Who Is An Insured, the following _is added: d. Any business entity newly acquired or formed by you during the policy period provided you own 50% or more of the business entity and the business entity is not separately insured for Business Auto Coverage. Coverag~ is extended up to a maximum of 180 days following acquisition or formation of the business entity. Coverage under this provision is afforded only until-the end of the policy period. Coverage does not apply to an "accident" which occurred before you acquired or formed the organization. II. EMPLOYEES AS INSUREDS SECTION II -LIABILITY COVERAGE, A. Coverage, 1. Who Is An Insured, the following is added: e. Any "employee" of yours is an "insured" while using a covered "autg" you don't own, hire or borrow in your business or your personal affairs. Ill. AUTOMATIC ADDITIONAL INSURED SECTION II -LIABILITY COVERAGE, A. Coverage, 1. Who Is An Insured, the following is added: f. Any person or organization that you are required to include as additional insured on the Coverage Form in a written contract or agreementthat is signed and executed by you before the "bodily injury" or II property damage" occurs and tha~ is in effect during the policy period is an "insured" for Liability Coverage, but only for damages to which this insurance applies and only to the extent that person or organization qualifies as an· "insured" under the Who Is An Insured provision . contained inSection II. IV. EMPLOYEE HIRED AUTO LIABILITY SECTION II -LIABILITY COVERAGE, A. Coverage, 1. Who Is An Insured, the following is added: _g. An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract 'or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. V. SUPPLEMENTARY PAYMENTS - SECTION 11...: LIABILITY COVERAGE, A. Coverage, 2. C~verage Extensions; a. Supplementary Payments, Subparagraphs (2) and (4) are replaced by the following: MCA85101213-CA (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We are not obligated to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, includi~g _ actual loss of earnings up to $500 a day be_cause of time off from work. . . Copyright 2013 Mercury Insurance Services, LLC. All rights reserv~d. Includes copyrighted material of Insurance S_ervices Office, Inc., with its Permission Page 2 of 6 Policy Number: BA040000051018 VI. FELLOW EMPLOYEE COVERAGE:· . SECTION II -LIABILITY COVERAGE, B. Exclusions, 5. Fellow Employee · This exclusion does not apply if you have workers' compensation insurance in-force covering all of your "employees'.'. Coverage is excess over any other collectible insurance. VII. ADDITIONAL TRANSPORTATION EXPENSE SECTION Ill -PHYSICAL DAMAGE-COVERAGE, A. Coverage, 4; Coverage Extensions, a. Transportation Expenses, i's replaced with the following: . · · · . We will pay up to $50 per day to a maximum of $1000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for Vl.lhkh you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period .beginning48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or . we pay for its "loss"; If your business shown in the Declarations is other than an auto dealership, we will also pay up to $1,000 for reasonable and necessary costs incurred by you to return a stolen covered auto from the place where it is recovered to its usual garaging location, VIH.. HIRED AUTO PHYSICAL DAMAGE COVERAGE SECTION Ill -PHVSICALDAMAGECOVERAGE, A. Coverage,.4. Coverage Extensions, the following is added: .. c. If hired "autos11 are covered "aut~s" for Liability Coverage in this policy and Comprehensive, Specified Causes of Loss, or Collision coverages are provided under · this coverage form for any "auto" you own, then the Physical Damage Coverages provided are extended to "autos" you hire, subject to the following limit: (1) · The most we will pay for "loss" to any .hired "auto" is $50,000 or Actual Cash Value or Cost of Repair, whichever is less·. . . (2) $500 deductible will apply to any lo.ss under this coverage extension, except that no deductil:lle shall apply to "loss" caused by fire or lightning Subject to the above limit and deductible we will provide coverage equal to the br.oadest coverage applicable to any covered "auto" you own of similar size and type, This coverage extension is excess coverage over any othe.r collectible insurance. IX. ACCIDENTAL AIRBAG DEPLOYMENT COVERAGE . SECTION IU -PHYSICAL DAMAGE COVERAGE, B. Exclusions, 3.a.; is amended to add the following: This exclusion does not apply to the accidental discharge of an airbag. Copyright 2013 Mercury Insurance Services, lLC. All rights reserved .. MCA85101213-CA Includes copyrighted material of Insurance Services Office, Inc., with its Permission Page 3 of 6 Policy Numb.er: BA040000051018 · X. LOAN/LEASE GAP COVERAGE SECTION Ill -PHYSICAL DAMAGE COVERAGE C. Limit of Insurance, the fallowing is added: . 4. . In the event of a "total loss" to a covered "autollshown ih the schedule or declarations for which Collision and Comprehensive Coverage apply, we will p_ay any unpaid amount due on the lease or loan for that covered "auto," less: a. The amount paid under the Physical Damage Coverage Section of the b. policy; and Any: (1) (2) (3) '(4) (S) Overdue lease/loan payments at the time of the "loss"; - Fjnancial penalties imposed under a .lease for excessive use, abnormal wear and tear or high mileage. Security deposits riot returned by the lessor; Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and Carry-over balances from previous loans or leases. XI. GLASS REPAIR -DEDUCTIBLE WAIVER SECTION Ill -PHYSICAL DAMAGE COVERAGE, D. Deductible, the following is added: No deductible applies to glass damage-if the glass is repaired rathe'rthan replaced. XII. TWO OR MORE DEDUCTIBLES SECTION Ill -PHYSICAL DAMAGE COVERAGE, D. Deductible, the following is added: If two or more "company" policies or coverage forms apply fo the same accident: 1. lfthe applicable Business Au.to deductible is the smallest,it will be waived; or 2. If the applicable Business Auto deductible is not the smallest, it will be reduced by the amount of the smallest deductible; or 3. . If the loss involves two or more Business Auto coverage forms or policies the smallest deductible will be waived. For the purpose of this endorsement "company" rrieans the company providing this insurance and any of the affiliated members of the Mercury Insurance Group of companies. XIII. AMENDED DUTIES IN EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS The req!-lirement in SECTION IV, BUSINESS AUTO CONDITIONS, A. Loss.Conditions, 2. Duties lnThe Event Of Accident, Clc1im, Suit, Or Loss, a~, In the event of "accident", you must notify us of an "accident" applies only when the "accident" is known to: (1) You, if you are an individual; (2) A partner, if you are a partnership;· . (3) A member, if you are a limited liability company; or (4) An executive officer or insurance manager, if you are a corporation. Copyright 2013 Mercury Insurance Services, LL!=. All rights reserved. . . . . . MCA85101213-CA Includes copyrighted material of Insurance Services Office, Inc., with its Permission Page 4 of 6 Policy Number: BA040000051018 XIV. WAIVER OF SUBROGATION SECTION IV -BUSINESS AUTO CONDITIONS, A. Loss Conditions, 5. Transfer of Rights Of Recovery Against Others To Us, section is replaced by the following: 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the extent required of you by a written contract executed prior to any "accident" or "loss", provided that the "accident" or "loss". arises out of the operations contemplated by such contract. The waiver applies only to the person or organization designated in such contract. XV. UNINTENTIONAL ERROR, OMISSION, OR FAILURE TO DISCLOSE HAZARDS SECTION IV -BUSINESS AUTO CONDITIONS, B. General Conditions, 2. Concealment, Misrepresentation, or Fraud, the following is added: \ Any unintentional omission of or error in information given by you, or unintentional failure to disclose all exposures or hazards existing as of the effective date or at any time during the policy period shall not invalidate or adversely affect the coverage for such exposure or hazard or prejudice your rights under this insurance. However, you must report the undisclosed' exposure or hazard to us as soon as reasonably possible after its discovery . . This provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. XVI. EMPLOYEE HIRED AUTO PHYSICAL DAMAGE SECTION IV-BUSINESS AUTO CONDITIONS, B. General Conditions, 5. Other Insurance, b. For Hired Auto Physical Damage Coverage, is replaced by the following: . b. For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you ·own: 1. Any covered "auto" you lease, hire, rent or borrow; and 2. Any covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". XVII. PRIMARY AND NONCONTRIBUTORY IF REQUIRED BY CONTRACT SECTION IV-BUSINESS AUTO CONDITIONS, B. General Conditions, 5. Other Insurance, the following is added and supersedes any provision to the contrary: MCA85101213-CA e. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would_ not seek contribution from any other insurance available to the additional insured. Copyright 2013 Mercury Insurance Services, LLC. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc., with its Permission Page 5 of 6 Policy Number: BA040000051018 XVIII. HIRED AUTO -COVERAGE TERRITORY SECTION IV -BUSINESS AUTO CONDITIONS, B. General Conditions, 7. Policy Period, Coverage Te.rritory, e. Anywhere in the world if:, is replaced by the following: e. Anywhere in the world if: (1) A covered "auto" is leased, hired, rented or borrowed without a driver for a period of 30 days or less; and (2) The "insured's" responsibility to pay damages is determined in a "suit" on the merits, in the United States of America, the territories and possessions · of the United States of America, Puerto Rico, or Canada or in a settlement , we agree. to. XIX. BODILY INJURY REDEFINED TO INCLUDE RESULTANT MENTAL ANGUISH SECTION V-DEFINITIONS, C. "Bodily Injury" is amended by adding the following: MCA85101213-CA "Bodily injury" also includes mental anguish but only when the mental anguish arises from . other bodily injury, sickness, or disease. Copyright 2013 Mercury Insurance Services, LLC. All rights reserved. Includes copyrighted material of Insurance ·services Office, Inc., with its Permission Page 6 of 6 STATE ENDORSEMENT AGREEMENT CALIFORNIA SHORT-RATE CANCELLATION 'BROKER COPY COM~ENSATION INSURANCE FUND 9058032-21 RENEWAL iOME OFFICE SAN FRANCISCO . EFFECT IVE JUNE 1, 2021 AT 12.01 A.M. NF 5-74-22-05 PAGE 2 OF ALL EFFECTIVE DATES ARE TO JUNE 1, 2022 AT 12.01 A.M. AT 12:01 AM PACIFIC STANDARD TIME OR THE TIME INDICATED AT PACIFIC STANDARD TIME THARSOS THARSOS, INC 7839 UNIVERSITY AVE STE 210 LA MESA, CA 91942 · CONTINUED. 66-69 29% 70-73 30% 74-76 31% . 77-80 32% 81-83 33% 84-87 34% 88-91 35% 92-94 36% 95-98 37% 99-102 38% 103-105 . 39% · 106-109 40% 110-113 41% 114-116 42% 117-120 43% 121-124 44% 125-127 45% 128-131 46% 132-135 47% 136-138 48% 139-142 49% 143-146 50% 147-149 51% 150-153 52% 154'."""156· 53% 157-160 54% 161-164 55% 165-167 56% 168-171 57% 172-175 58% 176-178 59% 179-182 60% 183-:-187 61% 188-.191 62% 192-196 63% 197-200 64% 201-205 . 65% 206-209 66% .210-214 67,% -· 215-218 68% 219-223 69% 224-228 70% 229:-232 71% 233-237 72% 238-241 73% 242-246 74% 247-250 75% 251-255 76% 256-260 77% 261-264 78% 265-269 79% 270-273 80% 274~278 81% 279-282 82% 283-287 83% 288-291 84% 292-296 85% 297-301 · 86% 302-305 87% 306-310 88% 311-314 89% 315-319 90% 320-3-23 91% . 324-328 92% 329-332 93% 333-337 94% 338-342 95% 343-346 96% 347-351 97% 352-355 98% 356-360 99% 361-365 100% · NOJ"HING IN THIS ENDORSEMENT CONTAINED SHALL BE HELD TO VARY, ALTER, WAIVE OR EXTEND ANY OF THE TERMS, CONDITIONS, AGREEMENTS, OR LIMITATIONS OF THIS. POLICY OTHER THAN AS STATED. NOTHING ELSEWHERE IN. THIS POLICY SHALL BE HELD TO VARY, ALTER, WAIVE OR LIMIT THE TERMS, CONDITIONS; AGREEMENTS OR LIMITATIONS OF THIS ENDORSEMENT. COUNTERSIGNED AN~;;:,RANCISCO, . • JUNE 2029 K/ AUTHORIZED REPRE;E~E SCIF FORM 10217 (REV.7-2014) 3, 2021 . Ii~~ .. di~:,,~ PRESIDENT AND CEO OLD DP 217 2 Revised 6/12/18 Contract No. 5550 Page 31 of 144 CONTRACT PUBLIC WORKS This agreement is made this ____________ day of ________________________________, 2021, by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Tharsos, Inc., whose principal place of business is 7839 University Avenue #210, La Mesa, California 91942 (hereinafter called "Contractor"). City and Contractor agree as follows: 1.Description of Work. Contractor shall perform all work specified in the Contract documents for: VILLAS LIFT STATION REPLACEMENT CONTRACT NO. 5550 (hereinafter called "project") 2.Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools,equipment, and personnel to perform the work specified by the Contract Documents. 3.Contract Documents. The Contract Documents consist of this Contract, Notice InvitingBids, Contractor's Proposal, Bidder's Bond, Noncollusion Declaration, Designation of Subcontractors, Technical Ability and Experience, Bidder’s Statement Re Debarment, EscrowAgreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s)to said Plans and Specifications and General Provisions, and all proper amendments andchanges made thereto in accordance with this Contract or the Plans and Specifications, and allbonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4.Payment. For all compensation for Contractor's performance of work under this Contract,City shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progresspayments on the last working day of each month. The City shall withhold retention as required byPublic Contract Code Section 9203. 5.Independent Investigation. Contractor has made an independent investigation of thejobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress ofthe work, and is aware of those conditions. The Contract price includes payment for all work thatmay be done by Contractor, whether anticipated or not, in order to overcome undergroundconditions. Any information that may have been furnished to Contractor by City about 7th December underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other.excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be mc1terial that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed ··to a Class I, Class II, or Class Ill disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character pmvided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardqus waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for,. performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. Contractor shall comply with California Labor Code, section 1776, which generally requires keeping accurate payroll records, verifying and certifying .payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure ,, · •+;' Revised 6/12/18 Contract No. 5550 Page 32 of 144 evidenced using separate documents attached to the certificate of insurance; one for each ··company affording general liability, and employers' liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D) Deductibles and Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects ··the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability of Insurers. Insurance is to be placed with insurers that have a rating in. Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy # 70. (H) Verification of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received qnd approved by the City before the Contract is executed by the City. (I) Cost of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. {'\ •+r' Revised 6/12/18 Contract No. 5550 ·Page 34 of 144 I \ I "-_/ 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. · · 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutuc!lly agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 15. Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the · Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 16. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, the.n upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. Ill Ill Ill /II /II /II /II /II /II /II Ill J' Ill ':, :~ /II •, ,, . ' .· •+' Revised 6/12/18 Contract No. 5550 Page 36 of 144 Bond No.: CMGP00004984 Premium: $6,469.00 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City of Carlsbad, State of California, has awarded to Tharsos, Inc., (hereinafter designated as the "Principal"), a Contract for: VILLAS LIFT STATION REPLACEMENT CONTRACT NO. 5550 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, Tharsos, Inc., as Principal, (hereinafter designated as the "Contractor"), and Argonaut Insurance Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of six hundred thirty-eight thousand four hundred fifty dollars ($638,450), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. {"\ ..,-Revised 6/12/18 Contract No. 5550 Page 40 of 144 COVID-19 PERFORMANCE BOND NOTICE RIDER This Rider is executed concurrently with and shall be attached to and form a part of Bond No.: CMGP00004984 WHEREAS, on or about the ___ , day of ________ _ THARSOS, INC. (hereinafter called the "Principal"), entered into a written agreement with City of Carlsbad (hereinafter called the "Primary Obligee") for the construction of the Villas Lift Station Replacement, Contract No. 5550 (hereinafter called the "Contract"); and WHEREAS, Principal and Argonaut Insurance Company (hereinafter referred to as "Surety") have agreed to execute and deliver this Rider in conjunction Bond No.: CMGP00004984 WHEREAS, the BOND has been required and/or requested by the OBLIGEE during a national epidemic or pandemic. In response, the federal, state, and local governments have issued stay-at-home and/or emergency orders in order to protect public health. WHEREAS, this RIDER is created, effective, and issued contemporaneously with the term of the BOND, and the SURETY and PRINCIPAL rely upon the effectiveness of this RIDER and the incorporation of its interpretation of the terms and obligations of the BOND at the beginning of its term as an inducement to its agreement of the terms and obligations of the BOND. WHEREAS, quarantine procedures have been issued by the appropriate governmental authorities in the interest of public health to reduce or prevent the epidemic or pandemic. WHEREAS, as the orders and actions of the government are ever-changing, no party can adequately predict how the Bonded Project may be affected. Accordingly, any delays, costs increases, labor shortages, availability of materials, or any other event hindering the performance of any party's contractual duties caused by or related to the epidemic or pandemic are unforeseen at the time of formation of the contract. The SURETY's bonded obligations under the BOND are clarified by this RIDER, or to the extent necessary, modified as follows: 1. In the event of any delays, cost increases, labor shortages, availability of materials, or any other event hindering the performance of any party's contractual duties caused by or related to any epidemic or pandemic, the SURETY agrees to cooperate with the PRINCIPAL and the OB LI GEE to assist with the completion of the contract COVID-19 PERFORMANCE BOND NOTICE RIDER LABOR AND MATERIALS BOND Bond No.: CMGP00004984 Premium Included In The Performance Bond WHEREAS, the City of Carlsbad, State of California, has awarded to Tharsos, Inc., (hereinafter designated as the "Principal"), a Contract for: VILLAS LIFT STATION REPLACEMENT CONTRACT NO. 5550 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, Tharsos, Inc., as Principal, (hereinafter designated as the "Contractor"), and Argonaut Insurance Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of six hundred thirty-eight thousand four hundred fifty dollars ($638,450), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kihd, consistent with California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. ,, • .,. Revised 6/12/18 Contract No. 5550 , Page 38 of 144 6. Contraqtor shall .have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of th,e amount sought to be withdrawn by Contractor. , 7. The City shall have a right to draw upon the securities ih the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow .A.gent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: For Contractor: For Escrow Agent: ,, . •+;' Revised 6/12/18 Title FINANCE DIRECTOR ----------------- Name -------------------- Signature ______________ _ Address 1635 Faraday Avenue, Carlsbad, CA 92008 Title ----------------- Name ____________ ~--- Signature ______________ _ Address _______________ _ Title ----------------- Name _______________ _ . Signature ______________ _ Address ------------~--- Contract No. 5550. Page 43 of 144 At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. · IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: For Contractor: For Escrow Agent: l' . •tr' Revised 6/12/18 Title ______ -'-'-M::...A.:..aY...;::O;;..:.R-=--------- Name _______________ --'-- Signature-------------.,.-- Address 1200 Carlsbad Village· Drive, Carlsbad, CA 92008 Title·--.,..---------------- Name _______________ _ Signature ___ '-------------- Address ______________ _ Title ____________ -'---- Name _______________ _ Signature ______________ _ Address _______________ _ Contract No. 5550 Page 44 of 144 Contract No. 5550-PWS22-1536UTIL Villas Lift Station Replacement 1 Addendum No. 1 CITY OF CARLSBAD Villas Lift Station Replacement Contract No. 5550 Bid No. PWS22-1536UTIL Addendum No. 1 From: Graham Jordan, Contract Administrator Phone: 760-602-2462 graham.jordan@carlsbadca.gov No. of Pages: 16 pages (including this page) Date: October 1, 2021 Bid Opening Date: October 6, 2020 - 11:00 a.m. (unchanged) NOTICE: This Addendum forms a part of the Contract Documents for the above identified project and modifies portions of the original Contract Specifications. Documents not specifically mentioned in this Addendum remain in full force. Acknowledge receipt of this Addendum on the Bid Form. Failure to do so may subject bidder to disqualification. MODIFICATIONS, DELETIONS, AND ADDITIONS TO SPECIFICATIONS ITEM NO. 1: CONTRACTOR’S PROPOSAL An item has been added to Schedule A for AC Pavement Restoration. Replace pages 14-18 with Attachment A. ITEM NO. 2: GENERAL PROVISIONS SECTION 6-2 PROSECUTION OF WORK Please add the General Provisions Section 6-2.2 on page 91 as follows: 6-2.2 Construction Phasing and Constraints. The following construction phase guidelines are provided for the Contractor’s use in developing the construction schedule and a Work Plan that describes the labor, materials, equipment and procedures to conduct the Work. The phasing guidelines listed herein shall not relieve the Contractor from its responsibilities to coordinate and perform the Work, revise the phasing descriptions, or to develop additional phases necessary to Contract No. 5550-PWS22-1536UTIL Villas Lift Station Replacement 2 Addendum No. 1 complete the Work in its entirety in accordance with the Contract Documents. Work hours are summarized in Section 6-7. The Contractor shall develop a detailed Work Plan describing the materials, equipment, schedule and procedures for Phases 4 through 7 and submit the Work Plan in accordance with Section 2-5.3. Any modification of the phasing described below shall be approved by the Engineer. Phase 1. Submit a developed work plan, construction schedule, schedule of values, working drawings and shop drawings. Coordinate and secure staging areas. Phase 2. Secure necessary permits. Conduct pre-construction survey, video and photographs, and Underground Service Alert (DigAlert) notification for utility mark-out. Phase 3. Pothole all utilities that cross or parallel (within 5 feet of) planned excavations and immediately notify the Engineer of any potential conflicts. Mobilize labor force, temporary facilities and BMPs, materials and equipment for subsequent phases of the Work. Phase 4. Implement excavation safety measures as required for the new underground vault and piping installation. Construct the new vault, piping and associated mechanical components while maintaining sewer flow operations and conduct hydrostatic pressure testing of new piping system. Phase 5. Install, test and commission temporary sewer bypassing system. Construct temporary pump discharge connection to the existing force main. Phase 6. Perform electrical demolition and improvements. Construct wet well structure improvements including demolition of the existing above grade components and replacement of the top slab and hatch. Phase 7. Complete new discharge piping connections to existing force main as shown on the Plans. Test and commission the new system and, upon approval, decommission the temporary sewer bypassing system. Phase 8. Install new weather canopy structure and complete the remaining civil site improvements as shown on the Plans, including new concrete, fence and gate. Phase 9. Complete final inspections, corrective work, record drawings and other close-out phase items and demobilize. ITEM NO. 3: TECHNICAL SPECIFICATION SECTION 01025 – MEASUREMENT AND PAYMNENT Section 01025 Measurement and Payment, has been modified for the added item, AC Pavement Restoration, as follows: Bid Item 21 – AC Pavement Restoration A. The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to restore pavements damaged during construction, complete in-place and in accordance with the Contract Documents. The price paid shall include all saw-cutting, cold milling, crushed aggregate base, asphalt concrete, tackifiers, Contract No. 5550-PWS22-1536UTIL Villas Lift Station Replacement 3 Addendum No. 1 seal coat, Portland cement concrete, formwork, steel reinforcement, curing, paint striping, and any required traffic control not paid for in any other bid item(s). ITEM NO. 4: TECHNICAL SPECIFICATION SECTION 02999 – TEMPORARY SEWAGE BYPASS SYSTEM A. Section 02999 - Temporary Sewage Bypass System, has been modified to clarify the requirement for 24/7 monitoring. Section 3.2, paragraph D, had been modified to read: “D. The Contractor is responsible for all operation and monitoring of the temporary sewer bypass systems, 24 hours a day / 7 days a week, and should not rely on City staff or facilities. The contractor shall have a qualified person on-site 24/7 to monitor the temporary sewer bypass system while in operation. B. Replace Exhibit A in Section 02999 with Attachment B. Exhibit A has been modified to update and add the following items: 1. Area of AC pavement restoration. 2. Revised note 5 and associated area of guest parking spaces that may be used by the contractor to stage temporary sewer bypass pumping equipment during operation. ITEM NO. 5: UPDATED DRAWING SHEETS Some sheets have been updated to show the existing electric service line. Replace drawing sheets 4, 9 and 16 with Attachment C. QUESTIONS AND ANSWERS Questions relating to the project must go directly to the City’s Public Works Contract Administration Division. The City is not responsible for any information obtained through other means. 1. Will the City of Carlsbad allow alternative bypass plans? A1: Yes, an alternative bypass plan may be allowed with Engineer approval. Contract No. 5550-PWS22-1536UTIL Villas Lift Station Replacement 4 Addendum No. 1 ATTACHMENT A UPDATED CONTRACTOR’S PROPOSAL Contract No. 5550-PWS22-1536UTIL Villas Lift Station Replacement 5 Addendum No. 1 CITY OF CARLSBAD VILLAS LIFT STATION REPLACEMENT CONTRACT NO. 5550 CONTRACTOR'S PROPOSAL City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 5550 in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: SCHEDULE “A” Item No. Description Approximate Quantity And Unit Unit Price (Figures) Total Amount (Figures) 1 Mobilization (not to exceed 5% of Total Bid) LS $___________ (Price in Words) 2 Excavation Support System LS $___________ (Price in Words) 3 Demolition LS $___________ (Price in Words) 4 Potholing LS $___________ (Price in Words) Contract No. 5550-PWS22-1536UTIL Villas Lift Station Replacement 6 Addendum No. 1 Item No. Description Approximate Quantity And Unit Unit Price (Figures) Total Amount (Figures) 5 Temporary Sewer Bypass Pumping LS $___________ (Price in Words) 6 Storm Water Pollution Prevention Plan LS $___________ (Price in Words) 7 Pre-cast Vault LS $___________ (Price in Words) 8 Vault Piping, Valves, and Appurtenances LS $___________ (Price in Words) 9 Wet Well Roof Slab and Hatch LS $___________ (Price in Words) 10 4” SCH80 PVC Discharge Piping 60 LF $___________ $___________ (Unit Price in Words) 11 4” DIP Discharge Piping and Valves LS $___________ (Price in Words) 12 Install 4” Flow Meter 1 EA $___________ $___________ (Unit Price in Words) Contract No. 5550-PWS22-1536UTIL Villas Lift Station Replacement 7 Addendum No. 1 Item No. Description Approximate Quantity And Unit Unit Price (Figures) Total Amount (Figures) 13 6’ High Vinyl Fence and Gate LS $___________ (Price in Words) 14 4-inch PCC Pavement 580 SF $___________ $___________ (Unit Price in Words) 15 8-inch PCC Pavement 430 SF $___________ $___________ (Unit Price in Words) 16 Electrical Demolition LS $___________ (Price in Words) 17 Foundation for New MCP and Storage Cabinets LS $___________ (Price in Words) 18 Electrical Work, New MCP Power and Control Enclosure LS $___________ (Price in Words) 19 New Canopy with Lights LS $___________ (Price in Words) 20 New Spare Pump 1 EA $___________ $___________ (Unit Price in Words) Contract No. 5550-PWS22-1536UTIL Villas Lift Station Replacement 8 Addendum No. 1 Item No. Description Approximate Quantity And Unit Unit Price (Figures) Total Amount (Figures) 21 AC Pavement Restoration LS $___________ (Price in Words) Total amount of bid in words for Schedule “A”: ______________________________________ ___________________________________________________________________________ Total amount of bid in numbers for Schedule “A”: $___________________________________ The City shall determine the low bid based on the above dollar values. Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s).____________________ has/have been received and is/are included in this proposal. The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number _________________________, classification ________________ which expires on _______________________, and Department of Industrial Relations PWC registration number ________________________ which expires on _______________________, and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and Contract No. 5550-PWS22-1536UTIL Villas Lift Station Replacement 9 Addendum No. 1 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is ______________________________(Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail Contract No. 5550-PWS22-1536UTIL Villas Lift Station Replacement 10 Addendum No. 1 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted (2) (Signature) (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of (4) Place of Business (Street and Number) City and State (5) Zip Code Telephone No. (6) E-Mail NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: ____________________________________ ___________________________________ ____________________________________ ___________________________________ ____________________________________ ___________________________________ ____________________________________ ___________________________________ ____________________________________ ___________________________________ ____________________________________ ___________________________________ ____________________________________ ___________________________________ ____________________________________ ___________________________________ Contract No. 5550-PWS22-1536UTIL Villas Lift Station Replacement 11 Addendum No. 1 ATTACHMENT B UPDATED EXHIBIT A (PER SPEC SECTION 02999) SS S 8" PVC GRAVITYSEWER FORCE MAIN MANHOLE(TO BE REMOVED) 4" PVCFORCE MAIN CITY EASEMENT PER MAP10860 (REC. # 84-071966) CITY OF CARLSBADEASEMENT (TYP) MANHOLE 7C-3 (SUCTION MANHOLE)BEGIN TEMPORARY SEWER BYPASS;INSTALL BYPASS PUMP AND PIPINGPER DETAIL 2;MANHOLE DEPTH = 18.0'± WET WELL CARLSBADVILLAS LIFTSTATION ABOVE GROUNDBYPASS PIPE (228 LF);SEE NOTES 2 AND 6 CONNECT BYPASS PIPELINESTO EXISTING 4" FORCE MAIN ABOVE GROUNDBYPASS PIPE (13 LF);SEE NOTES 2 AND 6 8" PVCGRAVITY SEWER FLOWDIRECTION SUBMERSIBLESUMP PUMP EXISTINGGRAVITY MAIN EXISTINGSURFACE(TYP) TEMP BULKHEAD(ADD LINE STOPFOR BACKUP) DISCHARGEHOSE/PIPING;SIZE PER PLAN(TYP) FOR MANHOLE 7C-9:CORE INTO EXISTING MANHOLE FORBYPASS PIPING AND REPAIR MANHOLEPER APWA STANDARDS; SEE NOTE 3 BYPASS DISCHARGE PIPINGSHALL EXIT MANHOLEBELOW GRADE THROUGHMANHOLE SIDEWALL 30" APPROXIMATECORE DEPTH FOR MANHOLE 7C-9:PIPE ROUTING AND TRANSITIONBETWEEN ABOVE GROUND ANDBURIED PER PLAN;BURIED SECTION SHALL BE ATLEAST 12" BELOW GRADE(MEASURED FROM TOP OF PIPE) SUCTION MANHOLEELEVATION VIEW 6"MIN FOR MANHOLE 7C-3:ABOVE GROUND PIPE ROUTINGPER PLAN 90-DEGREE ELBOW (TYP) CONCRETE CURBAND GUTTER BYPASS PIPING EXISTING STREET A A ELEVATION VIEW12" MINCLEARANCESECTION A EXISTINGPAVEMENT(TYP) TEMPORARYSEWERBYPASS PIPE SKID-RESISTANT STEEL PLATE RATEDFOR H20 TRAFFIC LOADING RECESSEDINTO PAVEMENT AND FLUSH WITHEXISTING GROUND 12" MIN OVERLAPWITH EX PAVEMENT (TYP)12" MINCLEARANCE6" MAX (TYP) Title Project Client Plot Date: 24 June 2021 - 4:43 PM \\ghdnet\ghd\US\Irvine\Projects\561\11212986\Digital_Design\ACAD 2018\Figures\11212986-BYPASS PLAN 202106.dwgPlotted By: Andy Leung 0 1" Bar is one inch onoriginal size sheet IssueNo.Checked Approved Date Author Drafting Check Designer Design Check Project Manager Project Director Project No.Date Filename: Sheet No.This document and the ideas and designs incorporated herein, as an instrument of professional service, is the property ofGHD. This document may only be used by GHD’s client (and any other person who GHD has agreed can use thisdocument) for the purpose for which it was prepared and must not be used by any other person or for any other purpose. www.ghd.com Conditions of Use Scale ANSI BSize 175 Technology Drive Suite 200Irvine California 92618 USAT 1 949 648 5200 F 1 949 648 5299 GHD Inc. MANHOLE 7C-9 (SUCTION MANHOLE)BEGIN TEMPORARY SEWER BYPASS;INSTALL BYPASS PUMP AND PIPINGPER DETAIL 2;MANHOLE DEPTH = 16.8'±8" PVC GRAVITY SEWER;SEE NOTE 1 8" PVC GRAVITY SEWER WINTHROP AVE. SEASIDE WAY 20'X10' WORK AREAWITH PORTABLEPOWER GENERATOR;SEE NOTE 5 SHALLOW BURIEDBYPASS PIPE (58 LF);SEE NOTES 4 AND 6 HILLS OF CALAVERACONDOS N BYPASS PLAN SCALE 1" = 20' 2 TYPICAL MANHOLE BYPASS CONFIGURATION SCALE NTS NOTES 1.CONTRACTOR SHALL CONFIRM THE SEWER CLEANOUT ELEVATION FOR EACH BUILDING SEWER LATERAL TO DETERMINE THE MAXIMUM ALLOWABLESURCHARGE ELEVATION IN MANHOLE 7C-9 FOR BYPASS PUMPING OPERATIONS. CONTRACTOR SHALL MONITOR THE SURCHARGE ELEVATION INMANHOLE 7C-9 TO ENSURE BACKFLOW INTO THE DWELLINGS DOES NOT OCCUR. 2.PUMP SUCTION AND DISCHARGE PIPING SHALL BE SUFFICIENTLY RESTRAINED AND SUPPORTED TO PREVENT MOVEMENT DURING PUMP CYCLING.CONTRACTOR SHALL PROVIDE TRAFFIC-RATED RAMPS TO PROTECT THE ABOVE GROUND BYPASS PIPING AS APPLICABLE. 3.ALL MANHOLE PENETRATIONS SHALL BE MADE BY CORE DRILLING. CORE LOCATION SHALL BE AT LEAST 6 INCHES AWAY FROM ANY PRE-CASTMANHOLE COLD JOINTS. INTERIOR COATING SHALL BE REPAIRED AFTER CORE DRILLING. CORE OPENING SHALL BE GROUTED WITH NON-SHRINKGROUT AFTER COMPLETION OF SEWER BYPASS PER APWA STANDARDS. EXISTING PVC LINER SHALL BE REPAIRED IN-KIND PERMANENTLY WITH 6"OVERLAP AT ALL PENETRATIONS. 4.SHALLOW BURIED BYPASS PIPE SHALL BE AT LEAST 12" BELOW GRADE (MEASURED FROM THE TOP OF PIPE). TRENCH SHALL BE COVERED WITHANCHORED TRENCH PLATES OR APPROVED EQUAL. TRENCH REPAIRS SHALL BE COMPLETED IN ACCORDANCE WITH CITY REQUIREMENTS (OR THECONTRACT DOCUMENTS). 5.CONTRACTOR SHALL OBTAIN APPROVAL FROM HILLS OF CALAVERA CONDOS HOA PRIOR TO USING RESIDENTIAL PARKING FOR EQUIPMENT STAGING. 6.BYPASS PIPE SHALL BE YELOMITE PIPE WITH CERTA-LOK JOINTS OR FUSED HDPE PIPE (200 PSI RATING MINIMUM). ALUMINUM PIPE IS NOT ALLOWED. 7.CONTRACTOR SHALL SUBMIT A BYPASS PLAN FOR APPROVAL IN ACCORDANCE WITH SECTION 02999 DETAILING THE SPECIFIC PROCEDURES ANDEQUIPMENT PROPOSED FOR USE. 8.CONTRACTOR SHALL MAINTAIN ACCESS TO GARAGES AND FOR TRASH PICKUP AT ALL TIMES DURING THE TEMPORARY SEWER BYPASS. CITY OF CARLSBAD VILLAS LIFT STATION REPLACEMENT TEMPORARY SEWER BYPASS PLAN 11212986 JUN 2021 AS SHOWN 1 SEWER LATERAL;SEE NOTE 1 REPAIR PAVING, CURB AND GUTTER IN-KINDAFTER COMPLETION OF SEWER BYPASS;PIPE TRANSITION PER DETAIL 3 3 SHALLOW BURIED BYPASS PIPE TRANSITION SCALE NTS SEE NOTE 5 FOR TEMPORARY USE OF GUEST PARKING SPACES ONLY. CONTRACTOR MAY USE GUEST PARKING SPACES FOR STAGING TEMPORARY BYPASS EQUIPMENT. COORDINATE WITH THE CITY INSPECTOR FOR APPROVAL OF THE BYPASS PLAN AND SCHEDULE, AND FOR ALL CORRESPONDENCE WITH THE HOA. AC PAVEMENT RESTORATION AREA. REPAIR TRENCH PER STD DWG GS-25 AND SLURRY SEAL TYPE 1 PER SSPWC 203-5. ATTACHMENT C UPDATED PLAN SHEETS (SHEET 4, 9, & 16 ONLY) WINTHROP AVE. SSEXIST 8" PVCGRAVITYSEWER RELOCATED EXISTRECYCLED WATER HOSEBIB AS DIRECTED BY CITY REMOVE AND DISPOSEOF EXIST FLOW METERAND MANHOLE VAULT;SEE DETAIL 3 ON RIGHT REMOVE AND DISPOSEOF EXIST ACCESSHATCH AND CONCRETEPAD; SEE DETAIL 1 ONRIGHT REMOVE AND DISPOSE OFEXIST ABOVE-GRADEDISCHARGE PIPING ANDCAGE; SEE DETAIL 1 ONRIGHT REMOVE AND DISPOSEOF EXIST GUARD POST(2 TOTAL) PROTECT IN PLACEEXIST COMM (AT&T) BOX REMOVE ANDDISPOSE EXIST OFWOOD GATE REMOVE ANDDISPOSE OF EXISTWOOD FENCE EXIST CONCRETE SWALE EXIST STORM DRAINGRATE EXIST ABANDONEDPOWER POLEPROTECT IN PLACE EXIST TELECOMCONDUIT EXIST ELECTRICAL CONDUIT EXIST CURB EXIST 8" PVC SEWER BEARING: N 86°25'13" W LENGTH: 247.87'SLOPE: 0.5% FLOW LINE EXIST 2" GAS CARLSBADVILLAS LIFTSTATION PROTECT IN PLACEEXIST SITE FENCE PROTECT IN PLACEEXIST SWITCH ANDMETER PEDESTAL;SEE DETAIL 2 ON RIGHT REMOVE ANDDISPOSE OF EXISTLIGHT POLE REMOVE AND DISPOSE OF MOTORCONTROL PANEL, ELECTRICALCONTROL CABINET AND CONCRETEPADS; SEE DETAIL 2 ON RIGHT REMOVE AND DISPOSE OFLOW PROFILE CRIB WALL REMOVE AND DISPOSEOF WEST FACINGWOOD FENCE REMOVE ANDDISPOSE OF EXIST4" FORCE MAIN EXIST 8" PVCGRAVITY SEWER EXIST 4" PVC FORCE MAIN CONTRACTORSTAGING AREA EXISTING CITY EASEMENT PERMAP 10860 (REC. # 84-071966) REMOVE AND DISPOSE OFEXIST CONCRETE PAVEMENT(APPROX 1,010 SF)15'20' CITY OF CARLSBADEASEMENT (TYP) CITY OFCARLSBADEASEMENT(TYP) EXIST 18"STORM DRAIN PROTECT IN PLACEEXIST MANHOLEVAULT PROTECT IN PLACEEXIST WET WELL EXIST JOINT TRENCH(ELECTRICAL ANDTELECOM CONDUITS 1 & 4 - 2 - 3 - TO EXISTINGTRANSFORMER 320 Goddard #200Irvine California USA 92618T 1 949 648 5200 F 1 949 250 0541E irvmail@ghd.com W www.ghd.com Underground Service Alert TOLL FREE TWO WORKING DAYSBEFORE YOU DIG CALL 811 SCALE : 1" = 4' DEMOLITION PLAN SCALE : 1" = 4' LEGEND ITEMS TO BE REMOVED PER DEMOLITION NOTES 0 8'4'2' MECHANICAL DEMOLITION SCALE : NTS 1 - SHEET GENERAL NOTES 1. CONTRACTOR SHALL PROVIDE A TEMPORARY SEWER BYPASS PLAN FOR REVIEW AND APPROVAL PRIOR TO DEMOLITION. 2. PROTECT IN PLACE ALL EXISTING INFRASTRUCTURE UNLESS NOTED OTHERWISE DISTRIBUTION PANEL LIGHT METER PANELENCLOSURE FLOW METER ELECTRICAL DEMOLITION SCALE : NTS 2 - SCALE : NTS 3 - SHEET KEYNOTES 1. DISCONNECT, REMOVE AND DISPOSE OF EXISTING DISTRIBUTION PANEL AND CONTROLPANEL. PROTECT IN PLACE EXISTING UTILITY POWER CIRCUIT AND ASSOCIATEDCONDUIT. EXISTING UTILITY POWER CIRCUIT AND ASSOCIATED CONDUIT TO BE RE-USEDFOR NEW EQUIPMENT. 2. DISCONNECT, REMOVE AND DISPOSE OF EXISTING LIGHT POLE AND ASSOCIATED POWERCIRCUIT. 3. DISCONNECT, REMOVE AND DISPOSE OF EXISTING FLOW METER AND ASSOCIATEDPOWER AND CONTROL WIRING. 4. REMOVE AND DISPOSE OF EXISTING ENCLOSURE. 5. PROTECT IN PLACE EXISTING ELECTRICAL SERVICE AND TRANSFER SWITCH. 6. CONNECT TO EXISTING 4" FORCE MAIN WITH APPLICABLE FITTING FOR TEMPORARYSEWER BYPASS DURING CONSTRUCTION. 7. REMOVE AND DISPOSE OF EXISTING DISCHARGE PIPING AND VALVES INCLUDING THEBASE ELBOWS CONNECTED TO THE PUMPS. 8. REMOVE AND DISPOSE OF EXISTING PUMP CONTROL WIRING AND CONDUITS. 9. PROTECT IN PLACE EXISTING GUIDE RAILS. 3 4 2 1 5 BYPASSCONNECTION 6 DISCHARGEPIPING (TYP)7 EXISTING CONCRETE PAVEMENT EXISTING GRAVEL AREA ELECTRICAL ANDMECHANICAL DEMOLITION CHECK VALVE(TYP OF 2) 3-WAY PLUG VALVE 7 7 MECHANICAL DEMOLITION SCALE : NTS - 4 DICHARGEPIPING 7 DICHARGE PIPING 7 GUIDE RAILS(TYP)9 PUMP CONTROL WIRING AND CONDUITS 8 10/1 CR ADDENDUM 1 10/1 DP1 1 DocuSign Envelope ID: 8001BDED-50C2-4951-A7C2-5A31B226B057 9/30/2021 S WINTHROP AVE. INSTALL SOLID PANELVINYL FAUX WOODSWING GATEPER SHEET C-402 CONSTRUCT ELECTRICALHOUSEKEEPING CONCRETE PADPER DETAIL 4 ON SHEET E-501 WET WELL ACCESSHATCH PER DETAIL4/M-501 EXIST. SEWER MANHOLERIM: 200.80INV: 180.00 PENETRATE EXIST WET WELLWALL. REPLACE PIPING TOPUMP DISCHARGE FLANGEPER DETAIL 1/M-501 (TYP) EXIST CONCRETE SWALE EXIST STORM DRAIN GRATE EXIST ABANDONEDPOWER POLEPROTECT IN PLACE EXIST TELECOM CONDUIT EXIST ELECTRICAL CONDUIT EXIST CURB EXIST 8" PVC SEWER BEARING: N 86°25'13" W LENGTH: 247.87'SLOPE: 0.5% FLOW LINE EXIST 2" GAS PROTECT IN PLACEEXIST SITE FENCE EXIST 8" PVCGRAVITY SEWERPROTECT IN PLACE EXIST 8" PVCGRAVITY SEWER 8" WEST INFLUENT LINEINV: 180.90' EXIST SITE FENCE INSTALL NEW FENCEPER SHEET C-402.CONNECT TO EXISTINGFENCE PER MFR.RECOMMENDATIONS MATCH EX.METER PADELEVATION 12'-6"3'-0" REUSE EXIST GRAVEL TOCREATE A FLAT AREA INSTALL ELECTRICALPANELS PER SHEET E-101CONSTRUCT VARIABLE HEIGHTPCC RETAINING CURBPER DETAIL 1/C-501 CONSTRUCT PROPOSEDCANOPY PER C-401 2" CURBFACE 8" CURBFACE 2" CURBFACE CONTRACTORSTAGINGAREA CONCRETE COLLAR ANDABOVE GRADE BYPASSPIPING CONNECTION PERDETAIL 4/C-501 EXISTING ACPAVEMENT 3'-0" 2'-6" CONNECT TO EXIST 4"DISCHARGE FORCE MAINWITH RESTRAINEDFLEXIBLE COUPLING CONSTRUCT 4" THICK CONCRETEPAVEMENT PER DETAIL 5/ C-501;NEW PAVEMENT SHALL BE SLOPEDTO MAINTAIN EXISTING DRAINAGEPATTERN SUMPPUMPDISCHARGE N:2006645.19E:6239232.32 EXISTING CITY EASEMENT PERMAP 10860 (REC. # 84-071966) PROTECT IN PLACEEXIST COMM (AT&T) BOX 4" PVC SEWERFORCE MAIN 4" PVC SEWERFORCE MAIN 4" PVC SEWERFORCE MAIN N:2006645.19E:6239222.49 N:2006619.28E:6239223.57 N:2006619.28E:6239211.08 PROTECT IN PLACEEXIST SITE FENCE PROTECT IN PLACEEXIST JOINT TRENCH(ELECTRICAL ANDTELECOM CONDUITS) EXIST METER ANDTRANSFER SWITCH 4" 22.5° BEND(TYP) 4" 90° BEND (TYP) RELOCATED EXISTRECYCLE WATER HOSEBIB AS DIRECTED BY CITY 8" CURBFACE TO BYPASS MANHOLE FLOW POLYMER CONCRETE SLABPER DETAIL 4/M-501 8" SOUTH INFLUENT LINEINV: 181.30' 2'-6" CONSTRUCT 8" THICK CONCRETEPAVEMENT PER DETAIL 5/ C-501;NEW PAVEMENT SHALL BE SLOPEDTO MAINTAIN EXISTING DRAINAGEPATTERN EXIST 4" PVCSEWER FORCE MAIN TO EXISTINGTRANSFORMER SITE IMPROVEMENTS PLAN SCALE : 1" = 4' 320 Goddard #200Irvine California USA 92618T 1 949 648 5200 F 1 949 250 0541E irvmail@ghd.com W www.ghd.com Underground Service Alert TOLL FREE TWO WORKING DAYSBEFORE YOU DIG CALL 811 SHEET GENERAL NOTES 1. CONTRACTOR SHALL PROVIDE CONCRETE JOINTS AT NO MORE THAN 15-FOOT SPACING. 2. ELECTRICAL HOUSEKEEPING PADS SHALL BE ELEVATED TO MATCH EXISTING METERPEDESTAL HEIGHT. 3. COORDINATE LIMITS OF VARIABLE HEIGHT RETAINING CURB WITH CITY. ENDS SHALL BE2-INCHES ABOVE SURROUNDING GRADE. 4. PROTECT IN PLACE ALL EXISTING INFRASTRUCTURE UNLESS NOTED OTHERWISE. 5. CONTRACTOR SHALL PROVIDE ADDITIONAL STAGING AREA AS REQUIRED AT THECONTRACTOR'S EXPENSE. 6. ALL PVC PIPING SHALL BE SCHEDULE 80 AND SOLVENT WELDED UNLESS OTHERWISE SHOWN. 7. MECHANICAL OR SLEEVE TYPE COUPLINGS SHALL BE RESTRAINED. 8. CONTRACTOR TO CONFIRM THE SIZE, MATERIAL AND LOCATION OF THE EXISTING SEWERFORCE MAIN PRIOR TO CONSTRUCTION. ANY DISCREPANCIES SHALL BE REPORTED TOTHE CITY IMMEDIATELY. 9. CONTRACTOR SHALL NOT EXCEED 80% OF THE MANUFACTURER'S RECOMMENDEDDEFLECTION ALLOWANCE AT ALL COUPLING CONNECTION LOCATIONS. 10. THRUST BLOCKS SHALL BE CONSTRUCTED AT ALL BURIED PIPE BENDS PER CARLSBADMUNICIPAL WATER DISTRICT STANDARD DRAWING NUMBERS W-15 AND W-19 (ASSUMINGSAND AND GRAVEL SOIL BEARING CONDITIONS @ 1,500 LB/FT) 0 8'4'2' LEGEND PROPOSED 4" THICK CONCRETE PAVEMENT REPLACEMENT PROPOSED 8" THICK CONCRETE PAVEMENT REPLACEMENT B M-101 PROPOSED POLYMER CONCRETE SLAB EXISTING GRAVEL AREA 10/1 CR ADDENDUM 1 10/1 DP1 1 DocuSign Envelope ID: 8001BDED-50C2-4951-A7C2-5A31B226B057 9/30/2021 S J a b a a b M a b 320 Goddard #200Irvine California USA 92618T 1 949 648 5200 F 1 949 250 0541E irvmail@ghd.com W www.ghd.com Underground Service Alert TOLL FREE TWO WORKING DAYSBEFORE YOU DIG CALL 811 EXIST METER PEDESTAL 0 8'4'2' STORAGEENCLOSURE EXISTING WET WELL WINTHROP AVE. EXIST ABANDONEDPOWER POLEPROTECT IN PLACE PLAN SCALE : 1/4" = 1' C111 P100 PROPOSED RETAININGCURB PER C-101 PROPOSED CONCRETEPAD PER E-501 P105 S110 X100 P103 C110 P105 S110P103 C110 COMMUNICATION JUNCTION BOX P-3 1 2P102 S101P101 C101 C111 X100 P105 S110 P103 C110 P102 S101P101 C101 LS 2 FIT 1 P104P104 CABLE AND CONDUIT SCHEDULE CABLE/CKT CONDUIT FROM TO WIRE/CABLE NOTES P100 METER PANEL PNL-A EXISTING P101 PNL-A PUMP P-1 EXISTING P102 PNL-A PUMP P-2 EXISTING P103 CP-101 (2")PNL-A SUMP PUMP P-3 (2) #10 AWG + #10 GND NEW P105 PNL-A FLOW METER - FIT-1 (2) #12 AWG + #12 GND NEW P106 PNL-A FLOOD LIGHT (2) #12 AWG + #12 GND NEW P107 PNL-A CANOPY LIGHTING (2) #12 AWG + #12 GND NEW C101 PNL-A LEVEL SWITCH EXISTING C111 PNL-A COMM JUNCTION BOX EXISTING S101 PNL-A LT-1 EXISTING S110 PNL-A VAULT (2) #16 STP (SHIELDED) + GND NEW PNL-A LSH 1 LSL 1 LSLL 1 LT 1 P 1 P 2 SHEET KEYNOTES 1. COORDINATE WITH VAULT VENDER FOR THE PENETRATION OF (5) 1" ELECTRICAL CONDUITS THOUGH THE WALL. 2. PROTECT AND PLACE THE EXISTING PHONE LINE COMMUNICATION. 3. REFER TO M-501 FOR VAULT AND CONDUIT PENETRATION DETAILS. PROPOSED VAULTPER SHEET M-101 P106 P107 LSHH 2 C110 PNL-A LEVEL SWITCH (LSHH)(2) #14 AWG + #14 GND NEW C110 CP-101 CC-101 CP-106 CP-107 (E) (E) (E) CP-101 (2") CP-106 (1") CP-107 (1") (E) CC-101 (2") (E) (E) CC-101 (2") GROUND ROD GROUND WELL6 E-501 8 E-501 GROUND RING#4/0 BARE CU LIGHTING FIXTURE SCHEDULE TYPE DESCRIPTION MANUFACTURER MODEL LAMP TYPE COLORTEMP BALLAST/DRIVER FIXTURELUMENS FIXTUREWATTS MOUNTING NOTES A LED ENCLOSED AND GASKETED LITHONIA FEM-L48-6000LM-LPPFL-MD-120-GZ10-40K-80CRI LED 4000K 0-10V DIMMING 6000 38 SURFACE A 38 O 54 O LITHONIA LED 3000K SURFACE7370 54FLOOD LIGHT DSXF2 LED-P1-30K-MSP-120-PE (TYP OF 2) TO EXISTINGTRANSFORMER 10/1 CR ADDENDUM 1 10/1 DP1 1 EXIST ELECTRICAL CONDUIT DocuSign Envelope ID: 8001BDED-50C2-4951-A7C2-5A31B226B057 9/30/2021 Revised 6/15/17 Contract No. 5550 Page 45 of 144 GENERAL PROVISIONS FOR VILLAS LIFT STATION REPLACEMENT CONTRACT NO. 5550 CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS – Unless otherwise stated, the words directed, required, permitted, ordered, instructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown”, "indicated”, "detailed”, "noted”, "scheduled”, or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed”, "designated”, "selected”, or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. 1-1.3 Equals and Approvals. Where the words "equal”, "approved equal”, "equivalent”, and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer”, unless otherwise stated. Where the words "approved”, "approval”, "acceptance”, or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. 1-2 DEFINITIONS. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Revised 6/15/17 Contract No. 5550 Page 46 of 144 Addendum – Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bulletins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency – The City of Carlsbad, California. Agreement – See Contract. Assessment Act Contract – A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base – A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid – The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder – Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board – The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad or the Board of Directors of Carlsbad Municipal Water District. Bond – Bid, performance, and payment bond or other instrument of security. City Council – the City Council of the City of Carlsbad. City Manager – the City Manager of the City of Carlsbad or his/her approved representative. Cash Contract – A Contract financed by means other than special assessments. Change Order – A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code – The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager– the Project Inspector’s immediate supervisor and first level of appeal for informal dispute resolution. Contract – The written agreement between the Agency and the Contractor covering the Work. Contract Documents – Including but not limited to; the Contract, any Addendum (which pertain to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documentation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, permits from other agencies, the Technical Specifications, the Supplemental Provisions, the Plans, Standard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. Revised 6/15/17 Contract No. 5550 Page 47 of 144 Contractor – The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term “prime contractor” shall mean Contractor. Contract Price – The total amount of money for which the Contract is awarded. Contract Unit Price – The amount stated in the Bid for a single unit of an item of work. County Sealer – The Sealer of Weights and Measures of the county in which the Contract is let. Days – Days shall mean consecutive calendar’s days unless otherwise specified. Deputy City Engineer, Construction Management & Inspection – The Construction Manager’s immediate supervisor and second level of appeal for informal dispute resolution. Dispute Board – Persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier – Street light assembly complete, including foundation, standard, luminaire arm, luminaire, etc. Engineer – The City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile – Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer – A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer – A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire – The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm – The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item – A single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Modification – Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Notice of Award – The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. Revised 6/15/17 Contract No. 5550 Page 48 of 144 Notice to Proceed – A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. Own Organization - When used in Section 2-3.1 – Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 “own organization” means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3.1. Person – Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans – The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract – Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector – The Engineer’s designated representative for inspection, contract administration and first level for informal dispute resolution. Proposal – See Bid. Reference Specifications – Those bulletins, standards, rules, methods of analysis or test, codes, and specifications of other agencies, engineering societies, or industrial associations referred to in the Contract Documents. These refer to the latest edition, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specifically referred to by edition, volume, or date. Roadway – The portion of a street reserved for vehicular use. Service Connection – Service connections are all or any portion of the conduit, cable, or duct, including meter, between a utility distribution line and an individual consumer. Sewer – Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Specifications – General Provisions, Standard Specifications, Technical Specifications, Reference Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Standard – The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. Standard Plans – Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. Revised 6/15/17 Contract No. 5550 Page 49 of 144 Standard Specifications – The Standard Specifications for Public Works Construction (SSPWC), the “Greenbook”. State – State of California. Storm Drain – Any conduit and appurtenances intended for the reception and transfer of storm water. Street – Any road, highway, parkway, freeway, alley, walk, or way. Subbase – A layer of specified material of planned thickness between a base and the subgrade. Subcontractor – An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade – For roadways, that portion of the roadbed on which pavement, surfacing, base, subbase, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision – Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement – A written amendment of the Contract Documents signed by both parties. Supplemental Provisions – Additions and revisions to the Standard Specifications setting forth conditions and requirements peculiar to the work. Surety – Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne – Also referred to as “metric ton”. Represents a unit of measure in the International System of Units equal to 1,000 kilograms. Utility – Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private easement. Work – That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all labor, materials, equipment, and services. 1-3 ABBREVIATIONS 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these Standard Specifications and to project Plans or other Contract Documents. Revised 6/15/17 Contract No. 5550 Page 50 of 144 All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the “Manual of Steel Construction” published by the American Institute of Steel Construction, Inc. 1-3.2 Common Usage Abbreviation Word or Words Abbreviation Word or Words ABAN .............................................................Abandon ABAND .......................................................Abandoned ABS ........................ Acrylonitrile – butadiene – styrene AC .................................................... Asphalt Concrete ACP ........................................... Asbestos cement pipe ACWS ..................... Asphalt concrete wearing surface ALT ................................................................Alternate APTS ................................. Apartment and Apartments AMER STD ................................... American Standard AWG ............... American Wire Gage (nonferrous wire) BC .................................................. Beginning of curve BCR ....................................... Beginning of curb return BDRY ............................................................Boundary BF ..................................................... Bottom of footing BLDG ........................................ Building and Buildings BM ............................................................. Bench mark BVC .................................... Beginning of vertical curve B/W ........................................................... Back of wall C/C ..................................................... Center to center CAB ...................................... Crushed aggregate base CAL/OSHA ............ California Occupational Safety and Health Administration CalTrans ....... California Department of Transportation CAP .................................... Corrugated aluminum pipe CB ............................................................. Catch Basin Cb ........................................................................ Curb CBP ............................... Catch Basin Connection Pipe CBR ....................................... California Bearing Ratio CCR ............................ California Code of Regulations CCTV ............................................... Closed Circuit TV CES .......................... Carlsbad Engineering Standards CF ................................................................ Curb face CF ................................................................ Cubic foot C&G .................................................... Curb and gutter CFR ................................ Code of Federal Regulations CFS ......................................... Cubic Feet per Second CIP ......................................................... Cast iron pipe CIPP ................................................ Cast-in place pipe CL ............................................. Clearance, center line CLF .................................................... Chain link fence CMB ............................... Crushed miscellaneous base CMC ......................................... Cement mortar-coated CML ............................................ Cement mortar-lined CMWD .................... Carlsbad Municipal Water District CO .................................................... Cleanout (Sewer) COL ..................................................................Column COMM ....................................................... Commercial CONC ........................................................... Concrete CONN ........................................................ Connection CONST .................................. Construct, Construction COORD ...................................................... Coordinate CSP ............................................ Corrugated steel pipe CSD ............................... Carlsbad Standard Drawings CTB ............................................ Cement treated base CV ............................................................ Check valve CY ............................................................... Cubic yard D .............................................................. Load of pipe dB ................................................................... Decibels DBL .................................................................. Double DF ............................................................... Douglas fir DIA ................................................................ Diameter DIP ..................................................... Ductile iron pipe DL ................................................................Dead load DR ...................................................... Dimension Ratio DT .................................................................Drain Tile DWG ............................................................... Drawing DWY .............................................................. Driveway DWY APPR ................................... Driveway approach E ....................................................................... Electric EA ........................................................................ Each EC ............................................................ End of curve ECR ................................................ End of curb return EF ................................................................ Each face EG ......................................................... Edge of gutter EGL .................................................. Energy grade line EI ................................................................... Elevation ELC ..................................... Electrolier lighting conduit ELT ........................................................ Extra long ton ENGR ....................................... Engineer, Engineering EP ................................................... Edge of pavement ESMT ........................................................... Easement ETB .......................................... Emulsion-treated base EVC ............................................... End of vertical curb EWA ............................... Encina Wastewater Authority EXC ............................................................ Excavation EXP JT ................................................. Expansion joint EXST ............................................................... Existing F .................................................................. Fahrenheit F&C ................................................... Frame and cover F&I .................................................. Furnish and install FAB ............................................................... Fabricate FAS ............................................... Flashing arrow sign FD ............................................................... Floor drain FDN ............................................................ Foundation FED SPEC ................................. Federal Specification FG ........................................................ Finished grade FH ............................................................. Fire hydrant FL ................................................................... Flow line FS ...................................................... Finished surface FT-LB .........................................................Foot-pound FTG .................................................................. Footing FW ............................................................ Face of wall G ........................................................................... Gas GA ..................................................................... Gauge GAL ............................................... Gallon and Gallons GALV ......................................................... Galvanized Revised 6/15/17 Contract No. 5550 Page 51 of 144 GAR ........................................... Garage and Garages GIP .............................................. Galvanized iron pipe GL ........................................ Ground line or grade line GM .............................................................. Gas meter GNV ............................................... Ground Not Visible GP ..................................................................Guy pole GPM ................................................ gallons per minute GR ...................................................................... Grade GRTG ............................................................... Grating GSP ........................................... Galvanized steel pipe H ............................................................ High or height HB .................................................................. Hose bib HC ................................................... House connection HDWL ........................................................... Headwall HGL .............................................. Hydraulic grade line HORIZ .......................................................... Horizontal HP ............................................................. Horsepower HPG ................................................ High pressure gas HPS ................................ High pressure sodium (Light) HYDR ............................................................ Hydraulic IE ......................................................... Invert Elevation ID ........................................................ Inside diameter INCL ...............................................................Including INSP .............................................................Inspection INV ...................................................................... Invert IP .................................................................... Iron pipe JC ..................................................... Junction chamber JCT .................................................................Junction JS ..................................................... Junction structure JT ......................................................................... Joint L ........................................................................ Length LAB ............................................................. Laboratory LAT ................................................................... Lateral LB ...................................................................... Pound LD ..................................................... Local depression LF ................................................................ Linear foot LH ............................................................... Lamp hole LL ...................................................................Live load LOL .............................................................Layout line LONG ........................................................Longitudinal LP ................................................................ Lamp post LPS ................................. Low pressure sodium (Light) LS ................................................................ Lump sum LTS .................................................... Lime treated soil LWD ............................... Leucadia Wastewater District MAINT ..................................................... Maintenance MAX ............................................................. Maximum MCR ............................................ Middle of curb return MEAS ............................................................. Measure MH ................................... Manhole, maintenance hole MIL SPEC .................................... Military specification MISC ..................................................... Miscellaneous MOD ................................................... Modified, modify MON ............................................................ Monument MSL .. Mean Sea Level (Reg. Standard Drawing M-12) MTBM ......................... Microtunneling Boring Machine MULT ...............................................................Multiple MUTCD .....Manual on Uniform Traffic Control Devices MVL ............................................... Mercury vapor light NCTD .............................. North County Transit District NRCP .............................. Nonreinforced concrete pipe OBS ...............................................................Obsolete OC ................................................................ On center OD ..................................................... Outside diameter OE .............................................................. Outer edge OHE ................................................ Overhead Electric OMWD ................. Olivenhain Municipal Water District OPP ...............................................................Opposite ORIG ................................................................Original PB ................................................................... Pull box PC .................................................... Point of curvature PCC ....................... Portland cement concrete or point of compound curvature PCVC ....................... Point of compound vertical curve PE ........................................................... Polyethylene PI .................................................. Point of intersection PL ............................................................. Property line PMB ............................ Processed miscellaneous base POC ...................................................... Point on curve POT .................................................... Point on tangent PP .............................................................. Power pole PRC .......................................... Point of reverse curve PRVC ............................ Point of reverse vertical curve PSI ......................................... Pounds per square inch PT .................................................... Point of tangency PVC .................................................. Polyvinyl chloride PVMT ........................................................... Pavement PVT R/W ....................................... Private right-of-way Q ........................ Rate of flow in cubic feet per second QUAD ....................................... Quadrangle, Quadrant R ....................................................................... Radius R&O ......................................................... Rock and oil R/W .......................................................... Right-of-way RA ...................................................... Recycling agent RAC ................................... Recycled asphalt concrete RAP ................................ Reclaimed asphalt pavement RBAC ............................. Rubberized asphalt concrete RC ................................................ Reinforced concrete RCB ...................................... Reinforced concrete box RCE ...................................... Registered civil engineer RCP ..................................... Reinforced concrete pipe RCV ........................................... Remote control valve REF ............................................................. Reference REINF ..............................Reinforced or reinforcement RES ...............................................................Reservoir RGE ........................ Registered geotechnical engineer ROW ....................................................... Right-of-Way RR ...................................................................Railroad RSE .............................. Registered structural engineer RTE .................................... Registered traffic engineer S .................................... Sewer or Slope, as applicable SCCP ............................... Steel cylinder concrete pipe SD ............................................................. Storm drain SDNR .............................. San Diego Northern Railway SDR ....... Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD ......... San Diego Regional Standard Drawings SE ...................................................... Sand Equivalent SEC .................................................................. Section SF ............................................................. Square foot SFM ................................................ Sewer Force Main SI ....................... International System of Units (Metric) SPEC ..................................................... Specifications SPPWC .......................................... Standard Plans for Public Works Construction SSPWC ............................. Standard Specifications for Public Works Construction ST HWY ................................................ State highway STA ................................................................... Station Revised 6/15/17 Contract No. 5550 Page 52 of 144 STD ............................................................... Standard STR ..................................................................Straight STR GR ................................................ Straight grade STRUC .......................................... Structural/Structure SW .................................................................Sidewalk SWD ...................................................... Sidewalk drain SY ............................................................ Square yard T .................................................................. Telephone TAN ................................................................. Tangent TC .............................................................. Top of curb TEL ............................................................. Telephone TF ........................................................... Top of footing TOPO ........................................................ Topography TR ........................................................................ Tract TRANS ......................................................... Transition TS ......................... Traffic signal or transition structure TSC ............................................. Traffic signal conduit TSS ........................................... Traffic signal standard TW ..............................................................Top of wall TYP .................................................................. Typical UE .............................................. Underground Electric USA .................................... Underground Service Alert VAR ..................................................... Varies, Variable VB ................................................................ Valve box VC .......................................................... Vertical curve VCP ................................................... Vitrified clay pipe VERT ............................................................... Vertical VOL .................................................................. Volume VWD ....................................... Vallecitos Water District W ........................ Water, Wider or Width, as applicable WATCH .............. Work Area Traffic Control Handbook WI ............................................................ Wrought iron WM ........................................................... Water meter WPJ .......................................... Weakened plane joint XCONN ............................................ Cross connection XSEC ..................................................... Cross section 1-3.3 Institutions. Abbreviation Word or Words AASHTO ................. American Association of State Highway and Transportation Officials AISC ....................................................................American Institute of Steel Construction ANSI ...................................................................... American National Standards Institute API ...................................................................................... American Petroleum Institute AREA ............................................................ American Railway Engineering Association ASTM ............................................................ American Society for Testing and Materials AWPA................................................................. American Wood Preservers Association AWS ........................................................................................ American Welding Society AWWA ....................................................................... American Water Works Association FHWA.............................................................................. Federal Highway Administration GRI ................................................................................. Geosynthetic Research Institute NEMA ......................................................... National Electrical Manufacturers Association NOAA ................ National Oceanic and Atmospheric Administration (Dept. of Commerce) UL .................................................................................... Underwriters’ Laboratories Inc. USGS ............................................................................. United States Geological Survey 1-4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Standard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. Revised 6/15/17 Contract No. 5550 Page 53 of 144 1-4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) SI Unit (Abbreviations) (Abbreviations) 1 mil (=0.001 in) ....................................................................................25.4 micrometer (m) 1 inch (in) ..............................................................................................25.4 millimeter (mm) 1 inch (in) ..............................................................................................2.54 centimeter (cm) 1 foot (ft) ................................................................................................0.3048 meter (m) 1 yard (yd) .............................................................................................0.9144 meter (m) 1 mile (mi) .............................................................................................1.6093 kilometer (km) 1 square foot (ft2) ..................................................................................0.0929 square meter (m2) 1 square yard (yd2) ................................................................................0.8361 square meter (m2) 1 cubic foot (ft3) .....................................................................................0.0283 cubic meter (m3) 1 cubic yard (yd3) ..................................................................................0.7646 cubic meter (m3) 1 acre ....................................................................................................0.4047 hectare (ha) 1 U.S. gallon (gal) .................................................................................3.7854 Liter (L) 1 fluid ounce (fl. oz.) ..............................................................................29.5735 millileter (mL) 1 pound mass (lb) (avoirdupois) ...........................................................0.4536 kilogram (kg) 1 ounce mass (oz) .................................................................................0.02835 kilogram (kg) 1 Ton (=2000 lb avoirdupois) ................................................................0.9072 Tonne (= 907 kg) 1 Poise ..................................................................................................0.1 pascal . second (Pa . s) 1 centistoke (cs) ....................................................................................1 square millimeters per second (mm2/s) 1 pound force (lbf) .................................................................................4.4482 Newton (N) 1 pounds per square inch (psi) .............................................................6.8948 Kilopascal (kPa) 1 pound force per foot (lbf/ft) .................................................................1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf).......................................................................1.3558 Joules (J) 1 foot-pound force per second ([ft-lbf]/s) ...............................................1.3558 Watt (W) 1 part per million (ppm) .........................................................................1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit (°F): ........................................................................Degree Celsius (°C): °F = (1.8 x °C) + 32 ...............................................................................°C = (°F – 32)/1.8 SI Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (lm) 1 second (s) Common Metric Prefixes kilo (k) ....................................................................................................103 centi (c)..................................................................................................10-2 milli (m) ..................................................................................................10-3 micro () ................................................................................................10-6 nano (n) .................................................................................................10-9 pico (p) ..................................................................................................10-12 1-5 SYMBOLS  Delta, the central angle or angle between tangents  Angle % Percent ‘ Feet or minutes “ Inches or seconds 1 Number / per or (between words) ° Degree PL Property line CL Centerline SL Survey line or station line Revised 6/15/17 Contract No. 5550 Page 54 of 144 SECTION 2 – SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as provided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the Board, except that the Contractor may assign money due or which will accrue to it under the Contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by the Agency for completion of the Work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: “(a) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor’s total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor’s total bid or ten thousand dollars ($10,000), whichever is greater.” “(b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid.” If the Contractor fails to specify a Subcontractor, or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor’s total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as otherwise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by procedures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 4110 provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the Contractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. Revised 6/15/17 Contract No. 5550 Page 55 of 144 Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor’s own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated “Specialty Items” may be performed by subcontract, and the amount of any such “Specialty Items” so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. “Specialty Items” will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcontracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. Revised 6/15/17 Contract No. 5550 Page 56 of 144 The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiving notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifications, to which the Engineer shall have access at all times. The specifications for the work include the General Provisions, project technical specifications, Carlsbad Engineering Standards (CES), Standard Specifications for Public Works Construction, (SSPWC), Part 2 & 3, and the latest supplements thereto, current edition at the time of bid opening as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter designated "SSPWC", as amended. The construction plan set is designated as “Villas Lift Station Replacement” consist of 23 sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Engineering Standards and Carlsbad Standard Drawings, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES and CSD, respectively. Copies of some of the pertinent standard drawings are enclosed as an appendix to these General Provisions. Revised 6/15/17 Contract No. 5550 Page 57 of 144 The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the Specifications and not shown on the Plans or shown on the Plans and not specified in the Specifications, shall be as though shown on or specified in both. The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1. Permits from other agencies as may be required by law. 2. Change orders, whichever occurs last. 3. Contract addenda, whichever occurs last. 4. Contract 5. Carlsbad General Provisions, Technical Specifications, and Supplemental Provisions. 6. Plans. 7. Standards plans. a. City of Carlsbad Standard Drawings. b. Carlsbad Municipal Water District Standard Drawings. c. City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d. San Diego Area Regional Standard Drawings. e. Traffic Signal Design Guidelines and Standards. f. State of California Department of Transportation Standard Plans. g. State of California Department of Transportation Standard Specifications. h. California Manual on Uniform Traffic Control Devices (CA MUTCD). 8. Standard Specifications for Public Works Construction, as amended. 9. Reference Specifications. 10. Manufacturer’s Installation Recommendations Detail drawings shall take precedence over general drawings. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 9) above. Detailed plans and plan views shall have precedence over general plans. 2-5.3 Submittals. Revised 6/15/17 Contract No. 5550 Page 58 of 144 2-5.3.1 General. Submittals shall be provided, at the Contractor’s expense, as required in 2-5.3.2, 2-5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engineer. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required by performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 20 working days for review of submittals unless otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label ‘4-C’ would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor’s letterhead. The Letter of Transmittal shall contain the following: 1. Project title and Agency contract number. 2. Number of complete sets. 3. Contractor’s certification statement. 4. Specification section number(s) pertaining to material submitted for review. 5. Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6. Description of the contents of the submittal. 7. Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval.” By: _________________________________ Title: ______________________________ Date: _______________________________ Company Name: ______________________________________________________________ 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. Revised 6/15/17 Contract No. 5550 Page 59 of 144 Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. Working drawings are required in the following sections: TABLE 2-5.3.2 (A) Item Section Number Title Subject 1 7-10.4.1 Safety Orders Trench Shoring 2 207-2.5 Joints Reinforced Concrete Pipe 3 207-8.4 Joints Vitrified Clay Pipe 4 207-10.2.1 General Fabricated Steel Pipe 5 300-3.2 Cofferdams Structure Excavation & Backfill 6 303-1.6.1 General Falsework 7 303-1.7.1 General Placing Reinforcement 8 303-3.1 General Prestressed Concrete Construction 9 304-1.1.1 Shop Drawings Structural Steel 10 304-1.1.2 Falsework Plans Structural Steel 11 304-2.1 General Metal Hand Railings 12 306-2.1 General Jacking Operations 13 306-3.1 General Tunneling Operations 14 306-3.4 Tunnel Supports Tunneling Operations 15 306-6 Remodeling Existing Sewer Facilities Polyethylene Liner Installation 16 306-8 Microtunneling Microtunneling Operations 17 307-4.3 Controller Cabinet Wiring Diagrams Traffic Signal Construction Working drawings listed above as Items 5, 6, 8, 9, 10, 12, 13, 14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special Provisions. 2-5.3.4 Supporting Information. Supporting information is information required by the Specifications for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Six copies of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the Special Provisions or directed by the Engineer. Supporting information for systems shall be bound together and include all manufactured items for the system. If resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the following and is required unless otherwise specified in the Special Provisions: 1. List of Subcontractors per 2-3.2. 2. List of Materials per 4-1.4. 3. Certifications per 4-1.5. 4. Construction Schedule per 6-1. 5. Confined Space Entry Program per 7-10.4.4. Revised 6/15/17 Contract No. 5550 Page 60 of 144 6. Concrete mix designs per 201-1.1. 7. Asphalt concrete mix designs per 203-6.1. 8. Data, including, but not limited to, catalog sheets, manufacturer’s brochures, technical bulletins, specifications, diagrams, product samples, and other information necessary to describe a system, product or item. This information is required for irrigation systems, street lighting systems, and traffic signals, and may also be required for any product, manufactured item, or system. 2-5.4 Record Drawings. The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by Section 2-5.4 shall be included in the various bid items and no additional payment will be made therefor. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equipment, tools, labor, and incidentals necessary to complete the Work. 2-7 SUBSURFACE DATA. All soil and test hole data, water table elevations, and soil analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are available for inspection at the office of the Engineer. Any additional subsurface exploration shall be done by Bidders or the Contractor at their own expense. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor’s responsibility to determine and allow for the elevation of groundwater at the date of project construction. A difference in elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for extra work. 2-8 RIGHT-OF-WAY. Rights-of-way, easements, or rights-of-entry for the Work will be provided by the Agency. Unless otherwise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and disposing of additional work areas and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions. At the Contractor’s option, in accordance with the following conditions the City will allow the Contractor to use a limited portion of the property off Tamarack Avenue for construction staging at no cost. The staging area is located within the property commonly referred to as the “Calavera Waste Water Facility” property, located on the north side of Tamarack Avenue, east of El Camino Real, and southwest of Carlsbad Village Drive (see Appendix D). Use of the staging yard is conditioned upon Contractor’s strict adherence to the items listed below. Non-compliance will result in the revocation of use of the property upon which the Contractor must immediately vacate the property and restore it to its original condition. 1. All provisions of the contract apply to the staging area. The Contractor’s attention is directed to Section 7 RESPONSIBILITIES OF THE CONTRACTOR with specific Revised 6/15/17 Contract No. 5550 Page 61 of 144 reference to Section 7-8 PROJECT SITE MAINTENANCE as it applies to water pollution control. Contractor shall install and maintain BMP’s at the staging area at all times. 2. Use of the staging area is strictly limited between 8:00 am to 5:00 pm. The Contractor may not enter the staging area before 8:00 am or after 5:00 pm unless prior, written authorization is provided by the City’s inspector. The Contractor shall not park vehicles and/or create a queue along the driveway entrance prior to 8:00 am. 3. Prior to use of the staging area, Contractor shall walk the site with the City’s inspector to confirm boundary limits. Contractor shall document the existing, pre-use condition of the staging area and submit documentation (e.g. pictures, videos) of the existing condition to the City’s inspector prior to mobilization and use of the property. 4. Contactor shall secure and lock the gate upon leaving the yard. 5. All excavated material shall be hauled offsite. Materials, including excavation spoils, aggregate base, sand, rock, etc., shall be covered daily and secured with appropriate erosion and sediment control BMPs. All materials shall be removed from the storage area upon completion of the Project (i.e. no spreading/dispersing of material). 6. No concrete crushing or demolition activities are allowed at the yard. 7. Contractor shall install temporary fencing around the staging area. At a minimum, Contractor shall install orange snow fence and silt fence around the perimeter of the staging area. 8. Upon completion of the Project, Contractor shall demobilize and remove all materials and equipment from the staging area. Contractor shall restore the staging area to its pre-use condition as documented in the Contractor’s pre-construction pictures and/or video. 9. If there is no construction activity for 90 days, the Contractor shall remove all equipment, materials, and all other items from the yard, and restore the yard site to the original conditions, within 15 days. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers. The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by §§ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.2 Survey Service. The Contractor shall hire and pay for the services of a Surveyor, hereinafter Surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. Revised 6/15/17 Contract No. 5550 Page 62 of 144 2-9.2.1 Submittal of Surveying Data. All surveying data submittals shall conform to the requirements of Section 2-5.3.3, “Submittals”, herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (81/2” by 11”) paper. The field notes, calculations and supporting data shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from earlier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and calculations will be labeled with name of the Surveyor, the party chief, the field crewmembers and the author of the field notes or calculations. They shall be annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or documentation for any computer program. The field notes shall be prepared in conformance with the CALTRANS “Surveys Manual”. The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §§ 8700 - 8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such map is required under §§ 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-10 type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer’s review and approval before submittal to the County Surveyor and before submittal to the County Recorder. 2-9.2.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer at no greater intervals than specified in TABLE 2-9.2.2(A) as measured along the project stationing. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal locations where the curb is not being built as a part of this contract. Staking and marking shall be completed by the Surveyor and inspected and approved by the Engineer before the start of construction in the area marked. Centerline monument shall have the disk stamped with the date the monument was set and the registration number of the Surveyor. Habitat mitigation sites and other areas to be preserved that are shown on the plans shall be staked and flagged prior to the start of any other activities within the limits of the work. When curb and gutter does not exist and is not being installed as a part of the project the location of adjacent facilities being constructed as a part of the contract the Contractor shall place stakes defining the horizontal and vertical location of such adjacent utility vaults, poles or other facilities that are being installed as parts of, or adjunct to, the project either by the Contractor and/or those noted on the plans as to be installed by others. Revised 6/15/17 Contract No. 5550 Page 63 of 144 TABLE 2-9.2.2(A) Survey Requirements for Construction Staking Feature Staked Stake Description  Centerline or Parallel to Centerline Spacing,  Lateral Spacing ,  Setting Tolerance (Within) Street Centerline SDRS M-10 Monument 1000’, Street Intersections, Begin and end of curves, only when shown on the plans on street centerline 0.02’ Horizontal, also see Section 2-9.2.1 herein Clearing Lath in soil, painted line on PCC & AC surfaces lath - Intervisible,  50’ on tangents &  25’ on curves, Painted line - continuous at clearing line 1’ Horizontal Slope RP + Marker Stake Intervisible and  50’ Grade Breaks &  25’ 0.1’ Vertical & Horizontal Fence RP + Marker Stake  200’ on tangents,  50’ on curves when R 1000’ & 25’ on curves when R 1000’ N/A (constant offset) 0.1’ Horizontal Rough Grade Cuts or Fills  10 m (33’) RP + Marker Stake  50’ N/A 0.1’ Vertical & Horizontal Final Grade (includes top of: Basement soil, subbase and base) RP + Marker Stake, Blue-top in grading area  50’ on tangents & curves when R 1000’ &  25’ on curves when R  1000’  22’ 3/8” Horizontal & 1/4” Vertical Asphalt Pavement Finish Course RP, paint on previous course  25’ or as per the intersection grid points shown on the plan whichever provides the denser information edge of pavement, paving pass width, crown line & grade breaks 3/8” Horizontal & 1/4” Vertical Drainage Structures, Pipes & similar Facilities,  RP + Marker Stake intervisible &  25’, beginning and end, BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities (except plumbing), Skewed cut-off lines as appropriate 3/8” Horizontal & 1/4” Vertical Curb RP + Marker Stake  25’, BC & EC, at ¼, ½ & ¾ on curb returns & at beginning & end (constant offset) 3/8” Horizontal & 1/4” Vertical Traffic Signal  Vertical locations shall be based on the ultimate elevation of curb and sidewalk Signal Poles & Controller  RP + Marker Stake at each pole & controller location as appropriate 3/8” Horizontal & 1/4” Vertical Junction Box  RP + Marker Stake at each junction box location as appropriate 3/8” Horizontal & 1/4” Vertical Conduit  RP + Marker Stake  50’ on tangents & curves when R 1000’ &  25’ on curves when R  1000’ or where grade  0.30% as appropriate 3/8” Horizontal & when depth cannot be measured from existing pavement 1/4” Vertical Minor Structure  RP + Marker Stake + Line Stake for catch basins: at centerline of box, ends of box & wings & at each end of the local depression  as appropriate 3/8” Horizontal & 1/4” Vertical (when vertical data needed) Abutment Fill RP + Marker Stake + Line Stake  50’ & along end slopes & conic transitions as appropriate 0.1’ Vertical & Horizontal Wall  RP + Marker Stake + Line Point +Guard Stake  50’ and at beginning & end of: each wall, BC & EC, layout line angle points, changes in footing dimensions &/or elevation & wall height as appropriate 1/4” Horizontal & 1/4” Vertical Revised 6/15/17 Contract No. 5550 Page 64 of 144 Feature Staked Stake Description  Centerline or Parallel to Centerline Spacing,  Lateral Spacing ,  Setting Tolerance (Within) Major Structure  Footings, Bents, Abutments & Wingwalls RP + Marker Stake + Line Point +Guard Stake 10’ to 33’ as required by the Engineer, BC & EC, transition points & at beginning & end. Elevation points on footings at bottom of columns as appropriate 3/8” Horizontal & 1/4” Vertical Superstructures RP 10’ to 33’ sufficient to use string lines, BC & EC, transition points & at beginning & end. Elevation points on footings at bottom of columns as appropriate 3/8” Horizontal & 1/4” Vertical Miscellaneous  Contour Grading  RP + Marker Stake  50’ along contour line 0.1’ Vertical & Horizontal Utilities ,  RP + Marker Stake  50’ on tangents & curves when R 1000’ &  25’ on curves when R  1000’ or where grade  0.30% as appropriate 3/8” Horizontal & 1/4” Vertical Channels, Dikes & Ditches  RP + Marker Stake intervisible &  100’, BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities as appropriate 0.1’ Horizontal & 1/4” Vertical Signs  RP + Marker Stake + Line Point +Guard Stake At sign location Line point 0.1’ Vertical & Horizontal Subsurface Drains  RP + Marker Stake intervisible &  50’, BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities as appropriate 0.1’ Horizontal & 1/4” Vertical Overside Drains  RP + Marker Stake longitudinal location At beginning & end 0.1’ Horizontal & 1/4” Vertical Markers  RP + Marker Stake for asphalt street surfacing  50’ on tangents & curves when R 1000’ &  25’ on curves when R  1000’. At marker location(s) 1/4” Horizontal Railings & Barriers  RP + Marker Stake At beginning & end and  50’ on tangents & curves when R  1000’ &  25’ on curves when R  1000’ at railing & barrier location(s) 3/8” Horizontal & Vertical AC Dikes  RP + Marker Stake At beginning & end as appropriate 0.1’ Horizontal & Vertical Box Culverts 10’ to 33’ as required by the Engineer, BC & EC, transition points & at beginning & end. Elevation points on footings & at invert as appropriate 3/8” Horizontal & 1/4” Vertical Pavement Markers RP 200’ on tangents, 50’ on curves when R  1000’ & 25’ on curves when R  1000’. For PCC surfaced streets lane cold joints will suffice at pavement marker location(s) 1/4” Horizontal  Staking for feature may be omitted when adjacent marker stakes reference the offset and elevation of those features and the accuracy requirements of the RP meet the requirements for the feature  Reference points shall be sufficiently durable and set securely enough to survive with accuracy intact throughout the installation & inspection of the features or adjacent facilities for which they provide control. RP means reference point for the purposes of this table  Perpendicular to centerline.  Some features are not necessarily parallel to centerline but are referenced thereto  Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the feature   means greater than, or equal to, the number following the symbol.  means less than, or equal to, the number following the symbol.  The cut datum for storm drainage & sanitary sewer pipes & similar structures shall be their invert. The cut datum for all other utilities shall be the top of their pipe or conduit. All guard stakes, line stakes and lath shall be flagged. Unless otherwise approved by the Engineer flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(B) Revised 6/15/17 Contract No. 5550 Page 65 of 144 TABLE 2-9.2.2(B) Survey Stake Color Code for Construction Staking Type of Stake Description Color* Horizontal Control Coordinated control points, control lines, control reference points, centerline, alignments, etc. White/Red Vertical Control Benchmarks White/Orange Clearing Limits of clearing Yellow/Black Grading Slope, intermediate slope, abutment fill, rough grade, contour grading, final grade, etc. Yellow Structure Bridges, sound and retaining walls, box culverts, etc. White Drainage, Sewer, Curb Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, storm drains, slope protection, curbs, gutters, etc. Blue Right-of-Way Fences, R/ W lines, easements, property monuments, etc. White/Yellow Miscellaneous Signs, railings, barriers, lighting, etc. Orange * Flagging and marking cards, if used. 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.2.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made. Payment for the replacement of disturbed monuments and the filing of records of survey and/or corner records, including filing fees, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made. 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the quality and practice required by the Engineer. 2-9.4 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the finished work. Grades for underground conduits will be set at the surface of the ground. The Contractor shall transfer them to the bottom of the trench. 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all matters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce compliance with the Plans and Specifications. The Contractor shall promptly comply with instructions from the Engineer or an authorized representative. The decision of the Engineer is final and binding on all questions relating to: quantities; acceptability of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless otherwise ordered by the Board. Revised 6/15/17 Contract No. 5550 Page 66 of 144 2-10.1 Availability of Records. The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor’s or subcontractor’s possession pertaining to the work that the Engineer may request. 2-10.2 Audit and Inspection. Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor’s and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor’s staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor’s ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Contractor shall notify the Engineer before noon of the working day before inspection is required. Work shall be done only in the presence of the Engineer, unless otherwise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized representatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and workmanship are in accordance with these specifications. Inspection of the Work shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract. Revised 6/15/17 Contract No. 5550 Page 67 of 144 SECTION 3 – CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the interests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as granting a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitation, the change shall be by written Supplemental Agreement between the Contractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are involved, shall provide for the Contractor’s signature indicating acceptance. 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 50 percent, payment will be made per Section 3-2.2.2 or 3-2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 150 percent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. Revised 6/15/17 Contract No. 5550 Page 68 of 144 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipulated Unit Prices may be used for the adjustment of Contract changes when so specified in the Special Provisions. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement cannot be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise specified in Sections 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construction, Contractor shall provide a schedule of values for all lump sum bid items that shall be used for the purpose of progress payments. The prices shall be valid for the purpose of change orders to the project. 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notification in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material cannot be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for handling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Section 3-3. 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as “extra work” when the Engineer determines that it is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. Revised 6/15/17 Contract No. 5550 Page 69 of 144 3-3.2.2 Basis for Establishing Costs. (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Section 3-3.2.3 (a). (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary, for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, “Labor Surcharge and Equipment Rental Rates” published by CALTRANS, current at the time of the actual use of the tool or equipment. The right- of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all incidentals. Necessary loading and transportation costs for equipment used on the extra work shall be included. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Contractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer’s ratings and approved modifications shall be used to classify equipment and it shall be powered by a unit of at least the minimum rating recommended by the manufacturer. Revised 6/15/17 Contract No. 5550 Page 70 of 144 The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work and be of a type not ordinarily available from the Contractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. (e) Invoices. Vendors’ invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1. Labor …………………………..…. 20 2. Materials .………………………… 15 3. Equipment Rental ………………. 15 4. Other Items and Expenditures … 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. Revised 6/15/17 Contract No. 5550 Page 71 of 144 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the following Work site conditions (hereinafter called changed conditions), in writing, upon their discovery and before they are disturbed: 1. Subsurface or latent physical conditions differing materially from those represented in the Contract; and 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engineer determines that conditions are changed conditions and they will materially affect performance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor’s failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor’s failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. Revised 6/15/17 Contract No. 5550 Page 72 of 144 “The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City’s proposed final estimate in order for it to be further considered.” By: ___________________________________ Title: ______________________________ Date: _________________________________ Company Name: ______________________________________________________________ The Contractor’s estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor’s report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor’s presentation of its report. The Contractor may appeal each level’s position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. Revised 6/15/17 Contract No. 5550 Page 73 of 144 All claims by the -Contractor shall be resolved in accordance with Public Contract Code section 9204, which is set forth below: 9204. (a) The Legislature finds and declares that it is in the best interests of the state and its citizens to ensure that all construction business performed on a public works project in the state that is complete and not in dispute is paid in full and in a timely manner. (b) Notwithstanding any other law, including, but not limited to, Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2, Chapter 10 (commencing with Section 19100) of Part 2, and Article 1.5 (commencing with Section 20104) of Chapter 1 of Part 3, this section shall apply to any claim by a contractor in connection with a public works project. (c) For purposes of this section: (1) “Claim” means a separate demand by a contractor sent by registered mail or certified mail with return receipt requested, for one or more of the following: (A) A time extension, including, without limitation, for relief from damages or penalties for delay assessed by a public entity under a contract for a public works project. (B) Payment by the public entity of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public works project and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled. (C) Payment of an amount that is disputed by the public entity. (2) “Contractor” means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who has entered into a direct contract with a public entity for a public works project. (3) (A) “Public entity” means, without limitation, except as provided in subparagraph (B), a state agency, department, office, division, bureau, board, or commission, the California State University, the University of California, a city, including a charter city, county, including a charter county, city and county, including a charter city and county, district, special district, public authority, political subdivision, public corporation, or nonprofit transit corporation wholly owned by a public agency and formed to carry out the purposes of the public agency. (B) “Public entity” shall not include the following: (i) The Department of Water Resources as to any project under the jurisdiction of that department. (ii) The Department of Transportation as to any project under the jurisdiction of that department. (iii) The Department of Parks and Recreation as to any project under the jurisdiction of that department. (iv) The Department of Corrections and Rehabilitation with respect to any project under its jurisdiction pursuant to Chapter 11 (commencing with Section 7000) of Title 7 of Part 3 of the Penal Code. (v) The Military Department as to any project under the jurisdiction of that department. (vi) The Department of General Services as to all other projects. (vii) The High-Speed Rail Authority. (4) “Public works project” means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. (5) “Subcontractor” means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who either is in direct contract with a contractor or is a lower tier subcontractor. (d) (1) (A) Upon receipt of a claim pursuant to this section, the public entity to which the claim applies shall conduct a reasonable review of the claim and, within a period not to exceed 45 days, shall provide the claimant a written statement identifying what portion of the claim is disputed and Revised 6/15/17 Contract No. 5550 Page 74 of 144 what portion is undisputed. Upon receipt of a claim, a public entity and a contractor may, by mutual agreement, extend the time period provided in this subdivision. (B) The claimant shall furnish reasonable documentation to support the claim. (C) If the public entity needs approval from its governing body to provide the claimant a written statement identifying the disputed portion and the undisputed portion of the claim, and the governing body does not meet within the 45 days or within the mutually agreed to extension of time following receipt of a claim sent by registered mail or certified mail, return receipt requested, the public entity shall have up to three days following the next duly publicly noticed meeting of the governing body after the 45-day period, or extension, expires to provide the claimant a written statement identifying the disputed portion and the undisputed portion. (D) Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. If the public entity fails to issue a written statement, paragraph (3) shall apply. (2) (A) If the claimant disputes the public entity’s written response, or if the public entity fails to respond to a claim issued pursuant to this section within the time prescribed, the claimant may demand in writing an informal conference to meet and confer for settlement of the issues in dispute. Upon receipt of a demand in writing sent by registered mail or certified mail, return receipt requested, the public entity shall schedule a meet and confer conference within 30 days for settlement of the dispute. (B) Within 10 business days following the conclusion of the meet and confer conference, if the claim or any portion of the claim remains in dispute, the public entity shall provide the claimant a written statement identifying the portion of the claim that remains in dispute and the portion that is undisputed. Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. Any disputed portion of the claim, as identified by the contractor in writing, shall be submitted to nonbinding mediation, with the public entity and the claimant sharing the associated costs equally. The public entity and claimant shall mutually agree to a mediator within 10 business days after the disputed portion of the claim has been identified in writing. If the parties cannot agree upon a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate with regard to the disputed portion of the claim. Each party shall bear the fees and costs charged by its respective mediator in connection with the selection of the neutral mediator. If mediation is unsuccessful, the parts of the claim remaining in dispute shall be subject to applicable procedures outside this section. (C) For purposes of this section, mediation includes any nonbinding process, including, but not limited to, neutral evaluation or a dispute review board, in which an independent third party or board assists the parties in dispute resolution through negotiation or by issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this section. (D) Unless otherwise agreed to by the public entity and the contractor in writing, the mediation conducted pursuant to this section shall excuse any further obligation under Section 20104.4 to mediate after litigation has been commenced. (E) This section does not preclude a public entity from requiring arbitration of disputes under private arbitration or the Public Works Contract Arbitration Program, if mediation under this section does not resolve the parties’ dispute. (3) Failure by the public entity to respond to a claim from a contractor within the time periods described in this subdivision or to otherwise meet the time requirements of this section shall result in the claim being deemed rejected in its entirety. A claim that is denied by reason of the public entity’s failure to have responded to a claim, or its failure to otherwise meet the time requirements of this section, shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. (4) Amounts not paid in a timely manner as required by this section shall bear interest at 7 percent per annum. Revised 6/15/17 Contract No. 5550 Page 75 of 144 (5) If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim against a public entity because privity of contract does not exist, the contractor may present to the public entity a claim on behalf of a subcontractor or lower tier subcontractor. A subcontractor may request in writing, either on his or her own behalf or on behalf of a lower tier subcontractor, that the contractor present a claim for work which was performed by the subcontractor or by a lower tier subcontractor on behalf of the subcontractor. The subcontractor requesting that the claim be presented to the public entity shall furnish reasonable documentation to support the claim. Within 45 days of receipt of this written request, the contractor shall notify the subcontractor in writing as to whether the contractor presented the claim to the public entity and, if the original contractor did not present the claim, provide the subcontractor with a statement of the reasons for not having done so. (e) The text of this section or a summary of it shall be set forth in the plans or specifications for any public works project that may give rise to a claim under this section. (f) A waiver of the rights granted by this section is void and contrary to public policy, provided, however, that (1) upon receipt of a claim, the parties may mutually agree to waive, in writing, mediation and proceed directly to the commencement of a civil action or binding arbitration, as applicable; and (2) a public entity may prescribe reasonable change order, claim, and dispute resolution procedures and requirements in addition to the provisions of this section, so long as the contractual provisions do not conflict with or otherwise impair the timeframes and procedures set forth in this section. (g) This section applies to contracts entered into on or after January 1, 2017. (h) Nothing in this section shall impose liability upon a public entity that makes loans or grants available through a competitive application process, for the failure of an awardee to meet its contractual obligations. (i) This section shall remain in effect only until January 1, 2020, and as of that date is repealed, unless a later enacted statute, that is enacted before January 1, 2020, deletes or extends that date. In addition, all claims by Contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the Revised 6/15/17 Contract No. 5550 Page 76 of 144 claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. Revised 6/15/17 Contract No. 5550 Page 77 of 144 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. Revised 6/15/17 Contract No. 5550 Page 78 of 144 SECTION 4 – CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer’s approval. Materials and work quality not conforming to the requirements of the Specifications shall be considered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Specifications. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facilities and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Contractor shall also adequately protect new and existing work and all items of equipment for the duration of the Contract. The Contractor shall not, without the Agency’s consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrication, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are acceptable upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed electrical panel boards, large pumps, sewage plant equipment, etc., are subject to inspection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Revised 6/15/17 Contract No. 5550 Page 79 of 144 Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for testing to the place and at the time designated by the Engineer. Unless otherwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection, or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor’s responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after Revised 6/15/17 Contract No. 5550 Page 80 of 144 improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor’s expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifications and accept the manufacturer’s written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words or equal. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any material, process, or equipment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the contract documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer’s findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for proportioning materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. Revised 6/15/17 Contract No. 5550 Page 81 of 144 The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator’s platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain-measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials’ tests, as defined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The investigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional information in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the cooperative investigation concluded. Whenever the cooperative investigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the implementation of a resolution process by committee. The continuance of the investigation shall be contingent upon recipient’s agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notification. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the cooperative investigation and will re-consider all available information and if necessary gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the Revised 6/15/17 Contract No. 5550 Page 82 of 144 committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or 3. At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, the Contractor shall bear and maintain a record for all the investigative costs until resolution. Should the investigation discover assignable causes for the contradiction, the assignable party, the Agency or the Contractor, shall bear all costs associated with the investigation. Should assignable causes for the contradiction extended to both parties, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assignable cause, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradiction, the initiator of the investigation shall bear all investigative costs. All claim notification requirements of the contract pertaining to the contradiction shall be suspended until the investigation is concluded. 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in Section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency’s boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor’s responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. Revised 6/15/17 Contract No. 5550 Page 83 of 144 SECTION 5 – UTILITIES 5-1 LOCATION. The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, telephone, or cable television are shown on the Plans, the Contractor shall assume that every property parcel will be served by a service connection for each type of utility. As provided in Section 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Underground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installations. The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its operations. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accordance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. Revised 6/15/17 Contract No. 5550 Page 84 of 144 Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor’s operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as “abandoned” or “to be abandoned in place”. Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements before commencement of work by the Contractor. When the Plans or Specifications indicate that a utility installation is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade as provided in the Standard Specifications for Public Works Construction and as approved by the City. Utilities which are relocated in order to avoid interference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and property line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3-3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering service connections. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer’s approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor’s convenience and no additional Revised 6/15/17 Contract No. 5550 Page 85 of 144 compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time available for protection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Section 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or alterations not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor’s actual loss as was unavoidable and the Contractor may be granted an extension of time. 5-6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. Close cooperation with City and CMWD Agency operations staff will be required during planning, temporary sewer bypassing, construction, testing, and project completion. Revised 6/15/17 Contract No. 5550 Page 86 of 144 SECTION 6 – PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within ten (10) calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor’s management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor’s responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6-4. No separate payment will be made for the Contractor’s attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Baseline Construction Schedule shall include each item and element of Sections 6-1.2 through 6-1.2.9 and shall be on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media. 6-1.1.2 Three-Week Look Ahead Schedule Submittal. The Contractor shall submit a Detailed 3-week look ahead schedule. The 3-week look ahead schedule shall be updated and submitted weekly, as well as reviewed at each weekly progress meeting, throughout project duration. Detailed schedules shall include at a minimum: public notifications, prep work, excavation duration, temporary sewer bypassing, electrical control work, vault installation, and restoration. 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities required to represent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Schedule shall include detail of all project phasing, staging, and sequencing, including all milestones necessary to define beginning and ending of each phase or stage. 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprising the schedule. 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. Revised 6/15/17 Contract No. 5550 Page 87 of 144 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.2.4 Schedule Software. The Contractor shall use commercially available software program by Primavera or “Project” program by Microsoft Corporation to prepare the Baseline Construction Schedule and all updates thereto. The Contractor shall submit to the Agency source files and PDFs electronically with all network information contained thereon. The Agency will use a “Suretrak”, “Project” or equal software program for review of the Contractor’s schedule. Should the Contractor elect to use a scheduling program other than the “Suretrak” program by Primavera or “Project” program by Microsoft Corporation the Contractor shall provide the Engineer three copies of the substituted program that are fully licensed to the Agency and 32 class hours of on-site training by the program publisher for up to eight Agency staff members. The classes shall be presented on Mondays through Thursdays, inclusive, between the hours of 8:00 a.m. and 5:00 p.m. The on-site training shall be held at 1635 Faraday Avenue, Carlsbad, California. The dates and times of the on-site training shall be submitted to the Engineer for approval five working days before the start of the on-site training. The on-site training shall be completed prior to the submittal of the first Baseline Construction Schedule. 6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activities, including submittals, interfaces between utility companies and other agencies, project milestones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the Contractor’s plan for project execution, to accurately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity’s description shall accurately define the work planned for the activity and each activity shall have recognizable beginning and end points. 6-1.2.6 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. 6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity’s construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. 6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per Section 6-4. 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor’s plan to support and maintain the project for the entire contractual time span of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of Section 6-1. The Engineer may choose to accept the Contractor’s proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, which interface with the project are able to support the Revised 6/15/17 Contract No. 5550 Page 88 of 144 provisions of the shortened Baseline Construction Schedule. The Agency’s acceptance of a shortened duration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. 6-1.2.10 Engineer’s Review. The Construction Schedule is subject to the review of the Engineer. The Engineer’s determination that the Baseline Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions shall be a condition precedent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the Contractor to obtain the Engineer’s determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions within thirty (30) working days after the date of the preconstruction meeting shall be grounds for termination of the contract per Section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 30 working days. The Engineer will review and return to the Contractor, with any comments, the Baseline Construction Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per Sections 6-1.2.10.1 through 6-1.2.10.3. 6-1.2.10.1 “Accepted.” The Contractor may proceed with the project work upon issuance of the Notice to Proceed, and will receive payment for the schedule in accordance with Section 6-1.8.1. 6-1.2.10.2 “Accepted with Comments.” The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per Section 6-1.8.1. 6-1.2.10.3 “Not Accepted.” The Contractor must resubmit the schedule incorporating the corrections and changes of the comments prior to receipt of payment per Section 6-1.8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked “Accepted” or “Accepted with Comments” by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked “Accepted” by the Engineer. 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon each activity’s schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media per the submittal requirements of Section 2-5.3 and will include each item and element of Sections 6-1.2 through 6-1.2.9 and 6-1.3.1 through 6-1.3.7. 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Contractor shall report the percentage determined by the Engineer as complete for the activity. Revised 6/15/17 Contract No. 5550 Page 89 of 144 6-1.3.3 Electronic Media. The schedule data disk shall be a CD-ROM, labeled with the project name and number, the Contractor’s name and the date of preparation of the schedule data disk. The schedule data disk shall be readable by the software specified in Section 6-1.2.4 “Schedule Software” and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. 6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change. 6-1.3.5 Change Orders. Each monthly update will include the addition of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor’s change orders. 6-1.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.4 Engineer’s Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be returned marked as per Sections 6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked “Accepted with Comments” or “Not Accepted” by the Engineer will be returned to the Contractor for correction. Upon resubmittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer returning a monthly updated construction schedule marked “Not Accepted”. 6-1.4.1 “Accepted.” The Contractor may proceed with the project work, and will receive payment for the schedule in accordance with Section 6-1.8.2. 6-1.4.2 “Accepted with Comments.” The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer’s comments prior to receipt of payment per Section 6-1.8.2. 6-1.4.3 “Not Accepted.” The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer’s comments prior to receipt of payment per Section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked “Accepted” by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor’s responsibility. 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent “Accepted” Schedule Update remove all or a portion of the delay, all or the allocated Revised 6/15/17 Contract No. 5550 Page 90 of 144 portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the “Accepted” schedule. 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of Section 2-5.3 and per the schedule review and acceptance requirements of Section 6-1, including but not limited to the acceptance and payment provisions. As used in this section “substantially different” means a time variance greater than 5 percent of the number of days of duration for the project. 6-1.7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor’s Final Schedule Update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed per Sections 6-1.3 Preparation of Schedule Updates and Revisions and 6-1. 4 Engineer’s Review of Updated Construction Schedule. Acceptance of the final schedule update is required for completion of the project and release of any and all funds retained per Section 9-3.2. 6-1.8 Measurement and Payment of Construction Schedule. The Contractor’s preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefor. 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor’s Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all excavations and restore to usefulness all improvements existing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. The work includes, but is not limited to; mobilization, traffic control, potholing, concrete demolition, excavation safety measures, new vault installation, electrical improvements, canopy installation, temporary sewer bypassing, coordination with the City Inspector for communication with HOA residents, installation of new piping and appurtenances, civil site improvements, fencing installation, testing/inspection, and site restoration. The descriptions for the work as presented herein are overviews only and shall Revised 6/15/17 Contract No. 5550 Page 91 of 144 not relieve the Contractor from its responsibilities to perform the coordination and work in accordance with the plans and specifications. Some phases or portions of phases of work may overlap each other and/or occur during the same time period for work, as presented in the Contractor’s schedule and as approved by the City. 6-2.3 Project Meetings. The Engineer will establish the time and location of (weekly) Project Meetings. The Contractor’s Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under Section 7-6, “The Contractor’s Representative”. No separate payment for attendance of the Contractor, the Contractor’s Representative or any other employee or subcontractor or subcontractor’s employee at these meetings will be made. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise specified in Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of archaeological or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equipment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency’s interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board’s opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board’s consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor’s place in all respects for that part and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of Revised 6/15/17 Contract No. 5550 Page 92 of 144 its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the premises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such methods. In any event, the cost of completing the Work shall be charged against the Contractor and its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency within 5 days after the completion, all costs in excess of the sums due. The provisions of this section shall be in addition to all other rights and remedies available to the Agency under law. 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. No extension of time will be granted for a delay caused by the Contractor’s inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof. the proof must be provided in a timely manner in accordance with the sequence of the Contractor’s operations and the approved construction schedule. If delays beyond the Contractor’s control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interests of the Agency. The Contractor will not be entitled to damages or additional payment due to such delays, except as provided in Section 6-6.3. If delays beyond the Contractor’s control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have Revised 6/15/17 Contract No. 5550 Page 93 of 144 avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor’s opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Contract for such portion. The time of completion of the Contract shall be expressed in working days. The Contractor shall diligently prosecute the work to completion within 130 working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor association, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 8:00 a.m. and 4:30 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work. The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. The Contractor shall not muster or conduct other preparatory efforts that could impact residents in the vicinity before 8:00 am or after 4:30 pm on Mondays through Fridays, excluding Agency holidays. Revised 6/15/17 Contract No. 5550 Page 94 of 144 The Contractor shall incorporate the dates, areas and types of work prohibited in this section in the Construction Schedule required by Section 6.1. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the prohibition of work being performed within the dates, areas and/or types of work prohibited in this section. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each working day to be charged against the Contract time. These determinations will be discussed and the Contractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indicate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. 6-8.1 Site Walk-Through. After the site has been fully restored, the Inspector will then schedule the Site Walk-Through to occur within the next five working days. The Contractor and Inspector shall be present at the Site Walk-Through and all outstanding deficiencies shall be included in a List of Deficiencies. The Engineer, Agency, and Construction Manager reserve the right to join at the Site Walk-Through. A review of the red-line record drawings and asset schedule for the respective site shall also be completed at the Site Walk-Through and all red-line deficiencies will also be included in the List of Deficiencies for that site. 6-8.2 List of Deficiencies. Following the Site Walk-Through, the Inspector will generate the List of Deficiencies (also known as the punchlist) for the site, within five working days. The Contractor shall then have 10 working days to address the List of Deficiencies and provide a written response to each punchlist item. 6-8.3 Site Follow-Up Walk-Through. Upon receipt of written responses to the site's List of Deficiencies, the Inspector will complete a Site Follow-Up Walk-Through. Any outstanding deficiencies will be noted and returned to Contractor. Outstanding deficiencies will delay full payment of the site's bid items. 6-8.4 Request for Final Walk-Through. Once the Contractor asserts they have satisfied the terms of the Contract and with the Inspector's permission, the Contractor may submit written assertion in the form of a Request for Final Walk-Through, certifying that all deficiencies identified through the Site Walk-Through process have been addressed and request a Final Inspection to demonstrate project completion to the entire Agency. The Contractor shall provide an attachment to the Request for Final Inspection with the Contractor's written response to each deficiency. The Request for Final Inspection shall not be considered complete without the Contractor's written response to each deficiency. 6-8.5 Final Walk-Through. Upon receipt of the Request for Final Walk-Through, the Inspector shall schedule the Final Inspection within 10 working days. The Inspector and Contractor shall be present at the final inspection. Representatives from other Agency departments reserve the right to be present at the Final Inspection. The Engineer and Construction Manager reserve the right Revised 6/15/17 Contract No. 5550 Page 95 of 144 to be present at the Final Inspection. The red-line record drawings and asset schedules shall also be inspected. If any deficiencies are not satisfactorily addressed or additional deficiencies are identified, the Contractor will have 10 working days to address List of Deficiencies. 6-8.6 Request for Completion. The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Once the Final Inspection has been completed and all outstanding deficiencies satisfactorily completed to Agency’s approval, the Contractor shall submit a written assertion in the form of Request for Completion letter, certifying that the Work has been completed. 6-8.7 Completion. Upon receipt of the Request for Completion letter, the Agency shall review the written assertion within 2 business days. If, in the Engineer’s judgment, the Work has been completed in accordance with the Contract Documents, the Engineer will issue a Completion Letter. The date of completion shall be the date that the Completion Letter is issued by the Agency, conditional upon the Contractor demobilizing and ceasing all on-site labor within two business days. If the Contractor does not fully demobilizes and cease on-site labor accordingly, the Agency may revise the date of Completion to be the date which the Contractor has fully demobilized and has ceased all on-site labor. The completion date will be the date to which liquidated damages will be computed. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute completion or acceptance of the Work. 6-8.8 Acceptance. Acceptance will occur after all of the requirements contained in the Contract Documents have been fulfilled. If, in the Engineer’s judgment, the Contractor has fully performed the Contract, the Engineer will so certify to the Board. Upon such certification by the Engineer, the Board may accept the Work. Upon the Board’s acceptance of the Work, the Agency will cause a “Notice of Completion” to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of acceptance of the Work. 6-8.9 Warranty. All work shall be warranted for one (1) year after acceptance of the Work and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one-year warranty period. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor’s sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of two thousand five hundred dollars ($2,500.00). Such sum is liquidated damages and shall not be construed as a penalty and may be deducted from payments due the Contractor if such delay occurs. Revised 6/15/17 Contract No. 5550 Page 96 of 144 Execution of the Contract shall constitute agreement by the Agency and Contractor that two thousand five hundred dollars per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negligence. The Contractor will not be required to reclean such portions of the improvement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any completed facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents. Revised 6/15/17 Contract No. 5550 Page 97 of 144 SECTION 7 – RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR’S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or otherwise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with applicable provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimination because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. In accordance with the Labor Code, the Board has on file and will publish a schedule of prevailing wage rates for the types of work to be done under the Contract. The Contractor shall not pay less than these rates. Each worker shall be paid subsistence and travel as required by the collective bargaining agreement on file with the State of California Department of Industrial Relations. The Contractor’s attention is directed to Section 1776 of the Labor Code which imposes responsibility upon the Contractor for the maintenance, certification, and availability for inspection of such records for all persons employed by the Contractor or Subcontractor in connection with the project. The Contractor shall agree through the Contract to comply with this Section and the remaining provisions of the Labor Code. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 10 of the Public Works Contract. The cost of this insurance shall be included in the Contractor’s Bid. 7-4 WORKERS’ COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: “I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract.” Revised 6/15/17 Contract No. 5550 Page 98 of 144 The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers’ Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this paragraph. All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain all permits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-5.1 Resource Agency Permits. No resource agency permits for the Work. 7-6 THE CONTRACTOR’S REPRESENTATIVE. Before starting work, the Contractor shall designate in writing a representative who shall have complete authority to act for it. An alternative representative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. In order to communicate with the Agency, the Contractor’s representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. The qualifications for the Contractor's Representative shall include at a minimum: 1. Submit resume and complete qualifications form demonstrating 5 years' experience as superintendent of sewer lift station projects, with at least five projects with contract values specific to sewer lift station improvements over $500,000. Revised 6/15/17 Contract No. 5550 Page 99 of 144 2. Completion of OSHA 30-hour Construction Training Course. Submit certification as proof. The Agency reserves the right to disqualify bidders if the required technical ability and experience for the Contractor's Representative is not established. In the event that the Contractor would like to change the Contractor's Representative through the course of Project completion, Contractor shall notify the Agency at least two weeks prior and submit it the same paperwork for the Engineer's review demonstrating the proposed Contractor's Representative meets the minimum requirements of the position. Engineer will review qualifications of proposed Contractor's Representative within 5 working days of receipt. In the event of a change in Contractor's Representative, the Agency reserves the right to suspend work, at the Contractor's cost, until a qualified Contractor's Representative is assigned to the Project. An alternative representative may be designated as well. Prior to an alternative being designated, the proposed alternative must also submit paperwork for Agency's review, demonstrating that the proposed alternative satisfies the minimum qualifications. The Agency will review the qualifications within five working days of receipt. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. No change in Contractor's Representative will be allowed without Agency's review of qualifications of proposed Contractor's Representative. In the event of a change in Contractor's Representative, the minimum qualifications for Contractor's Representative must still be satisfied. The qualifications shall be submitted for review two weeks prior to the proposed change in personnel. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others. the Contractor will not be entitled to additional compensation from the Agency for damages resulting from such simultaneous, collateral, and essential work. If necessary, to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a Revised 6/15/17 Contract No. 5550 Page 100 of 144 time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. When required by the Plans or Specifications, the Contractor shall furnish and operate a self-loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is incomplete. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor’s Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. Failure of the Contractor to comply with the Engineer’s cleanup orders may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time, and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. Revised 6/15/17 Contract No. 5550 Page 101 of 144 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of employees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condition. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sewage shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefor. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall comply with the City’s Construction Storm Water Pollution Prevention Plan (SWPPP) standards and requirements to ensure construction compliance with the City of Carlsbad Storm Water Ordinance and the Municipal Permit, as issued by the San Diego California Regional Water Quality Control Board (SDRWQCB) San Diego Region Order No. R9-2013-0001, as amended by Order Nos. R9-2015-0001 and R9-2015-0100; National Pollutant Discharge Elimination System (NPDES) No. CAS0109266 and Waste Discharge Requirements for Discharges from the Municipal Separate Storm Sewer Systems (MS4s) Draining the Watersheds within San Diego Region and any amendment, revision or re-issuance thereof. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility Revised 6/15/17 Contract No. 5550 Page 102 of 144 installations, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a portion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. Maintenance of street and traffic signal systems that are damaged, temporarily removed or relocated shall be done in conformance with 307-1.5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor’s operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor’s operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Unless otherwise authorized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. The Contractor’s work is expected to occur within the existing City easement. Access to the existing easement is to be obtained via the existing paved road, Winthrop Avenue, located within the HOA community of the Villas at Calaverra Hills. The HOA is managed by the Curtis Management Company. The Contractor is responsible for coordinating site access and notifying the Homeowner Associations and residents. All communications shall be made through the City inspector unless otherwise approved. Safe and adequate pedestrian and vehicular access shall be provided and maintained to: fire hydrants; commercial and industrial establishments; churches, schools and parking lots; service stations and motels; hospitals; police and fire stations; and establishments of similar nature. Access to these facilities shall be continuous and unobstructed unless otherwise approved by the Engineer. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian crossings of the Work at intervals not exceeding 90 m (300 feet), shall be maintained unless otherwise approved by the Engineer. Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. If backfill has been completed to the extent that safe access may be provided, and the street is opened to local traffic, the Contractor shall immediately clear the street and driveways and provide and maintain access. The Contractor shall cooperate with the various parties involved in the delivery of mail and the collection and removal of trash and garbage to maintain existing schedules for these services. Revised 6/15/17 Contract No. 5550 Page 103 of 144 The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City’s contracted waste disposal company, Coast Waste Management at 760-929-9417. Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor’s permanent office or field office and the other number shall be a 24-hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 lb. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix “A”. In addition to the notifications, the contractor shall post no parking signs 72 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the no parking signs 72 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 72 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be considered incidental and included in the contract price bid requiring traffic control and the Contractor will not be entitled to any additional compensation for printing and distributing these notices. The contractor shall replace all street markings and striping damaged by construction activities. The Contractor shall include in its Bid all costs for the above requirements. 7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall not be stored in streets, roads, or highways for more than 5 days after unloading. All materials or equipment not installed or used in construction within 5 days after unloading shall be stored elsewhere by the Contractor at its expense unless authorized additional storage time. Construction equipment shall not be stored at the Work site before its actual use on the Work nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of equipment may be authorized by the Engineer. Revised 6/15/17 Contract No. 5550 Page 104 of 144 Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless otherwise permitted. After placing backfill, all excess material shall be removed immediately from the site. 7-10.3 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State, County, and City requirements for closure of streets. The Contractor shall provide barriers, guards, lights, signs, temporary bridges, flagpersons, and watchpersons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Contractor shall furnish and install signs and warning devices and promptly remove them upon completion of the Work. After obtaining the Engineers approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1. The Engineer ............................................................................ 760-602-2720 2. Carlsbad Fire Department Dispatch .......................................... 760-931-2197 3. Carlsbad Police Department Dispatch ...................................... 760-931-2197 4. Carlsbad Traffic Signals Maintenance (extension 2937) ........... 760-438-2980 5. Carlsbad Traffic Signals Operations.......................................... 760-602-2752 6. North County Transit District ..................................................... 760-967-2828 7. Waste Management ................................................................. 760-929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer’s written approval prior to deviating from the requirements of 2) through, and including, 7) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. All costs involved shall be included in the Bid. Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices (FHWA MUTCD Current Edition, as amended for use in California) and these provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of Section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of Section 214-5.1.et seq. All temporary reflective channelizers shall conform to the provisions of Section 214-5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of Section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to Section 210-1.6 for materials and Section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to Revised 6/15/17 Contract No. 5550 Page 105 of 144 provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in Section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS “Standard Specifications”, except the sleeves shall be 7” long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any Section closed to public traffic. Whenever the Contractor’s vehicles or equipment are parked on the shoulder within 6’ of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 25’ intervals to a point not less than 25’ past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20-1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. 7-10.3.2 Maintaining Traffic. The Contractor’s personnel shall not work closer than 1.8 m (6’), nor operate equipment within 0.6 m (2’) from any traffic lane occupied by traffic. For equipment the than 0.6 m (2’) shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. During the entire construction, a minimum of one paved traffic lane, not less than (12’) wide, shall be open for use by public traffic in each direction of travel, unless otherwise approved by the City. 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, California Manual on Uniform Traffic Control Devices (FHWA MUTCD current edition, as amended for use in California) and provisions under "Maintaining Traffic" elsewhere in these Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Revised 6/15/17 Contract No. 5550 Page 106 of 144 Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2015 Revision 1, as amended for use in California) published by CALTRANS. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. 7-10.3.6 Preparation of Traffic Control Plan Sheets. The Contractor shall prepare and submit traffic control plans (TCP), as a part of the Work for any and all construction activities that are located within the traveled way. The Contractor shall have traffic control plans TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer’s review in conformance with the requirements of Section 2-5.3, et seq. and obtain the Engineer’s approval of the TCP prior to implementing them. The minimum 20-day review period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP for the Engineer’s review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. Design of TCP for construction shall meet the requirements of the City and the California Manual on Uniform Traffic Control Devices (FHWA MUTCD current edition, as amended for use in California as published by CALTRANS). Submittal and review requirements for such Revised 6/15/17 Contract No. 5550 Page 107 of 144 modifications, supplements, and/or new designs to TCP shall conform to the requirements of Section 2-5.3 Shop Drawings and Submittals. 7-10.3.7 Payment. The Contractor shall prepare and implement traffic control plans and shall furnish all labor and materials to perform, install, maintain, replace and remove all traffic control as incidentals to the work with which they are associated with and no other compensation will be allowed therefor. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers’ protection from the hazard of caving ground during the excavation of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start until the Engineer has accepted the plan and the Contractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are provided or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engineer, or as otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Engineer’s approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Section 5194 of the California Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Material Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe conditions. Revised 6/15/17 Contract No. 5550 Page 108 of 144 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, administering and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and contain procedures for safe entry into confined spaces, including, but not limited to the following: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potential isolation and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space 7. Special hazards consideration 8. Personal protective equipment 9. Rescue plan provisions The Contractor’s submittal shall include the names of its personnel, including subcontractor personnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit-required confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit-required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall indemnify and hold the Agency harmless from any legal action that may be brought for infringement of patents. Revised 6/15/17 Contract No. 5550 Page 109 of 144 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer’s approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and National laws and County and Municipal ordinances and regulations which in any manner affect those employed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: “In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties.” Revised 6/15/17 Contract No. 5550 Page 110 of 144 SECTION 8 – FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. No office space is required for Agency personnel. However, Contractor is required to maintain a laydown area within the general vicinity of the Project. The District will not provide a laydown yard. Contractor is responsible for acquiring a laydown yard. Revised 6/15/17 Contract No. 5550 Page 111 of 144 SECTION 9 – MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from measurements or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sections involved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with duplicate licensed weighmaster’s certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Standard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated “Lump Sum”, “L.S.”, or “Job”, shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT. 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accordance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Revised 6/15/17 Contract No. 5550 Page 112 of 144 Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor’s request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precautions which are the Contractor’s responsibility have not been taken and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6- 10. Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the “Notice of Completion.” If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor’s failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as prescribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency’s payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these Revised 6/15/17 Contract No. 5550 Page 113 of 144 General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor’s information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. From each progress estimate, 5 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from remaining progress estimates and from the final estimate may be limited to $500 or 10 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 3-5, Disputed Work. Revised 6/15/17 Contract No. 5550 Page 114 of 144 The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor’s claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written statement required in Section 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in Section 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor’s claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Section 3-5, Disputed Work, for those claims remaining in dispute. 9-3.3 Delivered Materials. When provided for in the Specifications, and subject to the limitation and conditions therein, the cost of materials and equipment delivered but not incorporated into the Work will be included in the progress estimate. 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. 9-3.4 Mobilization. When a bid item is included in the Proposal form for mobilization and subject to the conditions and limitations in the Specifications, the costs of work in advance of construction operations and not directly attributable to any specific bid item will be included in the progress estimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be made at the Contract lump-sum price paid for mobilization and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of Revised 6/15/17 Contract No. 5550 Page 115 of 144 these specifications. Such activities shall include, but are not be limited to, coordination with Agency forces, surveying and staking, pre-construction video and photographs, traffic control, temporary offices, staging areas, security, and any other incidental work or services not included in any other bid item. The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization and Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilization And Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatory work will be allowed therefore. 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned on the plans, in the Contract Documents, General Provisions, or Technical Provisions/Specifications shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation systems, and vegetation in place. If damaged during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his expense. REFER TO TECHNICAL SPECIFICATION 01025 MEASUREMENT AND PAYMENT FOR OTHER INFORMATION REGARDING MEASUREMENT AND PAYMENT AND BID ITEM DESCRIPTIONS. Revised 6/15/17 Contract No. 5550 Page 116 of 144 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS 200-1 ROCK PRODUCTS Add the following section: 200-1.2.2 Permeable Material. Permeable material shall consist of hard, durable, clean sand, gravel, or crushed stone, and shall be free from organic material, clay balls, or other deleterious substances. Class 1 and Class 2 permeable material shall have a Durability Index of not less than 40. Class 2 Permeable material shall have a Sand Equivalent value of not less than 75. Class 1 permeable material shall conform to the requirements in this section and Table 200-1.2.2(A). Class 2 permeable material shall conform to the requirements in this section and Table 200-1.2.2(B). When permeable material is required and the class or kind is not specified, Class 1 permeable material shall be used. The alternative gradings within Class 1 permeable material are identified by types. Unless otherwise shown on the plans the Contractor will be permitted to furnish and place any one of the types provided for this class. The percentage composition by mass of permeable material in place shall conform to the gradings in Tables 200-1.2.2(A) and 200- 1.2.2(B). TABLE 200-1.2.2(A) CLASS 1 PERMEABLE MATERIAL Percentage Passing Sieve Sizes Type A Type B 50-mm (2”) --- 100 37.5-mm (11/2”) --- 95-100 19-mm (3/4”) 100 50-100 12.5-mm (1/2”) 95-100 --- 9.5-mm (3/8”) 70-100 15-55 4.75-mm (No. 4) 0-55 0-25 2.36-mm (No. 8) 0-10 0-5 75-µm (no. 200) 0-3 0-3 TABLE 200-1.2.2(B) CLASS 2 PERMEABLE MATERIAL Sieve Sizes Percentage Passing 25-mm (1”) 100 19-mm (3/4”) 90-100 9.5-mm (3/8”) 40-100 4.75-mm (No. 4) 25-40 2.36-mm (No. 8) 18-33 600-µm (No. 30) 5-15 300-µm (No. 50) 0-7 75-µm (no. 200) 0-3 Revised 6/15/17 Contract No. 5550 Page 117 of 144 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Add the following: Aggregate base shall be Class 2 Aggregate Base per Caltrans Standard Specification, July 1999, Section 26: Aggregate Bases, Subsection 26-1.02A Class 2 Aggregate Base and as specified herein. Add the following section: 200-2.7 Class 2 Aggregate Base. Aggregate for Class 2 aggregate base shall be free from organic matter and other deleterious substances and shall be of such nature that it can be compacted readily under watering and rolling to form a firm, stable base. Aggregate may include material processed from reclaimed asphalt concrete, portland cement concrete, lean concrete base, cement treated base or a combination of any of these materials. Aggregate shall conform to the grading and quality requirements shown in the following tables. At the option of the Contractor, the grading for either the 11/2-inch maximum or 3/4 inch maximum shall be used, except that once a grading is selected it shall not be changed without the Engineer's written approval. AGGREGATE GRADING REQUIREMENTS Percentage Passing 11/2" Maximum 3/4" Maximum __________________ _____________________ Operating Operating Sieve Sizes Range Range 2" ................................. 100 — 11/2" ............................ 90-100 — 1" ................................. — 100 3/4" .............................. 50-85 90-100 No. 4 ............................ 25-45 35-60 No. 30 ........................... 10-25 10-30 No. 200 ........................ 2-9 2-9 QUALITY REQUIREMENTS Operating Tests Range Resistance (R-value) 78 Min. Sand Equivalent 25 Min. Durability Index 35 Min. The aggregate shall not be treated with lime, cement or other chemical material before the Durability Index test is performed. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for “Operating Range” but meet the “Contract Compliance” requirements, placement of the aggregate base may be continued for the remainder of that day. However, another day's work may not be started until tests, or other information, indicate to the satisfaction of the Engineer that the next material to be used in the work will comply with the requirements specified for “Operating Range.” If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for “Contract Compliance,” the aggregate base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the Engineer, the aggregate base may remain in place and the Contractor shall pay to the City $2.25 Revised 6/15/17 Contract No. 5550 Page 118 of 144 per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. If both the aggregate grading and Sand Equivalent do not conform to the “Contract Compliance” requirements, only one adjustment shall apply. No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day's production, whichever is smaller. SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE TABLE 201-1.1.2(A) Modify as follows: TABLE 201-1.1.2(A) (3) PORTLAND CEMENT CONCRETE Type of Construction Concrete Maximum Class Slump mm (Inches) All Concrete Used Within the Right-of-Way 330-C-23 (560-C-3250) (1) (2) Trench Backfill Slurry 115-E-3 (190-E-400) 200 (8”) Street Light Foundations and Survey Monuments 330-C-23 (560-C-3250) 100 (4”) Traffic Signal Foundations 350-C-27 (590-C-3750) 100 (4”) Concreted-Rock Erosion Protection 310-C-17 (520-C-2500P) per Table 300-11.3.1 (1) Except that concrete required to be of higher strength by Table 201-1.1.2(A) SSPWC shall be as per Table 201-1.1.2(A) SSPWC. (2) As per Table 201-1.1.2(A) SSPWC. (3) Portions of Table 201-1.1.2(A) of the Standard Specifications for Public Works Construction not shown herein as changed are not affected by this table. 201-1.2 Materials. 201-1.2.4(a) Integral Colored Concrete. Add the following: Integral color shall consist of colored admixtures developed for use in ready mixed concrete. The product shall be made of the highest quality pigments, as well as other ingredients designed to enhance the color and improve the pigment dispersion, workability and finishing performance of the concrete. Integral color pigments shall meet or exceed ASTM-C-979. The coloring method shall be designed for concrete flatwork applications (salt finished, broom finishes, rotary finishes), as well as vertical surfaces, and other types of architectural concrete. Pigment shall be a permanent coloration, uniform throughout the concrete surface and interior, and shall be highly UV and fade resistant. Integral colored concrete shall be cured with QC Color Cure color matched to the concrete (see product information bulletin). Provide sample panel submittals of all colors to be used in the installation on identical surfaces for approval by Resident Engineer. Contractor shall provide a maintenance schedule for integral colored concrete. Revised 6/15/17 Contract No. 5550 Page 119 of 144 Admixture for all integral colored concrete paving in medians and other integral colored concrete shall be the following: Color: Gray (match existing adjacent concrete) Curing: Scofield Colorcure Concrete Sealer (or approved equal). See Section 201 of these Supplemental Provisions for Concrete Curing Materials. Manufacturer: Scofield Chromix Admixtures for color-conditioned concrete, or approved equal L.M. Scofield Company 6533 Bandini Boulevard Los Angeles, CA 90040 1-800-800-9900 Admixture products and procedures for installation shall be in strict accordance with the manufacturer’s specifications and recommendations, and those published by the American Concrete Institute (ACI) and the Portland Cement Association (PCA). 201-1.2.4 Chemical Admixtures. (e) Air-Entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-1/2 percentage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504. Add the following: 201-1.6 Finish: match existing Add the following: 201-1.7 Miscellaneous Concrete Finishing Products. 201-1.7.1 Water Base Penetrating Sealer for Integral Colored Concrete. (Scofield Colorcure Concrete Sealer or approved equal) Water base penetrating sealer shall be a sealer designed for the protection of imprinted and natural concrete. Water base penetrating sealer shall be a sealer designed for the protection of imprinted, colored and natural concrete, and other masonry surfaces to preserve the natural appearance of the masonry without darkening or adding gloss to the surface. It shall preserve the natural slip resistance of the concrete, etc. Sealer shall repel spills and soils, minimizing staining and maintenance. Seal shall leave no visible material on the surface and shall be absorbed and locked into the pores of the masonry, repelling liquids and soils but leaving the top surface natural in appearance. Install per manufacturer’s directions. Seal shall be compatible with the surfaces and materials which it is applied. Concrete sealer shall conform to the following specifications: Color: Clear, non-yellowing Odor: Mild Flash Point: None (C.O.C. method) Specific Grav.: 1.03 Density: 8.6 pounds per gallon Drying Time: 30 minutes to 60 minutes Revised 6/15/17 Contract No. 5550 Page 120 of 144 Cure Time: 24 to 48 hours VOC Content: None (0 g/l) excluding water Polymer Type: Proprietary Reactive Resin System Coverages (approximate): Smooth Concrete: 300 to 400 square feet per gallon Rough Concrete: 200 to 300 square feet per gallon Note: Coverages vary depending on porosity and condition of surface and method of application. Method of: Airless sprayer. Application Manufacturer: Scofield Chromix Admixtures for color-conditioned concrete, or approved equal L.M. Scofield Company 6533 Bandini Boulevard Los Angeles, CA 90040 1-800-800-9900 All materials shall be furnished, prepared, applied, cured, and stored according to the product manufacturer’s direction. 201-1.2.4 Chemical Admixtures. (e) Air-entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-1/2 percentage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504. 201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS 201-3.4 Type “A” Sealant (Two-Part Polyurethane Sealant). Add the following: All finished concrete surfaces shall have a ½” continuous expansion joint at locations indicated on the plans and notes and shall be located either parallel to perpendicular to the curb line. When not otherwise indicated, all expansion joints located adjacent to colored concrete shall be sealant Type “A” and colored to match the color of the concrete surface. Contractor shall provide joint sealants that have been produced and installed to establish and to maintain watertight and airtight continuous seals without causing staining or deterioration of joint substrates. Contractor shall submit product data from the manufacturer of each joint sealant product required, including instructions for joint preparation and joint sealer application. Contractor shall also submit samples for initial selection purposes in form of manufacturer’s standard bead samples, consisting of strips of actual products showing full range of colors available, for each product exposed to view. Samples shall be submitted to Engineer. Submit complete schedule of type (and location where type is to be used) of each sealant. Contractor shall engage an experienced installer who has completed joint sealant applications similar in material, design and extent to that indicated for Project that have resulted in construction with a record of successful in-service performance. Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. Revised 6/15/17 Contract No. 5550 Page 121 of 144 Provide color selections made by Engineer from manufacturer’s full range of standard colors for products of type indicated. Sealant color parallel to curbline shall match color of Paving Treatment Type “A” as specified in Section 201-1.2.4(a) of these Special Provisions. Joint sealants shall be multi-component polyurethane sealant. Except as otherwise indicated, provide manufacturer’s standard, non-modified, 2-or-more-part, polyurethane-based, elastomeric sealant; complying with either ASTM-C-920-87, Type M, Grade P, Class 25, or FS TT-S 0227E Class A, non-sag, Type II. Acceptable Products: “Sonneborn NPII”; Sonneborn Building Products Division; “Scofield Lithoseal Trafficalk 3-G”, L.M. Scofield Company; or equivalent, as approved by the Engineer. Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates, sealants, primers and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. Plastic foam joint fillers shall be preformed, compressible, resilient, nonstaining, nonwaxing, nonextruding strips of flexible plastic foam either open-cell polyurethane foam or closed-cell polyethylene foam, subject to approval of sealant manufacturer, for cold-applied sealants only. Polystyrene foam is not acceptable. 201-3.7 Type “D” Joint Sealant. Add the following: Hot-melt rubberized asphalt shall be in solid form at room temperature and fluid at an application temperature of 190°C (375°F) to 205°C (400°F). Fumes from the material shall be non-toxic. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. Performance characteristics of the cured hot-melt rubberized asphalt shall be as per Table 201-3.7(A). TABLE 201-3.7(A) CURED HOT-MELT RUBBERIZED ASPHALT SECTION 203 - BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. Add the following: 203-6.2.1 Acceptance. Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the Asphalt Binder content is within +/-0.5% of the design Property Measuring Standard (ASTM Designation) Results Conditions Cone Penetration ASTM D 3407, Sec. 5 3.5 mm, max. 25°C, 150 g, 5 s Flow, 60°C ASTM D 3407, Sec. 6 5 mm, max. Resilience ,ASTM D 3407, Sec. 8 25%, min. 25°C Softening Point, ASTM D 36 82 °C, min. Ductility, ASTM D 113 300 mm, min. 25°C, 50 mm/min Flash Point, COC, °C ASTM D 92 288 °C, min. Viscosity, Brookfield Thermosel, ASTM D 4402 2.5-3.5 Pa·s No. 27 Spindle, 20 rpm, 190°C, Revised 6/15/17 Contract No. 5550 Page 122 of 144 mix and the gradation conforms to the grading as shown in Table 203-6.4.3 (A). Deviations in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Stabilometer Value per Table 203-6.4.3 (A) Plant inspected asphalt concrete will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the grading as shown in Table 203-6.4.3 (A). 203-6.4 Asphalt Concrete Mixtures. Add the following: Conventional Asphalt concrete shall be class C2-PG64-10-RAP for surface course, and B-PG64-10-RAP for base course. Asphalt concrete shall be class D2-PG70-10 for dikes and class E-PG70-10 ditches. 203-6.4.3 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be determined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant inspection that confirms the production of a particular mix design and verifies using samples of aggregate taken before the addition of asphalt and mineral filler (Bin). All samples shall be taken in accordance with Calif. Test 125. When Wet Mix or Core samples of asphalt concrete are to be used for evaluation, sufficient size samples shall be taken to ensure representative and adequate quantity of material for: 1. Asphalt Content and Gradation of Extraction using Calif. Test 382 or ASTM 2172, and Calif. Test 202. 2. Stability using: a. Hveem stability Value using Calif. Tests 304 and 366 shall be the average of three individual Values or b. Marshall Stability1 in accordance with the Asphalt Institute's MS-2 fabricated and tested for traffic volume and shall be the average of three specimens. 1Only use Marshall Stability when the deviation between individual Hveem Stabilometer Values are greater than +/-5. When using core sample analysis, the samples must be properly prepared to safeguard against influx of outside contaminates and so that the cut surfaces do not influence the test results. 203-6.8 Asphalt Concrete Storage. Add the following: Open graded or Gap graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 10 hours, shall not be used in the work. 203-11 ASPHALT RUBBER HOT MIX (ARHM) WET PROCESS 203-11.3 Composition and Grading. Add the following: Asphalt Rubber Hot Mix shall be Gap Graded class ARHM-GG-C. Revised 6/15/17 Contract No. 5550 Page 123 of 144 SECTION 207 – PIPE REFER TO THE TECHNICAL SPECIFICATIONS SECTIONS IN DIVISION 15 MECHANICAL AS APPLICABLE FOR THIS PROJECT. Add the following section: 207-25 UNDERGROUND UTILITY MARKING TAPE. Add the following section: 207-25.1 Detectable Underground Utility Marking Tape: Detectable Underground Utility Marking Tape shall have a minimum 0.13 mm (0.005”) overall thickness, with no less than a 35 gauge (AWG), 0.14 mm aluminum foil core. The foil must be visible from both sides. The layers shall be laminated together with the extrusion lamination process, not adhesives. No inks or printing shall extend to the edges of the tape. All printing shall be encased to avoid ink rub-off. Detectable Underground Utility Marking Tape shall conform to the properties listed in Tables 207-25(A) and 207-25 (B). TABLE 207-25.1(A) DETECTABLE UNDERGROUND UTILITY MARKING TAPE PROPERTIES Property Method Value Thickness ASTM D2103 0114 mm (0.0056”) Tensile strength ASTM D882 4500g/cm (25 lbs/inch) (5,500 PSI) Elongation ASTM D882-88 <50 percent at break Printability ASTM D2578 >50 dynes/square centimeter Flexibility ASTM D671-81 Pliable hand Inks Manufacturing specifications Heat-set Mylex Message repeat Manufacturing specifications Every 500 mm(20”) Foil Manufacturing specifications Dead soft/annealed Top layer Manufacturing specifications Virgin PET Bottom layer Manufacturing specifications Virgin LDPE Adhesives Manufacturing specifications >30 percent, solid 1.5#/R Bond strength Boiling H2O at 100 degrees Celsius Five hours without peel Colors APWA Code See Table 207-25.1 (B) TABLE 207-25.1(B) DETECTABLE UNDERGROUND UTILITY MARKING TAPE COLORS Color Utility Marked Red Electric power, distribution, transmission, and municipal electric systems. Yellow Gas and oil distribution and transmission, dangerous materials, product and steam. Orange Telephone and telegraph systems, police and fire communications, and cable television. Blue Water systems. Green Sanitary and storm sewer systems, nonpotable. Brown Force mains. Purple Reclaimed water lines. Revised 6/15/17 Contract No. 5550 Page 124 of 144 Add the following section: 207-25.2 Materials Approvals. Detectable Underground Utility Marking Tape shall meet the requirements of each of the following agency/association publications. A. Department of Transportation, Materials Transportation Bureau, Office of Pipeline Safety. USAS code for pressure piping B31.8, paragraph 192.321(e). B. National Transportation Safety Board, Washington, DC, Special Study Prevention of Damage to Pipelines. Adopted June 7, 1974. Report NTSB-PSS-73-1. C. American Petroleum Institute (API). Recommended practice for marking buried liquid petroleum pipelines - APR RP 1109. D. General Services Administration, Washington, DC, Public Buildings Service Guide Specification for Mechanical and Electrical Equipment - PBS 4-1501, Amendment 2, Page 501-14, Paragraph 18, Subparagraph 18.1, Clause 18.1.1. E. Rural Electrification Authority (REA), U.S. Department of Agriculture, Washington, DC, National Electrical Safety Code for Underground Construction for remote and immediate hazards. SECTION 209 - ELECTRICAL COMPONENTS 209 ELECTRICAL COMPONENTS. REFER TO THE TECHNICAL SPECIFICATIONS SECTIONS IN DIVISION 16 ELECTRICAL AS APPLICABLE FOR THIS PROJECT. SECTION 213 - ENGINEERING FABRICS 213-2 GEOTEXTILES. 213-2.1 General. Add the following: Geotextile types shall be used for the applications listed in Table 213-2.1(A) Table 213-2.1(A) GEOTEXTILE APPLICATIONS Application of Geotextile Type Designation Separation of Soil and Street Structural Section 90WS Separation of Soil and Subsurface Aggregate Drain 180N Reinforcement of Street Structural Section 200WS Remediation and Separation of Soil 270WS Reinforcement of Soil 270WS Drainage at the Interface of Soil Structures N/A Drainage at the Interface of Soil and Structures N/A Rock Slope Protection Fabric for Rock Sizes Below 225 kg (¼ Ton) 180N Rock Slope Protection Fabric for Rock Sizes Including and Above 225 kg (¼ Ton) 250N Plant Protection Covering 90N Erosion Control Fence with 14 AWG - 150 mm x 150 mm (6”x6”) Wire and 3 m (10’) Post Spacing 90WS Erosion Control Fence with 1.8 m (6’) Post Spacing and No Wire Fencing 200WS Revised 6/15/17 Contract No. 5550 Page 125 of 144 Add the following section: 213-3 EROSION CONTROL SPECIALTIES. Add the following section: 213-3 Gravel bags. Gravel bags for the use of temporary erosion control shall be burlap type, filled with no less than 23kg (50 lbs) of 19 mm (3/4“) crushed rock and securely tied closed. Plastic bags are not acceptable. SECTION 214 - PAVEMENT MARKERS 214-5 REFLECTIVE PAVEMENT MARKERS Add the following section: 214-5.1 Temporary Reflective Pavement Markers. Temporary pavement markers shown on the plans and required in the specifications shall be one of the types shown in Table 214-5.1(A), or equal thereto. TABLE 214-5.1(A) TEMPORARY REFLECTIVE PAVEMENT MARKERS Type Manufacturer of Distributor TOM- Temporary Overlay Markers Davidson Traffic Control Products, 3110 70th Avenue East, Tacoma, WA 98424, (877) 335-4638 Add the following section: 214-5.2 Permanent Reflective Channelizer. Reflective Channelizer shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Reflective channelizer posts shall be orange in color. Reflective channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm in size. The reflective sheeting shall be visible at 300 m at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. Reflective channelizer shall be one of the types shown in Table 214-5.2(A), or equal thereto. Revised 6/15/17 Contract No. 5550 Page 126 of 144 TABLE 214-5.2(A) REFLECTIVE CHANNELIZER Type Manufacturer of Distributor Safe-Hit SH336SMA Safe-Hit, A Division of Energy Absorption Systems, Inc. 35 East Wacker Drive, Suite 1100 Chicago, IL 60602 (800) 537-8958 Carsonite "Super Duck" SDR3036 Carsonite Composites, LLC 605 Bob Gifford Boulevard Early Branch, SC 29916 (800) 648-7916 Repo "The Replaceable Post" Western Highway Products 10680 Fern Avenue Stanton, CA 90680 (800) 854-3360 The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of Section 2-5.3.3 “Submittals”. Said certificate shall certify that the permanent reflective channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the engineer and were manufactured in accordance with the approved quality control program. SECTION 215 - FENCING Add the following section: 215-1 ENVIRONMENTAL FENCING Add the following section: 215-1.1 Materials. Environmental fence shall be minimum 4’ high, orange colored plastic construction fencing installed prior to performing any work. Environmental fence shall be constructed of non-toxic, non-conductive polyethylene capable of withstanding temperatures from –58F degrees to 194F degrees. Color shall be non-fading. Posts shall be 6’-6” long, shall be spaced no more than 10’-0” apart and buried portion shall be no less than 2’-6” deep. Used materials may be installed providing the used materials are good, sound, and are suitable for the purpose intended, as determined by the Engineer. Materials may be commercial quality providing the dimensions and sizes of the materials are equal to, or greater than, the dimensions and sizes specified herein. Posts shall be either metal or wood at the Contractor's option. Galvanizing and painting of steel items will not be required. Treating wood with wood preservatives will not be required. Concrete footings for metal posts will not be required. Revised 6/15/17 Contract No. 5550 Page 127 of 144 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING. 300-1.1 General. Add the following to the third paragraph: Also, refer to Technical Specifications for Site Demolition. During surface clearing operations, the Contractor shall not cover or bury any plant growth or other objectionable materials. If the Contractor cannot successfully separate the plant growth from the surface soil and advertently or inadvertently mixes organic or other objectionable materials with the soil, the soil so contaminated shall be removed from the site by the Contractor. All costs, if any, associated with removing the soil mixed with organic or other objectionable materials and importing soil to replace said contaminated soil shall be borne by the Contractor and no additional payment therefore shall be made to the Contractor. 300-1.3 Removal and Disposal of Materials. Add the following: Also included in clearing and grubbing shall be removal and disposal of existing fences, asphalt concrete and aggregate base, concrete curb and gutter, concrete sidewalk, existing gate, and other existing features which interfere with the work. Whether or not such items are shown on the plans they shall be removed as a part of clearing and grubbing. Existing underground pipes and conduits that are shown on the plans and designated to be removed shall be removed by the Contractor as a part of clearing and grubbing. 300-1.4 Payment. Modify as follows: Payment for clearing and grubbing within the project limits and at stockpile location shall be included in the actual bid items requiring the clearing and grubbing work and no other payments will be made. Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities and clearing and grubbing shall be incidental to the work as shown on the approved contract documents and no additional payment will be made. 300-2 UNCLASSIFIED EXCAVATION. 300-2.1 General. Add the following: Unclassified excavation shall include removal and stockpile of suitable material, recompaction, mixing, grading for mitigation work, trenching and backfilling of storm drains, sewers, other utilities, disposal of unsuitable materials not included in the bid item for clearing and grubbing, all cut and fill including removal and recompaction of unsuitable soil, salvaging clean excavated material and filling areas to the required grades and cross section. Unclassified excavation shall be utilized onsite to make all fills shown on the plans. Unclassified excavation shall also include scarification and moisture adjustment and compaction of the top 300 mm (1’) of the subgrade in the roadway prism in cut areas to 95 percent relative compaction, Revised 6/15/17 Contract No. 5550 Page 128 of 144 wetland mitigation grading and attendant work, export of remaining excess material to a disposal site or spoil area acquired by the Contractor and pumping and disposal of storm and ground water. 300-2.2.1 General. Add the following: Alluvial and colluvial removal and recompaction shall consist of excavating, blending and recompacting loose soils in areas that are designated to receive fills. The existing loose soils shall be removed by the Contractor until a firm unyielding surface is exposed or to a depth determined by the Engineer. If the excavated material contains 4%, or more, water than the optimum moisture content the Contractor shall blend the wet soil with soils having a lower moisture content and/or spread the excavated material in a manner that enables the material to dry to optimum moisture content. The cost of spreading and/or drying shall be included in the contract unit price for removal and recompaction. The excavated material shall be placed and compacted in accordance with section 300-4 of the specifications except that section 300-4.9, Measurement and Payment, shall not apply. 300-2.2.1 General. Add the following to the first paragraph: Such direction may include, but is not limited to, directing the Contractor to blend, adjust moisture content of, rework, and place unsuitable soils at specific locations or elevations on the site. Add the following section: 300-2.2.3 Compressible Soil. Compressible soils such as existing uncontrolled or unacceptable fill, alluvium, and colluvium may exist within portions of the Project site. Where required by the Engineer, the Contractor shall remove such compressible soils from areas to receive fill or from areas upon which surface improvements are to be placed. The removal and disposal of such compressible soils shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered otherwise unsuitable by the Engineer in which case it may be paid for in accordance with section 300-2.2.1. 300-2.2.4 Instability of Cuts. Add the following: The Contractor shall remove additional material as directed by the Engineer to improve the stability of excavated cuts. The removal of such excavated material shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered otherwise unsuitable by the Engineer, in which case it will be paid for in accordance with Subsection 300-2.2.1. 300-2.5 Slopes. Add the following: The hinge points (the top and bottom) of slopes shall be located within 75 mm (0.25’) of the locations shown on the plans. 300-2.5 Slopes. Add the following: after the first sentence of the first paragraph: A slope shall be defined as any area steeper than three horizontal to one vertical. 300-2.6 Surplus Material. Add the following: The Contractor shall haul and dispose of all surplus material from the project. The Contractor shall utilize highway legal haul trucks for this export of material from the project site and to a site secured by the Contractor. No earth moving equipment or special construction equipment, as defined in section 565 of the California Vehicle Code, will be allowed for hauling material on public streets. Add the following section: 300-2.10 Grading Tolerance. The Contractor shall finish excavated areas other than slopes and subgrade below structures, within the roadway and sidewalk areas within 30 mm (0.1’) of the grades shown on the plans. Subgrade tolerances shall conform to the requirements of section 301-1.4 SSPWC. Revised 6/15/17 Contract No. 5550 Page 129 of 144 300-3 STRUCTURE EXCAVATION AND BACKFILL 300-3.1 General. Add the following: The Contractor shall excavate to the lines and levels required and/or shown on the Drawings. The Contractor shall provide all shoring, bracing, cribbing, pumping, and planking required. The Contractor shall excavate and maintain the bottom of all trenches in a condition that is level, firm, clean and free from all debris or foreign matter. Excavations shall be kept free from water at all times. The Contractor shall remove any unsuitable material encountered below grade as directed by the Engineer 300-3.6 Payment. Add the following: Dewatering and unsuitable materials removed as part of the clearing and grubbing or site demolition shall be paid for as an incidental to the bid item requiring excavation and backfill, and no additional compensation will be made therefor. 300-4 UNCLASSIFIED FILL 300-4.2 Preparation of Fill Areas. Add the following: Except as provided in section 300-4.7, “Compaction”, areas proposed for improvements all fill (including backfill and scarified ground surfaces) shall be compacted by the Contractor to no less than 90 percent of maximum dry density as determined in accordance with ASTM Test Procedure D1557-91. 300-4.6 Application of Water. Add the following: The Contractor shall place all fill soil at a moisture content no less than one (1) percent below optimum moisture as determined by ASTM test D-1557-91. 300-4.7 Compaction. Add the following: The Contractor shall compact all fill soils placed within the top 1 m (3’) of roadway subgrade to a minimum of 95 percent relative compaction. On all areas to receive planting, the top 150 mm (6”) shall be compacted to 85%, +2% -5%, to allow for plant growth. 300-4.9 Measurement and Payment. Delete and substitute the following: Unclassified fill, grading, shaping, compacting or consolidating, slope rounding, construction of transitions and all work included in and incidental to Section 300-4, “Unclassified Fill” shall be paid for as an incidental to the bid item requiring excavation and backfill, and no additional compensation will be made therefore. 300-9 GEOTEXTILES FOR EROSION CONTROL. Modify as follows: 300-9 GEOTEXTILES FOR EROSION CONTROL AND WATER POLLUTION CONTROL. Add the following section: 300-9.2 General. The Contractor shall provide erosion control and water pollution control conforming to the requirements shown on the plans, as specified herein, and as elsewhere required by the Contract Documents. Erosion control and water pollution control shall include the work specified herein, and such additional measures, as may be directed by the Engineer, to meet Best Management Practices, as defined herein, and to properly control erosion and storm water damage of the limits of work and construction impacts upon areas receiving drainage flows from within the limits of work. Add the following section: 300-9.2.1 Grading Controls. The Contractor shall protect all areas that have been graded and/or cleared and grubbed as well as areas that have not been graded and/or cleared and grubbed Revised 6/15/17 Contract No. 5550 Page 130 of 144 within the limits of work from erosion. The Contractor shall provide temporary earth berms, gravel bags, silt fences, stabilized construction entrances and similar measures, coordinated with its construction procedures, as necessary and as shown on the plans to control on site and off site erosion during the construction period. The Contractor will be required to protect areas which have been cleared and grubbed prior to excavation or embankment operations, and which are subject to runoff during the duration of the contract. The criteria used to determine the appropriate erosion control measures shall be the “Best Management Practices”, hereinafter BMP, defined and described in the, "Stormwater Best Management Practices Handbook, Construction", 2019 edition as published by the California Stormwater Quality Association. The Contractor shall maintain a copy of the "Stormwater Best Management Practices Handbook, Construction" on the project site and shall conduct its operations in conformity to said Handbook. Temporary erosion control measures provided by the Contractor shall include, but not be limited to, the following: a) Embankment areas, while being brought up to grade and during periods of completion prior to final roadbed construction, shall be graded so as to direct runoff into impoundment areas within the limits of work where such runoff shall have pollutants removed by BMP methods. b) The Contractor shall provide protection by BMP measures to eliminate erosion and the siltation of downstream facilities and adjacent areas. These measures shall include, but shall not be limited to: temporary down drains, either in the form of pipes or paved ditches with protected outfall berms; graded berms around areas to eliminate erosion of embankment slopes by surface runoff; confined ponding areas to desilt runoff; and to desilt runoff. c) Excavation areas, while being brought to grade, shall be protected from erosion and the resulting siltation of downstream facilities and adjacent areas by the use of BMP measures. These measures shall include, but shall not be limited to, methods shown on the plans and described herein. Add the following section: 300-9.2.2 Payment. Full compensation for performing erosion control and water pollution control, conforming to the operational requirements herein, of the BMP and conforming to the requirements of the Federal Water Pollution Control Act, including the latest amendments thereto, which is not a part of the planned permanent work or included as a separate bid item shall be considered as included in the contract price bid for SWPPP, and no additional compensation will be allowed therefor. 300-13 STORM WATER POLLUTION PREVENTION PLAN. Add the following section: 300-13.1 Storm Water Pollution Prevention Plan. As part of the storm water pollution prevention work, the Contractor shall prepare and submit Storm Water Pollution Prevention Plan, hereafter referred to as the "SWPPP,". The SWPPP shall conform to the requirements of the “Greenbook” Standard Specifications for Public Works Construction, the requirements in the California Storm Water Quality Association, Stormwater Best Management Practice Handbook, Construction (“Handbook”), the requirements of the Permit, the requirements in the plans and these supplemental provisions. Revised 6/15/17 Contract No. 5550 Page 131 of 144 300-13.1.1 SWPPP Document. Within 15 calendar days after the execution of the contract, the Contractor shall submit 3 copies of the SWPPP to the Engineer, in accordance with Section 2- 5.3.3 of these Special Provisions. Contractor will be provided the digital format for SWPPP to complete required sections. If revisions are required, as determined by the Engineer, the Contractor shall revise and resubmit the SWPPP within 15 days of receipt of the Engineer’s comments and shall allow 5 days for the Engineer to review the revisions. Upon the Engineer’s acceptance of the SWPPP, 3 additional copies of the SWPPP, incorporating the required changes, shall be submitted to the Engineer. In order to allow construction activities to proceed, the Engineer may conditionally approve the SWPPP while minor revisions are being completed. The objectives of the SWPPP shall be to identify pollution sources that may adversely affect the quality of storm water discharges associated with the project and to identify, construct, implement and maintain storm water pollution prevention measures, hereafter referred to as control measures, to reduce to the extent feasible pollutants in storm water discharges from the construction site both during and after construction is completed under this contract. The SWPPP shall incorporate control measures in the following categories: 1. Soil stabilization practices; 2. Sediment control practices; 3. Wind erosion control practices; and 4. Non-storm water management and waste management and disposal control practices. Specific objectives and minimum requirements for each category of control measures are contained in the Handbook. The Contractor shall designate a Water Pollution Control Manager who will have the responsibilities outlined in the SWPPP. The SWPPP shall include, but not be limited to, the following items as described in the SWPPP: 1. Source Identification; 2. Erosion and Sediment Controls; 3. Non-Storm Water Management; 4. Waste Management and Disposal; 5. Maintenance, Inspection and Repair; 6. Training; 7. List of Contractors and Subcontractors; 8. Post-Construction Storm Water Management; 9. Preparer; 10. Copy of the local permit; 11. BMP Consideration Checklist; 12. SWPPP Checklist; 13. Schedule of Values; and 14. Storm Water Pollution Prevention Drawings. The Contractor shall amend the SWPPP, graphically and in narrative form, whenever there is a change in construction activities or operations which may affect the discharge of significant quantities of pollutants to surface waters, ground waters, municipal storm drain systems, or when deemed necessary by the Engineer. The SWPPP shall also be amended if it is in violation of any condition of the Permit, or has not effectively achieved the objective of reducing pollutants in storm Revised 6/15/17 Contract No. 5550 Page 132 of 144 water discharges. Amendments shall show additional control measures or revised operations, including those in areas not shown in the initially accepted SWPPP, which are required on the project to control water pollution effectively. Amendments to the SWPPP shall be submitted for review and acceptance by the Engineer in the same manner specified for the initially accepted SWPPP. Accepted amendments shall be dated and logged in the SWPPP. Upon acceptance of the amendment, the Contractor shall implement the additional control measures or revised operations. The Contractor shall keep a copy of the accepted SWPPP and accepted amendments at the project site. The SWPPP shall be made available upon request of a representative of the Regional Water Quality Control Board, State Water Resources Control Board, U.S. Environmental Protection Agency or local storm water management agency. Requests by the public shall be directed to the Engineer. By June 15 of each year, the Contractor shall submit an annual certification to the Engineer stating compliance with the requirements governing the Permit. If the project is in non-compliance at any time, the Contractor shall make a written report to the Engineer within 15 days of identification of non-compliance. Add the following section: 300-13-1.2 Availability of SWPPP template. A site-specific draft document intended for use as a template for the required SWPPP document will be made available for use at the Contractor's option, at no cost to the Contractor. The document is available for review in Appendix B. The Contractor shall review the template and modify it as necessary to reflect the Contractor’s operations. Add the following section: 300-13.1.3 Payment. Preparation, implementation and management of SWPPP shall be considered incidental to the items of work and no additional payment will be made therefor. Add the following section: 300-13.1.4 SWPPP Implementation. Upon acceptance of the SWPPP, the Contractor shall be responsible throughout the duration of the project for installing, constructing, inspecting and maintaining the control measures included in the SWPPP and any amendments thereto and for removing and disposing of temporary control measures. Unless otherwise directed by the Engineer or specified in these supplemental provisions, the Contractor's responsibility for SWPPP implementation shall continue throughout any temporary suspension of work ordered in accordance with Section 6-3, "Suspension of Work". Requirements for installation, construction, inspection, maintenance, removal and disposal of control measures are specified in the “Handbook” and these supplemental provisions. Soil stabilization practices and sediment control measures, including minimum requirements, shall be provided throughout the winter season, defined as between October 1 and April 30. Implementation of soil stabilization practices and sediment control measures for soil-disturbed areas of the project site shall be completed, except as provided for below, no later than 20 days prior to the beginning of the winter season or upon start of applicable construction activities for projects which begin either during or within 20 days of the winter season. Revised 6/15/17 Contract No. 5550 Page 133 of 144 The Contractor shall implement, year-round and throughout the duration of the project, control measures included in the SWPPP for sediment tracking, wind erosion, non-storm water management and waste management and disposal. The Engineer may order the suspension of construction operations, at the Contractor’s cost, which create water pollution if the Contractor fails to conform to the requirements of this section as determined by the Engineer. Add the following section: 300-13.1.5 Maintenance. To ensure the proper implementation and functioning of control measures, the Contractor shall regularly inspect and maintain the construction site for the control measures identified in the SWPPP. The Contractor shall identify corrective actions and time frames to address any damaged measures or reinitiate any measures that have been discontinued. The construction site inspection checklist provided in the “Handbook” shall be used to ensure that the necessary measures are being properly implemented, and to ensure that the control measures are functioning adequately. The Contractor shall submit one copy of each site inspection record to the Engineer, within two days of the inspection. During the winter season, inspections of the construction site shall be conducted by the Contractor to identify deficient measures, as follows: 1. When the five-day rain probability forecast exceeds forty percent (40%). 2. After any precipitation which causes runoff capable of carrying sediment from the construction site; 3. At 24 hour intervals during extended precipitation events; and 4. Routinely, at a minimum of once every week. If the Contractor or the Engineer identifies a deficiency in the deployment or functioning of an identified control measure, the deficiency shall be corrected by the Contractor immediately, or by a later date and time if requested by the Contractor and accepted by the Engineer in writing, but not later than the onset of subsequent precipitation events. The correction of deficiencies shall be at no additional cost to the City. SECTION 301 - TREATED SOIL, SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION. 301-1.2 Preparation of Subgrade. Modify the second and third paragraphs as follows: Change each instance reading “150mm (6 inches)” to “300 mm (12”)”. 301-1.3 Relative Compaction. Delete the first paragraph and substitute the following: The Contractor shall compact the upper 300 mm (12”) of subgrade beneath areas to be paved, have base or subbase material placed on them, or curb, gutter, curb and gutter, alley pavement, driveway or sidewalk constructed over them to no less than 95 percent maximum dry density as determined by ASTM test D-1557-91. Revised 6/15/17 Contract No. 5550 Page 134 of 144 301-1.7 Payment. Modify the first paragraph as follows: Payment for subgrade preparation shall be included in the contract bid price for which the subgrade is prepared and shall include all labor, materials; including water, operations and equipment to scarify, adjust moisture, compact or recompact the subgrade, both in cut areas and in fill areas, and no further compensation will be allowed. SECTION 302 - ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT. 302-5.6.1 General. Modify as follows: Second paragraph, Part (2), add: Pinched joint rolling procedures shall be required, and vibratory rollers shall be limited to breakdown, unless otherwise directed by the Engineer. Modify as follows: After last paragraph, add: Unless directed otherwise by the Engineer, the initial breakdown rolling shall be followed by a pneumatic-tired roller as described in this section. 302-5.8 Manholes (and other structures). Delete the first paragraph and replace with the following: When placing the overlay the Contractor shall pave over appurtenances in the roadway which includes sanitary and storm access covers, water valve boxes, air vents, sewer dead end boxes and survey monument boxes. Each appurtenance shall be treated or covered to prevent adhesion of the overlay. Each appurtenance shall be located immediately after the overlay is placed and shall be thoroughly cleaned of any and all construction debris which may have entered due to the Contractor’s operation. The contractor shall adjust all CMWD water valve boxes per CMWD Standard Drawing No. W11 or CMWD Standard Drawing No. W13. All City of Carlsbad sanitary sewer access covers shall be adjusted per CMWD Drawing No. S1. All storm sewer access covers shall be adjusted per SDRSD D-10. Riser rings or extensions shall not be used for the adjustment of these appurtenances. Raising and adjusting to grade all appurtenances in the roadway shall be included in the contract bid price for which the work is required. Such price shall constitute full compensation for all labor, materials, and equipment necessary for completing the work as described in these specifications and plans. Add the following section: 302-11 ASPHALT PAVEMENT REPAIRS AND REMEDIATION. Add the following section. 302-11.1 General. Asphalt pavement Repairs and Remediation shall consist of the repair and restoration of existing asphalt pavement. Repair of asphalt pavement shall consist of the saw cutting, removal and disposal of existing asphalt pavement in conformance with section 300-1.3, compaction of existing subgrade in conformance with section 301-1, grading and compaction of base material in conformance with section 301-2, application of grade SS-1h emulsified asphalt and the placement of asphalt concrete base and wearing courses as specified herein Add the following section. 302-11.2 Full Depth Asphalt Concrete Patch. Full depth asphalt concrete patch shall consist of removing asphalt concrete and/or aggregate base/subgrade to 300 mm (1’) below existing asphalt Revised 6/15/17 Contract No. 5550 Page 135 of 144 surface and placing replacing the material so removed with asphalt concrete. The area shown on the plans or set forth in the bid item are for estimating purposes only, final quantity will be as measured in the field. The Engineer will designate and mark the final limits of the asphalt patch area by outlining the area to be patched. The Contractor shall cut such areas to straight lines in square or rectangular areas as marked. The area so cut shall have two of the sides at right angles to the direction of traffic. The excavated faces of the base/subgrade shall be straight and vertical. The Contractor shall compact the upper 300mm (1’) of subgrade to 95% relative compaction. A tack coat of SS-1h emulsified asphalt shall be applied uniformly to all asphalt to asphalt contact surfaces at a rate of 0.25 L/m2 to 0.45 L/m2 (0.05 to 0.10gallons per square yard) in accordance with subsection 302-5.4, SSPWC. The Contractor shall fill and compact areas designated to be removed with 300 mm (1.0’) full depth asphalt concrete. Asphalt concrete for full depth asphalt concrete patch shall be B-AR-4000. The asphalt concrete so constructed shall have a finish surface and density conforming to subsection 302-5.6.2 SSPWC. Add the following section. 302-11.3 Crack Sealing. The Contractor shall wash, blow out and thoroughly dry all cracks designated to be sealed before installing hot poured rubber-asphalt joint sealant material. The sealant shall conform to the requirements of ASTM D1190. The Contractor shall dispose debris from crack cleaning outside the public way in accordance with Section 7-8.1, “Cleanup and Dust Control.” The hot-melt rubberized asphalt shall be melted in a jacketed, double boiler type melting unit. Temperature of the heat transfer medium shall not exceed 245°C (475°F). Application of the hot-melt sealant shall be made with a pressure feed applicator or pour pot. Sealant shall be applied when the pavement surface temperature is greater than 4°C (40°F). Containers of hot-melt sealant shall be delivered to the jobsite in unopened containers that are clearly marked with data showing the manufacturer’s name, the product designation and the manufacturer’s batch number and lot numbers. The level of the sealant shall be flush with the surface of the existing pavement. All excess sealant shall be removed from the crack with a minimum overlap onto adjacent pavement. SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS. 303-5.5.2 Curb. Add the following: The Contractor shall stamp the curb face with 75 mm (3”) high block letters directly above the point that it is crossed by underground facilities with the marking specified in Table 303-5.5.2(A) TABLE 303-5.5.2(A) Curb Face Markings Type of underground facilities Marking Water Service Lateral W Sewer Service Lateral S Irrigation Water Lateral or Sleeve RW 303-5.9 Measurement and Payment. Add the following: Curb and gutter, and curb, shall be considered as continuing across driveways and access ramps when constructed adjacent thereto. Revised 6/15/17 Contract No. 5550 Page 136 of 144 Neither curb and gutter nor curb will be paid for across the length of local depressions, except that which occurs in gutter transitions at each side of an inlet. SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS Add the following section: 306-1.1.7 Steel Plate Bridging - With a Non-Skid Surface. This section covers the use of steel plate bridging. The Contractor shall not employ the use or use steel plate bridging or trench plate that does not meet the requirements of this section both in application and circumstance of use. Add the following section: 306-1.1.7.1 Requirements for Use. Alternate construction methods that avoid the use of steel plate bridging shall be used by the Contractor unless otherwise approved by the Engineer. It is recognized that to accommodate excavation work, steel plate bridging may be necessary. All conditions for use of steel plate bridging set forth in the following requirements must be fulfilled as conditions of approval of the use of steel plate bridging. Consideration of steel plate bridging in the review process will take into account the following factors: 1. Traffic volume and composition. 2. Duration of use of the steel plate bridging. 3. Size of the proposed excavation. 4. Weather conditions. The following formula shall be used to score the permitted use of steel plate bridging: PS = [ ADT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (kmh) + SLOPE X 100] X LANES 1000 8 PS = [ ADT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (mph) + SLOPE X 100] X LANES 1000 5 where: PS = plate score. ADT = average daily traffic as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement. EWL = equivalent wheel loads as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement. DAYS = total number of 24 hour periods during which the plates will be utilized at the site being considered. WEEKEND = total number of Saturdays, Sundays and holidays that the plates will be utilized at the site being considered. NIGHTS = total number of overnight periods that the plates will be in place, exclusive of Saturday, Sunday and holiday nights. Revised 6/15/17 Contract No. 5550 Page 137 of 144 WEATHER = total number of 24-hour periods that the plates will be utilized at the site being considered when the possibility of rain exceeds 40 percent. SPEED = the design speed in kilometers per hour or miles per hour, as applicable in the formulae above, of the street where the plates are to be installed. This number shall not be reduced for construction zone speed reductions. SLOPE = the quotient of the vertical differential divided by the horizontal distance. The vertical and horizontal dimensions shall be measured at the locations spanning a distance of 15 m (50’) up and downstream of the position of the proposed steel plate bridging. LANES = the number of lanes where plates will be used. When the computed value of the plate score exceeds 50, steel plate bridging shall not be used unless, and at the sole discretion of the Engineer, the Engineer determines that no alternative method of construction is possible in lieu of using steel plate bridging or that other overriding considerations make the use of steel plate bridging acceptable. Alternatives considered to bridging shall include, but not be limited to, detouring traffic, construction detour routes, tunneling, boring and other methods of trenchless construction. Unless specifically noted in the provisions of the Engineer's approval, the use of steel plate bridging at each location so approved shall not exceed four (4) consecutive working days in any given week. Add the following section: 306-1.1.7.2 Additional Requirements. In all cases when the depth of the trench exceeds the width of the steel plate bridging resting on each side of the pavement adjacent to the trench, safety regulations require or the Engineer determines that shoring is necessary to protect the health or safety of workers or the public the Contractor shall install shoring conforming to Section 7-10.4.1 of the Standard Specifications. The trench shoring shall be designed and installed to support the steel plate bridging and traffic loads. All approvals for design, substitution of materials or methods shall be submitted by the Contractor in accordance with all provisions of section 2- 5.3 Shop Drawings and Submittals. The Contractor shall backfill and resurface excavations in accordance with section 306-1.5. Add the following section: 306-1.1.7.3 Installation. When backfilling operations of an excavation in the traveled way, whether transverse or longitudinal cannot be properly completed within a work day, steel plate bridging with a non-skid surface and shoring may be required to preserve unobstructed traffic flow. In such cases, the following conditions shall apply: a) Steel plate bridging when the plate score exceeds 50 is not allowed except when, at the sole discretion of the Engineer, it is approved as specified hereinbefore. b) Steel plates used for bridging must extend a minimum of 610 mm (2’) beyond the edges of the trench. c) Steel plate bridging shall be installed to operate with minimum noise. When the use of steel plate bridging and shoring is approved by the Engineer, the Contractor shall install using either Method (1) or (2) depending on the design speed of the portion of street where the steel plate bridging is proposed for use. Method 1 [For speeds more than 70 Km/hr (45 MPH)]: The pavement shall be cold planed to a depth equal to the thickness of the plate and to a width and length equal to the dimensions of the Revised 6/15/17 Contract No. 5550 Page 138 of 144 plate. The cold milling shall produce a flat surface that the plate shall rest on with no horizontal or vertical movement. Horizontal gaps between the unmilled pavement and the plate shall not exceed 25 mm (1”) and shall be filled with elastomeric sealant material which may, at the contractor’s option, be mixed with no more that 50%, by volume, of Type I aggregate conforming to the requirements of tables 203-5.2(B) and 203-5.3(A). Method 2 [For speeds 70 Km/hr (45 MPH) or less]: Approach plate(s) and ending plate (if longitudinal placement) shall be attached to the roadway and shall be secured against displacement by using two adjustable cleats that are no less than 50 mm (2”) shorter than the width of the trench bolted to the underside of each plate and located within 150 mm (6”) of the beginning and end of the trench for plates at the beginning and end of the trench, a minimum of two 300 mm long by 19 mm diameter (12” x ¾”) steel bolts placed through the plate and driven into holes drilled 300 mm (12”) into the pavement section, or other devices approved by the Engineer. Subsequent plates shall be butted to each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum slope 8.5% with a minimum 300 mm (12”) taper to cover all edges of the steel plates. When steel plates are removed, the dowel holes in the pavement section shall be completely filled with elastomeric sealant material. At the Contractor’s option, the methods required for Method 1 may be used. If the Contractor so elects, all requirements of Method 1 shall be used. The Contractor shall maintain the steel plates, shoring, and asphalt concrete ramps and maintain and restore the street surface during and after their use. Add the following section: 306-1.1.7.4 Materials. The minimal thickness of steel plate bridging shall be as shown in Table 306-1.1.7.4(A) TABLE 306-1.1.7.4(A) REQUIRED PLATE THICKNESS FOR A GIVEN TRENCH WIDTH Maximum Trench Width (1) Minimum Plate Thickness 0.3 m (10”) 13 mm (1/2”) 0.6 m (23”) 19 mm (3/4”) 0.8 m (31”) 22 mm (7/8”) 1.0 m (41”) 25 mm (1”) 1.6 m (63”) 32 mm (1 ¼”) (1) For spans greater than 1.6 m (5’), a structural design shall be prepared by a registered civil engineer and submitted to the Engineer for review and approval in accordance with section 2-5.3. Steel plate bridging shall be steel plate designed to support the HS20-44 truck loading per CALTRANS Bridge Design Specifications Manual. The Contractor shall maintain a non-skid surface on the steel plate with no less than a coefficient of friction of 0.35 as determined by California Test Method 342. If a different test method is used, the Contractor may utilize standard test plates with known coefficients of friction available from the CALTRANS District 11 Materials Engineer to correlate skid resistance results to California Test Method 342. In addition to all other required construction signing, the Contractor shall install Rough Road (W33) sign with black lettering on an orange background in advance of steel plate bridging. Add the following section: 306-1.1.7.5 Measurement and Payment. Steel plate bridge materials including, but not limited to: steel plates, anchoring devices, cold milling, elastomeric sealant material, asphalt ramping and padding, signage, placing, installation, removal, relocation, preparation and processing of shop drawings and submittals to support the use of steel plate bridging and all other materials, labor, Revised 6/15/17 Contract No. 5550 Page 139 of 144 supervision, overhead of any type or description will be paid for as an incidental to the work that the bridging is installed to facilitate. No separate payment for steel plate bridging will be made. No extension to contract time will be allowed for, or because of, the use of steel plate bridging. 306-1.2.1 Bedding. All installation of, and bedding for recycled water, or potable water mains shall conform to Carlsbad Municipal Water District Rules and Regulations for the Construction of (Potable or Reclaimed) Water Mains, latest edition. 306-1.2.4 Field Jointing of Reinforced Concrete Pipe. Add the following: The Contractor shall provide Gasket-type joints for reinforced concrete pipe (watertight joints) where indicated on plans. 306-1.3.1 General. Add the following: The Contractor shall install detectable underground utility marking tape 230 mm x75 mm (9” x 3”) above each or, in the case of bundled underground conduit of the same type, the upper underground conduit being installed by the open trench method. The type and color of detectable underground utility marking tape shall conform to the requirements of section 207-25 et seq. 306-1.3.4 Compaction Requirements. Delete Section 306-1.3.4 and replace with the following: The Contractor shall densify trench backfill to a minimum of 90 percent relative compaction except that in the top 300 mm (12”) of the street right-of-way, compaction shall be 95 percent. 306-1.5 Trench Resurfacing. 306-1.5.1 Temporary Resurfacing. Delete the fourth and fifth paragraphs and substitute the following: Temporary bituminous resurfacing materials which are placed by the Contractor are for its convenience and shall be at no cost to the Agency. Temporary bituminous resurfacing materials shall be used in lieu of permanent resurfacing only when approved by the Engineer. When temporary bituminous resurfacing materials are used in lieu of permanent resurfacing it shall be removed and replaced with permanent resurfacing within 7 days of placement. No additional payment will be made for temporary bituminous resurfacing materials. The price bid for the associated conduit or structure shall include full compensation for furnishing, placing, maintaining, removing, and disposing of such temporary resurfacing materials. 306-1.5.2 Permanent Resurfacing. Add the following: Except as provided in section 306-1.5.1, “Temporary Resurfacing,” the Contractor shall perform permanent trench resurfacing within 24 hours after the completion of backfill and densification of backfill and aggregate base materials. 306-1.6 Basis of Payment for Open Trench Installation. Add the following: Payment for utilities undergrounding which includes the utility trench for CATV and SDG&E and conduit shall be included in the contract bid price for which the work is required, and no other payments will be made. ATT or Cox Cable will supply and deliver conduits and fittings to be installed by the Contractor. ATT or Cox Cable will install enclosures. The Contractor will furnish and install 6.4 mm (¼”) nylon pull ropes in all conduit. 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES. Add the following: Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the contract bid price for which the work is required, and no additional payment will be made. Revised 6/15/17 Contract No. 5550 Page 140 of 144 SECTION 313 - TEMPORARY TRAFFIC CONTROL DEVICES Add the following section: 313-1 TEMPORARY TRAFFIC PAVEMENT MARKERS. Add the following section: 313-1.1 General. The Contractor shall supply and install temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances at the locations shown on the plans and as required in the specifications, complete in place prior to opening the traveled way served by said final and temporary traffic pavement markers, signing, railing (type K) and appurtenances to public traffic. 313-1.2 Temporary Pavement Markers. Temporary reflective raised pavement markers shall be placed in accordance with the manufacturer's instructions. Temporary reflective raised pavement markers shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place temporary reflective raised pavement markers in areas where removal of the markers will be required. Pavement striping, legends and markers which conflict with any traffic pattern shall be removed by grinding as determined by the Engineer. The Contractor shall use temporary reflective raised pavement markers for temporary pavement marking, except when the temporary pavement markers are used to replace patterns of temporary traffic stripe that will be in place for less than 30 days. Reflective pavement markers used in place of the removable-type pavement markers shall conform to the section 312 "Pavement Marker Placement and Removal", except the 14-day waiting period before placing the pavement markers on new asphalt concrete surfacing as specified in section 312-1 “Placement”, shall not apply; and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Add the following section: 313-1.3 Channelizers. Channelizers shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Channelizer posts shall be orange in color. Channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm (3” x 12”) in size. The reflective sheeting shall be visible at 300 m (1000’) at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. The channelizer bases shall be cemented to the pavement in the same manner as provided for cementing pavement markers to pavement in section 312-1, “Placement.” Channelizers shall be applied only on a clean, dry surface. Channelizers shall be placed on the alignment and location shown on the plans and as directed by the Engineer. The channelizers shall be placed uniformly, straight on tangent alignment and on a true arc on curved alignment. All layout work necessary to place the channelizers to the proper alignment shall be performed by the Contractor. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of section 4-1.5, "Certification”. Said certificate shall certify that the channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the Engineer and were manufactured in accordance with a quality control program approved by the Engineer. Revised 6/15/17 Contract No. 5550 Page 141 of 144 Add the following section: 313-2 TEMPORARY TRAFFIC SIGNING. Add the following section: 313-2.1 General. The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on plans and specified herein. Add the following section: 313-2.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original approved locations. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and readable condition. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of such marking being discovered during non-working hours or, when the marking is discovered during working hours, within 2 hours of such discovery of marking. Add the following section: 313-3 TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS. Add the following section: 313-3.1 Temporary Railing and Crash Cushions. Temporary railing (Type K) shall consist of interconnected new or undamaged used precast concrete barrier units as shown on the plans. Temporary sand-filled crash cushions shall consist of new or undamaged used temporary sand- filled crash cushions units as shown on the plans. 313-3.1.1 Appearance. Exposed surfaces of new and used units of Temporary railing (Type K) shall be freshly coated with a white color paint prior to their first use on the project. The paint shall conform to the provisions in sections 210-1.5 “Paint Systems” and 310 “Painting”. Contractor shall be responsible for the removal and cleanup or painting over the graffiti from the K-Rails within 48 hours. The Contractor Shall replace or repaint units of Temporary railing (Type K) or shall remove graffiti, tire or vehicle marks, dirt or any and all materials such that said marks or discoloration mar the appearance of said units when ordered by the Engineer after the units are in place. Add the following section. 313-3.1.2 Manufacture of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be manufactured per CALTRANS Standard Drawing T3. Concrete used to manufacture Temporary railing (Type K) shall conform to the provisions in sections 201-1, “Portland Cement Concrete” and 303-1 “Concrete Structures.” Load tickets and a Certificate of Compliance will not be required. Reinforcing steel shall conform to the provisions sections 201-1, “Portland Cement Concrete” and 303-1 “Concrete Structures”. Steel bars to receive bolts at ends of concrete panels shall conform to ASTM Designation: A 36/A 36M. The bolts shall conform to ASTM Designation: A 307. A round bar of the same diameter may be substituted for the end-connecting bolt shown on the plans. The bar shall conform to ASTM Desig- nation: A 36/A 36M, shall have a minimum length of 660 mm and shall have a 75 mm (3”) diameter by 9 mm (3/8”) thick plate welded on the upper end with a 5-mm (3/16”) fillet weld. The final surface finish of temporary railings (Type K) shall conform to the provisions in section 303-1.9.2 “Ordinary Surface Finish.” Exposed surfaces of concrete elements shall be cured by the water method, the forms-in-place method, or the pigmented curing compound method. The pigmented curing compound shall be type 2 curing compound. Temporary railing (Type K) may have the Contractor’s name or logo on each panel. The name or logo shall not be more than 100 mm in height and shall be located not more than 300 mm above the bottom of the rail panel. Revised 6/15/17 Contract No. 5550 Page 142 of 144 Add the following section. 313-3.1.3 Installation of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be installed per CALTRANS Standard Drawing T3. Temporary railing (Type K) shall be set on firm, stable foundation. The foundation shall be graded to provide a uniform bearing throughout the entire length of the railing. Abutting ends of precast concrete units shall be placed and maintained in alignment without substantial offset to each other. The precast concrete units shall be positioned straight on tangent alignment and on a true arc on curved alignment Each rail unit placed within 3 m (10’) of a traffic lane shall have a reflector installed on top of the rail as directed by the Engineer. Reflectors and adhesive will be furnished by the Contractor. A Type P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) Current Edition as amended by the MUTCD California Supplement shall also be installed at each end of railing installed adjacent to a two-lane, two-way highway and at the end facing traffic of railing installed adjacent to a one-way roadbed. If the railing is placed on a skew, the marker shall be installed at the end of the skew nearest the traveled way. Type P marker panels shall conform to the provisions of section 206-7.2, “Temporary Traffic Signs”. Where shown on the plans, threaded rods or dowels shall be bonded in holes drilled in existing concrete. When temporary railings (Type K) are removed, any area where temporary excavation or embankment was used to accommodate the temporary railing shall be restored to its previous condition or constructed to its planned condition. Add the following section: 313-3.2 Temporary Sand-Filled Crash Cushions. Temporary sand-filled crash cushion units shall be “Energite III” manufactured by Energy Absorption Systems, “Fitch Inertial Barrier System Modules” manufactured by Roadway Safety Service, or equal. Features required to determine equivalence of any other temporary sand-filled crash cushion units shall be approval of the system by CALTRANS and that the temporary sand-filled crash cushion units meet NCHRP 350 standards. Other features will be suitability to application, operational characteristics, durability and other such characteristics that the Engineer shall determine. Temporary sand-filled crash cushions (TSFCC) shall be of the type and array configurations shown on plans, and installed at every end of, or gap in, the temporary railing (Type K) whenever the closest point of approach of traffic, regardless of direction, is 4.6 m (15’) or less to the end of the temporary railing (Type K) being considered. The TSFCC shall be installed per CALTRANS Standard Drawings T1 and T2 for approach speeds no less than the posted speed of the street prior to construction or 55 kilometers per hour (35 mph), whichever is the greater. The TSFCC array shall be appropriate to the application as shown on said standard drawings. A Type J and/or P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) Current Edition as amended by the MUTCD California Supplement shall also be installed at each TSFCC array as shown in CALTRANS Standard Drawings T1 and T2. Particular care shall be taken to assure that crash cushions are installed with the soil supporting them and the adjacent soil leveled to match the elevation of the bottom of the temporary railing immediately adjacent to the crash cushion. All routes of approach to the TSCFF array shall be graded such that any vehicle diverging from the travelled way to strike the TSCFF will travel on a vertical alignment parallel to the segment of the travel lane that it departed from. Revised 6/15/17 Contract No. 5550 Page 143 of 144 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 6, MODIFIED ASPHALTS, PAVEMENTS AND PROCESSES 600-3 RUBBERIZED EMULSION - AGGREGATE SLURRY. 600-3.2 Materials Add the following: Aggregate for Rubberized Emulsion - Aggregate Slurry shall be Type I Slurry Aggregate. 600-3.4 Application of REAS add to the first paragraphs: No slurry shall be applied until the provisions of subsection 212-1.2.6, Herbicide Application, Section 302-11 Asphalt Concrete Pavement Crack Filling and Sealing, Section 312-3 Pavement Marker Removal have all been satisfied. The Contractor shall remove all existing markings, legends and striping, either permanent or temporary in those areas to be slurried. Removal of striping by high velocity water jet may be permitted when there is neither potential of the water and detritus from the high velocity water jetting to damage vehicles or private property nor to flow from the street into any storm drain or water course and when approved by the Engineer. The Contractor shall vacuum all water and detritus resulting from high velocity water jet striping removal from the pavement immediately after the water jetting and shall not allow such materials to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitations for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. All cracks and areas between existing curb and gutter and edge of pavement that contain weeds or plant growth of any kind shall be treated with herbicides. Herbicides shall be applied at least 2(two) working days prior to sealing of street. Allowance for the two day period shall be shown in the schedule required per section 6-1. Contractor shall remove any visible plant growth prior to placement of Herbicide. Full compensation for removal of striping and herbicide application shall include but not be limited to: furnishing all labor, tools, equipment, and materials necessary for doing the work and shall be considered as included in the contract unit price bid for Rubberized Emulsion Aggregate Slurry and no additional compensation will be allowed therefore. 600-3.6 Public Convenience and Traffic Control. Modify the first line with the following: Public Convenience and traffic control shall conform to 302-4.4.4. There shall be no stockpiling of material allowed on City right-of-way. Revised 6/15/17 Contract No. 5550 Page 144 of 144 APPENDIX “A” CITY OF CARLSBAD ROAD WORK ABC CONTRACTORS OFFICE # (760)XXX-XXXX FIELD # (760)XXX-XXXX Dear resident: As a part of the City of Carlsbad’s ongoing program to maintain its utilities, existing utility infrastructure will be replaced in your neighborhood. This construction will require the closing of your street to through traffic for one day. Your street, from XYZ St. to DEF Ave. will be closed to through traffic and resurfaced on: MON. TUE. WED. THU. FRI. DATE: _XX / XX / XX______________ from 7:00A.M. to 5:00 P.M. If you don’t plan to leave your home by 7:00 A.M. on the above date please park your car on an adjacent street in your neighborhood that will not be in the area of construction. Areas scheduled for construction can be determined by calling the City of Carlsbad’s Project Inspector. Please do not drive, walk on, walk pets, play, or skate in the areas of construction work. ABC is the Contractor that will be performing the construction work for the city and you may call them at the above phone number if you have any questions regarding the project. Construction will be modified to allow trash pickup on the day your trash is collected. If you have a moving company scheduled, please call and inform the Contractor of the date. If you have any concerns which cannot be addressed by the Contractor, you may call the City’s Project Inspector @ (xxx) xxx-xxxx. Thank you for your cooperation as we work to make a better City of Carlsbad. Contract No. 5550 APPENDIX “B” SWPPP Template --- STORM WATER POLLUTION PREVENTION NOTES 1. ALL NECESSARY EQUIPMENT AND MATERIALS SHALL BE AVAILABLE ON SITE TO FACILITATE RAPID INSTALLATION OF EROSION AND SEDIMENT CONTROL BMPs WHEN RAIN IS EMINENT. 2. THE OWNER/CONTRACTOR SHALL RESTORE ALL EROSION CONTROL DEVICES TO WORKING ORDER TO THE SATISFACTION OF THE CITY INSPECTOR AFTER EACH RUN-OFF PRODUCING RAINFALL. 3. THE OWNER/CONTRACTOR SHALL INSTALL ADDITIONAL EROSION CONTROL MEASURES AS MAY BE REQUIRED BY THE CITY INSPECTOR DUE TO INCOMPLETE GRADING OPERATIONS OR UNFORESEEN CIRCUMSTANCES WHICH MAY ARISE. 4. ALL REMOVABLE PROTECTIVE DEVICES SHALL BE IN PLACE AT THE END OF EACH WORKING DAY WHEN THE FIVE (5) DAY RAIN PROBABILITY FORECAST EXCEEDS FORTY PECENT ( 40%). SILT AND OTHER DEBRIS SHALL BE REMOVED AFTER EACH RAINFALL. 5. ALL GRAVEL BAGS SHALL CONTAIN 3/4 INCH MINIMUM AGGREGATE. 6. ADEQUATE EROSION AND SEDIMENT CONTROL AND PERIMETER PROTECTION BEST MANAGEMENT PRACTICE MEASURES MUST BE INSTALLED AND MAINTAINED. 7. THE CITY INSPECTOR SHALL HAVE THE AUTHORITY TO ALTER THIS PLAN DURING OR BEFORE CONSTRUCTION AS NEEDED TO ENSURE COMPLIANCE WITH CITY STORM WATER QUALITY REGULATIONS. OWNER'S CERTIFICATE: I UNDERSTAND AND ACKNOWLEDGE THAT I MUST: (1) IMPLEMENT BEST MANAGEMENT PRACTICES {BMPS) DURING CONSTRUCTION ACTIVITIES TO THE MAXIMUM EXTENT PRACTICABLE TO AVOID THE MOBILIZATION OF POLLUTANTS SUCH AS SEDIMENT AND TO AVOID THE EXPOSURE OF STORM WATER TO CONSTRUCTION RELATED POLLUTANTS; AND (2) ADHERE TO, AND AT ALL TIMES, COMPLY WITH THIS CITY APPROVED TIER 1 CONSTRUCTION SWPPP THROUGHOUT THE DURATION OF THE CONSTRUCTION ACTIVITIES UNTIL THE CONSTRUCTION WORK IS COMPLETE AND APPROVED BY THE CITY OF CARLSBAD. OWNER{S)/OWNER'S AGENT NAME {PRINT) OWNER{S)/OWNER'S AGENT NAME {SIGNATURE) E-29 DATE STORM WATER COMPLIANCE FORM TIER 1 CONSTRUCTION SWPPP E-29 BEST MANAGEMENT PRACTICES (BMP) SELECTION TABLE CB SW_ Erosion Control Sediment Control BMPs Tracking Non-Storm Water Waste Management and Materials BMPs Control BMPs Management BMPs Pollution Control BMPs C: C: C: 0 ..... ..... 0 0 ::;::; C: C: "'C ::;::; ::;::; C'I C (IJ "'C (IJ "'C rn C: u u C: C: C'I E C: E C: ..... C ::::, ::::, 0 'c ·;:: .9-C C C ..... L. L. (IJ E (IJ ::;::; L. ::::i, -c rn C'I L. ..... ..... C: ' ::::, >, C'I L. (IJ rn rn rn ~ L. C: C: (IJ C: ..!: ·;:: CT C C'I Cc a. (IJ 'a. ·;:: c: rn C: (.!) L. w (IJ C: 0 Best Management Practice* ~ .!: C CD L. 0 (IJ 0 L. (IJ .:::: ::;::; rn 31: rn L. (IJ C C: (.) L. (.) (IJ ..... Q) (IJ C ..... .c C: I-E rn C "'C rn ::::i, C: (IJ C: (BMP) Description ➔ rn u (IJ (/) ·e (IJ rn C'I (IJ C'I CD ·a c: C'I C: -c rn ~ C: 0 ::::, (IJ ..... (IJ .!! ::::, ~ (IJ u ..... C 0 C 31: C: L. 0 -g~ "'C >, o rn C: C: C .!! > ~ E ::;::; ::::i, 0 C'I 0 C: C: 0 CD (/) ·-C'I 0--~ C (.) (IJ Co C'I c cu c (IJ (IJ 0::: E C ..... N rn u C'I::;::; (IJ (IJ C: ·a. ,.__ _ ~ (IJ X C (IJ E .:,£ Q) ..... ::::, .0 E~ = rn = 31: ,.__--:c u·c: ·-C'I ·;:: a.. 0 C'I (IJ "'C .c C: (IJ LL (IJ::::, ::0 ~ --"'C (IJ ..... C: C ,.__ C .:,£ L. "'C C ..... u L. > "'C L. ..... .0 C ·1; ~ C (IJ L. (IJ u _ ..... 0 0 ...,,_ a. 'c (IJ (IJ (IJ u C: ..... u ..... •-C ..... 0 ..... = C: ·-C: ,.__ C 0 ..... C l:.c 00 C C'I 2o CC .c (IJ 0 oc (IJ 0 C ,.__ (IJ .c .0 L. C ..... L. ..... C: ~it 0 (IJ_ c..., C ..... a.o (.!) ~ WO in in (/) (.) ii: (.!) en> (/) (/) a.. (/)_ (/) 0::: a..o a.. >U ::::i, (/) ::::i, (/) (/) (.) (/) ::::i, CASQA Designation ➔ r--00 O> ..... I"') v LO <D r--00 0 N I"') r--00 ..... N I"') v LO ..... ..... ..... ..... ..... I I I I I I I I I I I I I I I I I I I I I I I (.) (.) (.) (.) w w w w w w w w ~ ~ (/) (/) (/) (/) ::::i, ::::i, ::::i, ::::i, ::::i, Construction Activity w w w w (/) (/) (/) (/) (/) (/) (/) (/) z z z z ~ ~ ~ ~ ~ Gradinq/Soil Disturbance Trench in q /Excavation Stockpilinq Drillina /Borina Concrete/ Asphalt Sawcuttinq Concrete Flatwork Pavinq Conduit/Pipe Installation Stucco/Mortar Work Waste Disposal Staqinq/Lay Down Area Equipment Maintenance and Fuelinq Hazardous Substance Use/Storaae Dewaterinq Site Access Across Dirt Other (list): Instructions: 1. Check the box to the left of all applicable construction activity {first column) expected to occur during construction. 2. Located along the top of the BMP Table is a list of BMP's with it's corresponding California Stormwater Quality Association {CASQA) designation number. Choose one or more BMPs you intend to use during construction from the list. Check the box where the chosen activity row intersects with the BMP column. 3. Refer to the CASQA construction handbook for information and details of the chosen BMPs and how to apply them to the project. SHOW THE LOCATIONS OF ALL CHOSEN BMPs ABOVE ON THE PROJECTS SITE PLAN/EROSION CONTROL PLAN. SEE THE REVERSE SIDE OF THIS SHEET FOR A SAMPLE EROSION CONTROL PLAN. PROJECT INFORMATION Site Address: ____________ _ Assessor's Parcel Number:---------Emergency Contact: Name: _____________ _ 24 Hour Phone: __________ _ Construction Threat to Storm Water Quality {Check Box) □ MEDIUM □ LOW (IJ ..... rn C ~ ..... C: rn cu ::::, E 0 (IJ "'C C'I t:;c N C: cc :::C::::E <D I ::::i, ~ (IJ ..... rn c ..... ~ C: (IJ cu E ..... (IJ (IJ C'I be C: C: QC (.) ::::i, 00 I ::::i, ~ Page 1 of 1 REV 02/16 EXISTING SINGLE FAMILY RESIDENCE W/BASEMENT MAIN FF'=J2.84 BASEMENT FF'=2J.83 PROPOSED MAIN FF'•JJ.08 BASEMENT FF'=22.0 1~ MAIN LEVEL ADDtnON FS=JJ.08 EXISTIN~RAGE W/GUEST HOUSE FF'=Jl.74 ........._ SETBACK LINE 5£1 ND DWELLJNG :\ UNIT PARKING ( ~D-SU COBBLESTONE "-.!.PERVIOUS} LEGEND (E) WALL TO DESCRIPTION REMAIN *DWG.NO. SYMBOL N45'45'45"W IF INLETS ARE INSTALLED AND FUNCTIONAL. BUT THE CONSTRUCnON SITE IS UNFINISHED, PROTECT INLETS PER SE-10, TYPICAL PROPERTY LINE SILT FENCE FIBER ROLL PRESERVATION OF EXISTING INLET PROTECTION GRAVEL BAG BERM/BARRIER DIRECTION/COURSE OF FLOW HYDRAULIC MULCH/HYDROSEED STABILIZED CONSTRUCTION ENTRANCE MATERIALS DELIVERY AND STORAGE AREA TEMPORARY TRASH/SOLID WASTE HAZARDOUS AND CONCRETE WASTE MANAGEMENT SANITARY WASTE (PORTABLE TOILET) SE-1 SE-5 EC-2 SE-1O SE-6 EC-1. EC-4 TR-1 WM-1 WM-5 WM-6, WM-8 WM-9 -Dt-----1D1-----X-X-X-X-iZZZZZZZZI ____,. ____,. ~ ffllllllllllffl I WM-1 I I WM-5 I I ~~=~ I I WM-91 *STANDARD DRAWINGS (SE-5, WM-5, ETC.) CAN BE FOUND AT THE CALIFORNIA STORMWATER QUALITY ASSOCIATION (CASQA) WEBSITE: http://www.cabmphandbooks.com/ QUANTITY Contract No. 5550 APPENDIX “C” Record Drawings --- stREET L/6HT LOCATION (TY?. J 'Y -!NO/CATES ELEVATION SHOWN ON PROFILE. * -SEE NOTE NO. I OF STREET NOTES ON SHEET 2 REGARDING STRUCTURAL SECTION FOR PAVING. 84' I 10' 82' EXIST P.4Vl:MENT 45' 55' 7' 10' 2% z:t ~ . EYIST C//R8l 6//TTER Alvfl S/flEIYALK \' ~~--JJ~_=-r- '-...J 6° TYl'E"G•ct1R8 4•,4.c/5•,4.B. N/,Y. >it' (T./=8.0} NATCH EXIST. l'AJIE#El,JT TYPICAL STREET SECTION (ELM AVENUE) NO SCALE 60' 10' 20' 17' 4' 9' STREET 45' 5.5' L16f/T . IZ' LOCATION 7' ( TYP. 1 ,,,-4'AC SIVALE SEE /JETA/L Sf/T. ,f{J 5 2% 6'' TYl'E "G• CU/r.i 2'% 4'AC./6'A.B. NIN ,1f, (T./~fiO} TYPICAL STREET SECTION (TAMARACK AVE) NO SCALE·. 60' 10' 20' 10' S ,,,. -"".5' TKJ!ET t---"'--1'"' -~"·~ SS' 4.5' L/61/T LOCATION 71 (TYP.) 7,.. ,,..--fiHE IIY!lli'ANT LOCATIOAI {TYi.'} -g½"P.C.t. $/!lEIJl.4LK{TYP.) 6"Trl'E "G" CU/1'8 {TYi') 2% 3~A£/ c11AB. MIN. i/1' (Tl,,5.0) rYPICAL STREET sEcnoN rsEAeRooK oR1vEJ NO SCALE 52' GENERAL IJTILITY? ACCES8 l7/SEMENT (11SS!fOWIV} 5' 10' t--"'VA""'Rt.""'ES.----,~ ~ ST/fEET L/6/IT LOCATION (TYi?) Ii' 3~" P.CC SIIJEWALK ' ALTE/r. LOCAT/0# (ONES/OE ONLY) Z%. Ii' 2% - TYPICAL PRIVATE STREET SECTION NO SCALE 46' 34'GENERAL tlT!L!T'f I .4CCES5 E5M7. TYPICAL ONE OR BOTi !J' 1 h 3' I~ l',i ...... , ' ,-a /7' 37' 12' /lf/N. IZ' 5' I VARIES SET ___ __.--......__.._____ BACK-i-_,..-- 1 I rill . I 5'.h"et.c.. VALLEY I V.4HIE5 GUTTER Se£ /% M4Y. flEl:4/L SJJ£ET 2 6" Cl/RB.(TYP.) GARAGE VARIES /% MIN. 3"A.C./6"AB #IN. } TYPICAL SS:rtON PRIVATE DRIVEWAYS NO SCALE SAN DIEGO BLUE: PAINT 00. I ~ "" -FIRE IIY/JRA#T LOCAT/OAI (TYi') "-Ai-2°" I ,., (SEASIDE WAY) (BRIDGEPORT LANE) (SOMERVILLE DRIVE) 9' h ;;; ~ i ll:: . ~ I 'to I ~:.:.- ~ 'i,L CARLSBAD TRACT 82-16 C.P. 213 THE I I I VILLAS·.·. AT DF LDT CA LAVERA·· HILLS .. ______ 51/BO!V'/S/CJN BOUA!IJR/i'Y I ···---- Pli'IVl1TE 870/i'M Oli'/1/AI S'HffT NO ZZ / . ~ ·• ~~ ~ ~ 1.3\ Z% i"CU/i'8 (TYP) II. H. Nil. J AVENUE Sk"P.C.C VALLEY 6LITTE/i' SEE flET.4/L SHEET 2 ·•AX-Z' I r1 TYPICAL SECTION ACCESS ROAD TO LOT 17 NO SCALE 17 -----· fl.H. NO 8 12 ..... -· ........ DISTRICT. ENGINEER BENCH MARK DESCRIPTION : TOP OF STD_ BRASS DISC IN CENTERLINE WELL MONUMENT. LOCATION : STA. 490-f 73. 26 BC; £L CAMINO REAL RECORD FROM : SAN DIEGO COUNTY-ENGINEER LEVEL CIRCUIT LINE NO. 20!, BOOK 001, PAGE 20. ELEVATION : 65. 317 DATUM.-M. S. L. Q Q '-\\ '-\1_ \- (' Q \,! 1 '--\ • I . ( I ' I I I I ' ' ;•'•i i •,•,• )i( ''.~. ~. /\"i\ ., ' ·,:.,-, ... · ··~ . Y'. VICINITY MAP %rt NOT TO SCJtLE Lt . \ LEGEM STORM DRAIN~ APPURTENANCES WATER MAIN 6, APPURTENANCES SEWER LINE ci APPURTENANCES FORCE MAIN FIRE HYORANTS STREET LIGHTS i SUBl)!VISION BOU!VIJARY OESIGNATES SHEeT NO. OES/GNATES EXISTING WATER . OESIGNATES .LOT NO. ~-"' ti LA,E \ SAN IIIIMH:0$ / ~--=---® ··-W--- DESIGNATES TRAFFIC CONTROL SIGN 7 + E;1A1R THWffR''~ ey,u A··f4'·T .f .. ll ES- EXCAVATION.: 345,000 C. Y, . EMB,lNKMENT: 2-75,00Q C.Y .. . EXPORT: 70 000 C. Y. -·----· "'"""' '""'" NOTE: GRADING QUANT/ti ES ARE ES,f/M.4TED FOR sdNorNG PURPOSES ONLY AND ARE NOT TO B.E USED FOR FINAL PAY .QUA/'4-TITIES. AS BUILT JERALD L VAN ERT llcC.E-20984 EXP 9-50·89 CITY OF CARLSBAD FIRE DEPARTMENT 1-ze -S? DATE B IAN WATSON 9-7-83 DATE ENGINEER OF WORK I c.,-c.. -e !> JERALD L. VAN ERT RC. E. 20984 DATE. Z-8-84 R.E C. REY/SEO ,;p,ff?,fS ( WATER fJ/ST/flCT) 2-8-84 If.EC. li'EVISEfJ 6/i'A/JES ( CIT 1/fLS8.4£1) --84 tff"C f?J/fCE i::.f MIIP COSTA REAL ER DISTRICT ' //-i! ~.·8~ DATE =~~~~p.~~~:;:--;:;~=:::-I/• Z.~· 83 DATE RICK -ENGINEERING COMPANY PLANNERS· CIVIL ENGINEERS· t.ANO SI.IRVEY-ORS 1 16620 FRIARS ROAD SAN DIEGO CALIFORNIA 92110 \ PHONE 291• 07'07 · . PRIVATE CONTWACT \ ISH1ET I CITY OF CARLSBAD NGIIE'=RIN PA TMEN T PLAN FOR THE IMPROVEMENT OF: / ' CARL·SBAD TRACT 82 -16 IN THE VILLAS AT CALAVERA HILLS APP'D CM/110 8Z ·40ti;, .PA?A' h/.6FA:? #.?. (fo -69 .. ... -· .. . GEN'ERAL NOTES 1. ALL WORK SHALL BE DDNE ACCORDING TO THE APPROVED PLANS AND SPECIFICATIONS, THE CURRENT CITY OF CARLSBAD STANDARD SPECIFICATIONS, THE CITY OF CARLSBAD STANDARD DRAWINGS, AND ALL APPLICABLE CI TY OF CARLSBAD ORDINANCES. .2. NEITHER THE CITY .NOR THE ENGINEER OF l-ORK WILL ENFORCE SAFETY MEASURES OR REGULATIONS. THE CONTRACTOR SHALLDESIGN,CONSTRUCT AND MAINTAIN ALL SAFETY DEVICES, INCLUDING SHORING, .AND SHALL BE SOLELY RESPONSIBLE FOR CONFORMING TO ALL LOCAL, STATE AND FEDERAL SAFETY AND HEALTH STANDARDS, LAWS AND REGULATIONS. . 3. THE CONTRACTOR SHALL CONFORM TO LABOR CODE SECTION 6705 BY SUBMITTING A DETAILED PLAN TO TI;lE CI TY ENG I.NEER AND/OR CONCERNED AGENCY SI-OW I.NG THE DES I GN OF SHOR I.NG, BRACING, SLOP I NG OR OTHER PROVISIONS TO BE MADE FOR WORKER PROTECT I ON FROM THE HAZARD OF CAVING GROUND DURING THE EXCAVATION OF TRENCH OR TRENCHES, OR DURING THE PIPE INSTALLATION THEREIN. THIS p:_AN MUST BE PREPARED FOR ALL TRENCHES FIVE FEET OR MORE IN DEPTH AND APPROVED BY THE CITY ENGINEER AND/OR CONCERNED AGENCY PRIOR TO EXCAVATION. IF THE PLAN VARIES FROM THE .SHORING SYSTEM STANDARDS ESTABLISHED BY THE CONSTRUCTION SAFETY ORDERS, THE PLAN SHALL BE PREPARED BY A REG I.STEREO CIVIL OR STRUCTURAL ENG I NEER AT THE CON~ TRACTOR'S EXPENSE. 4. THE EXISTENCE AND LOCATION OF UT I LI TY STRUCTURES AND FACILITIES SHOWN ON THE CONSTRUC- T I ON PLANS WERE OBTAINED BY A SEARCH OF THE AVAILABLE RECORDS. ATTENTION IS CALLED TO THE POSSIBLE EXISTENCE OF OTHER UTILITY FACILITIES OR STRLK:TURES NOT KNOWN OR IN A LO- CATION DIFFERENT FROM THAT SHOWN ON THE PLANS. THE CONTRACTOR IS REQUIRED TO TAKE PRECAUTIONARY MEASURES TO PROTECT THE UTILITIES SHOWN ON THE PLANS /\ND ANY OTI-IER EXIST- ING FACILITIES OR STRUCTURES NOT SHOWN. 5. ,THE CONTRACTOR SHALL VERIFY THE LOCATION OF ALL EXISTING FACILITIES (ABOVEGROUND /\ND UNDERGROUND) WITHIN THE PROJECT SITE SUFFICIENTLY AHEAD OF CON.STRUCTION TO PERMIT THE REVIS I ON OF THE CONSTRUCTION PLANS IF IT 1.S FOUND THE ACTUAL LOCATIONS ARE .IN CONFLICT WITH. THE PROPOSED WORK. 6. THE CONTRACTOR SHALL NOTIFY AFFECTED UTILITY CavtPANIES AT LEAST 48 HOURS PRIOR TO STARTI.NG CONSTRUCTION NEAR THEIR FACILITIES AND SHALL COORDINATE THE WORK WITH COMPANY REPRESENTATIVES. SAN .. DI EGO GAS & ELECTRIC COMPANY 235--6323 PAC IF IC TELEPHONE COMPANY 800-422-4}:'iJ . 1. NSPECT I ON -CI TY OF CARLSBAD 438-5541 SEWER -CI TY or CARLSBAC 438-5604 WIITER - C •. R.M.W.D. 438-2722 WATER __ . -CI TY OF CARLSBAD 43B-5604 7. NO WORK SHALL BE .COMMENCED UNTIL ALL PERMITS HAVE BEEN OBTAINED FROM THE. CI TY AND OTHER APPROPRIATE.AGENCIES. THE CONTRACTOR SHALL NOTIFY THE CITY OF CARLSBAD AT LEAST 48 HOURS PR,OR TO STARTING CONSTRUCTION SO THAT INSPECTION MAY BE PROVIDED. (PHONE: 438-5541) 8. WHERE TRENCHES I\RE WITI--IIN CITY EASEMENTS, A SOI.LS REPORT PERFORMED BY A QUALIFIED SOI.LS ENGINEER WILL BE REQUIRED. COMPACTION REPORTS SHALL BE SUBMITTED TO THE PUBLIC WORKS INSPECTOR AND THE APPROPRIATE DISTRICT ENGINEER UPON COMPLETION OF THE WCRK. WHERE EXPI\NSIVE CLAY OR SANDY SOILS ARE FOUND, UNDERCUT 3' BELOW PROPOSED GRI\DES AND BACKFILL WITH SUITABLE MAT~qlALS UNIFORMLY COMPACTED TO AT LEAST 9W. MAXIMUM DRY DENSITY. 9. HO REVISIONS WI.LL BE MADE TO THE CONSTRUCTION PLANS WITHOUT THE WRITTEN APPROVAL OF THE CITY ENGINEER AND NOTED WITHIN THE REVISION BLOCK ON THE APPROPRIATE SHEET OF THE PLANS. 10. FIRE. ACCESS SHALL BE MIUNTAINED TO THE PROJECT SITE AT ALL TIMES DURING THE CONSTRUCTION. 11.. CONTRACTOR AGREES THAT HE SHALL ASSUME SOLE ANO COMPLETE RESPONS I BI LI TY FOR JOB SI TE CONDITIONS DUR I NG THE COURSE OF CONSTRUCT[ ON OF TH IS PROJECT, INCLUD I NG: SAF.ETY OF ALL PERSONS AND PROPERTY, AND THAT THlS REQUIREMENT SHALL APPLY CONTINUOUSLY AND NOT BE LIMITED TO NORMAL WORKING HOURS; AND THAT THE CONTRACTOR SHALL DEFEND, INDEMNIFY AND HOLD THE OWNER AND ENG I NEER HARMLESS FROM ANY AND IILL LI AB I LI TY, REAL OR ALLEGED IN CCNNECTION WITH THE PERFORMANCE OF WORK ON THIS PROJECT EXCEPTING LIABILITY ARISING FROM THE SOLE NEGLIGENCE OF THE OWNER OR THE ENGINEER. ,-,. •, ) ·, ~ 12:; THE CONTRACTOR SHALL BE RESPONSJBLE TO itNSURE THAT ALL SLOPES, STREETS, UTILITIES, AND . STORM OPAINS ARE BUILT IN ACCORDANCE WITH THESE PLANS. IF THERE IS ANY QUESTION RE- GARDING THESE OR Fl ELD STAKES, THE CONTRACTOR SHAtL REQUEST AN INTERPRETATION BEFORE DOING ANY WORK BY CALLING TRE ENGi.NEER OF WORK AT 291-0707 .. THE CONTRACTORS SHALL TAKE . ~ ifHE NECESSARY STEPS TO PROTECT THE PROJECT AND ADJACENT PROPERTY FROM ANY EROS I ON AND SILTATION THAT MAY RESULT FROM HIS OPERATIONS BY APPROPRIATE MEANS (SAND BAGS, HAY BALES, TEMPORARY DES IL TI NG BASIN, DIKES; SHCR I NG, ETC.) UNTIL SUCH TI ME THAT THE PROJECT IS COMPLETED AND ACCEPTED FOR MA I NTENANCE BY WHATEVER OWNER , AGENCY OR ASSOC I A Tl ON I S TO BE ULTIMATELY RESPONSIBLE FOR MAINTENANCE. 13. AN AS-BU IL T PLAN I ND I CAT I NG ALL STREE,T LIGHT CONDU I.T RUNS, ACCESS POINTS, HAND ,ROLES ANO SERVICE POINTS SHALL. BE SUBMITTED PRJ:OR TO ENERGIZING THE SYSTEM. .·· 14. PERMITS FOR hORK IN THE PUBLIC R!GH(OF.}JAY SHALL NOT BE ISSUED UNTTL A CERTIFICIITE OF INSURANCE IS FILED THAT NAMESITHE CITY OF CARLSBAD AS ADDITIONAL INSURED ON THE PERMITEE'S POLICY IN I\N AMOUNT OF AT LEAST $100,000.00 FOR EACH OCCURRENCE OF LIABILITY. GEN ER A L PUMP S l A .T 1 · 0 N NOTES; (SEE DETAILS SHEET 23) WET WELLS SHALL BE PHYS I.CALLY SEPARATED FROM PUMP AREA. 1. 2. 3. 4. 5-. b. 7- B. 9. 10. 11. 12. CONTRACTOR TO PROVIDE AN APPROVED HI.GH WATER AND POWER FAILURE ALARM SYSTEM. (SEE ALARM NOTES SHEET 23). CONTRACTOR TO PROVIDE THE CITY. WITH COMPLETE MANUFACTURERS BROCHURES, TECHNICAL DATA, ETC., FOR ALL EQUIP'1'ENT AND CONTROLS. DESIGN OF STRUCTURES SHALL HAVE ADEQUATE WATERPROOFING. ALL MECHANICAL AND PIPING DESIGNS SHALL SATISFY MINIMUM REQUIREM::NTS OF THE STATE HEALTH CODE. VALVES SHALL BE INSTALLED il'1 BOTH SUCTION AND DISCHARGE LINES. CONTRACTOR TO PROVIDE A MANUAL SWITCH TO ALTERNATE LEAD PUMP IN SYSTEM. . BUBBLER PRESSURE TYPE CONTROLLERS SHALL BE USED. ALL ELECTRICAL INSTALLATION SHALL C(J'IJPLY WITH DIVISION OF INDUSTRIAL SAFETY REQUIRE- MENTS. . PROV I DE RUNN lNG Tl ME M:TERS FOR ALL MOTORS. . ( RESET TYPE) . CONTRACTOR SHALL PAINT THE INTERIOR OF THE STRUCTURE, All MACHINERY AND PIPING AND EXTERIOR BELOW GRADE • ALL PAINTING WORK SHALL CONSIST OF A THREE-COAT MINIM SYSTEM APPROVED BY THE CITY ENGINEER, AND APPLIED IN A MANNER TD PROVIDE A UNIFORM THkKNESS AND SMOOTH APPEARANCE. ALL PAINT SHALL BE BOTH SULFIDE AND MILDEW RESISTANT. SAN 011!(50 61.UI: PRINT CO. r·-- WATER NOT.ES 1. WATER MAINS AND APPURTENANCES. SHALL BE .CONSTRUCTED IN ACCORDANCE WITH THE COSTA REAL MUN IC I PAL WATER DISTRICT'S STANDARDS llND SPECIFICATIONS AS JlOOPTED ON DECEMBER, 1982, OR AS AMEt{)ED. 2. THE CONTRACTOR SHALL OBTAIN AN EXCAVATION PERMIT FRQ\JI THE DIVISION OF INDUSTRIAL SAFETY BEFORE ANY EXCAVATION AND SHALL ADHERE TO ALL PROVISIONS OF THE STATE CONSTRUCT! ON SAFETY ORDERS. 3. BEFORE ANY CONNECTION TO OR SHUT Dll-JN OF VALVES ON .EXISTING C.R.M.W.U. LINES, A PERMIT SHOLL BE OBTAINED FROM C.R.M.W.D. OFFICE AND IT SHALL BE SIGNED AND AP- PROVED BY THE DISTRICT ENG I NEER AND DISTRICT SUPERINTENDENT. · 4. A PRE-CONSTRUCTION .CONFERENCE MEETING SHALL BE HELD A MINIIIU'l OF 7 DAYS BEfORE CONSTRUCTION BEGINS. 5. NO WATER SERVI CE SHALL BE LOCATED IN ANY DRIVEWAY WITHIJUT PRIDR APPROV/:ll. Of THE DISTRICT. 6.. THE CONTRACTOR SHALL .NOT I FY COSTA REAL MJNIC1PAL WATER DI STRICT 45 HOUl'tS PIHOR TO STARTING WORK SO THAT INSPECTION MAY BE PROVtDED Alfl SHALL Cl:JORDINATE HIS WJRT< WITH THE DISTRICT REPRESENTATIVES. TELEPHONE NO. (619) £138-2722. 7. EACH MULTI-FAMILYSTRlJCTURE SHALL BE SERVED BY A 2" COPPER WATER SERVICE. (LOTS 1 THROUGH 16) 8. LOT 17 SHALL RECEIVE A 1" COPPER WATER SERVICE. 2% .... . ' -.. 3,0' 1-5' 3/8' LIi' TYi' BIJT// SlfJ~ 0 1 j ~0.1 .. ,~ , ..... _1,_r.· .. ~ffil • • . • • • • . I • • • f • O. • r O •, • • :C, 511-c-aooo CONCRETE lJETA/L: P.C.C. VALLEY GUTTER NOT TO SCALE ,. ,_ NOTE· FLOWL!IIE OF 6UTTER ' IS 0.10' BELOW (1. · PROFILE 6RlliJE ______ ,.. 1.,..,..-------S,,,.VITMY ff£ AJ8! .. ?.Vy tF n,av I l y IZ"P.V.C. r/.Ot/LINE El.EVA TION PEN PlAN DETAIL.• PRIVATE CLEANOUT NO SCALE > " ""'° >""r"T""T --T"" """ \ ' i: - LOT INV. ELEY. NO. @MAIN f,N 241.30 · IS 248.25' 2· 22!:J. 48 3W 22/. 96 3£ 22/. 9/ 4 /8158 5 /81. 63 6 180 50 7 215. 77 8 227. 31 9 2348~ /0 24aoo /IN 251.2/ /IS 26!J. /9 12N 250.27 !ZS 203 92 13# 254.28 13S 254-.14 14N 242.48 14S 24922 /5 232.46. 16W 221. 98 /6£ 2M. 78 17 2/0.30 SEWER LATERAL TABLE DROP TO MAIN /;3' J.3' /_2' 1.3' 1.3' LENGTH IN FEET 3/J' 30' 3/J' 8' 2()1 19' 30' 31' 17' 30' 30' Ii' 16' 22' 26' 43' 26' 231 30' 3d' 30' . 30' 26' 7.5' INV. ELEV. @ P.L. .246.39 25589 233.8/ '• 224.I 225.6 /89.3 /83_8 /84_6 218.52 Z29.27 23/i.67 247.05 260.<15 269.9 f'5!l 95 266. 7 257,9 1'62. I 246'.24 256.9I 236. 71 23/,85 . 24l!J8 2/.3_0 ' TOP CURB DEPTH.BELOW ELEV. T.C.@ P.L. 1252.39 6' 262.89 7' 240.8/ 7' 2.Jt!. I /4' 238.8 15' V97 3 8' /978 14' 198. 6 14' 224.52 6' 23527 IP 24267 6' 265.05 9' 266.85 6' 275.9 6' 26595" 6' 275 7 9' 268.9 II' 268./ 6' 254.24 6' 2'62. 9/ 6' 242. 71 6' Z.37.85 G' 247.38 6' -- STATION I !Jf-/0 StfAB,f()()K io112 seABli'/JtJK '4./-80 SEAB/f'tJtJK 18f-5.5 1'/1/Kr/ELiJ ' Qf-/i3 MIKRELC IJfZ/J Jfl#Tll!r/Jr' /J-1'//J JYl#TH/i'Or' 2f 35 WINTHA't7r' 91-33 ACCESS ,f.P. /2-1-25 SEAIBKOCi'K /N-ltl SEABtP/JOK l-1-tiO Bli'/lltfEPPKT 2t-60MI/JfiEf'/JRT 6f6S AtV.00/IE/f' 2f 7tJ 8/r/.lJ6El'tllf'T 6r43 AIIO/JYEtf 2+47 A,VlJOYER 2-1-42 AJ/iJOfE/i' 2r85 SEA.8R(}(}K Or 74 SEAB/i'OOK 4+45 SEABKOOK Jf-(}(} SEAB,fOtJK 0-1-62 8,f'/PfiEf"OKT ltJ' 1/l'Sij,{,'!,ft, 0~ SEJER SYSTEM NUTES 1,. LATERALS AND MAINS SHALL BE 10W. .AIR-TESTED AFTER CONSTRUCTION OF OTHER UTILITIES AS SPEC I FI ED IN THE C I TY OF CARLSBAD STANDARD SPEC I F. I CA Tl ONS. 2. ALL MAINS SHALL BE CONSTRUCTED W.ITH A 7' MINIMUM DEPTH TO FLOW LINE IN PUBLIC STREETS. :3. ALL SEWER LINES AND APPURTENANCES SHALL BE I NSf>ECTED AND APPROVED .BY THE PUBLIC WORKS INSPECTOR PR I OR TO BACKFILL I NG . 4. ALL P.V.<'.'SEWER PIPE SHALL HAVE A SANJ TD Sl'RIN6LINE BEDDING. ALL EXTRA STRENGTH V.C,P. SHALL HAVE A 411 MINIMUM rnusf-iED ROCK BEDDING IN ACCORDANCE WITH THE APPRO- PRIATE,STANDARD DRA~/1.NG.. . ... ·. . . .• . . . 5. ALL LATERALS SHALL BE CONSTRUCTED A MINIMUM 5' DEEP AT PROPERTY LINE AND SHALL BE CLEAR Of DRIVEWAYS. ALL LATERALS SHALL BE CLEARLY JIIIARl<ED WITH AN "S" ON .THE CURB AND SHALL BE SHOWN OF THE II AS-BU I LT" DRAWINGS . . b. EACH MULllfAMILY STRUCTURE SHALL BE .SERVED BY A 4" OR 6 11 P.V.C. LATERAL SET AT A MINI~ GRADE OF 2.0% WITH A MINIM\J\11 DROP OF 0.3' TO THE MAIN (SEE NOTE 11) 7. CLEAN-OUTS SHALL BE INSTALLED ON ALL LATERAL.S AT THE PROPERTY LINE. 8. TWO SETS OF CUT SHEETS SHALL BE PROV I DED TO THE PUBLI C WORKS INSPECTOR PR I OR TO TRENCH EXCAVATION. 9. PR I OR TO ACCEPTANCE OF ANY .SEWER LI NE BY THE Cl TY, ALL MA I NS SHALL BE FLUSI-IED CLEAN US ING THE "WAYNE'' BALL METHOD. 10., ALL SEWER PIPE SHALL BE P.V.C. PIPE OR EXTRA STRENGTI-i VITRIFIED CLAY, 1L EACH MULTl--fAMILY STRUCTUR[(S). {!NiL:@1$ l, J, 4, &, .8, 11 THROUGH 17 TO RECEIVE A 4" SEWER LATERAL · . . EACH MULH--'Ff/ftl'LY SlROCTURE(S'} IJil 'L®'f-S 2 s: 'l •f~D to TO RECE I VE A 6" SEWER U\TERAL ' ' · STREET NOTES 1.. THE STRUCTURAL SECTION .SHOWN ON THE PLANS IS THE MINIMUM SECTION REQUIRED BY THE CITY. ACTUAL STRUCTURAL SECTIONS WILL SE DETERMINED AFTER THE "R'' VALUE TEST HAS BEEN CONDUCTED BY A QUALIFIED SOILS ENG I NEER ON TI-IE PREPARED SUB-BASE MATERIAL. THE "R" VALUE AND ENGlNEERED STRUCTURAL SECTION MUST BE APPROVED BY THE PUBLIC WORKS INSPECTOR PRIOR TO THE INSTALLATION OF BASE At{) PAVING MATER- _.,rnLS. STRUCTURAL SECTIONS DIFFERING FROM THE MINIMUM SHALL BE NOTED ON THE "AS-BUILT" DRAWINGS. 2. A RIGHT-OF--'vJAY PERMIT IS REQUIRED FROM THE ENGINEERING DEPAR1MENT PRIOR TO ANY CONS TR UC Tl ON W I TH I N THE C I TY RI GHT --OF-WAY. 3 •. ORNAMENTAL STREET LIGHTS SHALL BE INSTALLED OS Sf-0,JN. UNDERGROUND LINES SER - VICING THE STREET LIGHTS SHALL BE DES.!GNED BY THE ENGINEER OF WORK. 4 .. ALL UNDERGROUND UTILITIES AND. LATERALS SHALL BE INSTALLED PRIOR TO CONSTRUCTION OF CURBS, CROSS GUTTERS, OR SURFACING OF STREETS. 5. STORM DRAIN PIPE SHALL BE REINFORCED CONCRETE PIPE 1350 DOR ASBESTOS CONCRETE PI PE 2000 0 UNLESS OTHERWISE SI-OWN ON PLANS. · 6. WHEELCHAIR RAMPS SHALL BE INSTALLED AT CURB RETURNS. PER THE CITY OF CARLSBAD STANDARD DRAWINGS. 7. ALL' WORK DONE ABOVE A POI.NT .1' ABOVE THE TOP OF SEWER AND STORM DRAIN PIPES WITI-IIN PUBLIC STREET RIGHT-OF--wAYS SHALL BE PER AGC/APWA SPECIFICATIONS AND CI TY STANDARDS. 8. STREET TREES SHALL BE PU\MTED ALONG ALL STREEi FRONTAGES AT 40 FEET (}I CENTER IRRIGATION SYSTEM FOR SAID TREES SHALL INCLUDE TIMING DEVICES BACK FLOW . PREVENTGRS AND .OTI-IER llPPURTENANCES TO THE SATISFACTION OF TI-IE PARKS DIRECTOR. 9. AS~BLHLT STREET LIGHHNG PLANS SHALt 'BE;SUBMITTED TO Aml\Pl'ROVED BY THE CITY ENGINEER, :PRIOR TO ENERGIZING. .. 'IS ENO~ .fAVITARY Tee TO BE ~L(ltifiEO ,,,-. \ IZ"f'YC DETAIL: PRIVATE CATCH BASIN NO $CALE W O R K l 0 B E D' .0 NE THE IMPROVEMENTS CONS I ST OF THE FOLLOW I NG WCRK TO BE DONE ACCORD I NG ro THESE PLl4NS THE CURRENT CITY OF CARLSBAD·ENGINEERJNG DEPllRTMENT STANDARD SPECIFICATIONS; THE ' SAN DIEGO REGIONAL STANDARDS; AND C.R M.W.D STANDARD SPECIFICATIONS· AND ALL ADDEN-DLMS TO SAME. • . ' * DENOTES CITY OF CARLSBAD STANDARD DRAWINGS ( } DENOTES C.R.M .. W.D. STANDllRD DRAWING NOTE: THE REMOVAL OF AND CONNECTION TO EXISTING IMPROVEMENTS ARE AS SHOWN ON THESE PLANS. IMPROVEMENTS S l D l)'WJ, THE GRAD I NG OF THE STREE.TS (SEE TYPICAL SECTIONS) - - - - - - - - - - --- THE PREPARATION OF SUBGRADE ONO PAVING OF Tl·[ STREETS - - - - - - - - - -_f/i-C.) . ,.,.;,d,;-,;;L'"" . (P.C.C) .. :.,: -·:•:: ... .-.>':.• .. ,,:,: THE CONSTRUCTION OF 6" TYPE ''G" CURB AND GUTTER - - - - - - -G-2 - - - -- THE CONSTRUCTION OF i;u STANDARD CURB--.. - --·~ ~ '--~· ~ ~ -G-1 - - ---·---'--- THE CONSTRUCTION OF WHEELCHAIR RAMPS - - - --·-": - -- - - -G-:8 - - - -- 'i"' ', THE CONSTRUCTION OF SIDEWALKS - - - - - - - - -..:: - - ----'.G-'7 --- - - THE CONSTRUCTION OF CONCRETE DRIVEWAY (5 1/2" P.C.C.) -- --G-14 - - - - =£) THE CONSTRUCTION OF CONCRETE CROSS GUTTER AND RETURN SEGMENT-GS-9*, 10*, G-12 ___.,b-g.l.._ THE CONSTRUCTlil'l OF 5 1/2" P.C.C. VALLEY GUTTER PER DETAIL THIS SHEET - - - · ,=--·• -- , THE CONSTRUCTION OF SURVEY MONUMENT - --- - -~. - - - - - -M-10 - - - -_ ,i. THE CONSTRUCT! ON OF STANDARD GUARD POST (WI TH W21 R REFLECTORS) M-9 ---- -i3 THE INSTALLATION OF STREET NAME SIGN AND/OR STOP SIGN AS NOTED ON Pl.ANS - - THE CONSTRUCTION OF STREET LIGHTS (H.P. SODIUM PUBLIC)-- -., GS-13"'---- THE CONSTRUCTION OF TYPE "B" CURB INLET WITH DEPRESSION -0~2eos-i"'-- THE CONSTRUCTION OF CURB OOTLET - - - - - - - - - - - ----0"25 -,., - - 1§) ==fr,I THE.CONSTRUCTION OF ROCK SLOPE PROTECTION - - - - -.:. -- - -D-40 - - --'~ THE CONSTRUCTION OF STORM DRAIN CLEANOUT TYPE "AK, --- - - -D-9 - - - - -~-TI == THE CONSTRUCTION OF STRAIGHT HEADWALL - - - - - - - - - - - -1)-lJ:i -- - --~ THE CONSTRUCTION □F cuToFF·WALL-- - - - -~-- - - --s-10-- - - -.= I I THE CONSTRUCTION OF P.C .• C. DRAINAGEDITCH(RETAl,t SH'!r .. 2 OF GRADIMG PLANS) -c:::::> THE CONSTRUCTION OF P. V .C. SEWER MA.IN - - --·-- - ---- -S-4 -"" --- fHE CONSTRUCTION OF P. V .C. SEWER 'HOUSE CONNECTION. - - - -S-1:3 -- - - THE CONSTRUCTION OF SEWER CLEANOUT - - --~ - - - - - - - -S-3A -- - - THE CONSTRUCTION OF STANDARD CONCRETE SEWER ACCESS h'OLE - - -SS-l* - ~ -- '.f'HE CONSTRUCTION OF ASBESTOS CEMENT WATER MAINS (CLASS 150) - - - - - - - - JHE CONSTRUCT! ON OF 2" COPPER .WATER SERVI CE (DWG. -2) - - - - - - - - - - - T~E CONSTRUCTION OF FIRE HYORANT (1'YPE: JONES 3700) (DWG.-3) ----- - - ------_...,..._ ___ @ -------ED ----o&~~ - I i: ® ~ I . T,HE CONSTRUCTION OF V' COPPER WATER 'SERVI CE ('DWG. 1) -- - -:-- - - - - - -1 I" ® THE CONSTRUCTION OF GATE VALVE (DWG. 5) - -~ - - - - -~ .. -c - - - --- --~ THE CONSTRUCTION OF AUTQ\JIATIC AIR RELEASE ASSEMBLY (DWG. 10) - - - - - - --• •A.V.A . TI-IE CONSTRUCT ION OF MANUAL A IR RELEASE ASSEMBLY ([X.JG. 11) - - - --- -- -<MA.I<. 1+iE CONSTRUCTION OF 2" BLOW-OFF (DWG. 12) ---- - - - - - --- -- - --<a.a . Tl-IE CONSTRUCTION OF R.C_P_ OR A.C.P_ STORM DRAIN PIPE - ---D-60 - ---==-==- •'fiHE C©NSTRUCTION 0F CONCRETE E~ER.GY ~ISSIPATOR - - - --- --D-41 - - - - - l'HE C0NSTRUCTION OF L-'TYPE HEADWALL~ - - - --- -- - - - -D-36 - - - - THE CONSTRUCTION 0F WING TYPE HE:ADWL\LL - - --- - - - - - -D-34 THE CONSTRUCTION OF CUTOFF WALL AT END OF PAVEi/ENT ~ - - - -G-22 THE CONSTRUCTION OF 4" BLOW OFF (DWG. 13) -- -.-- - ---., - - - ---- THE CONSTRUCTION OF TYPE .. I " CATCH BASIN - - - - - - - -D-29.1-- - - THE CONSTRUCTION OF 811 FORCE MAIN (SEE SHEETS 5 AND 6i)--~-- ==·,'==lb, === -==( L rvo. ~:;:;,;-~ ---·--- ·:.:., ENGINEER OF WORK RICK ENGINEERING COMPANY PLANNER$· CIVIL ENGINEERS· LAND SURVEYORS • AS BUILT ~q_~"~·:-r;.f~J:........!!~:..,..,...,~~•~•~f.;;f:~:.._-.....,,..,=-:==/-ZB-87 JtRALD L. VAN ERT RC.E. 20S84 DATE EXI! a-30-89 """"' " BENCH MARK . JERALD L. VAN ERT R.C.E. 209A4 ,?-5-,!4 RE:C'. R'EJ//SEP OR4PE,5 5·4· l?rr_ AIJ/J FTl""'E "' m &,, .,,, I/' _,,_, c:ii.,, A<! DIIIIT _ r,ry 11& • - &-1!:.-B.3 DATE 5620 FHIARS ROAi) SAN DIEGO cAL!FORNIA 9211(1, PHONE 291--07'07' Gl/iATE CON7RACT ~ CITY OF CARLSBAD Ll_j nlG/tr-ERING DEPARTMENT I ' ·~===~==~~:::::::::::::::::::::::::::t:::::::j I i ' DESCRIPTION i TOP OF STD. BRASS DISC. IN C£NtERLINE t----t-------11--------------1----1 PLAN FOR THE IMPROVEMENT OF, CARLSBAD TRACT:_, 82 -16 t--t----t-~---'--------'--' -----1-----1 IN THE VILLAS AT CA LAVERA HILLS WELL MONUMENT. , LOCATION : STA. 490f73.26 B.C./EL CAMINO REAL-t-t-===+==t:=====================±====j APPROVED: f Ii -4--./. OATF: ti,--ti,·/33 ;.,1,.,rvt 1 ··'"/1 ~ · · RECORD FROM : SAN DIEGO COUNTY ENGINEER LEVEL '"'£ • """'81 CT ~ ,,, ,,,.,.. SCAL/:S, i--~+-1-------------~~---I "': .:,c,v, . Ir cN,;;,/Ni:.i:.R HOR'Z' A'5 "LMWAI CIRCUIT UNE NO. 201, BOOK 001, PAGE 20. , ,,, ..,,.,,,_,,,,v ~~BY· I PROJECT N'! VER: ·""······.,...r....,.rE-:-,-V,,--,,~,-T,.,...IO_N...,,,..--:,.-::7:C-:6,C:.~,,,:-__ :,,~l,,.,7""··""····""·····'""· ··=······=-··· ---,,---D_l4_7i_~_'M_-_· M __ s ___ L_. _;___i'' ~ll4;1.,,~E;⇒B;Y~~=~R;~;V/S/;;O~NS;:::::::::::::::::::~tAP:P:':0::"'~1.cl~"J1.Hf~zDa.oB13~k'.:_ .. , __ _J. c:r. 82 _ 16 °,r.,~01; .· ... : . I CMWO 8Z--¢0t2J L?RA #'5 R /AA ,::, -..63 \ JOB Nll8800 r!iSf? ' ....... L .. -.. .. , ····-·""' '" .,, ' -~•-•• ••••-••,.,w"''"'~ .,, .... ,,.. ••~•.w-••••••• ,., ........ -. -~ • •:: :::~ ...;;.:::~•:. N.;':;:.~; .:::".:::::" .,,;.::~•• ,:•:'.•:•:,:• .. ':• f'.,~!:'.::~. ::• '..:.:• :: I::~= ••':".::::•:::: . ----............ . ··-·--. --·-·-···-· .......... , .. ,~ ,., .. ,,,. ,_ : ::-.. ;.::::~ ;;;:::·:.::-' .:.:;:;::··· :::.:::::: ~:; ·" ~· -,-1.--.. :::... -,, ".'.'." ,~:,:::.::. :::.::-.. :,:;·::~"!::.:::::::~ ·:~:: .:: .:·::•'.·~~~ .... ~,.,,.. • .... _ ... ··-- . ·--'" _..,.. ··~-,. -:.... - . -:::;;.: i,.-...:..,~ ~•:.:::.:. :~·:~:::.,. :~ ·~·;'.;:': •:-::::'.::: ~~-~~ f~=: .. -:·-. h t.') -.....1 ~··· ,,,,. ' " .... ' '"' -•-• -••••u• m-•-• ........ , •. :•••••.,•"S:_•.•••••• --•• •~• ~••• -- SA.N DIICOO 9LLI~ P'.ltNT 00 :::: .. :::""j":.·::: ·, .. ... , .......... """ ·-··· . · ..... :::_!,·::: .. ;.-;: :: •. : .... ... . ........ , ...... . ....... , ...... , .... : ..... , ..... . ,:' ~;,"~:[~ z,,.,r .. , ,:6 C:-Ci·?'1 :=: . ' -..;......,.,..., ·=•··~····'·'···~- ::: ~:,:t.: .. :·:L.:.::: ... :·_+.-··· .... ; ...... -..... i' .. :.~.::~: :.:: ~:. .. ·-.. ....... ···-· .. . ... ... . ·-· . ···-.. ::. ..... ::f:.::::.::: ·~~::: ~it· ~·. '.· .. "': -· .... , -•• .. •• .. ••-m ... ••• ,., ............ ··-· '::--. ·~· ; . :, .. .. ... ·::-~:·::··-·:·: ....... : .... .-.. : ::~~ ~:· ~~~:.:::· ·: .. .': ..:::. i::.-. :;::· ::;;', '. ;::·. I ... -.... 1••·-···· .... ,--··-·· . -,: .:·:::f::::·: :::>·:: ....... ·1:::·==::::1·:· • .. -........ ······=·· ......... . ~ --= :;.:>::. ~.:;'~_:-' f' ,~::... . •• , ', ..... ::·.'.' .... ":,.~~ . ., .... ~-:::·: .. ·tr-·:~;:: ... :-:::=~ .... :.-· ·:.-•::~ .... : .. !:::-;:.::.::::::-~~:.'._ ~r;: ~ ... t :~:.:-:.:~~. . . ·: ·~:··· .. ··-.. ·::: ... ·· .. ::/' .. i:i:~ .... i-··\,i . .......... ~-··· ... ~:.:.-·::· ...... -· .. ·:·.--: ...... · ..... :: .. ;. -···-·:r:. ··--.._-.. ···· : .... .. ::·: .... ':· ......... : .... ····· -..... ............. , ... ' ... ' :"···::... -:-:·· • .1.... .. ... -.. .• ". I"·. ............. :, : . --... ·-·' ......... ,, :: ...... : ·" .. NOTE: TOP OF CURB ELEVATION IS 024' _-- BELOW CENTERLINE ELEVATION ::: ::'::: .. UNLESS OTHERWISE SHOWN. _ ..... ,_!,, c_;:JRLSB_l'.]D TR_;:JcT 10'_;:cJP ;Ya JO BB.3 _ ... ::. --1:'c-~ ,::., ~-,, ::: -::; :·-'· ··~· ~ii";._;, - - . ~:::··--1c5 -~• ;;c, '' • ' , ... :: . -~ ! !i:i ... -~:-... 0:9.. '7,'. ) 7l:i5 :·· ,.:·::' ,·: .,1-- "' __ :·~· :: __ •:·_···: -' ' ,. --... :'.1.:·. "··:-..... . .. ·-·. . ....... " .. ' . ·---·-·· " t.;···'' /l?'.t7A ' , . ,..-,:r;;:.. /✓ "--'< ✓" f'.T><-RTXF/-~£ ✓..-..a-.x r~. a. K -Al".1/eL. L-5£ ' EXISTING ELM AVENUE IMPROVEMENTS PER CITY OF CARLSBAD DWG. NO. 216-6 PLAN: ELM -AVENUE . SCALE: 111= 40' . ''' '' . · .... ''''' ··-......... . : .. .. _·.-. ....... :; " ....... ···- .::: .. ...... ! ......... . ·····-.... ··-·--. ·.::::: -i70···· - ---l .. L.· .\ ... ..... ·- . . :···-": · ...... · ..... -' .. --······ ···-··· .. -...... '' - . . . .... ""' . c . i-". .... -...... ·i ..... "" ... ••• f .... -· ·-r--··· ' -----"" 1"1 'fJL ifii -I••··--- • • l .. 1---- . ... . ...... ·---·. .... . . ... .. .. . ----......................... ···-· ......... . ''' ,, ............... ''''' : .'::: .·:I .. ·· ·••I::·.::::· ~ ...... -·····-· -····-·· ..... ..... . ... ......... . . ::: .... ::: .:: : .... : .. : ::::·::::: : .. -::··... .. ···:::-. . ....... . ·--.. :-~·.:: ::: . ":·: . . ...... -·····-·... ......... .... ... . .. . . ·:· ·:: .. , ...... .. .... .. -...... _. ···--· : ... ". ··-····::::::::.:t=::.::::" ::·.:·. . . ..... . .... . ... ···-···"t::-:" ......... . ... : . .. .. : ' :. . ' ::.: ... ·-··--.. ··-·" .......... ::::::.:. -: ....... . . ........... . ·-·-· --····· ···-·· .. -· . ..... . :: ····-... 1---. -........ . . I-···· ···-······I-·· .. . -···· I---·· ·-. --.. t--. ' . ........ .. ....... -· . -- .... :: .:. :::·: .. -.... -.. ·+· .. -·· 1---· ·- ' .. ~·-···-1-······-.. . .. . ............... -... -. .................. . "... ..... " .. . .. . ....... · :·:::· ·::::.'. .. : .. : .. :· ... · . :·. ..... : .. ···-····--..... • •••• 1 ....... ", •. .,,., • I .......... _ ............. _ ............... _ .. ... . .... :·::·::· ............ ~: .. ·.::· I= .... ....... • ...... ,.1 ...... ' ..... , . ' ' ::: · ·.~ . ' ' .. ·- ·-.. ···-··-···'.· ~:.: .... ' . ' ,·:: .. :::, ... ..... . :· ·::: ::·.~·:·:.: ·: ....... . ,., .. , .. ,., ' ·····- . ....... , .. ,. ·····-··- ......... S££ sHr NO II $£ASIDE WAY lo'-. ar.\ I \\\\\\ \ \ ~' \ \ \' I I -I- I I I I I I -- '''''' ............... .. ' ...... :·:~ ... ~::>:: .:::::.:: ...... . ......... ·e.. , .... ···,,. .. --··-· ... ,,,, _: ·::::.~... .~::::: .......... ·:-:. . ':: .......... ~.: ........ 1 ......... ' :: ....... ·:· ...... .. ..... ·······--···· .. ·-+ .......... ,,., ~ .. ·- • ::::::::•. ••-•:•: .. : :;:~•.d: .. ::.:::. f-....... : : ...... •.• .. f::• • .:•• .. ii:.:.--••'. •::.'.:•:-.• :::: .. •~: •••••••-• •••••••• ■uw,.::: "~-•'-' ''' CURB OATA NO. DELTA OR BRG. RADIUS LENGTH REMARKS [I) LI~ 11'32'4.J" 668' /34.GtJ' 6'TYf'E"G"Clll?li 2 N16°2a114"E 89. 261 fl ~ N 16°28' 14" E !74.88' 6'TYf'E"6" Cl//f8 •~. ·•·. ·········1e -·~-•-·-·--··-~•·'·-,,......_.._._......,.__.,_.....,.. __ .. ____ .... -·-··--·•w-;-f"-·--• .. •·. PLAN: STORM DRAIN SCALE: 111 "' 40' AS JERALD L. VAN ERT BENCH MARK BUILT R.C.E. 20984 ElCI' 9-!0-89 1-2&-a'? DATE DESCRIPTION : TOP OF sro. BRASS DISC. IN CENTERLINE WELL MONUMENT. LOCATION , : STA. 490+73.26 B.C.;cL CAMINO RcAL. RECORD FROM.: SAN DIEGO COUNTY ENGINEER LEVEL CIRCUIT LINE NO. 201, BOOK 001, PAGE 20. ELEVATION : 65.317 DATUM: MS. L. JN·· LOT 6 !0 4 5 ENGINEER OF WORK STORM DRAIN DATA DELTA ORBRG RADIUS LENGTH REMARKS N 76' 28' 14" E 5Q50' 18" A.CP. Nl6'28'14"E ;v.50' i8"AC.P. N/'59'.?0"E 24"ACP N/'59'20'£ 4;'} 00' II N/'5$'20"£ .?9.00' 24' A.C.P. RICK ENGINEERING COMPANY PLANNER$· CIVIL ENGINEERS· LAND $1/RVEYORS 5620 FRIARS ROAD SAN DIEGO CAt.lFORNIA 92/ffJ ,.PHONE 291· OTOT g,-et i.. Vo..... C.:t "-&.-a3 --:J-::'ER:::-'A-:--:L--::D:-:-L---. V.---'A---,-N_E __ R_T--R-.C-E-.-2~0.;;.9_8_4_ DATE 1 ~ t---+--+-------------1----1 PLAN FOR THE IMPROVEMENT OF= ELM AVENUE STA. 54+77.97 TO 59+00.00 t--+--+--------------+--~ IN THE VILLAS AT CALAVERA HILLS CT. 82-16 t-t-===~=~======================:jt:==~1APJfJ,J~:~~l,1g~f'4-;_' -~0_),efl.~•·•~·•~/)~-"£!,./J./_~·~I D4TE, d;·G·83 le: SCALES, t---+-t--------------,1------1;::R::£=, 5:::t3:::,0,:::8:::/=. =:::::::;C:-;,/T:::::Y:::Ei::::N:::$:::/Nf!j:=:.g::::R:::::::::===! HORZ,ASSHOJIW ~ WN f!Y, I PROJECT N! VER: . t---+-t-------'--------·--+----1 Cc~KD BY: CJ 82 16 DRAWING N" l;;:;;;;;:-t;;;:-r"'-;;::;:::;;:::::::----------!---lllJ_:[jE,;:£.(D.D.B:B):".1:'.'.., __ .J " -2 31 -JP, DATE BY REV/SfONS APP•D CMP!IIJ ~Z.: </tJtc JOB Nll8800 p,e.4 W.6"£' ,A,b. a; -33 . . ·~-.. .. .... ~ .. . . <: ... .-•.•• .~ --,.._.__. ..... , ,.._ +-• ...... ,~••• •-........ "•m• ••• .. ,.,-: , ...... ,,_ ::::: ...... ·.-·.:f:~-::· .. ~-;~, . ~::.:::.,:::::·:: .. ·:::::.: ........ ·,:·:': ... :~~:-----.: . ~,· ..... , ..... :.~.~ -· -···-.... , ..... : .... : ~::~~~ ~::·:.::,, ""····;::r .... ·:.·_ ... ~:~~-;: ... _ ..... ~·· ··-r .... -...... , ..... ,, ..• ,.,=··-···~ --::E::::::·:.:_~·::.: ·:~ -:::~::•:· i-··::::< .. , .::•·::-· ~:.:_: ,:::~~ , .... '"····· -···-· ., ..... -.. , '·-·· -·· ·'···-··~ --=i= ... ··; ::·.:: ... ::·: ~:·:.::·"' ;•·:~ .. :::~'::~:;:: .. ·:' .... :··· --·:·: ... " .. :· -• ,-• •--• -••••n ••••••-•-•••--••• . ~···~. ·~_,., .. , ········-·-.. -.. ,·, .. ,... -·· , .. -................... ·~·""' '' ' CURB DATA· NO. DELTA OR BRG. RADIUS LENGTH [II IV 76" 28'14"E 45512' 21 1468' 83.18' III 78..11' -- .. . ,······· ... 1 .... ... "" . ~ • .. ~··'· . -... :: ..... ·.;:. -. .. ... . .. . ...... ..... ·-··· ..... . .,. : •... ·:.:.:· .... , •. 'i'. ... : ... : .. ·:: ..... . . '. -.~.: ... ; : , .... -... . . . . ., . ,., ............. . .... ··-·· ,. ......... . -·-· -··-::·: ,, ... ,., i . " . •::::;. ' : •. ·:· ·:j:.. ••• :v:·,::::::····:j::;;::.: .. .. -·- ·-······" , ............ , .. ~-·~--·-" , .. , ... ' .. -' ·::::.:·::::,:;,; :: :. . ... ~::· .. ::·::: .. ····· ·-·· -·:.:. · .. ;: ;:··.::'..::.1:·.·7:..: -.. ~: ........ ~ • _ .......... 1 .•• ' . .... ·-····-· ... . ............... ,-:·--·-/-.. --····· .. :::: .;.:: .. T:"•• ... """· , ..... /. • • • ••I• ,.,. •.. a ......... ·-· ........ , .. :-·'.:;~'. ..... ·:.-:-!~::'.>· ''·" ........ _. ··-·-- --· -· -,-,. , ... ··-· . --· .. _ -·-· ......... . .:~:::;:;:-:·.>:•.::· _-: :: < .... ..... , .. ~.;·.::::; <i· : .. ·:;.~.: :::·~ -·-······ ......... : .... : -· ... ;...:::,_._ .ii· 'O" .. . ......... . ,. ····-~· _1 -·-" '· .. ;· :.~.t·-.;~ I . i--········ - -· ... -..... ~.·-····· -··· ' '·· :. ··· .... [__ ' :.: ... REMARKS .6"TY?E"G"CLIRB 611 TYl'E "G" CL/,fB ..... •-·····-· ---l---- :::.:::: :: ..... ; ..... '.., .,. :, ... '. ... ,:: .. .... ........ , . .. . . . . + ..... ·-... . ::::+::::·.::· ::: : . :.: . ' : . . ... . : i.' .... ; .. : :::::· .... i: .. >::!·:, ·. . ~:: ::.: ' : (:•: ... ::.·:: ·:.: .. :j: :: ::::·.: ::. --·--· ...... , . ' . '' . ,.. ( ·--. ..... · : ·:· , · : l: -·.t .. :. · -·. . .... : :·.:::::::::~:::::: ... ::: ....... :t. '' T ..... ·+ ' -. ···-··· ..... __ -- . · ..... _. ,... : ..... . ....... .. .. :: .... ::.::i--:-::: ·::::::::: ... : .... ............ _ ...... ·-·-···· .. . ... :: ..... :.: ., ··:·:·" ...... . ' ,. ... . ........... _ ..... . ·' NOTE: -····-TOP 'OF CURB, ELEVATION IS 0241 BELOW CENTERLINE ELEVATION UNLESS OTHERWISE SHOWN. t.;.=---..;;;.;------· ..;··..a··.··.;.· ... ·;..,······,..·--,..,,.-.......... -... ·· .............. ..,.......,,....,....,,.,,..·-·-·--·--· __ .....;;. _ _,·\ CENTERLINE DATA ' •~=::.======~~~~~===i====;:;,,,=¥==:::::::::;,;=~~~=4, 1 • NO. DELrA OR BRG. RAO/US LENGTH REMARKS l EXISTING ELM A VENUE IMPROVEMENTS PER CITY OF CARLSBAD DWG. NQ 216 -6 ll::a:=======;;,i,.,;,;,;,.;;;;,;;,;;;~=====f==:::::::::========-=""""11 i CD N76"Z8'14"E 455.IZ' , , ..... ·-·· ..... 11-,:~:....i-.:..:....:-=....;::..::....:....:...-=---1------f-----..:..C.-'-'--+--------1 ,, 11·....,<,;l!;:=)+.1=--=.::.5....:" O.c.::'5=-'=Z.=,'6,..." -+...:..:l5i::.:O::c0::c'_+-~I 3':'3.:-'. Z':'l':-'+-------1 ; PLAN: ELM AVENUE 1,...: (~= r>;_,.L..:N~ll:...".=2=.'2....:' 4...:8....:,,E::......__.1 ___ '-.--.--l.--2=-'3=-'3.=-. 3.:...:'2::c'--'--.,....~....---; .. WATER DATA-TRI-AGENCY PIPELINE* ' la==:f====::::::::=:====:::::::::=j::==::::==::::====if=:=:::::::::::::::::==:j==========:::::::=:::===t ' l'F==NO.~. t=D.=~=L=TA==OR=B='RG.=·=t==R=A=D='/US==!=L=Ei="Nt='61i="H=t==R,='£.=M.==~=R,='K.='S====I ; 1-;,lfil--=-N.:..76::c".=Z.cc'8..:.' f~4~" E~-,l---:-:::--+--4-:'55.:..c.·.c:IZ'-:-1:-+ __ l4_"_A--:--_C._.P._. ~--1 / l-*+Ll=--~.::.5....:ao;,.;5~'.:cZ,-:-'6:-"-+-· ·..;.148.;....::.5"=--' -+--':/3'-:-I-':--. !J=--4=--'-+----:---:--::---':-1 :-::-----1, \ :;., /..LL CLA8G /50 N 71:: 22148"£ 246. 61' 14° A.C. f' . l SAN DIEGO 8W!,; PRINT CO. SCALE: I 11=-40' ·I' .... ···<--.. ·I· · ... ::.::. _,, ... _ .... ··-.. ··-· .......... ,,... ' . ......... .... .. _ ' .. . ... . . -··· .. : ......... : .. .. .......... . -.. __ ... ·-..... . .. . . :·.:· .. ·: . ..... .... ···-+ .. . .. . .. : ... ::: .... ::.:··~:·::::::. __ ..... :-' :.:·· .. ·-· .. ·~··· ... ' ··-··.;. ......... .j-... ' ·.: :::· ... -:.::--:::· ~.. . :·· . ~·· ·-····· t".. " r l .......... :.:· ' - ......... 1 .... . ·1 ~-r-· -~ .. _ ... . ........... . -· . .. . .... ··-.. ····· . . --·· ......... I-· " ..... (: ... ;· . ·· ... :i . ............ . I.. -.. . . .... .... . ....... ....... -······ I .:o ... . ... -· ... ' ..... . ·-··. -1 ,, ... ,WI. /:. . -··· ...... : ...... . : .... ::· ::.:·::·:,!· :::::.::. ::·.: :::: ' . .......... .. .. ::::::t. t ... ,v·•··;· ~ .. ' ' .. ······-· .... .,.... :., : ...... . --r·· ... ·1 ...... . ·:· 1: .. :· .. • .. :: ............... ........ .. .. .,_ .. .. ... .. ... ,.. --...... ··-· -" . ....... .. . ' . .. ......... . ... ......... . ..... ···-· 1 ... ···-· ........ , .... ._ ..... .......... , ....... ' ...... . ..... . . " , .... :_: :.,-. --, ........ ·:t:: .. . . . . .., .... ,. ···-· .. ---· ...... 1·.:.:... . .. . ·:· .... -... '': ........ :· .. :·:::_ .. . _/. -··-··· .... ·:+: . -~· ·• ·-.... ::: . .. ~ .. .... -· .:· " ...... . . .. ... .. .. ' .............. --: ··-. ······ .. ::.:: ·:.. .. . .. ·-· .. . : ·:::·:::~ ··-· .. ··-............... .. . . .. ·-·· .... ... ., .... . . .L. ...... :.::::: . -..... ... ----:_ ··--·-~ . ........ . ...... : .:: .. :-........ , .. . ....... ~ . . . .... . . ···-· ·-------- _ ........ , .. '; ..... ; - --: .. ; ... . .. .... .. .• , .. I~·. .. . : -. ·--· ..... -··· ·• .... ,r I"...... , , .... .... • 1 .. . . . ... ~:.: .. :·::I'::· .. :::."·. . ...... . ....... :.:·:::.·.::::: ... .... ·,. ·: .. -··', ... . . ........................ . .. ~_-::J· .......... ::·... ... ··-.... . ...:.:.: ... .:.-.... ::.+-- . ........... . ··· ............ ....;z=:= -.. ·-. .. .. ·:· . ' . i . ...... . . -- -·· ·-· " .... . ..... ..... r· ......... :: ........ . -·· ........... ... ...... ..... . ........... ·::··.:_ ···;::..:· ·r·· - ---------,----.. -. ... . ..... -··· .............. :.:::· :::· .".::.: ........... _ .. ::·.: .. : .:·:·:··:: --· ............ ·: ............ :--:r~:· .. ·· .::::::·: ......... ·::· ....... , . . . ,... ... . . .. . .. . ... +---·-· .. .. . ......... . .. ............ ' " ......... . ~.: -... ,..::.;"~ .. ,: .. ·:····:··- .:.... ... ,.: ...... ·:·:t=::::::··:~.· ...... ~ ........ : : ... ·::·· ·-·· .... i:.. '' . .... T ... ·-.. ·· ...... : ._ ... :,.::::: ... ~-·· ... :. .. . ·····-..... i ...... ; ............ . . .": ;;,;;;: ....... I "· .......... : ....... . •: .~ .. I" ......... . r • .. •• •• .. . :·.:· .: .:.--: .... .. .r; ...... . ~ ............... ·- ....... ···::: ... :·. ...... ::: ··::· '. .. :::::·.:: .. ·~:.::::·.::; AS BUILT <:J. ... ....U. 't ?J..._ U 1-zs-e? ~J_E_R_A_L_D_L_. -V-A~N------,E~R~T,,------,R~.c~E~.~20~9~e74 DATE Pl<P 9·30-89 BENCH MARK DESCRIPTION : TOP OF STD. BRASS DISC. IN .CENTERLINE WELL MONUMENT. LOCATION : : STA. 490-1-7326 8,C.; EL CAMINO REAL. I ' +:: . .-; .:::: __ :· .. :::; ::.-.. ·: ~~.~:.~:~ ~··:·---~~~--·-·· ------,>--- ·t-· ' ... ::::t:::--: r,- ENGINEER OF WORK ~& ,.,u ~ v__ (!;{-G, -G, • 8 3 I .. ::: .; ; ..... ........ " .... "-···· ..... -..... ·-· -· " ~ ....... :. ·-···::: ...... ·-·"·"" .. RICK ENGi NEERING COMPANY PLANNERS· CIVIL ENGINEERS-LAND SURVEYORS 5620 FRIARS ROAD SAN DIEGO CALIFORNIA 921/0· . PHONE 291-0707 f---- , ERALD L. VANERT c,r· F" 20984 ,w~r,:"'!~r,~:;::::r,=~~~=~~-~•tVA~,C=:CON:=::TR,:::A::CT~====:':=;=;;~ ?-,!·,!4 R'E.C. RE///.5Et? tlR4t?E5 ',, .,4 I, 11.M. ISH£ET II Cl TY OF CARLSBAD I ISH··2££4TSI 9·4-4'6 'ii "Dt AS Bl/IL T. -C'ITY tJr t:',fA'L.fBAP zh J-,, (( ll",AI 4 ,-=---;,....:::..=..-flL,=--"f------"'-"-~""-'--'----':!..!....!..-'<!----'<!!.=='----",,~~~L.......I ENS/tEERING DEPARTMENT PLAN FOR THE IMPROVEMENT OF' ELM AVENUE STA. 59+00.00 TO 67+21.71 IN THE VILLAS AT CALAVERA HILLS CT 82-16 l----+-+--------'--------4------1 AF:t;!J2Vf¥: /)_ . ,_/) ~/ SCALES, .. RECORD FROM: $AN DIEGO COUNTY ENGINEER LEVEL ~--t--+----------------1-----1;:/?£::::::::: ::::.3-':::Cl:::::'8:::::/=· ==C:;'l-;::T:::::Y::::::EN:::::::::::61::::'N='E:£::::·R===; HORZ-"ASSl-!OHIAI CIRCUIT LINE NO. 201, BOOK DOI, PAGE 20., ~WN BY I PROJECT N'!.. VER: , •.· ELEVATION : 65.317 DATUM: M S.L t---+-+---------------1----1 CHKDBY.· CT. 82-16 ·DRAWING~ · ElDBV; · · 231-lD · '------------'----.-'----~--------' . OAT~ BY . REVISIONS APP'D CMWlJ Be· .¢Oa .;!7..e4/t,"e;",e A/,:::7. •,:;;.;...~ JOB N2 8800 :::·:·-·:.i .. :'.·:·:·.:.: ...... ·,.!.' .... ·:·· ·: .. ....... ,. . ..... ,: .. ··· --.... .. . "-+. . ::: . . ......... . ·3:...,· ... . ... .. ... ·.: . . .. , .... :·:' , .... -,.• ••• "•.•so ..... ••- ... ... ' .... J".:,·: ·-,:: :·~ .. ·:: ::· : "i"'·-··· ... --,-,,_,_ .... ... . .... " .. .... .... . ...... . ----' ... .. ·- -~·· .. · .... f.::.: .. .-.jlii ..... _ .......... : .. 1~_:_:·:.· .--:~ •• :J{)·~ .. -·-;~ ··;::.:;· :::-: ...... ,r- ~ ·-·~·-· ~·-~ ..•.. , _ ... ~. ·~-:·-:::. :..:.:: ::::::·: ... ,.:; ...... ' ::· .. -····· .. : .. ·.~ ... 1: ,_ -"· --· ·-"" ''. ·.:······ . ., ,.,, .. ,., .. ,., ... , .. , .... . -----';~·.:::::: ·::~·," :';, .... ·::· ... :~·: ····- ~···. ,., ~~~:: ·i:·.·:~i .. ~ ~<·.:.:: ., . ···"··· -~~::'.'; . .'~;:::;:, ··.--···::. ··.~.:'· . ......... ·····-., . ., " .. . -...... , :::· .::::::...... ..... ►" ' ..... :·:·::::~ .. ·.::: ~'.::::~. ·: :~:-:-_ .. ::~: :: .. ::. . .......... . .. ::: ·.:· ... " . ........ ;... ... . . .. """_ ::· ... :::: ..... ··::~. :.:.: ... :--. .......... -: -· ........ ........... .. " . ·-. . . . ..... . ... r-: __ -·--.. , ··f---. ·-·· -· ... ··-"··· ·-···-· ··· · ·· · -··r··· ... " ........ . ............ . . . ' .......................... ······1 .......... , .. .. ........... .. . ----··"· ..... .. ..... ~ -' .. . . :: . ,:·.:~::: _,,..... ·-. ' I I I t. ,-. _ .. :::·-·· _ .. _ ...... ,,.., ,., ... ,.~.. .. ···--~-· ~..... ·~-.. .,~ ...... ~ .... , ----·~· " f-:::;_ "'.'.'.~~•• "•:;•::.:.:: •"<•.: ... • ~::••.•:.:::• ••~.;~;:; .• '.;:;:.::;;: •:,m_,•:t;;;:'.:.,:• ,.•:-:.: ...... _ ......... , .. .. ., .......... .... "' ... .,...... . ...... , ·::_ ; ....... ~'..: .. :,:::· :,:'.:::::.:· ·:: .::::.~ -::·.:·:·· ·-. ... .. " :.:·.::· .... ,. ·: .. :: ... :::·.:: ~:·~~·::q;·::t:~~·i ::~~f-::-::·:::, .... ;:::.:;~ ,. ·:·:~. :·:: .:.·:::::::.: ~-::~~f~fj!f ·:;:-::~~·-· ··: ....... ~:; .)f ............. , .. t-,••~ •. -1-.-.-~ ,--. -... --,-.......... ' ...... ·-·:'. ··'.·:::· ;:...::::::;r.:-~:;,;:,· .'. •.. ~-. ~. ,~ .... , ....... . : ...... .:.:: · ..... ·::.) .......... ··::-. ..... :J, --.; ' -_ ..... ~::· ···-~.i: :~·.·.::.::·:· !':-:·_.·· ::t~.:~ -·· ··-· ·-··-···· ... . . . , ..... ,, . • •• ffl• .. ~~ ••• • ' -~~;.: •.. S££ SHEET NQ 4 ELM AVENUI; NOTE: E%!ST. #AA/IIOL E llvTER/0/? TO IJE C04TEO WIT/I ?OLYtll?ETflA!VE FAST C/Jlr//i/6 ZE8/rO!V 0/r EQ/JAL. LOT , ......... ~-···- II ' ·:· :;:·:·:1,:::::...:: .......... . ... . . -·····, ,.. .... " . ' -······ ... ' . .. ·--~: i::.:·:..: ..:· ': .: : i·· i.'..;·:~.:-::· :=:0:.1=::: :·.~--- ~ :. ,l ;. '• •i __ :: .:i,:" :ft:·,: . ;,; :::'.c,; ... ·~·,::: ...... ::.::· ..... ··.r--··~:~.: ...... . -'·-.. ' ·1 .... t.,::;, --""""""'-=:··-··; .•. , ......................... ~ -·,-~ : ·:: : ...... j:.,~ .. ·.::':: .... ..., .. " ...... . . ......... ~ ...... . ··--····-· .... -. ~' :· ... · .. ··-+···· .:-\" .. ·· •••• :.. I '. -• . .... •. . , ' ' ... · ... ·-··---< ... • :.~ •. :: ... ..:.L..: ~ : ..... ······:··. 1~t;.~:;i~ ,.. I ................... •-•-• • . .. .. : ...:. . . . . ... . ·--........... . . _' ::E:.::\:i i~.:·.:::, :·r -.:':::·~~::~:~·.i.i ... :·::: ··~: .. ::-::J-..... :.·· ··: -... £,::::.:;~·. \ LOT 10 STREET OE0/C,4170AI FOR TAMARACK AIIEAltlE l'ER OOCIIMEIIT A/0 84-0531/8 lrECOffOEO .FEB. 13, !984 'jJ -· ... " .. 1.:·: .......... . +....... t· . . ... ··1·" .. ,. .... .. -·--.. ... ...... .. ..... .. .l .-:. ----- . .. ·.:. : ...... . .. -..... -.: .. -: __ " 1-·-··· ... i:. .. " .. ···-·-······· .:~:::: :::.:·:::·,::.:::::. ::_;: ... -•. T" !: ... " .': .. . . -··. . ... .., . . .. . .. - -J_ - - ........ ·::" .... -·:::· .. ::::··· __ ... _.. I .. ····-·--· -· . ;::l ·:.:·.:: _.:::·t:: r-------··· :.::: _, . ···-. . ·;·t·:::·.:. -· .. . ........ . '·· .. . : :.::.·.:, - -t-··. t.:.::.) ............... . ·-. ::: :.: ..... ::::::::· ·:.:.:·::. :::·.: . : .:: . --+-· --.. ...... ·····-· .............. -.. ···: .. ~ ·-· ...... , . : " . ---1-..f:.::: ... : :·::·::· - -..... I-•-....... ..... : . ..1..:::·.~~· :":· . --:·. ,------- . """ ..... : ..... +· --'. ·--· :::::::. --·· ···--. .... . .... _ ..... . . '. .. :: .:: : ... ... .. .. :::.~·:::.:. :::;;;:: .::::::::=t:-.:·:=: F:::: .: ... :::· ::::: ... . .......................... ·····-·· ........ ·-.. .. . .... . . .. . ------------. ---. . -------. ------... :. ' .. ,.... : ":.. ::.: ... ·::·.:::: .. :::·::::. :::::.::::· -····· - .: ..... : ...... ,: ..... ·, ............ :·:::·::::.::::. -.:':::::: :::·:::: ................ : .. " ... : ............. :::. :::::::· .. : .. :::: ...........• ' - -. --- - ---~--. ........ . . . .................................. _,, ....... . . .::.:::'.:.: : .. " : .. :: ........ .... ...... ...... .. ........... . ........ . ............. . ..... . ' .. ···-·· ................... _ ··-· ..... , ·-. --- ........... . . . .... . ......... •·;:;;;;; -· ·~·... .. ........ . -· · ····1·" · .. c-··· .. ,1-..... •• ••••••• ... ··-·-· ·---·--······ ····-·~~ ...... . --------~-' ···: __ Z--± .. :.::::' ..... : .... :: .. ·:: ....... . . .. ' .: -~- + ····-·+-· .. . . ' . " ;·:.::. ·~::L::.... . ~ . .:· .. ' - l9'nTO i TANARACI( AVE. V 1/1 TO /f/W T,ifMA/fACK AVE. " V Z' 2' Z¾ i /Ill J ~-, .,,-;_. ,': ..... ·" o••"""r1·im1i':'l ., 2"A.C. f ·'''•:•. ,.e,:·• I DETAIL : 4' A.C. SWALE NO SCALE • /02' PDRTJD1V LDT JJ n 1y).,/4JP 1VO. 823 IIYSTALL T,fAFrlC BANNIElfS-- IVITH NEFLeCTOA'S AT 5lJrT. o.c. @ /§'"1 li'T. Or .JE ENGINEER OF WORK RICK ENGINEERING COMPANY PLANNERS· CIVIL ENGINEERS· LAND SURVEYORS 5620 FRIARS ROAD SAN DIEGO CALIFORNIA 921/0 PHONE 291· 0707 l • • ~•• •• -,,-,... "•• . .,,.., .... ,_ •\' • •• ••• .. •"."'\ •~ .,.~•..-•• .......... ~ ......... •••J.-.,0:."7.~1,'M'f~ .... •~• .,....,... . .--:;.~,•:-,,•-•••.,( .,:•.•,:.• ., .. , .... •~:,.)--;: .,.:, ... :,-;,f{ ', WATER DATA ALLGU,.SS/50 , !:l I ; • I NO. DELTA OR BRG. RADIUS LENGTH REMARKS ; l=~::f:======i==::i:t=====t=====::=:::::::1==~=-c====l• ,, t-➔.E+:..:.N-=!8"'-::¢~3::::-7'~/Z~"7::W4---+-....::;Z;,O.:..:::,O,~'O;-' +-_..:.,12;;;.'..:..' A.::.:.C.:::..:.f.'_-11 i !===:::NO.~. FOC4='l.=TA=a=w=B,='R,=G.~. =R=A=D='/.=Y.='S=l==l=E=MJ7i==:==="H=f==R.='E.=M.=~=R.='K.='S==='4 .E. N 71° 22'4811£ 26. 29' ,, [I) L1 = QSStJ'4lu 35'' .fZ.52' 6"TYf'E 11G11C/Jlf8 ~~+7==:-:--::::-77---lf-----+--::=:::,;..:::;=-,-+-""'."":'="-:-::--::-----J •I l.JJ N/8°37'!2"/V 55329' /2°.4.C!? j, 12 NJ8".37'12"W 502.2!3' 0"TY?£"6"CUIIB t . .. " , ..... CENTERLINE OAT .ii '" C , .,,,,, ' •• -•~:: I NO. DELTA OH BR0. RADIUS LENGTH REMARKS t:, l=:c:::::==l==============!=====::::::::::::==f=~=====i===9F=::::i::========t I ! CD N !8°37'!2" W 51tJ.?.9' CURB DATA SAN DIEGO l:IWC PRINT CO, PLAN: TAMARACK AVENUE SCALE: /11= 40' ... •" ~-' .. FO_RCE MAIN .. _DATA . NO DELTA OH BR6.. RADIUS LENGTH REMARKS l :1<1> /,/08 • .371/ZdW 74.&;' 8" /?KC,. 1<2> /J/1e•y71z" w "-'5.¼' a· f!'k'c , * fiJli'C'E MR/Al SlfllLL 8E Jl)f/A/$·/Jl,,PtVJl'ILLE THICK Wllll, RIA/6 T/6117, CLIISS 150 0/i' Bltl./tL. f/l.W.W./1. C•!!K'lt)J AS BUILT <J-,..l..L ~ ?I._ e.:,,,-,-ze-e7 -J~E_R_A_L_□-L-.-~-A-N-~E~R~T---,R--.c~.E~.~20~9,...,---84 DATE EXP. 9-l!0-88 BENCH MARK DESCRIPTION : TOP OF STD. EJRASS DISC. IN CENTERLINE WELL MONUMENT. LOCATION : STA. 490+73,26 B.C.J EL CAMINO REAL. '· RECOR/) FROM : SAN DIEGO COUNTY ENGINEER LEVEL CIRCUIT LINE NO. 201, BOOK 00/, PAGE 20. . ELEVATION : 65.3!7 DATUM: M. S. L. ~---u # v-. e::t JERALD L. \VAN ERT ~ r-F 20984 n~ r~ ~~ t--+--+------------+-----tl PLAN FOR THE IMPROVEMENT OF: TAMARACK AVE. STA. 67+21.71 TO 73+00.00 , ~ ~ IN THE VILLAS AT CALAVERA·-..u11 1 S. CT. 82-16 t----t-+------------1------1 APPROVED, r\ fl • I DATE', t'i,·<i·83 I ~,z~_/ ,f,/'.4f;'f,~d----\;(~ J~•-•:;·'tV~-:rL.~c...~.~•i.=.,1 t---t--t--,-------------+----l 1-: SCALE'S, t---+-+---------------+----l RR 3308/ CITY E'NGINffR H0RZ: :4S SII0J'IN . ~WNBY· I PROJECT N!. VE'R: t--+---+-----,-----------+---1 CHJO BY-· C,T. 82 _ 1.6 D2R~w,1N_e,,r:; 1---+-+--,.----------------,,1----1 ....... ,. .... z ... o'-'BY ...... , __ ----" .._-~-----~ 10 ~TE BY RtV/SI0NS APP•n CM/11/J 6Z-<fm P,,e'A./'Y.5,R A,,b. & -~.S JOB NG 8800 : -""' '"', ...... ::·· . ·: "': .. ,.:·. - -. '"" "'" ' ~ .. :,:· :.:·; .::;'./,"' '"··-· ·:::..'_ ·" . .,.,,.,_ ·-· ., •. ~- ········, ';;;:;··:~, ...;:::. ••. -·· ........ ~,,!..' • """. : ~~ :__:~:::::±=.:~: ... ~ ... --·-· , .. ,,.~, ...... . ~= -. ·••,, - ,_........ . .. : ...... , .. :, ........ " . . ", .... ,-::: .~,- els ••• •• fi -. :·-·· ......... ,: .. ,., .. -~ . ...•. :t _ _,_ "_·:·. ------< ·.::·::·::;' :t··· .. -\::. 0-··:. :~:· ---· ······ .. . _ ........ ·-···•... ---'- ~-....,·-::· .. ·· - . _,, .. ·-,~,,., ~-·~-,,, .. ~~~ ~ '---- ·-, ~--~---,•~ ...... . . . :')':::::·.-.. r-.. :-::1--- -~ :,:Jee' ------:c:: /~E, f ... :·~:::~. ;{··~.~.·:1.:.~,., ~ :·.:: ·.:::: ... -; . _:) ·is :::" ..... (j: ... ~ :::>: c~r--~"~ Ne•: :.: .. ·.:"""' ,..:··: .. ~ ......... :L.·: .... : .... :.::. -----.... ~: .. ,.,: .+ ·_:~:f:::,:.: .. ,:·_ ...... ~::':"---.. -:-,_ ·t.:;:.;·.·~-"- ·7 --··r-·:--: --.. '' :: ' : ":·:::~ . .-. ... , .... , ....... .... ~::::···:· . : .. :. .. ., .. ~·.···'i···'· . .. , ........ . . . . ::[:::.:1-,:-~,: ......... , ; .......... . . ' .... . ---·· ...•. .''.:·: .... :: .. :: ........ -... . ........... . . . , ........ _ .. . ...... . :.:··t·~: ... j -i:::::·:_ -----------· · ~~~;: ... : .. :.: :f ·=::~~E~0j:: .. ::::=:~ .......... , ... ::... . : ................ ~ .. ·~::~~:::::::~ .... J:····--:-··-· .:~~ .::---a_·:= ~: -., ;:;_ '. ... ~: ........ ! .;;· . ·· __ :_ , ..... ' ... l. .... :..:: --- ....... ' , .... , .... .. ... . ~·- ............ ••••••• •• u .. ,.~ .• ,. ··•·•· ····-·r· ... ............. , , ........ .. . ·-· :.:::.:--; . -,.__, -. ·--- . ,. .. ....... . ~· .. ,.. - ~ ... . , ... ' "~·- i,. .. ' .... ,:.:.::... . _;; :;::'ZF',ji:f~:~.·:,:· ·:~;::., i:::: ;:·: :: ...... J:i-:::::' ·::·.:·: ... ., .... ,: :::::::·.:.·.:·:: ... ~~ .. - , ... ::····"· ,.,, ...... , ..... r--,._ .... -:- . '... . .. ...................... . ....... . _ ....... -= --.... -· ... Ii; =·-,l'{_cc.::; .. :cc:.: ·:~~f':--:" ·;..~: :;- .. -... , \:.:::.::.: .;.· ... '."'}fli,i,~;··..:. -··-·· ~ .. ,.,.,. f .................... _._ ·-:::::~.' .:.: ... , ~ .. : .:.:.:· -:::: . ..:. :::::::.: ... ~: .. :,:: .. ?':..! ---=~ ..:. .. -·· .. ····t- Ou, • -:;.:~..: .. ~::.=' . ...... , ... ·;· ... ··--. .,:·: --··~-· ~· .~-.--. ... ,., '"'" .. "~-. ~:-: ·-·····,.,... . '.... -.. - ···-··· .... t----- .. _.:· .. _.:~:·:·.~I.... ~:-: ".... . . ..... , .. <~::;:~m- -· ,.,, .. ,,. ···--·-~·· -.... ,., .. ~. :-:.t-·:····.:· .. ~ . -::-: ·✓ :: :.;::::::::, ';::::.'::.;; =ac .. M 'f/HJ 8-·····~-~ -~ .... , .: . , ,F=· =1, .. f····,. ,., . ·····-_"""'."IQ"; . ·-.......... . ... ,~ .. ,.~ .. -··· .. , , .. ~.. ,, .... ··-'-··-:: ·,~.... . .................... _ " _ ..... -:· '" ' ..... ······-' '' : :.: ;· .. , ... -----'" -., '"' ....... , .. ----- -.,., .. -.. ··· '' "' ·-.... :-·:_ .. , .... ,. ,,'.:"'"'.'" --__ -., .... ··--· , .... . ... , ..... .:::::.: ·r::·· ... ... " " . 1-----•• , ...... , .. ,, , .. , ' -·-· . "" ' ,. ,. "'""'"'. ., '•"' A:.;' ., .. . ' ... =:::';/.:: r/ -.A. .. :·:::::: : ...... ,. ·, _.,_,_ --~ ~ ..•. . .............. . ...... ~ ,. ·-.•. , ... , .. . .. . . . -.,. ...... -.~ ....... . . ·-......... ---, -,, ..... ~ ::;-+--:_. . .. . ·-· .... . .. . . .. ....... .... ........ _ ... ....... ;: :: ·::--·· ,.... ...... t·: ......... ,. : . . ....... _.,,.. ····- ... ::::+::---:_ . ...... : ; . ._.,.-.: ... ,. . ......... ..: ...... . ·-.. -··· ........... : .. ro:::.. t ............... NOTE: .. ...... TOP OF CURB ELEVATION IS EQUAL TO CENTERLINE ELEVATION UNLESS OTHERWISE SHOWN. 1-: :...: +-.:.::.::.: ~.:. ,.:-.-r.... . . ..:. ,. ·:.t " . ;-..t .... "!,""'""''" · .... :: .. -·· ........... _ ..... . --.. -... .... . .. .. .... .. .... ... ....... .. . ·-·· -· ........... . . . . . .-. I .. .. ............ . . ..... ·-:.:::: :.. .. .. .. :: .... . :' , ........ .. ~··---.... -:· . .":/,:' ..... · ....:.·,.:::. -· ···t:::::::: ' . . ·-... ,...... .. ..•... ~!?it,' ::/~'CAl£-'liORr :=_,.,,_, Ul:"'.IYT" I" D 1 :··· .... ····-·· · · ··-·· ·····--~..::, v--e.:r-r--1,.-.:.~ .:_~ Q•_-:·:·::·.:. ... -·.· ··-···-· . ---::~:;:.::1::-:::::. ·-::::t-... " .... i,;: ... ' .. , . ' . ·. "· ..... STREET PffJICAT/0/11 r0/2' =---- TANAffACK AVE/VOE PE/2' f?OCf/MEIIT /110. 84-06.3//8 trECOli'OEO _./"EB. 13, 1984 INSTALL l'"x6'" REOPIOOi'J HEAOE/f ti' £OGE Or l'.!YENE/IIT LOT • PORTJ01Y LDT STORM DRAIN DATA NO. DELTA OR BRG. RADIUS LENGTH REMARKS 0 N4!J 0 17'/fll IV 57. 75' I 15•.4.c~ (Ztltltl·O) 100' Z8. 13' " " n N59° Z4' l9"JV 8!49' II II II .. I N30' 35'4l"E 40.50' 18" A.CR (ZO()O·OJ SAN DIEQO BuJe PAINT CO, 9 I 1W .;:'.1 P iVa . :::: ...... :;:::·. :••··•'::::':.:. • .µ.. ............ -'" -- 823 LOT 8, INSTALL Tli'ArF/C 8Alf'li'l£1f'S WIT/f lr£FLECTO/i'S /ITStJrT o.c. e 15' lf'r. or e PLAN: TAMARACK AVENUE SCALE: /'': 40' .. '. ... :: ..... . i:· '· ...... : .... ·'.~: ..... _ "" ':-cf :T,,-. -~ 1 AS BUILT _,. ............. . ..... ... .. . ·::: ··--: ... :·.:·:· :· . .. :: ..... :. .. ..... 80r 5"9 16 @ Zl 41' /?J: i. 6' TY/'E "8" INLET TO? 80,Y = Z/6. .J9 /t OfftV/4'6= 215. 55 * IV&E ,1,////,1/ $/I/ILL 8E JOIIA/5' -;Jf/lAIY/LLE lJ/ICk If/Ill. #IA/6 1/6/fT CL/ISS /50 tJ!i' E&tl/11.. I/?. W./1( 11 C'·!JtJO) PIPE l!AOIU5 NOTED (8) tJSf 81 l..fNfiTf/S. W!TII 5• 8EY£1 AT ONE ENO. ENGINEER OF WORK '--: : . . i,,,,,,,,,"""""'""""""'""""""'""""""' ·"==-cF'u.:;,,:,'R=B===iDFA=T.=i1=· ===t""""""'""""""'""""""'===t · NO. DELTA OR BRG. RADIUS LENGTH REMARKS II] N/8°37'/Z"W 110.,/0' 6"1Yf'E•6"C{lli'8 • i--;:2:;;-t--'-'L1:-'-=-=c,r;,:--:oc:-· 3=-w'=",'-:4a-i•':--+--2=-e=-o=-,-t--z-=~-=-'6=-. 2-=1':-:,-+-...:....:..c-=-"-'----t b!) N79°/4'00"/II 5/t!JZ' If ~ IV79"14'00'/II IJS.75' li0TY.?E0 G°CU.R8 WATER DATA ALL CLA55 /50 NO. DELTA OR BRG. RADIUS LENGTH REMARKS IJ N/8"3772'" ff " " t 4) Al18o/4tl0''/r 1.13.ZS' IZ"AC?1 . . ~ ., .. _ ....... -.... ... ....... _ ............. -·-··· .. ·-........... . CE/VT~IJ_I .. JN~ OAT~ , NO DELTA OH BRG. RAO/US LENGTH REMARKS 3 1 IY7.!:J"/t/<Jcrw ltJ6.82 FORCE MAIN DATA . •·l===i======~::::¥==;=:::~===;====:::::::::::::F======I , NO. DELrA ORBRG. RADIUS LENGTH REMARKS RICK ENGINEERING COMPANY 0.,, ~U ~ v-. B.,;1-d -" -8 3 PLANNER$· CIVIL ENGINEERS·LAND SURVEYORS 5620 FRIAR$ 1'/JAD $AN D/Et;(J CALIFORNIA $2!!0 PHONE 291-0707 (S.f-\ivJE O'vVJ\JERSrJJP) .... <J.=-c·~--u--=:--:-_#,...,..,...,.v.~ .. ~-~ .... =-=u~----::--c-,,....,,..,=-:-, -zs. -8 7 Jt'RALD . VAN ERT R r i:= 20984 ~ • , ,-PRIVATE CONTRACT ?-E 54 RE.c RevJsed 6n:>ces ',. ... ~ CITY OF CARLSBAD . JERALD L. VAN ERT R.c.E. 20984 DATE . 1 ~VD 9-~1"1 :_An , BENCH MARK DESCRIPTION : TOP OF STD_ BRASS DISC. IN CENTERLINE WELL MONUMENT. LOeATION ; STA. 4901-: 73. 26 B.C. 1 EL CAMINO REAL. . RECORD FROM: SAN DIEGO COUNTY ENGINEER LEVEL CIRCUIT LINE NO 201, BOOK 001, PAGE 20. • ELEVATION : 65317 DATUM: M. S. L. 3·23·84 Ir.EC. li'E/1/Sc.tl McTS T,4#,.flf//CK ;f//E. 5·4·84 HEC ,,u,, Scn'e/i' rO-f'C'E ,.w#/11/ /t\ L_.§_j ENGl/l&f£RING DEPART/--11/;N T ' -•E ..,.,, A<" RIIII_T -CITY /]~ r~m -· IJ z ,~·.de1 · ,.,,. , PLAN FOR THE IMPROVEMENT OF, t--+-+--------+-~I TAMARACK AVf: STA. 73+00.00 TO 79+55.34_. r----t--t--------------+-----11:1N THE VILLAS AT CALAVERA HILLS er. A!:>-16 t---t---+-------------+---1 APP Ollt;D, Q I 1 ,::::,,/ t--t-+-------------1f----l 1..,:42..~i:;/-: l,B~+t_-1._,~,,,~, ,,..~•~J/~..--4,,~= t---+--+--------------+----1 RE:' 33081 CITY ENS/NEER ;::::::::::::::::::::::::::====;;-;::::::~~~= DATE, 6·G·tJ3 SCALl:S, HORZ, AS SIIOiYN VER: . ' ~WN f!Y.·. ' I PRr;JJECT N! t---+--+---------------1----1 CH!D BY-· . . CT. 82 16 l"::'"::-::--t:--1--:-------------+---,,---I _El GEM · ' ' -,__ _______ ... __,..-........, _______ ;.._ __ --J_... 04TE' BY REVISIONS APP•n .._.......,.-""-'----" DRAW/NS N° 231-16 · :. CM/tYO tJZ· 401P JOB NQ8800 / ,.P.e'-4~.:5.:e Ab ,::;, -~ -·-··· , ~"~-. ---~~!-• , . : t.. ~ __ ., ~--··T .·:r. ···,,:· ... t: ....... :; : .:...I:~---·:·::.::::-=-, ........... --... -= .:=-=· ~ :::.~~-:~~-.. i~ .. i • "Iii' •1' ...... ·::: : ... :::-. ::\·~r:·: __ ·-.. ~,----:::-:::::.1:·:· . .-.... -. .,, ------+-_._~----+= · ·· ·-·~:·~:~::I::=:.JI·~-~: · ---······· : ..... :··+ ·::.4 .... ·.: ---····"··"'"·"·"····"·'····'·:::· ... _:"Ri}lifc::lf?_™··"u.,-"·::.-.. -:'1: _.· :::•::::"i'!.f··.~::. ·--~•:::'J·-:. . .. :-Y'-6'~:.-=::•c:::.........__;' ···1+·' ~·1 .. ·----, -·--··-·, .... l·:·L-t·-.J···---··--··· ' . • ·------·-·-.. -~~ .. ~-•-•:~~~--·.: .. , ...... L'··::·•_ ... • __ --~ .. ~-: ~ C-jq~-~~-~ \~-. _:~-~ ·· .. ····::~ .. :•,,:·_:::~ :.::::r.:_~ i .. :)Z,: ... • t-~·.:::11::::: ~-~~#:~~~~·;. ----.......:i•: .... ::: ~ -········:::: .. !. <··· ........ -------1··-----, -----, .... ___ ,...,,,,,~1 --/_-~-----:~. -..i.-:,_t::"""8 .. ~=-· r ·i .. -r .... !••········""""""'""''"''""' .......... : •• :::::::.:~.:::····.··:~:::i·.:.~: ~-~•:.= ... '.' """ -"-1:::-"_,I: '28/i.·@ - . ·-:.1 • ';;j . ·-·---·---c.·. .. .... ", , -1 . ~ . ;--"" .. :G:;=·=·t ... : ... '.:/<@ .. ~"°._.,, ~ :-S:: ~ '·-, ~ _::_:-·· .. '•.·.·.·. :--.. it' . ·.~· -I ·?J''c'+---.-,w, fZ= -. j" i , -f : • • .. 1 ·.: ; ::•· ............ :.: .. :: ,-c:=::•:<-· ··:t::: .. :• .. :·,·· ..... ··::· .... ,... . .. 1.~-...• ~ ~---~ .~. ·. ..... .. , . .. . ······--• ' /. >iii-"if: .. ::1;;Aiii'···--· ... ,:r.1 ±'" .. .. l)--:: ...... ~ • . .,,_, • ..,.c'-:'"-±.. -----· ... ············:·· - · ..... ·-I ............ -, '==WI·--·· .-.. . , .... · .... " __ ·...=_:...·,---· -·· ... -_ .. r-.. ··· .. , .... •.·.···.· ... ··.·•.· .• : ..• ··-·-···· ... • ..... ··-.·-+.··.: .. ·.··.··.·.• .. :.-:.. .. ........ ".·!· ,.·. : ' ..... __ . _: __ ·_:····. -.. ~. -· -.EXJEE.: _ ..... ---·,-••-·,---·: ,-. --._-:_.vc:---:1.,,,,-,1rf:::.:·.::":::' .... ,,, ·-, .. ::.:..+-:-:··,1c :t---< .-·-~.~. --.............. ,,,. ·~---·--"=o·--_.··:cc: ij .. _ . . _ _ ~-. -, .. ,. :.,-~ .. -,:::-·,:l:·""'1:=·w'::c,-•. :~ ,c-.. ~'··-"'. __ .-,.---... ~·''"!-'c.:L-.: ... ,./,' .... ,.--.::::.:;.:c.:: -·· .... . -.,.~ . iI'.·=--..~~ ·. -' ~ .. ~---,-.: ---'.:, :; ·--·~ -· :.::::.::'::.:::::: ...... ,... .. ·.1 :.: .. : ·,.·· ·-·· ..... ==t,,,o,$! +----..... :: ... :::' .. , ..... ____ _ ,.;'.'.'"~',I·(;\_;.... ~·s:t ....... ·~~I:-.~~ .. ,~.~· .· ·---··-· ......... , Y\ .... ,........ •-: .. .':17J1.1:;_ .. :::::·:~'..:.::.:· ....... ~ .. :, , •. - . · -_ ... 1 ~ ~ . .;;: ..... ~ :::~·-·· ~ 1 =~---J· ··:··1-----,-·~ .. --+ .. , .. :· · ·-·:::·.:::::::.t:::::: .. _ ........... · ..... : ...... , _ .. ,, ,. ........ , , •: ... :.:• .~~~ ~•:~ • • ~ .:= i=•~ -••• ~ • :-. ;.,I._ :•;: .. ~:: • ::::::1---•••• •....... • -•-.••• • ... ::• .. ::•~::.:.,;~_•• ;f~_f:• :t-A~•••: :f. :.,, .... L•••••· •••..f :~~--:•,::~• •• ••' • •• •• 1-~...:• :\. •'--'----• •• • ....... 'Ir::. ., ... - • •• •• • •• • =~ .. .:.~~, • ::=<;: •• '--.. ., i •;•••::. :~:•:::•.:•.:.:•:: .: .. :::•: ........... •••••• • =-•-• " ... 1•• J:'.. .. .• .. ;.... I l .. • .. • ' .. :.•:••• . .,. : :::::.:::.t::_:••-=••••••:~ :•••:•• •• ••••••••• •• .. " f.. 1: 'm, " ... : ... ::::'" •.. -• ~::~ ... [ .• ::! •.:~~:::i :•::.::.::~t:::•--•:.#14".: .. ::•E::.:.::E: .. ~.-':::~=.:.·.:: .,. ;::.:~•: ... :;.. : • •~ •~•.: : :•:• .. :•: •._..~ .. :.•.~ ~::~~= .. ::;::':='"~, , .. ~{~~·,,·. __ :.· .. ·t-."h~·:··.._, ...... ,..,·-·-· I~· "'1'· ·-... ~.~.$.-~,L~: ....... · ~.,::~:·.>::.•::;:;~ .. :::.:· .... -t:_--::::i-~::;~f~········--______,_______,>-·-, +I•:.• .. :::':: ... -...J;.: .......... _ ... t,k_ ................................... 1 ........... ~............... -...... ~ ........ 7 ... ·R §, .. I ... ::--... ··:::_::., 1 ·:· !/<!'___ """1 · ::t,C: · ·: · .. =@.~.;;::.· ;<'c' .. ·--!;ii.. . · :.::,, .. ~~A'.,, ---·"' ... ,.. ·::<\iE6· .,,.:... ----r--. ... ,----,"""" ' • " . , ~ f .... .-:,~,:=~~ ~~ .'.~.:.... .. :l···~·: ~, -.. ···••r""-~~ ,~-~ ... -·-········ -~Z) ~ ~ .... -f= -.,.·c:.·.~~ .. :.: ....... c:......:..._ ..... ~-;,r -:;, ' r .. » ,,··-····-···· :,.,.l.'Vo~-1 l..,:,~,;o-:J .·· .. ::::·.:.:.y~: ..... :~··~ ··r-······--·-· ............ ....:.! .... ~'.:·:.: ... ··:-.. ' ·E:·: ,·-. -·· ',: .. :.::r~_.:.:_: .::::::t:· .... ·······-............ , .. _.............. ··,· .. ·:·:-'.-::r· .... f-:.· .. ·:·.::·~.~r·-:~··'.:·::·:·-;-:::::" .. {"·::·:·~.: .. ~~:.:.~+ ..... ::.::i-:: ... ~~:· .. ·.: .... 1:. S,_::j ··~.:/ :::-; ..•. ' '" .. "". ci ... ~ t-~::= :::~..... ··=1:c: ~ -.,,, •"'=•·· :: ·~"~'.~."~.· .... ~~~'.: ..... :.: .... :: ..... _ ·: ...•.. : \....:.-....... . ...:;;::;,;·:....,~.. ... .. ~ ~·-·,:~;:·· .. ~:,.:::::;-··-·~ .. -~~):@ ....._ .. ~ ::·:. ·-F=.:~: ... ::tfllJE/£B ... .. :·:.: ... : ::. ··:-... r· ·~.·~;:~ ... ~:~ :=::.•. : ·.·~~ ·➔ .·.: ~ .: : .. : : I~·::.;;~~ .. -· .. ·-~:-:-.:: .. , .. ··: ::: :::~ ~ .. :: .. ,............ .. ... ;.:...... . ... ·:·I'"'.-.--.~ ...... · .. ·. _,.;_~, ._::.·:'.1~.::· .· ......... · .. ·_.··l··:·;.~.~-·~-=.~-... '.~:~_.:-:~ ~-·-~,:~ .. ··~~=:·~: :.:::··~~ :·:::::.::.., :.:::: .. ,-:-. ····1"""" ....... r-... ... . -·.···· •... •. • •. · · ... · ..... ··•... ·.~.~ ... ,-... :S::·--·····.· ~.· .. " : .. · .. I . :. : .... ·~;~ :·:::: .. ::·_·~ .. .. ':.·::·•~~';;!:~1~·~=--·t.',.: .. :_-~§at-:~~.'..'.'.•··.~.:'G: . ~: ~,.lf;l/{fc_;--... ::,'c:: --,_ ,, ·-'·'··'·.·.-... ·,.·.·., ..... -•:::·::s-.-o"J!?""" .. ···""'······---· .. :.:: .. ·, ,:i!.c.8· ... ··.°'.· .. 'l'. .. k-. -...... .;".J~:··"_':'_ J·,,:: .... --· ' .. . ·., .. --~ -·...,_..,'\It"--, ~ -I ,a. ,A ., ; ... "··;:s::;:-......... . ... ·-·-·-~ ' -. .: --.' I :::·:::.::'·;::· .. :E''. ~,. ' I .... , ...... ~ffi . . .. . . . :: ; ·'Y-' . ~·, "' ::it;: .··· ···.:·· .. · .. . : -··::,••-·;: .. ,"i,.""I:;'::::" -SSC c.,;..::,, ... ;:::,.·,.·:I····---: : ---·i='-w:9/~:::;_,: -,~~··-:(·'::C:":,:4.:"°-.. -----;::t --· -·-·· ..... I ... . ..... ,_,.·.:: .. ··.•.··•·:·: .. ::-'· .. ·t='····/•~···11:·.· .· •:=.~ -::·:.· ... · .. ·· ... · ... 1: .. _.·.·:::········"· •.. ·•.·.,.·.-.... · .. ·.·.:'··1 •. --:.·.·/;:;;"'· .· ··----· --., .... ·;., :'5:)~-t'°!· .. -.~;~.=fl, .. _·.·=_:_•.:~:•_;,;:~·~-·· .. _~·•···: ... "'.:-··· ~ .:···i:·.·~.~ ... · .. ·.·.,, .. :•-.=~··.:,. _, ................ . 1.. .::-:·· S: ~ :'::::: · i •· . .. : .. <::: ~-~-.<Q •· -· · ., ..... , 1-··· ·• ·Si: .... ·:j ·+ · ::'f· ·'::'S.'----·.·· · ----,·--· . --: ,:-:::::,; . . ·:::: ·-:.. ' , '/:<I.. ,. _ "" ~ ... r .,._, , •·• <;): _ :•-~. , _. ·:;. , ·:;,-,:·::~.:·,.i.i~•:.,J>:·"· ·~ ... ·,:. .. : .. •.··.: ... ·:,,_·,;;~.~:_:: .. $.:·_:~_,:~_::_::.,_:·: ". •·l >' .•. · .. · .. _·.'.;· .. :, ........... ,, : .. S-.~.,t ~;_~ . .:: ... :: ... :::;::: .. :·~.·.:· ... :.:::·.:I,; .... ~-.~:·~~;·;::::;; ::~::\:: ,·· . ~ -...-, .... .\. .... , ... ::.~-:"~ ·: ... ~-:· -· R . ' .. ' ·:: .... ·.·.:::.~ ... 7 ... :. ... .,., ,.a,.,.. .':·: .. ·;·. M, 6) ~·' ::·. ;· :-.: ..:···. ·:. ·: -.. .. = ·'--·• •~•·• -· ··· ·---. · ·z,;:4;3a·, .. ·1:· ......... -'x ,,c .. ., ·' " .~ .. • -· cc•~ ~ ·-: · .. .---:-.. ·1 ..._ ... ~ : · · .......... ·, + • .......... -.. .. · "·:: l(,j:. ··· ·c:::c: ·:... :'>I ~ !a. . ,.,: l= .. ,--~-· : ~e-.J ...... , .. -..... ,.. .+:.... . ..... .. ''. ... , . .:: ~··,: _.:::·: ..... ::·:::·~~::. -:-:-~ :::~ .. :.:.~:.~~ . -..... ..~. I, . /c. ... ::'; -~:···~. . ~ .:. ~ ·~:-:·. · ... :•· : ......... :t?lf,f:L, •·~ ......... .. , ~ ~m t-....... ..J •• _. • ... =:i. .· -· 7f£_-·1_""54-£f, .. .;. . ..... '..' . : .:::::.::: . --.: ....... ':: ~~-~ ·'·i,_. . .... ·:·•~I· .· --i-.. •::····.-: . . - -' . -... .. ~ ._ . . .. : ... : .... ~~.·~;:~·= .. : .. ·; ... ~ ~ I " ....... , ... :.~:~~ -..... :: ·"~·-·t----'~ l. ~~ ~: ~• . ~. .... ..... . . . b.r" -• . -·· ---+--... : ....... ~:~-;=r ....... i·~_-_ •. :...,•·~· .. •• .t,~~.•· .. · ... t· ·: .. · .. ···:.·.'-+·.·:·.·••,··.· .. ·.·.··.· .. · •.. ·.-.·.·:: ...... ? ... ·.· ... ·.:: .... ~. ·•-·· ... ·: ..... i: -~:. ~· f-· ... ·-:::.:.:. :__j::_1-~· ·. ·~:::. . ··: .. ::.: .. ::_._:=:·.i=::-·+:::: ·-+.. ' . .. .. ... . .. ···•-I-.. ••~·~. ... 1' "' . _ .. : .. : .. ::.· ... ' . . .: .. :: .... t.5· (\ ~ ... < :~~~h·: ~::j~· .. 1:: .. :.-·.:_ ... : ::... ... ·-............ "'· ...... , :r: ;. ,iop--=~.lf-:L: ·· : -··· . ·.:·.:··. . , +'.:::::: '-· ..... ·~~ .. C· :tP-.. . · · --.·~: ::~,-: • · : .. ·· · [~i.~"l .~ ... .. . .., .. :••4, ~"l ·~:.. .., , .·.:..~ .. ~.Oi --~ :~=.·::::::-:~: . . ~:~1{:.f·:::: i .. '.i: ... :::"":~:· .. · :· . :···: ... .{ •. ~·,I" . I". ~ .... ::···r· . .:.:;:::::._~::·.~'.::+-·-"'"-······--t::•:·:;.i.::"_:-.. ? ·:.~~:.~t:··:·i··.::·~:::i. :, .. + .... ::'/.::~··::,:· ... ,:,a, .. ,.:::t' , ····,::;;,~i.;;~;;~ ~,:·::t ·: .. ·:~:.-"::::!;:; · . C)D.~:_:·o·_t:·:.·::,, .. ,. ·:i:::!'~t:: -·r .... :.::::c; ... : .. : ... ::;::, -· · ~....... .. ....... , ·--~· · ·· .. --f-·.: :·:: ;i ~::~;~ ·:~~;~·:·::: ::.:~:· ·.~~~:;.;.: .. :;:.::::=:.. .. :~:.·····~ .. ;_.,.. ::f'~:· .J ~' ..... ·:~;::~:· .. : .~:~~:.··~--' . ··-. . ·-·._·_.,· ~.:: .. · .• ·.• .. _:::--r,·~;·~JK~: ... · :I:.•.·.· ... ·_·· .. ·_·· :'. .. ·., .. ·.· .. · .. ··-. +. ~.:::r~ HJ-.... : :':'TI~:.: t-.~.: ....... 1:·· . , .. 1;-:-····:.: i.·=·~=,, , .. ,.... : ' ~ 1,-:~~ :: ----== ~. --:~_~··.,.i ;:: .... ::·, .~:: .:·; .-.. :;.::_.; .• _;;.r-··· : ::~ !·~ ~: " ,r.,· t· ... ., ·'::.·.:·>:· : .... :.:·::~~··:: . ••• .... ~ ••• ,.~ .. .:::.'.::'. ....... A ........ • .... •-•. •• • ~•••"•• •. ~ •. ~ •. ~~~ :::=.c:. .~~-.-:,.,,-_qf,J,")_ ... .-=.=: ::~:•:::l 0 .,.,. .. , ... , , ........ ~. ~ •.• ~• .... ~.: .. : .. :~.t:•••• ~ ·······-.. ::Iii· ", ... ,.""""··"' m6:2&=:-!":·,: :· ....::,:,·· ...... :··· ...... ~. . ..... : .. •,., .. "' ·,1...::.-.·.···"·····-'111l'J£· ·,•,;5_J:::Otll/B._"__ri.1=:, .. .-·-E, ...... , ..... , ... ,.... 111!1!!!!!!! --··:.~ . .-~ """" ...... ~ ~~---·--····--............ "'"'··r ............. :~~.~~~ , ..• ~~·:::~:::~~;~:::::~:·:;::~· ... :~ .. '..·::_~:,·.•.:.:·l:::.~ .. '.:~.·'.~.·--.--·--.-.... ~~-~.:~.:.i.~.•.··~.t_:::.~.--:~. · ..... ~ .. :~_,.·;·:.: .. ::. . ., · · · · ···--' : "'···-+ ~"£~ . ...... -~ '"'" ... -·--· \ 1 J -,~_: ' '_' .. -· •:i~.-':_'~l4 l''i--20: .v£RT..l1=21 ~~•···· .. -···.-·-...... -:.·:;,n1r1=~··:=.:.i=·· .-::.:·: .. : .. 2:·:·{;.~~·.~ ... ·:. ---i:--........ t _ .:\I.._ · ..... ·-···· ·-··-···-......... _ .................. ·--··~ ......... ,_::: ...... 1··· : ...... ·. .,, .•••. :~;-::·.:·.-............. :.::.::::.:··--. ·= : -. , ............ ,.. ··:··----.. -........ =1: .. :::--.··:. . ......... :;-. .. :..SC4L~BORac_.j_'~40~VE8li'~:s', .... ,.···' ::::j:. ""':c:c,cc .·•1;· ,,::·.···· ----······--'"1::::.0::~'tl,~:J, .. .;,,.." -•=b=f:•-.,:::,·;-·;~••:•·: .. c:f"~ZJ:7.'" -''· .. :.••···•·'·' .··.' .··.,· _-,.,,:,:t&,,;;;.f,j-d(~Y~~~·-;,,.,, -+,••···· NO. OELTA·~~t~:~~!:SA/t~J:TA REMA~;~ l' i tl:/.'!tl/! ai;t:iggg~z=~T:Rz~ -7 r;!'il S££ SHr NO. IO LOT-3-------t!:~a4 NO. DELTA ORBRG.c~:':tus D:::GTH REMARKS ,l=NO.~ro.='='E.=z.'=rA:::==o!:::::::::::~~G.'=9~F~=A===o===~;:::::S=~=i=1=~==i\11='6=~==A=iT.;:::A::,:R=~=M.='A=R,='K.='S==l 1 j ID Ll•&rl'tJ3"7',. .taM' fl.t.,ff g'-~" 34'GE#EH4L.uT1L1TYEA.Jc11£1VTLOT 2 IND 9. ~,I~] FAIRFIELD AVE.~,,,L uT1LITr#gEss ~~ '71 L1=9rroo'oo" 35' 5498' 6"TrPE"o•cu1rB I 0· N76"Z8,l4,,E IQ) #?t'cJ/'5,JNff ¢ZZ51C) . :;.::; I / 1_..~'' TOCITYOl'CAlfLJ'OAO----z sH1.I wAY~ ';i~ I!) ~lTOCITYCJrCA/f'LSMO-5-3"' ~ .LJ=90•oo'OO" 35' 5498' ,, 1r~(P1-t---N-=:-:-l/-=-.OG-::-::-:-,3-=-11::-::,,lll---+--.,,---t--14.--'~--~-:.,...,'+--1◄_'8_',A._,;c_.f'_,--I ll....!!:!,,l....~~.";'..(.._:;::;:::__,~....L~~=...1.-_:..!.:,; . .?.:.:'3::_':_· -1,_.:::::.,.~;._.._-..J,, 1f/,,gt) (} //'J()~ 3+,3.4, @ !3' LT. <~!£ ipO"iri:H ~ ~/~ { \ \_ °'~\ 5t-3000 SEIJB/fOOKO~ $'-s" .:!J:$•,,,;.~a,• ;g'-o" .5'.-15',t -"'~" N/.'"""''l'"c',III •~~.....:Al-'--:-Z.~'2-:c:03=::=4:.,.:, 0 :,::,,,::-::,,::...,-¼----f-...:..9.:.:l:5'::.:,00-=-.' ¼------I 6r'f'f '!lllt,/,, ~cJ I"' TTYl'E "A-4" co ~ cHAf5 I ... ~lli'j \. __,,,..\ .~ 1-,. v/•!0fOO.0Or/llli'FIELO /JV£ ' . LOT 4 ~ ., ,;,, .,.,,, JI 3.88' II . ! (.l) .7 w IJ a"/,d< 1 -· ~~• ~ I ~ ~,;,,; !(. \> /\ -~~J~r. ,◊y 4 A113"31'46''14' e1.56' " r--,-;@~,-:t1:-·=-=-18=-·o=--=-977'4.='3',....' -;--z-=-'l-=-''.";"'ra-:-1t---:-6:.-:"z:--:5zC"::,-:+----''----i.'; A.~:'!11 ,_ -., _ ·~-A,-~:-~-~~.~. \ ';::J~'t -y !J· \/c.CSTOffMO.'A!. . q,'Y.~'%,~ •· ,S~ n "ENT H5ii!l-i--=:L1:-=~9-::-"0~'2~'2.:.;.:'3;,,."-+--2::,:a7:07':-·-l--4::,;'4.:::,.,/4~'8~'+---"----I G) ,:J•4!"3!'12" 2/J'(B) /54351 11 : ;;, .., ~. --.,,,,,--o_~-"-. _,'\'\·,= K:,·-~ .. ,.,,,{~-.::,~~-/' !JI'>) 1/f9J'-1'. .5'~4. v;s.,?.',u Ef?£AS}r;ZseA0 6 ,tJ::3"40'4!" 320' 20.5'4' 11 ·/ (ID NJ8°Jl'Z011E GJ.45' 11 \,,~ ~ '7t? ~ ",,, ,,.' , , ,· - , ... ~~;-5_ _,..:;-~= ~ k..· 0:f.~~~~fv~(,i/. . , .s'/~ ~ 'Q // <"~i· irfi Atlf'iot.1ft ·. 7 ;;;:;;i;.: /~~:: 11 it"'r.:®H-N---:,'wtp-::-:-.:--:Z9-::-:-:-'o4-:-"::--£......._t------+--'6."-':'Z.-""48:'=,,:-+--;....:e_'1A-.-C.,P-, ~, 0 '$ ,,.~ .· s·. · ~ :::..--::::: ~ t"ACP-. Zi? s ,~ ~:.:.;;..,.... ll' 1/ ~~ )7· v&: -~r _....>:: fOf?tPiHt£T · · 8 • \. SEWER DATA gf23.00 SEAB!f'OOKO/f/Ve ~;;;..<? . ' . ,:·· ,,. ,' ~ ,"Gi 7 ,..__,._ ~ Ir/,/ ~'v ~~ I// -....--5£ 9 ,1o8f"OG'59" 220' 31/.4$1 11 '=;~F-:;::;";=':"'":":==:=:~F-~~'='IF.~~:==i====;:::======~ ' =<0fO(J.iJo'EA/6TlMJOD AVE. ~<;'> • :'/L~,;,,,,;,· ;l.'T r~'IJ 1 '' -,~ .,___ ·., / ~/, l)•~:••i.1/, _....---_...--)'NO. OE[TA ORBRG. RAO/US LENGTH R.~JUAL!J'K,'$ · A/7 .s-.. b. ,""'7f" ·-. ·----'6-q ¢ / 1\vlJ/ ,A---·-/0 ,L1:9g•;5'52" /801 3/1851 11 ·f=5~t=========t======t,::=======t===(;='m=,l'VT=•=~ .• '"",e.,,,_.,..,__, -7 •-s, .·" ~A.',i: ,••::.·.· --vo: 6"' -$ ' .. ;,~·1/-f,~-;< ! ✓1> N!3°3/14€YJY !05.""' 8"'°1/C ,, ~"1/,e,r. 55.RY~---.~-.-:.it><1CS_l."7 "ftf. ,, , .. : .. "· "· .-4-+4-S ' 1 ·,.:;-~~~.:, , u :..----___ , ,. ti L1=6°!!1Z6'1 22:0' 23.77' " ,1-"""'~ct~-=-:-::'::-:::7:"'.::---+-----::-=--=-:--+....:.=c·;·c:::'";v:-1--..::...::1:~.~---1 'f:;¾-Jt,1/'!!EfJ /,ff/4'£72?',e' .,(\ 9 ,._; \ ,o~'{ ,·, '·: fr•, .. ~w-''{cJ!J1iJr0~?) ,_5f-i_~0~01:uJ a 1 . ~~~ "~ ~ :-'-' ~ / ,, 96z'/J, LOT 6 /2 N86"!9'576E 916'5' If 11< :> .d=/°33'0!" goo1 8.12' ,, &E.-FEAl'tJJ/EO~ . t"'f.l""'f. ~rr,~\ 001<~1,t;./ .,. . .-, i\11 fy_.~~• l...}.+9Z26'@J4:f!.!"INSTALLl2"xlt''.rif' \ . > ~"•,-" 6oAf--½:ffO, y 13 N86°/9'5?1'E 9/6'5' G"TYPE"G"CU!r!J :~1,::?;~11;-~-7~•;2'J~1~'22~'~'~=t==3~C1~'0='=~~=~3~9-~Z.t'I'=!======,,====~ ~ 5 ~51'\; tB~r 5,~tytll //~~X_'3Y\,t:J{I,'(;,~· -fJ ~~~ ~;=Jr~L ~!%Jt'f:'ft.Lf;ffr. \ ' .,..~ ~ "• , J/wPE~-(?Al, uJ!J$f ' ... ----------, ·~ _____ ,_, ........ ~--· -··v -~· --~--------,rt-:l<;;;J,,,f;>+N::-2='2:-:03::-:4::'0~97"'1::.ll'l--"-+---:-::-:---lf--/~(},~O.:.:::~!:;.'O_' +---.:..."----1 ' _/-1-77..Jl SEIIB/i'OOK DK/VE 5t-"" er Y oQ (ilt-.•· 1/ )i,, ,,Y~.,r.y '!, , \'-< ~"o>'!!.~ Jt11111;r11sr mocx · · · ;+f.2;Jl~i'llm~"""' · · . -"-,,, Gt/Jk/''g;fsE;LsDAO WATER DA TA· . ALL CLASS !50 '. 1 1 i I< >.> ,1 = 14•50'12" 2001 51. 79' ,, = 0t00.00 l!NPOJ/£~ liPi:"-. ,:vJ / r,13X1\tl ·~ 1"ef'J..'li.) · '"" . ~ ;IX ~~ """"~-z ~ 'f'E "8'7NUT "...::, ,@\',~ r i'\ , " · \ A-~£5 Of CA11 t"'ZR"i"""Jl';-=-':r:':-.,,0:-:,,.,'-,0 ,:::.::,,6-n-:---+--2":',,,c.:.,,,-, --lf--_:,_,,,.,~'4..:,,;'":...,',+----,----.----1 {)f{JO SEABHOOK MIYE \ , "\ '-~t-(,.,, (\O'@·v~0-1 ~/"'./, /ir ,-.s,, iIB:-: co. '?" \'>.,,~ · Sf40.70@131n. 1/i/STALL T££ . j ./2). ·; .JI 6tBti1/ 'fo c1Tf : NO. DELTA OR BRG. RADII.IS LENGTH REMARKS .i it-:l<~>:-t-"LJ::__::_""=-:":="::·J~"'=-::--t..-:::.:v:.::'v_+....;"::.:'v~•1ct::..,-,1,-----=-0:___-I = S::~r,/,?A f:Ltll AJIEIVL!i.l'E \ \ "-, \ ,\, ~-~' ' • ,.._,.. J'o~v ~ •. .,,. ...,.,., ' ' I ~-~~ ~ ~;:%?:1'T"1:!";:,?;!li.::;;;;f;'T, .,,; /V'V ' / // ,..,-f. ~ I\ -&.;. " Yr.CR· ---ti···t--?!11:' :-+-:-N'."'."!3:c:·-=-'3!:':'-'4-:-:6::-n_:IV_+-'----+__;'!.~·;:,~!· '+ _ __:l.'2;_nj!:....:D_-I \ ' .. Ll<~>::+Ll~=:.:,l9:-:·~1z"71'Z~O=-='-' -f-_.!;Z;.!;:'00~' ~1-....;i:::,:7.:.:,:, 0~'4:_' +--....;'.:...' ---1 I.A/.,., .n, -< ' . ·"' ,r:.r'c)r " . -~ . ~ \ <JI <I> L.a/1, u;.v_,,,,,,, 1/JILIJ, ,Vl.lA,/i " , l'::-. ~ 1, ' eC_.-F Cl, ',r. ,1:. I< 1-> ,L1=/6~2/1S5" 200' ~0-~\ ~\ oo9~~ ~I,~~~~~~ : : -~·: · ., ~ -'. :~ '. : ' ~ ~~ , r,'v~~o. {(' ~\#C/r6r~; J( ;JJil-ffff/f-fllzr;/~/~~ B : :_,;-,~~\· eO ": ~\ -f ~We#f 1·~!:~::~~:;3:~~::;,2.1::, ==:=~g=J 3:,==:==4=::.·;;;=: :=====:=: ===~'·.'l .•. :,.:.,,.1-, 1<1;>;. ~Al;B~o;•1i9='~5;1"~'E;;;;;:;;;;;~i::;,·;~~7:~ ="" =-=-=-=8 ... p=..;·;·='~r.c;.;;;. , .. 1' f ~ . ~~ o"1 tt. ,~ti\ _vi"1Ntt' \ . · ,~ '!> , .. : · -<1-=> ~ "' ~ ~~ ~ :<' •· ~ E...40.52 @ 13' 1111A1SmLL _ ____,/, / 1s.Q0 -;re'·"'"'~ "e:\'-t' -> , Nzz•34'09"1V a1. 19' ,, FORCE MAIN DATA €,€-•1V ""~' sf"i#f\NO~G,B,-,,<if,'1fO~fj .: . \ '!> ,,• -, •. · -g.:-7J~ \'-' ""' S A !2'1xl2",r8"rLAA!GEO TEE RIITII / 6~ r~,Y, ,-' ~ ·, J..5 H,....,~~N::.::.,,:::'2....;.•:..12'4:..:'0:.::9:..:.,=--,,--1--.---1-...:. ::.:/2~.:.:: ,,'/-, +------=----lp~~"=':::':':~===:~#=~~~F~~===t===========I 1" " u " l-?£-""-'+:,::::."·~..,.::..:::.::,,.:w~+--~-+-~"-~'J--__::" __ -1., NO. OEJ:.TA ORBRG. RAO/US LENGTH REMARKS , L1. = 19.46155'' 18 7'( A J 64 56' 'i f=?:s;=t=;;=;:;;~~;;;';";===jl"==::::::::9F~~:':==l=====~#==l 5 f\,ti\ "" ~. ~ ' ~ ~• 11. 1B' "' l::,J, _,,,.of -a,;,, '\..., "<~ ~~'?--~\ "'<:. rJ./lt.l MAR ANO THRUST BLOCK/ "f•~,}..,_V 1)61/J.-. \~ ,~ _. LOT /7 U-:l!f-+Ll.=-=.:.:4/:...'.:.:05::..'::..'2::..9-,,-+--=-=/8::..7:...'~(A~)+-__:/3::..'4.::.. .. :.:II;_' +---.....;:--~ i., t,.72/!'!;;)-t--:AIAl-:-l.~:::-,.1::-:3.J.:-:!'6-:--:45'-:-:::::,:,-:-,/4',,:--+-----+-::..70;_.;.:/8~'4 _ _._. __;4_,,1:,~."M..::·_--1 -~ ~-~ . -.._..:__;,~m& · .,,17----;",,.-~" A~~_,. I'/. 'if' "" ~~ 'S':~ 1 3f/6.00@ /3'/i'T. N ltf/STltLL. .ir5l22 SEl/8irooK OHIVF / IP,.,:,,.oo ·~er ""s ,. , . 1 \.-. r,-, -t-:iii!E--+::=-.:.:.....::.;::,.=--4-~~!.!!.~_:.:;_;,;;:.;_4-___ .:..._ __ -I ,, .. .,.~,-;-::-"'-;;;;";;-;;"'-;::;-;"~-t-"":".::-=:--t--'/""'.'/0:':.:"'8.~'8':':'+---'/---t ~· ~· .v --~· ,_ ~ ,_.,,. t:J-..>. t1=28'J5'5!" /87'(AJ 93.341 fl I ,L1=9"0Z'23" 295' 45.5'4' If ~ tl= !9',?515!" !87'(AJ 53.421 fl · · N22":J4'09"!4' \~'~-.:;. ~ \ , .,,_,,,,;, \ . .•:·•:· ' a,t:,\"\,,~ ~~~ ""~_:~~ ... ~"rLxlfT6//IYITll/i'USTBLOCK LOT /6 ~~m, •,, 't-:iv~t--,:N::..8.::-1/i'-:-./--9:-:'5-7--,,E-----1~..:..:::..:....:.-'-11----':9:-'1__;6,__;'5'4---IZ_"_'A._C_?._-l','.i 4 A,012or,;1,-,'Z,,. ,,.0•1.1 /00.00' If \ \ ~ ""'~ ~ \ 1 ...., \ . ----,; \\ ""'--6:\ ~~ · · ~~ · i---,sts,,, ').,, '.!. ,/ 5 ~$~" I ·. -JQ. o' . ·:. Li....::..::....L.i..;..;;.;__;...;,.;-=---1.-.----;-,-L..__;;.:;;..:;.;;......L. __ :.=...=:.;... .----' i ;. 5 .,., .,_, .,,, " c.• ., 33~09' . 4•1:11. \ \\ 'q, "' --" ' -. " .. ,,/ A .-. ~ ~~ ""'.;,~ "\~ . V $!S1w.:?A "' 6 ~ . 'dA,O· 5•Jk.'"Aff1 ,o· '-: 6 ' \\~\i \_ \ .· \ ~ ~ ~-,.-,, . ~'>). ·""~\ ~i~=~\-; __ -·v,,;;~t~ M°}s• ""' #UEL.GE.e-6f'5~ffbRcErl ·. :-·.. NO-B · ENGINEER OF WORK RICK ENGINEERING COMPANY \ \\) ~ \\ t~ \),,..-.. ·;·, 1,\l"L,\ .. \o<ti\€-,J{.~ :r:;~.i?,,. "/L-.x,,er. 4:.411 1-foA 4-//.!I. ~ ~flt · .. QO,OO ut::f'.1 PLANN£RS·t:IVILENGINEERS·LANDSURVEY0RS JI d .x ~' ,'· '\ \_ r.9.R/ 1,ll1l~£N1,\ ().\~~\~vsr• ~.,;5W-r.4fl,4.,P,r.5,,e \I) s-+ t:'f: Sri RADIUS NOTES 5620 FRIARS ROAD SAN DIEGO CALIFORNIA 92110 ljj __ ,,.---\' ,__· ~o§.$r, ,~e~:,~~~L56AO\ p;.5€,€-~,,,~1..&tl5-d__~£~_g!_$H_ ,s!s"" ,:r/-r,':.:5::.3.1/ ~ .. ,e:-St:-~ ...... u-;. v.._ u ~-(..-83 PHONE 29/·0707 :8 ..... , .. ...._ \ ;, ";)~ -5!i ice~~ of C \ ',,11#.d NPA i,1 · ·.,y,9,4 . . tJ L.lr" Ill) !ISE 6.5 ' ff,P£ LE!VG"7/2"S JERALD L VAN ERT RC E 20984 DATE G!!!J:!7C ✓, ~ ~\ \. ;.: ~ 0>_ t (\1 \A \ <>~S~, "-!,.,..,y,95.t.L,.(6",,I? /&1'<-~d'"'/2!.,~G AfCP /01 L/..'"r ,:,• o;P,·l•AtL'rue> g&,/CIJ.1'1 ., "u = ,-: ' · · ½/' ,,,,BO ,,~~~ i •~')./ ... t ~ -~10 -< 1-1' \..J!:, 71.¢?_@ 13'/Pr.-/JV$ll1LL ;~,.,,,,. C //.§, 3'-/,e"/_.&Z._x,R.T.f. U' M ((Jf llT IJAl!adL/Vlf//A/ VLY{..L(_U" ;:;_·,; ,;~ ~ ::1.;;;,--:, ';' /'/TY /JI" /"A.t:JLSBA.O 4//::;~ '. u,:_ LTII C,,.INIX'/>E, .. ,.,.,O,NF.: CD~"~· ,..LTMS,,._B'NAT 0 f ,, er -~ ., , ·, °' '° 01 12"x1Z''x81'1zANGEo TEE ,,,_d?.., ,,,,..c. x..&" ct:« , · "'' ~" "'"'' .,, c:,..,,.,. "'' ~ ,,..f 6 ~ -~p/J.,:-tGj __ \. "\, \~ ~ 11/IIZ"HTxrL (il((Q"li'TxrL (ij( (CJ !/Sf' ,f Rf'f' LE!V6'l/7'$ !JffcZcZ? SAN DEGO BUJE PAINT CO. ti''-,,ftCy. __;,' _j__ '&• if \ IR"B.0. IIIITH/r{!$T BLIJCK .~--------------------, ·. #T &JT/1 £1/1?$ PLAN FOR THE IMPROVEMENT OF: ,t\5~/-F~ '--· __,,ffecJ0.00 ti' 22.25' RT.~ i? AS BUILT BENCH MARK SEABROO·K DR IVE 1/_,,.,,1/-..... ~ ~ .5' TYPE:B'Ct/RB ////LET. ~1/ ~'¢(~ WATER CONNECTION (J..,,.lJ! 'ti-?)......._ e.?f-I-Zs-S'? DESCRIPTION : '{f!:_L~gr~Ma;:is DISC IN CENTERLINE IN f~~-~fi~tOA~OAi° c~t2~Eii HILLS CT, 82 ·16 . <._EDST. C'tl!i'B-f~\~'\_ t-11,)f Q ·'!) Or05.00 @ f;'li'T. "li'ENtJJ/E JERALD L, VAN ERT RC.E. 20984 DATE ~RO~ I _ I DATE: (p·(i·IJ3 6f/TTEl?IS/1)£jl/ALI( \ ~ c1,·'st\ri: .. ~"' N . E];_J!Jf1 'follflTC,ff' & illtf'//.!T _,,,~ ·•~· .. ·c.·:~~/YC'~L-/Al'£.,. -·Eo._x:--~t;~:-~9 ___ ,_ .... ··· .. ' LOCATION : STA 490+73.26 BC; El CAMINO REAL. t--+--+-------------4----1. APf;£.r~· It ,~ .... ~ Af!'_ SCALES.: \\ ~ v \'I' t-"' I c.1v I c.n. uv, MIM RECORD FROM: SAN DIEGO COUNTY ENGINEER LEVEL t---+-+---------------1-----l~OC~"::3.~'3::::0.::::~::::'/==::;'C/'j:T~Y:'=c.~Gf~N£-~ER~=~ HORZ,ASSH0IVN PLAN: SE A BROOK DR I VE NO DELTA OR BRG. RADIUS LENGTH REMARKS c1Rcu1T LINE NO. 201, BOOK oo1, PAGE 20. t---+--+-------------+-----1 ~c~S:~: . I PROJECT N'!.. vgiA,wtNG N" 5~€--========;;======i===================================liiiiiilllL-..,;.. ' CD N'""3.'/'46""' 7.5.00' ELEVATION _ : 65. 317 DATUM: M. s. l. t:=::-t':".".'"+-----~--....::...-------+----1 ELDB C.T. 82 -16 2 .. , _ •g SCALE:/":: 40' ·.'--"=-_,_~'~·"--~"-.....1.----"--....;;.;;_-'--------': OAT£ BY REVISIONS APP'D ,._..__..,..,y"-,--....... ~ 1 CMWLJ 8Z-40t;, ,C#f!'".4',Ve,e ,-¼::,. ,::,-~ JOB NG 8800 ::::::::: .... :~·-.·-~ :_·:.:::::. ~>:_.:: . " ~ ..... , .. , ... '• .. .. ·-' ''· • ••m, ... -.~ ' _-.. ~": "--·~--:ctr ,r -·-,.,. . .... -· .. :""' .... LOT 7 -- LOT 16 SEWER DATA i Na DELrA OR BRG. RADIUS LENGrH REMARKS 46.22' 8"P.V.C I/ !<?'> .11"46°03138" . 200' :✓: "2/~~LJ~-12~1:;:· z.;;:'4;;;,a;;:;'G;;"-,--:2;;:a;;:11;;-, -,-9,i,5~_ G.QSr''-r-----;,,,~-,1 /60.78' 8'' ?.V.C. --""""' __ ,,_ ., " CENTERLINE DATA NO. DELTA ORBRG. RADIUS LENGTH REMARKS CD .J = 26°38'33" 200' _93.00' CX) LJ=23°3tJ'45" 200' 8254' .i C3) Al /0°46'00"£ PLAN: SEABROOK --DRIVE - SCALE:!"= 401 ' ' I AS BUILT <J· ,.L..( ';/ ?J-. u I-ZS-87 DATE JERALD L. VAN ERT RC.E. 20984 EX~ 9-30-89 BENCH DESCRIPTION LOCATION . MARK . : TOP OF STD. BRASS DISC IN CENTERLINE WELL MONUMENT. : STA. 490-1-73.26 B.C.; EL CAMINO REAL RECORD FROM : SAN DIEGO COUNTY ENGINEER LEVEL CIRCUIT UNE NO. 201, BOOK 001, PAGE 20. : ELEVATION : 65.3!7 DATUM: !,/. S. L. i 1--,--------,-_ -,-_ --,---~-----,---..-------- ENGINEER OF WORK RICK ENGINEERING COMPANY PLANNERS· CIVIL ENGINEERS-LAND SURVEYORS ~ , -l,J~ ';J y,._,,__ (!_;t t. -~ -8 3 5620 FRIARS R0.4D SAN DIEGO CA. $2110 PHONE 291• 0TO'r JERALD L. VAN ERT R. C. E. 20984 DATE PRIVATE mnAcr PLAN FOR THE IMPROVEMENT OF: SEABROOK DRIVE STA. 8+00.00 TO l4+79.96 IN THE VILLAS AT CALAVERA HILLS CT. 82-16 AP¾VE{) : I.I , ,1 --' l----+-+----------------t-----1 {J. 1ft 'bf;:i AM( "T7dw l---+--"r-~-------------,-------1 R£: ~3081 CITY ENGINEER l---+--+-------------t-----1 ~~ 8'(· I PROJECT N!. ~====~==t============================+=====~ IW69·j¾r . CJ: s2 -, s OAT£ BY R£'V/S/ON5 APP'D CM/111.0 BZ-'-!Ow ,-::?£4 ,f(/,ff,,e" /VP. ,:;;, -6'$ ' DATE: 6-6,83 SCALES• HORZ-' AS S/10/YN VER• DRAWINGN° 231 ~ IB :':.'.:.:::::: .. ~>·I·<.··.:·: .. :~. ::~:.:r ... :.::.·::··. . ;. . ... . ...... -~- ' ~~E:·:··:.'. ~-... ~ .. :::£::... .. . -1--- .:..... --···· : .. : . ·" :·:· :;:;::.:;,. .:;::,~~ ;~ .•. ; __ .. -,-_----~-_ _: "':.~:.t;:::::_ - ' SAN DlfGO SUJ~ Pl'II~ CO, -· --,··--· ···::-····· ............ . .. .. • . .. ... ---------1--;·· .. .. .. . .. ·-.... ··--···-··· . . ·: ... · ....... . ................. ,.. .. .. .... _.... ... . . :· :.· : ::· ... :· .. ::.:· ·:: ....... _ ·.:-····· ·:_,, -__ . :·, ..... ·, ·:, .. ::::·:. ~· .. ··:··· . ..... .. ... ... ,._ ~-•-.. -•" .• .. ,.., ... ' .. c.e--- -·· .•. , .,. -· ....... . -··-..... , . .., ........ , -. ··-··-·"~'· " .... ·-~ .. ~--··· ' ., .......... ,,., .... , .. ··--- ...... I- --;-.. '' --· -·····::·:.:·1:: .. ·:: .. · .. : I• ... · :.: · ... ... ~:: .. : ........ :.:: -· .: · · ...... _ ·:.·.:·. __ ·~>:.°::).:: .. ::.::LI:.;;:: ........ ':'.::--· .. ,. .. i . .. ...... . ' :: .... :·::.: .... :.::.:. ·:::t:·: --} ... ;· ·::.:·:·.: ......... '·: ..... . _, - ::.-: ... ::, ~: _;: ·::::·~ ..... ·_·:_:.. .. ......... : ...... . . . ,,,_ "-:S.C" ( ;........ .. . . .: ... \.......... . ·-· ... ·; •.•. ,.'.; ...... I .... : .. ·1 •• ,t':.:: .~ r .: _.:.. ... : . .-.1. .... .. ... · : :r· ·_ -_.__ .\ ... : I-::: .. : ::···:···. :. ... ,..,. . I ....... ].: .... : .... :: ,L~~:::tj:~:,:;::-. ·:::::j:~~·::-· I .. ·.:!:: ....... : :i.. .. -··. :· .. ::·::.-:~/::.~.-.··:f: .. ·:<·:r:· ... . .i.. ....... . . .. ~·· .... _:~• ··· ·· .. _. ...... _ .... , . . 'ii: .t;:J' ::::.::: .. : :':_ __ -~.::: .. ,;-:,: _·:':l:, ,.'., ·.::.i::·:~.·.y::::.~.::: .:~:·:::: :::::::::·::: L • ••••• ··---.. ····-•• •• ...... . -~'· ..... ....... ,. ., :·· -i -·-·!-. ·-· I-···-..... -, .... ,. k .... ,. .... . . _-__ - ::·/~~ ·-· = ·~·~-:::::,,i·~(. r::< .... \ .'.:. · ·: i~:·:;:~·.:· .:::=:~: ..... . ... ...... -1··········· .... ---r··--:::= ' -•L,:,·---= ·-- ......... :: .. ~.;;;j:.· · .. ;::;,; .... : ::.:.l::::;::< :: ... ::::···'· -- -....• :·: .. : :.:·,;:;· ·:·; . ·~ ···.;: ..... : ....... :t::·.:::.: ... ::; : . : '7f-:LE Fl()H/Z:. =E-=---4:().=~, ::VEH-1: _f_ ':,-_ 4-.... _........ .... ·-·····.... .......... ·. . .. :::J.. .. . . .. , . . ..~ .............. ,_ ... ·-··· .. ~" .•... ....-~.~ .... ,.._ .. '., " ......... ··-·····~··-·····-c-:· -L C -'" ... : ...... j ........ " SEE SIIEET .,VO. :J tJ,F GHA.0/Ml l'LANS IVR TtJ? tJI' CUH8 ELEJ14T/OIVS :: .. ·1 ·-· ; .... -_!: ·::~_: ·.: PLAN: NEW CASTLE WAY SCALE: /11= 40' ~ -. . .. ·.:~···· '-------4--' .. t/. ::-.... i--:.::-: .. _:. :~ - . ·: :· _.: .......... ·.: ··.~ .. ::: .. :.:::.· ·:: .. ~:: =:·.::::::~::··:.:.:..I~ .. 5(i ·::-.:.~~ ::~~:: ... ~~~ : __ :..: ·::::: :r.-::·:•;1,;;,.?·: .. - --,-··--@ 2./J"' ............. . ' . :• . ' . ···:· _ _____:__::_,, ....... -·,:~··::::.r----: ..... c;.-.. . ., .. . :··· -..... ,:· .... _:_----+ _:--·:-:.::·:·:::; . , .... : ... --:· .::·::···:·:.::.:: .... . , .... : ., ; .. . :: ". :::··.::.:: .. . . ,.. .. ·---···· ......... _. i: ...... . ....... _ ....... . .... -..... ·····-= "": ----- .. ~ +---·-...... -............ ···-· ..... -. ..... -.. ······-.. -.......... , ........... . . .... ... .... .::: .... · ·-.......... .. . . .. _-__ -·r . . · .. :: .. :. · I.. ·• • • I· . . . l' ,. __ . 1--. . I-·· ........... ::.:::: ,,. ---1--.... ·;::::_:·.: ~ ------... ····-···-··-· ·-·-···~)~;:~;:·:.::j·: ..... i::L ... _~~·i ii~~'/ .r: ... ··--.:::·: .... · -------. . • .+ =-... . -· ..... "' .,.,. .. ,. ·····-....... .. ,. ... .. ""-"" .. • • . .. -.. ,, ..... =-~--... ... .. .. ' . LOT 2 -. .... ...... .. -····· - ·:.::.: i:.:::.~·;:: .~~:.' :-.::: ;'::,; ~:·::< ... -:::: ..•.............. ····-·-' ·;;~ ·;;···--··~ ... ,.,. ..... '. -·--. :··::::· .. :::::.:·.-:::.:~~::. /:.:·:: ::::··::::· ····: .. :+-·: .. :·t: .... : ... _. - ····-· ·:.'..:. .. : ::::~:;:. =:~;:~i:· :·:·::·; .. : (.·: i.:'~ ! : ... )ti:::::::.~ f:::::::: :: ... -.. -·-· .... _ .............. , ,. ' .. . . ·'····-····· . , .... ···--·· ....... _._ ·····:· ......... . •• •-• _ ..... ,.' ., .. •• .,,. •••• •a .. , •••••••-•••• • ••• • • ::;;:~: .~;:::::.; :.:.'.·::.:. ::. :~,:. :·::·::: ···-~· I-· ~ ~···· .... ,,., .. ,., .. ,,., ... , .... , ........ , .......... ~ ... . :::.:.~·:: .~:.:·::·: :::~"'" _,,.,_. ,,..... .. -·· _,w . ""' r~ ·n ., ... -:,:'..::;:: ' .. ::•:••• ••":••:•:• ........ •:•- .......... -...... ·-.. RICK --!-- -•·· 4 -'-·S3 DATE ENGINEERING COMPANY -- SCALE: /"-= 40' PLANNERS· CIVIL ENGINEERS·LAND SURVEYORS .5620 FR/Air$ ROAD SAN DIEGO CAl/F(JRNl.4 92110 PHONE 2g1-a,o, AS BUILT q ..... u, 'I -vi.._ u-1-2.8-&7 JERALD L. VAN ERT R.C.E. 20984 DATE EYF. 9•30-89 • BENCH MARK DESCRIPTION : TOP OF STD. BRASS OISC IN CENTERLINE WELL MONUMENT. LOCATION .. : STA .. 490+13.26 8.C.; EL CAMINO REAL. RECORD FROM : SAN DIEGO COUNTY ENGINEER LEVEL · CIRCUIT LINE NO. 201, BOOK 001, PAGE 20. ELEVATION : 65317 DATUM: M. S. L. - -a· ?-9-84.erc R'erlsed6n7d.-s-4•,;~ ...,,,,nr ~!CIT OF CARLSBAD l~EETS ; 9-d.-A£ aw, 4 r: RIii/ Tf; ... rt TY /J& .,,..,H~J --a -~ 'IS: 87 ' y 2 t----ll--+------------4-----1 ENG/fEERING DEPARTMENT 4 r--1---1--------------1----1 PLAN FOR THE IMPROVEMENT OF: ,t---+-+--'---------------+-----1 NEW CASTLE .WAY a CHATSWORTH WAY t---+--+-------------+-----1 IN "'FHE VILLAS AT CALAVERA HILLS CT. 82·16 APP.RqVED · j ( DATE: /p-/p'83 t---t--t------------+----1 ,.3'Z-',:/_/~ ''f~g~,t:_-_1,:U~,•d_'./2.L~~,,~-=c... SCALES: ~====~==:::::::::::::::::::::::::::::1:::::=!~R=£=, ::::::33=0=8::::!===C~/;::TV=Ei::::N=G::::/N,~E;=-5::::R===; HORZ-' AS SJiOIVN ~ WNBY· I PROJECT N! VE"R: t---+--t--------"---------+----1 C:n:D BY.· T 82 16 DRAWING N° i----t--+--------------1-----1,..__..,PT.,.D,uBV"""'--, __ ..., C. · -2.31 -IB 04TE BY RE-VISIONS CMIIPD c3Z-4{){j, . JOB Nil 8800 .£7,e,4 /,fr'.5,e' ,/14?. 6 -&"-3 . ::· ~::-;~-::· -~::t.:. ;·;~·-~ E::_:;:_ :·:::::::·;;::::.::·-::: '. ..... _ ~ ... '' ·-··-· ,.., .... ~-,.,, "' ..• ,.,., ,,,, ·-.. , ... ..... .-··•=_ ~-_, :.:,::; •.. .... •.,••. ..... ::-:-::::::-·t:=: ,7····· ,.,,__,,,,,. "" ,. . ''." .::: ··:.: ;, ;, -.... ~:-·:: . .......... ,,~'.:·~:: = ,~ 1-... -. .. ~,-~ ' , .. ' . . .:.,:.~·;;: .... ::·· .... ,.1-.. ,,~ • ~.-... ..-·· . --·~ --·:::·:::·~-· ~.:;:· : . ·"-:• ......... ,oo ... -_ .... , .. -.-.. : ' " ' u.. . -j_ -.... ' '. . .t - . --. -.. . --. -·-··· ... -..... . ....... ·-:1~::· ..... :: . ::: .. ··"··::.!""'"::"" , ........ ~ ...... , ...... . . ~ ... ~ ....... . ·-·~··· ... ··--··V,· ........ ~••-•• •• , rn, .. , •• '-i:::;;; .. :. ,,..___,__ . . ·-. ---+-1\si I FORCE MAIN DA.TA , 1=;:NO.:c==_=t=OE.='L=T,=~=OR==8='RG.=· =· l==R=:4=0/,=V.=S=t=L=£,="M='G=7i=rl=l=::::::::::::R=EM.::::::::::::::::.4=R='KS===l1 ; ' f 2 · 4=l!J0 16' 08" 3 N00"45'50'JY 4 #89°14' !O"E 5 N00°45'50"JY N89° 141 10" E SAN OIEGO BLUE l"'AINT 00. 200' /9. 92' · 4'?.V.C.-RJl!CE NAIii 67.26' 98.67' /5'. 00' 4. 77' 20/1 ' ' I . If II " II • I . . . .. ··--' "' "'"" ., ... , """" """"'"'""""''" ...... , '"'' -.. .. , ...... .... ... · .... ' . ' , ... ' .... , ···-••' " ...... , -'' •.. , I•"'., " ..• , .••.••. ~,-, .... , , ... ,.. ,,_: __ ' "" ··--............ ,. -··-_ ... ·-'-·· ..... . :. · .. : .. :. :: .. :: ... ·. ' ··:·::· t-· ·: .. :: .... . . . .... ! .. . "" . • .... . ........ ~... " ........... ~-.. - l; ~m'"i•••••••••••-•••• .. ~~ .... :·:t::·::::: .. ::·:·: ···-···+--= .. .. ... . -· . . .... -.. ·- ' ... : ' .... ·: .. :.·· .. ·-., ........... ., . --· .. ·· ·. -:~-.. :.::::: .... ................ ~ ' .. ........... •·-·· ..... -.... . . .:~. : .. :. N·• •.;-•·.c+--I:~:?:',',~::,::::f·:::):~~;~ SEE SHEET NQ 4 Or GRADING PLANS FOR TOP OF CURB ELEVATIONS . ~ ... •. ,,..,.,1~~-~ ... _ ....... c···· .. . . '' , .. : ... :.t:· --.. _, ............... _. ··:·::::: ... ··:"" --I---.... -E '"' "" , •••• .<. .... ,. '"'"""'""" "' ,. ·-· '.,., .. ·········- ' : '··:. "" ::.:.:::: ... ::·:· ,. "" ··-·· -"""" . =• ;:...:;::•• '•;,;,;;::,,:;;.;;;:MU••'"'•• ": ... ·.~-·:· -:=_: :j :-:::· . -- .......... : .. ::..:-:.:_:_ .... . -· ..... -+___ [· ---:,.:. ' ,---- -- . -- : ... ·-.. -.. ' ::· ...... : =·"-··--···· ....... . . , .... , ..... ~ ••.•. I-•• .• ... " ...... , ,.,.-~ ...... ,, ..... -·· .... .. ::::: ... :::=.::: ···:::.~::. :.. . ·t:·:·~ .. )•"''•'""" ,., .... _., ..... ~~·-' ·-·-,_ ........ , .... ·.·.:'. ;:... '--~ .. . ::;· .. ,. _:·: .. :: ... . ·-... ,. ... ,-.. I-·"" r.::.:· ::· > ......... . --· ... , -····, . ' .. ,-·-···· ................. -.. ' . ' . . ' .................. ~. _ ........ 1 ...... . ...... ·-··· .... _. . .. -... . ..-;.:;,· ::: .. ::·:.: .. ... 1---::·:: .. " . :::·.::: ... : .. ::'. .. :::::::: .. ,:-: ... .. ::: ......... '' .. :: ..... :.- ···-1.···· .. ~.·, ...... , ..... ,., ... , ............. . ... ... , .. . . -i,"~ ~:;:::::: : :::c:· ... k ~;-:-,:~i tii)i '.~~·:: -"'~-:' =·.: ·::-:;" -~ K,·· -~-r;;::.-.;, ..... 4:5" RT .!!J6',V.o/ r.,e,. 11 ~-(J SCALE: 1"=40' . ... ., .. ► ....... --·· . . . .. . . , .. . .•. • • ......... 1.... • •. ·-·· ...... .. .. .-···. : .. ..:...:..:::.;:::::; ::, .... : ·: . . . . - ! .... -r--· . . . .. ·< ·-t--··· ...... . : ,' :_,_~::: : .. : ... :.::· ... -...... _ ..... 1 ~l ·-- I . ._.. • ......... T. _ _-_ ~ r-... :·:·:-: :.:.·.·:i::· .. :·::: ;::: ·.::.:;: ·:· .::~ ... :::: '... :. .., ·-·-..... -· ..... ..... ............ I .. -:~ . . ... :: ..... ' ' .. . :. -. _--....... + .... .. .. . ... ... · ..... _. ..... . ,., ... ", ....... . . . .. . ,., " ....... _ ......... .. .. :, :· ·:·: :::r.·.:: .. '..I:·.·-.. . ...... ,. , .. , -·-· •.. , ... ":'"'·· .. '" .... L .. _ .. _ • """" ··--.. " ' '"I,':·.: _ ........ ...... ;:.," . ..... .,,.... .. . ........ . .......... ::.: ... ;..:.::., -·- •·· 1--· . -- ... :· .. "' ' .. , .;: ' " ::·: "'" ----··--.. .. .. r · ... ---.. : . -- . --+ .. . ~----. -. ·-.. ·· . " ...... . .......... ' ·:'.;·::., .. ·: ........... ,:.-·::-:'.: •::.:~ .. ~ .. ··:.: .. ~~::·-:.: . ...,:::::·:::::,··"'• ..... , ·--·-· --:: .. . ·--·· . -+-······ ..... , .... . "::----·.=:: ... ~:.: .. ::: .. :: ::.:·::.: ... _.: .:::~:~~ ·::':' ::' .::: .......... ·::.:~·:::f::::.~•; :· .. : .. :::· ~'.,'.:~. ~:· .,_ .... -... . ........ _.. .. ' ., ......... ,...... . .. ~.. .. .. .. . . ···-----=:::.::.:-::·:·.:::.:: ·::: '''' .: .. ' ,. . .. ... . !".::: .. _ ..... .-.'. .. :: ···: ., , .. . ....... ::·.:·:::: ... .-::.: .. : r~··-· ...... ···'·-t • ..l .. .. .......... -. ···-· ..... C --..... ·: .: .. ::::: .. :· ......... ::--.. ::;::·: ·-- ' . ... ... . ..... " ........ _ ...... '... ..... . ......... --·-:- ........... · . ··, .. ····,::,.:~ . .::t::~""" • t .. · .... ... ... :::::::· ........ , ... :::.:: .. ·.: ..... . . : .................. .. ... " ... . . _ .. : ... :.= ···.:: .. ' ------ _ ··:....... · ... i . ... 1... . ........ • • , ... , ___ ..... , .. ····;·:::.:·:::: . .:.::· ._::.:::.:: .. ". .: ..... ··:;:·.: . : :··· .. -· ............ ' ... · .... : ... :::::·: ·:·:.: ... :': 1·::.· ...... : .. : .......... ::·.; ' -·--· ....... -...... ... .. ... ........... . ..... :: : .. '..: ... :: .. :::. .+.::: ... . . .. ----...... - -. ' .c.'L •. ·==~· ~: .. j • ..... I ............... . ··-....... ,r ........ . +--... ·-... -· r" . "·.: .. ::::::::.::'.:; . ......... . ·-· .. -·•·+· ....... ,. ..... ,-',-.... _ .... -... . .. ~ -,·-t· ., ... , .. , ...... . •. ~--·--... ·r· ... , .. , ., .... ,.. . , ............ . ··r ........ ,., .. ,,. , ..... ~ .... ·-· .... _ .... ···-· ........ '~, .... ,., .............. -~ . -----,..·-··· ·-....... ;;::;.;:~' :.:::·:;:-~;:· ::::: ~.:::.:·· .::-:'...:::::::. Im .,., ... , ,.,.~, ....... ·······~~ . --···--:··, :::::·::~ .. , 2.:.~~; ::::::_:::: .. ,.:·:·:::::t;;:: :: ·4:J:·:·.. t::1::: . .;... ... , ... ··'):--.-. ....... ._: •· I I Vt.,:. ~.:. :.:· --• SCAL--E'-HGR-Z.-·:.:7 111,c4Cf:':,,=Jl-FR.'t=Jf11:;.'8'_- ::::1:: .. :: .. · .. ·::i.. ·: ..i.. .. _ ·_L: ~:=~---_~!-·~_-_:: ·: ::---_-__ r"" ; ._d=--_·_-:;·-=-:1 • ...... ·--1 ............. . FM 'n-B"PYC' DETAIL "A II SCALE: l 11= 5' ENGINEER OF WORK .JERALD L. VAN ERT R.C.E. 20984 DATE ....... ·: • ,, . .-'"I.". .. .. . . .• ,. . SEWER DATA L NO DELTA OR BR6. RAO/US LENGTH REMARKS il<4,> LJ=/9'lli'08" 200' 67.26' " '.)-G"> N00°45'50"111 7.00' e· P.v.c. .... CENTERLINE OATA : NO. DELTA OR BRG. RAO/US LENGTH REMARKS N gg• 49' 00"e 190.79' N a4• tD' 4B II t 7fi.B0' d·41°03'35" 301 21 • .90' .wArER DATA f#LL ct./lss 15a; l NO. DELTA ORBRG. RAO/US LENGTH REMARKS I ,1 • t!i' 95' 3211 N 84' ID' 4.5 " E 77. 75 " + US£ IILTEffA/fJTING ~':r/'Li"JIGTJfS RICK ENGINEERING COMPANY· PLANNERS• CIVIL £NGINEERS·t.AND SURVEYORS 5620 FHIARS ROAD SAN DIEGO CALIFORNIA 92110' PHONE 291· 0707 __ .. , .. _ q_,4_,111, 07)i IJC RIii/ T -,./TY n~ rdR/<;;RAn z.r-,,J/1:1-;, ( . E'-/J 8' .eEc. Pe'Ylsed Omo'es ... ,.,,,,,. ',,;,.::;._ ~ CI-Y OF CARLSBAD t---+-t---------------'-t-------1 u··----:;;,./Mi DEPARTMENT ,:;:=___;____;_.=c..c..---= _ ___;_---=-:.;,.,,· ··___;____;____;_ __ ,.:;.···...:c···=··==;;;;;;' PLAN FOR THE IMPROVEMENT OF: . BENCH MARK . ,t-----+-+---------------+----1 · DESCRIPTION .-TOP OF STD. BRASS DISC IN CENTERLINE WELZ MONUMENT. FAIRFIELD AVENUE & SEWER & FORCE' MA1N·LOT 6 ' IN THE VII I LIS LIT r: ,I AVFRll HII I<:: CT. A?-16 ---------------'-------. LOCATION AS BUILT : STA. 490173.26 B.C.; EL CAMINO REAL. , t----t------11------'-----'------------4----1 APPROVED, n I &j DATE: 6,-6-83 ..,~,,1?-f./~OL~~· ,;-,J.~~-~~ ,,. ---~-- RECORD FROM _. SAN DIEGO COUNTY ENGINEER LEVEL CIRCUIT LINE NO. 201, BOOK 001. PAGE 20. 4 ,..e.,,e ;t. Y ....... U ,-z.e-s7 'ERALD L "AN ERT RC.E 20984 DATE '. 'ELEVATION : 65 311 DATUM: M. S. L. .___" ____ ._v_, ____ _____,,EX,,,_P.~· _,,9....:~3a:,Oc..,·8:..9c...· _____ · '-------------'-,----"-,------------' t----t--+--------------+----1[-::-::'-'~ 'SCALE$, 1 t-r-_ -_ -_ -_;--1--_ ,_t+--_ -_ -_ -_ -_-_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_t+--_ -_ -_ -_ -_ 1J~:;:~='==·l:;;':3=0=8=!==::;c~,r~Y~EN~G~/Nc,~-==ER:;====; HORz,As SHOWN ~~ BY· I PROJECT N! VER: ~===~==~:::::::::::::::::::::::::::1:::::j .. 1%_..>ft. ... ~D..,_n_...~"-"y, _______ C.T. 82 -16 ~Rtf'~r g•. a4TE' BY REV151ONS APP'D CMWD t!JZ-40G PR,4,lf/E.e" nb. ~-58 JOB NQ 8800 • 1--t,-.·-.:. ~ .~ .... .. ,. "··-····- .. .. .. --r .. ~'..:::t:.,.,,.,, .• " :.••.ol.' ,cc:::: ~ ·ct··,.,, ........ ··~. ::..........,__ ·_·_· 54' GENERAL UTILITY i 1/CCESS E/JSENENT TO CITY Or Cllli'LSfJ/10 SAN DIEGO BW!. PI-IINT CO. ___ ,,_ .. ,. --.~ ''' .. ---,. ·-- ··.:....:::, :. "' :, 1 ··, ·:· '' ·-· . -· '"'"" --:--, ... ,., .. ,. ........ . ::::·•• .. _.:.::.: f:·::·~·~ .. , .... , ~ ....... . ... ,. , ........ . "' """"" ...... ----..-.: .. ,. -•.•• .... I .. ,-., -.. ~..: .. :: .. ' . --. ·=--! ·-.,. __ -· .. : ., -·· I --,-· .... i ... . I ... . ---r-/-· -"·. "······· ;: ____ :.: .. ~ ,. . .. ; .:: .. K_:.: ·-·:;, .. ~ -I-- fi: - - - 1----··· ., 1---., ....... --:::· ;~· -·· .. - -···-•.. . ··-+-·-··· - .. ,., .... .. ., ·~ -···"""' .... ·~ ,--,--..--..,.~..,..·,-----...,c- - REMARKS -. :·.·· -~: -' _..! ::!::· ·-· ... ~.: ··-·· , ..• - .:.··· ·:1-_-·· .. ··. __ _ ::: ... .. --,-,.1--... '' ..!. •• ···-""'""' !--... --,~ _J I __ . .. ,:••··::..:·••,: . -t'"'-.. -'· .. : ....... ........ , .. f ..... ...... : ' ·• ::·.:: . . .... ··: . .:.: .. '. . .... -· -... ·- Ii;::: --~ --.. f ·: ·. .... ·-.. .. ' .. : . ........... . .... ;..:·:: . ... ..... SEE SHEET NO.:s 5/6 OF GRADING PLANS FUR TOP OF CURB ELEVATIONS , . .. : .. -- -", .. : -· ., ' .. ::: ...... - : " :: -... .. - .:·· .. . ·• ··-~:" .":: -· . .•. ,. ·. " ... ,. -' -. '. :: " "' .. :: . ..... _ ' " ...... · . ..... " .... -·' . n.·.: .. _ .... . .... _.::.' .... ..I • ,-··· ' .... . ::·-... !·,:. :. ' :. ,,, :: =~·:=·· r.,1111"'° ....... ,. j . ',. ·• -· ' ---· .. ' .. ...:: .. :: .. ::·-~-=-;=s --~-::.. --- -·-· ::· .. :." ,i:···· --. ........ ~= :3~~~~. :::,: .. ', .. :::---<·· -·· - . : ... . - - .. =--:----?i,:.:: -.... . .. ·:·... :z._ ··-·-... . ··• ·•·· .. .I~: . • l --r: .. _::: : . '.'. ..... . , ... ,. --'---.... ~ . 1---·- 34'6ENERAL UT/I.ft] ; ACCESS EASEtllcNT ' .. . I ...... . .... ; .. 1-...... , I I -t . :.:.:: ... .::.:.:::~-.. ~-~::·: -·-=~"" -·-, .:.]: .. ·-·~,- ....... ,1 .. :. ,;;;,. ·--1;,,' "'""" ... , ............ +··············""· , ± .. :c:: :. .. . , : ,.... . ' ' ... " ' ··~""i ..!:.:::::.--· ..... , I .... ,. ·t· ... , I_ I • I ' :::~ .. " . ,:···~_~.: I-••.. -··. . •.... -··-::-1--..... . .... ·- . ... . ...... .. ·i···: .. -- ... I . . ...... "" . .... . SEASIDE WAY 9:1 !tl:ll ~ I); ~ ~ '~ ·' ·-· ......... --} '•'""' ........ . ... ';',;::::: ,...,, __ -=·• .. , -- . .. :::.::. ··•- --.. _ ·-:":":: .. ... :;,;;.._ \······ ··:.::- .... '.·:::: --. ·---- ····- . ..... I-..... . ~ 16' 16' : ~ I ~ '· 14.5' 14.5' : ~ t: r :-J-f-.--52'GEHEML i/T!LltY ' ~ -- I iACCESS EASE/>!&T ' 3( .. ~ : , " 3' TO CITY O.F C.IIILS.iAO ~ 5'-..J"" I t J£ I TO CITY Or t:4/fLSPAtJ AS BUILT 1-2s-e7 DATE I ~---1·/g• -~ n~ 1 ..,1, 1 DETAIL /~II NO SCALE ¥ •• •••"C ,-•• STORM DRAIN DATA NO. DELTA OR BRG RADIUS LENGTH REMARKS 0 3£.50' NB0°Zl'0,2"£ l&:J. 52' l@(b). ENGINEER OF WORK RICK ENGINEERING COMPANY PLAN: CANTERBURY sr SCALE-' I"= 401 PLANNER$• CIVIL ENGINEE,,S·I.AND SURVEYORS 5620 · FRIARS ROAD $AN DIEGO CALIFORNIA 92tf0 PHONE 291· OTOT · ·, :. BENCH MARK DESCRIPTION · TOP 'OF STD. BRASS DISC. IN CENTERLINE· WELL MONUMENT. LOCATION : STA. 490-f73.26 B.C.;·EL CAMINO REAL. RECORD FROM : SAN DIEGO COUNTY ENGINEER LEVEL ' CIRCUIT LINE NO. 20!, BOOK 001, PAGE 20. I ELEVATION : 65. 317 DATUM: M. S. L. I,__-,--------,---·---,-----------......1 .JERALD L. VANERT R.C.E. 20984 DATE -~ ?-J M REC. Rei"/Sed Grodes <1 tl=A , LIT:] .,,9_,-4a..,· 8=6'fl:J:...::1)-"'t-P,-'AC:..::SC...,8.""''{l,""'1/L.,,..T_-.e:,Cl."-TY'----'<CtJr..=t'A.:!l.WL!:..!S.~'B~'AO!,'.___~,. i..Ci!ic:,'.!/Jfl'.L?I--"' ,.,=r••·c.,L-1 C I TV O F CA RL s BAD 1 • ·--ER/NG DEPARrM£NT t---+--+------------4---.1 PLAN FOR THE .IMPROVEMENT OF: SEASIDE WAY 6 - CANTERBURY STREET SHEETS 24 IN THE VILLAS AT CALAVERA HILLS CT 82-IG t---t--+------------+----1 APPir;Pe4-()d,4) f:k,, ., r:c:~~;,-(j,-{}3 t---+-+-------------'---1-------1 RE: .J!bot CITY ENGINEER HORZ-' AS S/101//N ' ~WN BY~ I PROJECT N! VER I t----t--1---------------i1------1 CHKO BY.· CT 82 IS DRAWING N" t---~-t:--t~-------------i----1 fl Q BY .,, -231 • I B OATE BY REVISIONS APP'D CMWD 8Z-t!Ow PR4#"e£ /kb.-~-..5.5 JOB Ng 8800 --~ ···::::.· -~~;,:::-:i~~-.:·---~- - ~ •N••~• ••-•• "••• ......... ~,, ... , ..... , .. '""""''" :::~:: i-:·: .. :·.·~ ... :.:: · .:+ .. , .. .::;:;:"~:;.;;, .• : .• :.::.:.::.:: .:~:-i---------:: aorn •. ,l,.ma. •. %,,. ~ .... ,.. ·~--. ·•·•· . .......... -·'.·.:·.::.: ::;:.:::·: :--..: ·:'.;.::~:. ·.:· --- --• ••• • • ms,•~ '"~"-~ . ·::: ..... ~:·: .i,:f:. :) -~~~:;\:·~ . ~ """V' ~~•"'SS .,•ew ~,s •••• -. .:;:::;.~· :::~;:. ·::::::.~ ~- ",.:.::: ":;::,--~-·--- ~·· "'"" .~ --~•-.,m.~- . . ...... , .......... . _.,. ··" ·-• .. - ,.... ............ ·--·--~-· ··-....... _ -· .,, ,. -~· ., .. ,.~~ • ··••j••· ..... ,.,., .. , ... ,,., .. ,., ... "· ,-, .... ,. , .....•... ·'"'··-····-. ~ ........ ,·.~·.··"·· ......... . ---, -·-~··•·-, ... -··.:.-~ -;-···· ..... . ~····~·.;;:,:.:;,: : .. ~:;:;::::;· .'.:::: -' SAN DIEQO 9Ll.l~ PFII~ CO, -.: , __ ·- . -·· ;·.-;::;:· .. :::.:;.~-:-: :: ....... . I :;.r::.:. ..... ':" .. •n•--ar• .. ·· ... , ................... -, ... -·-.. ········ ••~•........:--~ ,.=, . .,.M•-•:•~• ' .! .. , ........ , .. i, .J.: .................... ,:::::·::.:t..-···-· .. . .... ... ·- ... :"~ "" .. ::-:'.::::::·"' .~·:. . ....... ~ .... - ::::f-::::~:'~ ~:~·;·.: .. i-'.~3::· :.::.~:. -·~ .. ' "" ........ . +--<t: .. : _..,. ...... ----,---·-' " .. ,._,,, ___ --' "" :;:" . -_,,,,,.,,., .. ;:: .. :~-'··"·i•·- :::::-::.;:·;:: ,:·::.:::. ·:;:.:'" ',' .. !• ... _ ......... -··-··· ........ --!>-· _:::::::·:1·· --....---.. ,m" ;'"·:::~: :~:·:~::::, :::"~:=:~; :.:·::_:'.:::: .. -- . '.,.. . .-: .: . I-------' ···::'.:::.:,::: .. : ·'.:'·' .. :: ··:::·'.'.:t'. ·-.. ·· __ , _: ... ' ~ .. .±· -1·: .~:~r-::·::· ..... . .... -·-· < ---... - ' .JL . ··"-.:i, . . . . .:::.:· .: t: .: ,.. ···---, .. , ...... , . ' .. !: .. ------.. ···~·-·'"····· ... · .......... ...j ••• , •• , •• ,.. ' .. , "' ., ... . ,_ "''--___ ,_--< ,-,: :. ,.--.. i -· . '"'·· I ..c.: -·, ..... , .... - ------. . -- . ·-·-- ·- .,:., ·:. "', ::.": ::-:•,:· ;~;-:: .. ~·:::: .. -"'"""" . ·'· -- . + ,, , ... ·······-· --. :.-:::·::·;:" .. :'.:·:· I: ·:::.:.: .......... . --·_, ·:---: r: .. ,. . . " '"'"" ,., ....... . -- • ••-•••• W"" '"' ·-r· . _ ......... ..... . ... ... . +-.. , . , ...... ·-·-....... .. ·:'. ... .. """ ---~=-~ :::::.!::-·:.~:.:·.: ·-:~:: . .::: .. ":' "%' -• """""-::· ,.. .... ' ' ----•-~ •. :_:· : -r --~ - - ·:· ~--: .. -.. ----- -·-·-I::::-: ---- -- ------!""'I . ~f- .. :~--=l= I ~ .. :·::: .. :.::i:::·::::·.+ .... : ..... J -;_ L: ... :r:-::=-· ' .... , ····-......... : .......... 1•.::: .......... : ... : =t~··:·::~·.t::.:··:· ... , ···: ,.. .. .,., ::··.: ... ::· .:-:,:::J; :~: .. ' :-:: ; .. : . ::. ··.::.-:.: ·:,.:-;·.: ~ ..:::·.::·.::J:: ... ..... ;; :.· : . ··::: :~·:::::~' :,·:·t,r,i;~. -:·:.:.:·:·._ :.,. ::: ~::::::::. ~>~~I ·:.·: ~ .... :·::-:: ··:~ ·-.. ·~·,.- -· ... , ·:.::'..::: ::::::::::::-:.:·· 'f·'.•.:·.:·:::. ·:::::.-:.: ··; ... : . -·····t-.. -·-~······, ,., ................ ··- . . ,---:·· _· .:-.. ... ~ :.: . \.. ... ~:: ..... __ .. ;.::. .. :::.~ .. . ., ....... SEE SHEET NO 6 Or GRADING PLANS FOR 1 TOP OF CURB ELEVATIONS ·:':':~ :., . ~ ~-""· ... • .,•v m •.• ~ "''" ::,··:·:, .. -····-·· ' ...... _ - : ........ r.: ..... ' . .::,:::::;:··:::;·;: ... ·: '. ::: :: .: .. :: :,::2ffl71_ , -....... .:::;:: ·::.;·~:~•; .~ .. :~!::;: .. ·-··· ··: ... ~ .... , ... , ...... . :: t ... :'.: ........... :· .. ....... -··-··+ .: .. :" : .. :: ... ~.:·~ . :::~~~ :~ ::~:: :;:;:::f:fo½;i(·:: ·:~:·:::· . .::.'.:: ·~= ' •"'••• .. >-• ••-• ·······> ......... r· -., . T .. ·•• •-::,.:::::::: •• : :, ..... .. , ' ., .. •.' ·-····· ....... ' . . ' "------.......... ··-- NOTE , TOP Of' CURB ELEVATION IS O.Oa' - ABOVE CENTERLINE ELEVATION UNLESS OTHERWISE SHOWN. -----' -... ::: .... , . ······- ·: ··:::;;:f : .... :.: .:::.::::: .. -. " ................... . SEE SHEET NO ~ I _ f1//N S£°E' l : 5£AS!D£ WAY . Trrli'opE'.,4f?• I _ -~r-~, ---t , L .,.c. I ~ ~-.---~ ;;,_ / -i.JW/ 1 84' B!iNEflAl . 52 , eENEffAL UTILITY , 1 ~ ~ "<· 1 !IT/Lill/ ~ ACCEBS · 4 ACCESS EASEMENT I IJ ~iGf/J~f Ia~0o c,rY TO CITY Of CARLSBAD \ \~ I i• _' <o ~: ~ LOT 4 I ; t \ -c: 1 ',:_ t Ii • . LOT 5 . I "' 2 '.J /+22.75 IV /$JO' LT. \ :~ ?> __ . __ :7-'i'. 1'1!98·4L !2'0HA!NA6E EASEMENT t Tl/PE 'A-4' C.D. I r-0-i--'1' ,,, ')., /?{}.R. . ··,··. ·• LTO CITY OF CARLSBAD f,00.00 -t SOMERVILLE OR. \ . , r---..: 1~ ~: f I ..!_ _ _ ·I _..... ,.. .. . . ... ::: ·--, : . ·-... .. : .... 1... .: ··,---.. ·- . ... . ...... . .. . :· . ... .. .... .. .. . . -. ........... .. ,1::.·: ... : .: -. .......... ·-·: .... . . -·· ............. . -··-1,,. : ............ ' ' . -- I -- ~ ~::·~ : ~ . ._.:~\:: ..... : =·· ·: ..... ~: ·~·.:.:· .. ::: ·:~··;:·:::.:::· ::: .. :::.:.:I~:: . ............. ::: .::.-::::.:: ........ ::·.: ..... . . . .. . ~.. ... . -_-_-_ '.. .. . . ....... .. . ·:·::.... . ...... : ..... : .. : .. ·:.::,.: CENTERLINE OATA NO. DELTA OR BR0. RAO/US LENGTH REMARKS t CD 11176°5!'58''11' JZt?5' SEWER DATA M?. DELrA OH BRG. RAO/US LENGTH REMARKS• WATER DATA (.ALL ClAff 1901 NO. /JELTA ORBRG. RA/JIIJS LENGTH REMARKS-- I N 76• .ii' s8 w 75,00 1 Iv 7d, ':51'58 "W 8" l'lC.f' 'j FOil BEWfR PUMP STATION Qff Of TAIL Sl!fET 23 = 6+79.20 t SEASIDE WAY / 1•. ::..!. __ ,, j I).,..,,,,, ~ \ . ~--=--, .,, · , '"T. I . ~,-,~~-•~•i"''ti =r-d6c..05-. m, 89. 74 N /0 ~ ,,, , ,c ~// ,: 4 1 1, SOM&/1/LLE l)lr. 8' tZIINGED TEE W/ i J I f c? ::_ ~-=-,·).,_.__ 1 /', f.§4:&_.,.~ FOil OONT!NOATION =tr:JIH¾P AYE. 4 /.35' tJ" n'CP NB.3"/4'/0"E ZLI/J,' 2-FL.KM-8" 0ovJ1,; 2•, ; · ; 111 ~ ·Ql($'~+': r,+--'',"""n=-r1r. oF srotJM 011A1N · · Btl f I' M,4.11.. WI / . «~ ~ -~ ~ · " ~ . SEE 6//EET 3 WT 6 711/WfiT aLK.. ' /j/, -. "" I . '+-___,. "--~ · ' ,1/! !) N: \ · SEE 'is !+ 54.B'i ,. 10' 11.T. 6 &5.//' tr llCP * {ISE 6 '-6" lENGTHS CURB DATA · -S£'4s1. _ ~ ~ I •.. LEFT I 8' fZIIAl6ElJTEf I'll S£1: Sfii 'Ot: W4,.. ---WINTHROP-AVE FL;•fl.[ B'.fJN /lli0lJl!fl/.4 r.8. '££r A, \ sz' GENEflAL tJr,ur~ f -rv'Q // ACCESS ESH[ TO CITY OF CAF1LS8AD PLAN: SOMERVILLE_ DRIVE SCAL£1 t",, 40' ENGINEER OF WORK •-~------------------, (1 --.l.J. r" AS BUILT 'i ?),_ fJ...;f- JERALD L. VAN ERT RCF 9-4.Ac V7JI A< RIII/T -,.urn,- NO. DELTA ORBRG. RADllJS LENGTH REMARKS IZ] 4 4•7,/05507'' /5:t}()' 1.17' 15.M' Z3.51' RICK ENGINEERING COMPANY PLANNERS• CIVIL ENGINEERS· LANO SIJRVEYORS 5620 FRIARS ROAD SAN DIEGO CALIFORNIA 92110 PHONE 291~0707 ~ACT CITY OF CARLSBAD Ii ,I JERALD L. VAN ERT R.C.E.20984 FYP 9-30=89 1-ze,-s7 DATE t---t--+----------------+---~ FNG/f\G£R/NG OEPART/1'/GNT ISH£rn] LMJ BENCH MARK . ~ DESCRIPTION : TOP OF STD_ BRASS DISC -fN CENTERLINE WELL MONUMENT. LOCATION : STA_ 490f73.26 8.C; EL CAMINO REAL 1 RECORD FROM : SAN DIEGO COUNTY ENGINEER LEVEL CIRCUIT UN£ NO. 201, BOOK 001, PAGE 20.. ELEVATION : 65.317 DATUM: M S. L. . PLAN FOR THE IMPROVEMENT OF, WINTHROP AVENUE 6· SOMERVILLE DRIVE IN THE VILLAS AT CALAVERA HILLS CT. 82-16 1---+--+------------+--~ APPRO:'fP; {_ \/).d DATE: ~-(;·83 · zj l + . -SCALES, t---+--1----------------1~----I RE 33061 CITY ENGINGtrR H0RZ-·A9 51-/0W~ t---t----+----------.......,-----+--~ ~-; ~~~C-A. I PROJECT N! ~:~WING N" ·. la~aer . CJ. 02 -16 231-18 OATc BY RE-VISIONS APP'D CMW!J'BZ·4Da JOB Na aaoo Pl<A w;;p:_ NO, G. c-€;13 -.,., .... ~,.,., ... -·· .,~~--·-· ·-· =• ~""'"' ~-::, -:~~~::::--~--·'.':'._';._·_ .:-:,::·:· :i:i~I1::f;_::·~:.t::=:+-:~·~·~:~i:.:~ ::-:!:,.. .~::~-:~ ~ ~--··""·~· ' ·-~ ~-· ~--·~ + _____ , ·---~ •••••,~• -~•e,•r "'"'"' ,, .. . ".:iii ~::·:·· ~ .. -'"'.:. --··· ··-,,.,. -- ·"::: ..... ,. ...• .. ::;.. -·---..... -··-+-·-... ,. ,, ... , .• ,. " ,., ............ . :. :::: ::-: ... :::-··::t··.~·-·:i::.:::·,:: :~: __ :::L-=-~-::+ -. 't " ·····--t-····-- ~· ...... ~1-.--_ ..... ,.~ -- ,- LOT f . ►14 • '"' .... ·, -., .......... . -----t -+-. -- ---_,,__ SEE SHEET NOS 3 $ 8 OF • GRADING PLANS FOR TOP OF CURB ELEVATIONS NOTE: ALL STORN DNAIN STUBS SI/ALL Be £XT£NDfO PRIOR TO PAVIA/6 .. -:.' ::-. ....::: ~.::::-_ .::::~---· ·---1---...... . PLAN: ANDOVER AVENUE SCALE:!''= 40' (" '" AS BUILT <j • .._t,,e ~ "V--. u- JERALD L VAN ERT R.C.E. 20984 EXP 9-30-89 I -z.e,-.e,-, DATE · BENCH MARK DESCRIPTION : TOP OF STO. BRASS D!St. IN CENTERLINE · WELL MONUMENT. · LOCATION : STA_ 490-f-73:26 B.C.; EL CAMINO !?EAL. RECORD FROM : SAN DIEGO COUNTY ENGINEER LEVEL CIRCUIT LINE NO. 20!, BOOK 001, PAGE 20. ELEVATION : 65. 317 · · DAT/JM: M. S. L. " -· . , .......... , --,, .. . -= -;.,-. -· .. ' .. " ' : -··" I--- wArER DATA· 11LL cL11ss 1so ·· DELTA ORBRG. RADIUS LENeTH REMARKS l: : , N 71' 45' 5'l. 'f:. J?(p.7/' t/ACF 'l.11)',;. X7?' N./JO"M-' 4/J'e.- fl.7f' -• CURB DATA ·.!=-====t=::::::::,======¥=======i!i-======'F'=~=====I NO. DELTA OR BRG. RADIUS LENGTH REMARKS ENGINEER OF WORK q. .. +....iJ t/. ?).._,_ u c:'.. -G, -s ".3 J~E,-R_A_L_D_L_.-~-A_N_E_R_T-,1~R-.-C-.E-. _2_0_9-84-DATE , l==i=[Z]=f"ll=LI_==_ 7=7"='•1=77''0'f===.=" =F=B===o==, ==tl=z===~==. 9i:::;:'8:;:' ==l=IO=="=T=YP.=l'='ri=,,=Cl/,=Y?:=;:,'===4 2 IJ.• 85' 17'!{}' 20' Z9. 77' ti'' TYPE 'G' C!IR8 4 /J=8Z'3!1'57" ZO' ZtJ.8Z' ~•sro GCffitJ-, , .. ---· _,,,., .. , . . -. NO. DELTA OR BRG. RAO/US LENGTH REMARKS 1. < "> N.IP5'/@'57°E. 48:17' '-· ..... V -"" ..... ...,, "' -· ' " I CENTERLINE DATA ! l===:ic======~F========'i====:::::::::::=i========t ( l=NO.===·=t=IJ.=1£.=Z.=T,===;,q=OR::::::::::::8:::::'R,:::::~=t' =R=A=O=li='(JSc=4==L=Ei=7Vi='6=TH=t==R.='Ei=M.=~=R.==='K.="S= ' CD N7!"4-5'Bi"E. ZZ5.l5' l © N.8fl''4-'4{}'E.. ZZ:J0/1 ' I-C::!;;'-+:...:.;,:;;:_;;:....;_,.;.:::-...;,.--+----+---,.....:....;_;_--4----'----•'III !._®=-"'""'-N."""f&J_"5_1_'Z .... 'f'_t:._. ___ ___,_Z_W2_.W_' ___ . __ ,., RICK ENGINEERING COMPANY PLANNERS · CIVIL ENGINEERS· LANO S(JRV£YOHS i5620 FRIARS ROAD SAN DIEGO CA 92110 PHONE Sl-f'HOT ~"'"VArE 5f1!iIJlA"r PLAN FOR THE IMPROVEMENT QF1 ANDOVER AVENUE I t---+-+------~-------1----1 STA. 0+00.00 TO 6'1'88.66 IN THE VILLAS AT CALAVERA HI LLS :tr; 82-16 t--+--+-------------1----1 i----;-+-----------+--~ A~PFft"7f, j_ l .. ,, J ,,,/ i----t---t---.-------------+----1 R£1 3305I CITY tNGfr-E/lR ;;=;;;:,;:;====;-;:::;;::;:;::;:;;;::::;:=::::::::: ~ WN BY· I PROJECT~ i--,--+--,----------------+--,----'-1 CHKD BY.· CT. 82 16 t---·--t-'---1--------------+----I :fl QBYt . . -C DATE BY REVISIONS ,t,oo•D CMWD 5Z-40{j; · ,,c::,...e:4,w-5,e .If/~ G,-53 ' DATE: 6-6-83 SCALES, HORz, AS SIIOIPN VER1 DRAWING NO 231-,e, " ' ··-·-........ ··--·· : .. :: ... :: ... ::: . ' . --1-: .. :.::1 ~ .... ' l : . .. . . ... ::··:·:....... -' LOT 2 9AN DIEGO lllJli: "RINT CO. . ., ............... '' ..... ,. ~·----,---.... . '" , ....... , -••···· ,.,, ,, .. , .. ,. ,,.,.,,. .... , ........ ,, .. -,,-,-·-. ,.,,., .. ,, .. , .,. , ........ ~, . , •.. ,, ,, .. -.. ,.. , .. , .. ., , .. , .. , .. . ~ '?6 -" _:~EU-. , ..... , . .. .. ..... -"· ' ·-~~ ......... ··-··· , ', ,~ , ... -~·iff20 -= --c::.--, ; ,,-::~ --~ :'.~· -.... :: {:··:.:--:--.~~·~::::· .:i:·::·;:~i<::~:· ·:,_::~.:::: ~'."::··~: .. ~-···;: .. ::~ .. :· .. ·-·,-.... :::: ... :::::·:.-_ -:::::.-_. ::S::,:··:: ... :::' ··:.:.-~:::+:, :.:::: ~:'.::~.:: -· -·---.. ,:.:··~ ·-=--::::.:::. ··- . " ··:· .. ·:~ ' .... =-::_ -:t-:::·:: ::·~~: ,;,"!• ... d ;::: •• :.: ·:·:§ :::::·:.~~ ··t~::::E :. :::~; .·:·~~~~::;:::: .. :fu: .~~ . . .. :: ...... ~· ·.:_ ~:·_-::~ .: .... :·. :::-~.:~~·~ .. : :i.;,::~ :;:~.:.: :;~ .:: .. .-. ··-.. ·-- •~ a, Jg:.: .... : 3:\i,''"'°' ·,,.-:':.::: ::c:l;'::, :::::;;,,,_::: ·.::· ::',:"" ~·-··· ·-·-·--~.-, -··~ ,.,, ... ~ .. .... .. . ,, -·····"" ... ,_ .. ~ ..... -~, .. ···-.... , . .,, -,•.-···· , .. -~··~ ·-. , __ _ ---. .:,::::::: ~ ----I... ·-- --·-r-... ··-== :: -... . · ....... · --·-·---·· ·-·-· ........ -........ , ...... , ., .. , ............. ··-· -·--·· ..... _. ......... ·--·--·· ::::··.:::: ·::::.:::· _::::::::·· :::·· .. ··;· ~ ·.: i .......... : .. ::::;, ... :·::-;::: _·: ,··,--· -····-........ _ .... r---. . . .... ~:-:....... L:.:::~ ~~··:.::::::. \.~·~! ~:.·~~·~:~:.:::~~:: .. ::~- ·~'.·.-:::.: ... ::.::: ::·:::::• ... : ... , .. ; .. :: :. ~ .. : .... , ... ~ ::.~:.;::· .; ... .:.::::::· ::::· ..... :.:;. , ........ . ". ' . I;:: .... ---·· .............. :::·: .. ::.· ~::: .... : ... 1-.::·.·:::: : ... ;--· .. ~ .::.::::·.: .: .. ::::· .:. :::::·:.:: ~:·:·:::: - : ):·:: ...... --.,, .• --.. , '·::::::l:::·:::::::~~·::::.::: .... ;::. i:.[: )~. ::; : .~: .. :;.0·:: .: .~i:i ... :~.::: · . · .... '. .:::::~~. ·:::::: ~~:;~· ' ........ _ ~•-'-•• ·····-·· ...... . .. _ ..... ,, .-.,,.,., , .. ,.,.,~ .... ,.., .,. ,. :·::::: ·-:::·: . .-: ... ~ ... ·:::·. ::;·, """"' ~,•ffT •••"• ·-::: ~ ..... ,. - ··~--· '"•'"'~ ""' • ''• ~,.__.., '••' ••••••~ • .,•,••• .... , .. •" .... ,-..... ••• "••~_, •-•T,• ,•,~-M • .... , .... ,, .. ,. •; .. :•.'.':• ••:•::•: ,:, .:::::::••.: :••::~.-.:: :::::.:: ~=t=i::-••" •••,•ea•~ ~-.. ••• m~.. ""~" -~• ' ~- .::;:;;:::-~.::~~ •~,::~:: •;0;;;W •::.:.::.::'. :~;:·• M•e ,~ ·--·'" -····~··· •.. ,., ,, ..•. ,.., •=• ~-··· , ...... , ..... _ ~--- PLAN:. ENGLEWOOD SCALE: /''::: 401 WAY _.: . .-, .. -. ...... _::_ AS JERALD L VAN ERT BENCH MARK· BUILT R.C.E. 20984 EXP 9-!0-89 1-2.e.-e,7 DATE .. DESCRIPTION : TOP OF STD. BRASS DISC. IN CENTERLINE WELL MONUMENT. LOCATION. : :STA. 490f73.26 B.C.; EL CAMINO REAL. RECORD FROM : SAN DIEGO COUNTY ENGINEER LEVEL CIRCUIT LINE NO. 201, BOOK 001, PAGE 20. ELEVATION : 65 317 DATUM: MS. L. . ENGINEER OF WORK ,IERALD L. VAN ERT R. C. E. 20984 9-,1.AL. '-' ?/£ AS RI/II T • , , r ru-"'"~1 • ,..,,,-,:_ :::::: . ·-...... _ _:-=:: ::'".:..'..... NG7°25'5J"E • [~r-t-4':"'=-::Z~cr:-::3~5,;';:53::::,,:--+-----::Z0.'.:".~:-:-, 1>-:-l--::::-=+-------t ! l---,;i,E---t,.-;::.._;:..:..._.::..::..~---4-----=--=-=--.;_1-....:.:..:...:..:.._--4---__ ___:_ __ ----I L ~· N46°49'58llE 83.70' 8" A.CF.' 7/. 90' " i: 4 N83°57'!8"E f .tJ.=/5°04'29" 2001 '1f< 200'* 51. 01' II !52.62' '. II .. 52.62' H 151. 78' " BZ.56' 8"17.C.P. (: -Ht-----.,-,---+-----'::..:....:--+-....:....::c..:...:;.,._1-.,:....------II ' N68°52'59''E ~ _ L1=23.39'0511 DELTA OR BRG. RAO/US LENGTH REMARKS N67°Z5'5"!"E /3/. 77' N46"4!J'58"E 88-4!1' IV83°57'28''E 180. 50' N61J"52'59"E /98.Z!J' N46°55'12"E 30.00' ·i· l.~=-...__ ____ ~-,1..,--==""'~..,...::..::.:..:;::,......_.1-,,, _____ _,.11 DATA .... LENGTH REMARKS · 11) .t1 = 99°38'!4" 20' 34.78' 6"TYf'E STD. Cl/RlJ . 2 l". -G. -83 DATE 4-F _.. ,-., 4 L1 = 90' 00'00" ZO' 3/.42' " 11 = 93°20'27'' 20' 3Z.5tJ' II LJ. =59'59'38" 20' 20.94' G'TYP£ STD. CURI) RICK ENGINEERING COMPANY PI.ANNLRS· CIVIL £NGINCERS·LAND SURVEYORS 5620 FRIARS ROAD SAN DIEGO CAI..IFORNIA 92/IO PHONE 291· 0707 t--+--+-------,-------+--_,I PLAN FOR THE IMPROVEMENT OF: ENGLEWOOD WAY STA. O+OO.OO TO 6+28.99 t---+-+---------------4----1 ,~, THE VII I A"'-AT !"'Ill IIVFRI\ HII I<:: .. r'T ,:,;:>-1,::. t---t-+-------------+-----1 AP1:!J2Vf§~ [) ,., /;_&I DArE, t;·fa·.i3 SCALES, t---+-+-----------------i.----1 Re,' 3308! CITY £N61f£ER HORZ1 A5 5H01f/N ~ WN BY· I PROJECT N'! VcR' t-....,..+--+-------------+-----1 CHKD BY.· c:r. 82 -16 o2R314WI _rN1G.N_ 0 1----+-+---------------1-----1 ~eosr. lf? DATE BY RcVISIONS CMWD BZ-40$ .a.?4/'P'eP /4b. ~-~ JOB NR8800 ·····-· ·--·--H,, -· ...... -•• PLAN: :BRIDGEPORT LANE SCALE--/"= 40' II r·-----------------... -SEH'i-'ER--DATA-,. --. -----·-----l _l-i=@l,........=LJ-_;-7,_,.;•o.'-=:-:,::',-'2.,..,,4'.,...' --+-2=-!6_'--+-----,2,-~_7.l,.,..'+---'-' ----- r. NO. DELrA ORBRG. RADIUS LENGrH REMARKS · 11 11=26·!2'.?2" 216' !OJ.31' " i I 12 11=33°29'44" 184' 107.57' " t 1-:'<~1>;::t---;N;:4-;:9;;·4;-3-;;'4.;;;1:;;:11 "'n---t---;;;;:;;;--;--;5;:;l;-::5.;;;;'Z:;' 1'"" __ 8_'':-R_Kc._. _7 'l 13 ,1 = tJ7'Z8'J4" 20' · 50 S5' [ 1, .,,-il=/4°.34'46" 200' 5089' " , .H~~l4~i--=N.:..Z.=.'4.:.. • ..:'4:.:3-'0.'-'3'-•-tr-+---==-----f----=l..:3::.:.7.:..:'Z:...'+---,,-----I ;t:1<;.~,,,.ct-';N;;-.J5;-;:.;;;08;;;;,5.;.;"5::;;,,Jl'-;:;----t-----:-.::..:..;:;__7_....;5,~Z;'_6,;;0;;-;,;-----:;/l------i:i .i-----11=,s;;....t-L1==..:.!8i_'O.:..:·::..o~'O.:.,~.,.:'O::...,.,........f--/.-'4-,-+--4'""3.;.;._98;..;;;,.l+-6-'T_Y,_r'E-,-,.''G-,,-C.-'l/li'._:S_ ... f 1<4> iJ:;Z3"03'$Z" ZOO' 8051' II .,i •L..!--...,__=--.:.;;.;::..:..:..:...:...;_---,1 _ _,.;...;__.....__:..__;..;......1.. ______ __ II i 1-1 <~~4 ..;:il.:..=..;:3.:..'3....:0 Z.:,.:9....:'4:..:4:..."-+---=Z.:..'(}0::..·_' -t--=/ /..:tf...:.9...:..1?_' +---"----t 1! ! l-':lfr-+=--=-=-==--=:....:..-+-=.:::...-+--:c:..::.:.::.:::.~1--------~ ' f.bl <,:; __ . .,.,;?:,, .. ,b.;,;N.;:,Z.::::'4..,.:' 4:::'3::,..'_::03:::....::u/ll~.J..--~-.L--=.!J..::;'6..;.0fo:::_'....,..1_.......;.,8::..0 ...:.f?.:.:· I(~, C.:;.:.. -.....1•l PIPE ffAD/IJS NOTE ( a} /JSE 6.5' PIPE LEIIGT/fS {b) USE fll.TE/f'NRTING /3°0~ BeLLED /IND ti, '·(b • i/AIBEL.LED LE/v'0TflS ,., .,, ' ' ' '""" C£NT£RLIN£ OATA ' NO. DELTA OH BR6. RAO/US LENGTH REMARKS 1 CD N ,24•4.:J'O:J"JY 11.58' STORM· DRAIN OATA NO. DELrA OH 8R6. RADIUS LENGTH REMARKS 3Z.50' A/4tJ04J '4/HW RICK ENGINEERING COMPANY PLANNERS· CIVIL ENGINEENS· LAND SURVEYORS AS BUILT _Jq_~':'.!""'~/..,~J.._.!:_~_-i/.~....._~f?.,;f-~-----::.--::-:::--=:~ I -Z 8 -87 JERALD L. VAN ERT FiC.E. 20984 DATE ENGINEER OF WORK <J •... ~ .( v-.. ~ JERALD L VAN ERT R.C. E. 20984 .?-<ff-34 .f'EC'. fi///Sed ,;;rodes ~-~-83 DATE q.4.11~ -::-·-AS Bil/LT -,./IY dr CA/i'l.saA/J l)/",,,U ·5620 FRIA"RS ROAD SAN DIEGO CA 92110 PHONE 291°0107 ~CONTRACr ~ CITY OF CARLSBAD ~ t;NSI." ~--ING DEPARTM£N T =y~ 9-30-89 • BENCH MARJ< DESCRIPTION : TOP OF STD. BRASS DISC. IN CENTERLINE WELL MONUMENT. . LOCATION : STA. 490f73.26 B.C.1 EL CAMINO REA/. . RECORD FROM : SAN DIEGO COUNTY ENG/NEER LEVEL CIRCUIT LINE NO. 201, BOOK 001, PAGE 20. ELEVATION : 65317 DATUM: MS. L. t----t--t-----------------+----t PLAN FOR THE IMPROVEMENT OF: BRIDGEPORT LANE STA. Ot00.00 TO 4+16.90 IN THE VILLAS AT CALAVERA HILLS CT. &2-16 DATE, t4·6·83 1---t--+------------+---I APPROVED}' Ll . ..,,/IA,/ l--"2-~./~~i.1~111J+:____:~.....,_~:t'..'.li!~=i-l'ssc.cAiiiL'.E£.~s:-:, --, t----+--t----'----------------ir------t :::::R::::~:::::':=: 3.'3::::(J:::fi'/:::::::=::::;C;';::/T:::::Y:::€,::::N:::6/::::N£::::·£:::R::=::::::: HORz, AS 5HOW'A! I':!~ BY· I PROJfi:CT N'!.. VER' ~===~~==~::::::::::::::::::::::====~~====:: u:1%"'HfP"'"""o8...,i...,.~. __ __J_ C.T. 82 -16 iR,r~,\N" DAT~ BY Rfi:VISIONS APP'D CMWO. t3Z-40(jj L?R4Wff,e ,1,l?, G-6S I ·-·· I-· . . . .. .......... '···-·······-.,....... .. ..... •• 0 -•••"° N•.N••• ·-· ... ....... . ..... -·~-.. ·· ....... ·,-···, ·····-· .... ,. ··-~ "···· .. •••-•m,•, •" •••~m ........... ... .. -· ., ...... ,. --.. ··-·::.::::· ': ;:,: :>:::: :,c:c-.. ··!,;l= ' '·"·' , ......... ,I-• •.. ~~.··-. .. , . , ..... -· . _ ............ --·~· .. ,.,.' .. . . . ' . " " ;:;;;:~, m~::;:; =~= '..-: .. _:•• =•=-' ~: .. :~ ... :' .. :::0:, .::•;-,:-~;, ::•::~ .. :::'.:,i:t2•• ..... ,.~~•----• • ·~~·· -~ ~,.. ., ···,--·~ ,,.,., .. , .. ~ .. -... ,,, ...... ~ .. . _, • ••••••••, .. •• .•,-••"• , .. •••M •---• •••••••••• .... ,, , ...... ······"·· .......... ...... .., ., ...... •· .. ··-··· .... . ......... ~ ...... ,,. , .... , .. ,, ,... . -'• .... ---····-···"·-· , .... , .. , ... , ... ,., ... , ..... -, ... ·~ ,. ··:.-:;:;. ..... :.,: .. ·.::.-·~:------ -··•· ·~· • j-·· .'. .... ·f-...;'.,7; ··-·:-. ' 1-.. • ::;:;:::~· ·:::.:.:·:::$."::?::;~.: -:--::::. 1:.:·::·,;~. ·:··=·:· .:·:-: ..... . .... ....... ... .. . .. . .. -,, ...... . . :: .:::; ;:··.~·~:;. ,.:.·.::::. . ....... .... ,.... . . " . -· ... n,-·,, -, .... " -........ . -:· . ·. :· ,;, ' ...... STORM DRAIN DATA NQ DELTA OR BRG. RAO/US LENGTH REMARKS ' 0 G.5.22' '--- (I) . LOT 7 /IP70.84"SEA8!?00K !JRIJIE $ !9'LT. t TYPE ".4-4" CLE.4Not/T \ OrOO. 00 PROWOENCE LANE "'//f 70 84 SEAEJ!i'OOK !JRI/IE I!! l'4' 0/?I/IEIIIAY \ . LOT 9 ---:::?!!Ji.. ... '"':.· ......... !· ...... . ... .. ... !·" ...... . . .. -+ . " : : . : : ............. :: . .. .. ·--..... . ....... . . ............... ;...... .............. . ........ . ........ .. .. "" ... .. ::::.j· ·-............ . . ........ . . . ''' ' ' .................... . ·-.... .. . . .... _ ......... _ . ··-.. ···· .... . _,, .... ···-·· .... . .. . . ......... ' -· .. . .... r····· -.1--...... . ..... : . . .. :. ..... . .......... , .. .. ...... . .. . . ... '. '-•• ., _ .... · ... :'. ..... ···-+·~.· ...... . . . ......... 1-..... . -· ....... . . .......... . .. . ..... _ ........ _ ....... .. . -.. ..... ... .. .. ................ . .......... . .. . " .... : t-: : r-.. . .. . ··-·· ....... , ,...... . ... .. .. ...... ..:.:;::; :.: ' ...... . -. . . ·I-· .. ........ . .. . ....... .. . . ..... --::..·· :: .. ·.::: .:: .... ··. -·::··· ......... . . ······t"·" :·:· ·;:.:;.i~ .;;~:;:~ ·:~i~ ::i : .. :.::::.:·. + ·:: . .-. ~. :; .... :-~:::: .. : .. i:., ::::: .. ::·{::-~i:::· :.:: .. /:: · ,::;··::0 •.·:· .. :: .. ; ~::,;:·~~ -~'..::.·.· i: ... ~·;\: .. ·~:;:::-: :~··:·.:.: .. : . .. :: ... ::. : . . -·· ... • ..•. '. .. ::.:.: ···:.:.:· ; j.. . ' .................... . . ·:· .... .. ···I-..... , . ·: ····::·. ·_;_ .1-·. ,.:· ·;·.::::::: ··::··"·-: ;·~ .. ·:: ...... ·.::··:::::· ... ..... " !·:.:•.: .. :-- ·:······ .. r .... ' --....... J ....... . . . 1-. t:::····-i::··· ............ :.L .) .j:: I :j= 1 ~:t .-----------""--.,J SEE SHEET NQ 12 OF GRADING PLANS FOR TOP OF CURB ELEVATIONS .JtOl.23 t'!V.O it ~ . · ENO 3' Cl:U'C YALLEY7 G!ITTE,f f'ER OET-4/L \ SIIE.ET Af01' ~ \ ~ I ~\ \ !,i \ \ 1- N.. \; ,!:· . ,1 ···, I . .. . ..... . . __ 1 .. ·• ' .. -.. . .. " .. :.:· .. ---.-......... .. .• • .. .... . r ...... ...... .. ... .. ....... ' -, I··· ............ .. ··-· ······-·· '· ...... ·: ........ :· :--:::.: ' ,.:·'.·', ' --. . . f·· ................. _ .... . ' " ... . .. .. ::·i::·:.::.::."·::: ... . ........ ·-· .. .. . --. . ... ... , .. . . . . ' . ·t-· .... . . -..... ' · .... :.: .:: ...... ' : ... :.: :.: " .... ...... .. , ........... . ·-····· ... . . . . ,. . ....... ,. . . ... .. . . . . . .. ;.,;:: .::::. ::.::.::~ ·: ....... :: .. :: ..... :·:.::.. ..:::::; .. ~· .. ""-"'-_ ... ,., ·""---:'._I-~:-- ' -------.. . ·;. ~:: ... : . ' ........ ,. ' >--····· -.,.. +. . ........ .. " . .... ... . ..... .' ... ··:·:·· ~.:·~:::.~ .. ; .. , ,. .. ,; .. ·· ::·.:· I:: .. ::: .. ·::.: . '.. ...,. ' . .. ... .... .... . .. ... ... .... ........ .. • • ' .. 1··.... ·-·· ..... . ' ' ----' -...... -·· ·-· '·rm, """• •••••••• ••••• .. •• ...... . , ......... . • • > .. • _,., •. ,. , .. ~., ... '"'·...,='-" . . _. .... :.:: =-·.: -·::::. '.-;::;~ ·:::·· .. ,;:;'. ·'.'::::.::-, :.::,:::.' ;'"'· . .............. _ ... . . .... ., ; ~:·: ' ....... ·:·.::::. .................. .. . ............. . 1-.. " •. , .••.• ··-. . ... . : ... ' :. ·:." :::: . ~ .. :. ::··· ...... ..... . .. .......... . ..::::.::: .. :'"· .. ··•.:_· .. :_·':;·:·:;: I LOT /6 -.... ---··-..... . ........ ,. ... . . . :--·. _-:-:::::::: :::::.:::1:::'.::.:: .~:· . ...: ·.:. ::· .. _ ........ ; ........ ·-······-...... . 0 T~~••,;. ••••• , __ f .... -···· -·· .... ... ···- -· --···,-······..,,...-·-······ -. ' .. _-_-_:·· __ --- . ... . . :: ... :~ . " ··~= ...:~'.'.::::--'. ... ·::::::~:::~~;;j·~: ::~:::::: 1):) ·:·: ..... .... .. ... ·:.. ... ?:::.···.:::·;-;· .... ·-·· .... . ....... . . • f . • .:: ....... 1 ......... .. .. .... ..•.. . . . ........ :::.: ...... · ....... . . .. .. ......... ·· .... ,·: . . ... _ ··-···· .. ... .. ......... . . ....... . .. '·'-·· ..... <:.-~ f--·: ···-·-........ ···-··. . ......... . . .... \. ···-· ....... .';: .. ·:: . . . ········-······· .. ·· .>··· ·:: ... \ .. ..... : ... : :.. ::_, .... ..... ... . ,.. .... ' .. :::::· ::c :: .. :\_:.: . .":::. " \:: . . ......... + ...... : ....... . ·. : :: ...... : · :::..·:::··· , ....... :· ::.,::::. . . ....... -···· ·-.. -... .. ...... . ................ -···-.... .. . ....... . - . .... . . . .... ... . ...... _ .. ·····-· •n -•••• --. ............... ~· .... . . .. .... . . .. ... ······-... ·-· . . ::: . .:\ -:::::. . ..... ::... \. .... :T±.,~. _ r<.J., •·::: '"" A'.l: .. l"'s , ·Ho.•·01\"?: --r·· .:"~ .,,,.,.., :::i-rca= :<''"-:z,._ -J.,.F-J=t:.:.z::::: : ...... • ·-~······· .r!l~;ii;·;.:.,.;~-.,, .. ~ ... :!.:~i.:::-::V:.:~:r:J..:=~~'-:~:.1.:·::~-·· ·-··~··· -· SEE SHEET NO /0 OF GRADING PLANS FOR TOP OF CURB ELEVATIONS 9 SCALE:/''= 40' ,_ . . . ..... .... . .....• f-·· ............. -.. . ........... -.. . ...... . ..... =~:···:· .. :::'.;::.:: .. ·: ..... ::· ~·:·: .. ::·. ·.::.: .. : .. ·~ ... ······-· .. ...... -.. . ..... ......... , ... 3t IIJ..BIJ ~ EtVO ,t ~ EtVO 3'CONc YALLeY 11 6t/TTER PER OETAIL $IIEET All7. 1' I . ... I 3 . I ,, I I I I /· t-· ---·--··· ....... 1'-·- ..... ·-· .. ··· _ ................... . . -.. , ... ,. . .. ". .. . ...... . ..... .. . ........ . ...... i-:::: .. ·-.-:·1-.. ::~:. ~·:::: .. ·.: ........ , ' ;· .. , ', ·.':. ·+--··-· ... . I· r·. . ..+,--+-__ -___ +_ ---- ·:..:.::r--I--~·- ....... .......... ··-·-.. _,, ......... ,-........... . ... .................. .... I • ..•• , ···: ........... -····f--......... . . .. .......... .. .. .. -·-····· . . . ........... : ·:·:·.: · .. ~ ••• I " 1· .. ............................. ;.: ... ~. . T I ........ :· ······--···. -··· ··:: :·.:;:· .... .''. .. :: .. )'." . .. ...... ----I-- ..... ----j--·· --- .. ' ...... . ..................... -.. . • V ENGINEER OF WORK RICK ENGINEERING COMPAN'Y PLANNERS· CIVIL ENGINEERS· LAND SIIRVEYORS 5620 FRIARS R:OAD SAN DIES.O CALIFORNIA 92110' PHONE 291· 0707 ' AS BUILT MARK --~ ---------~--~ ~9~·~-~l..~-.R.ul~z}.~....,~,).U~'..__--=::-::--::= 1-za-e.? rl=·' ==::::=t=;=::_::========C.=='Ei="N=i=Ti=F.='R==="-=IN.:::::::i:c===o.=~::::::::::::TA=t========f I -===J=E=RA=L=D==L=V=A=N==ER=T=====~EX~:--'c_.~~--~:'..':o~c:., 9 __ !.=4 ===DA=JE===::::: ' MJ. DELTA OR BRG. RAO/US LENGTH REMARKS i •· ,. . l. BENCH 1 (I) A/83".?.?1/&'c S#'.ZZ' .·• \ Cl) AfutJ0.flJ'ZY£ ~I.GI' j ... DESCRIPTION : TOP OF STD. BRASS. [)(SC. IN CENTERLINE .JERALD I • VAN ERT R.C.E. 20984 ?-8 84 REC Revised 6n:1des l'..-G.-83 DATE i----;-----t-----------------+-----1 JU>/VATE CONTRACT lsHj~r If ~~1k~~ ~~r!~~E~~D t---t---1---------------l--___;_--,1 PLAN FOR THE IMPROVEMENT OF: PROVIDENCE LANE & SOM·ER'SET WAY PLAN: 'PROVIDENCE __ LANE f-(D ,1•5.:J·StJ'Z5" 3'0.ttl' 31.-@' I•'_ WELL MONUMENT. \t-e_::=,f;;;;):-+-----=M---,-&1"-'V,:--:-W":'W=:.;;:.":::..c--+--'=-==--+........::::IZ.:..:..Z..1.:W:::...._.--+-----....-1, LOCATION : STA. 490f?3.26 B:C.; EL CAMINO REAL t--+--+-------------1----1 IN THE VILLAS AT CALAVERA HILLS CT. 82·16 i------,i---;-------------+-----1 APPfJJ'f 9 ii/-(, _ .,,\ jj ,,_ t/_ OATc: C, ·G· 8.3 SCALE:/",,. 401 ( Q) AIS¢'51t15"E 2'6.a?' f t--®::6==-t---",1'""~'"""'zJ....:::..:..~-=.;I&!:::..' 13'-=,,-+-5tJ.-.a?-, -+-...,7.""zi.::.::52""--· -+-------.f i YN Oli:00 8LUE ~INT CO. RECORD FROM : SAN DIEGO COUNTY ENGINEER LEVEL CIRCUIT LINE NO. 201, BOOK 001, PAGE 20. ELEVATION : 65. 317 DATUM: M S.L. SCALES, t--+---t--------------+-----1 :;:R:::E'.=· !J.::::::J::::O::::ll:::/==:::;C:;::/7::::Y::::ci::::'N:;::G/::::Nee:::'E:::· •=::::::: HORZr AS SHOJI/# 1-----+--1-----------------1-------1 ~WN BY ] P. ROJECT N'!... · t-=v'!"E'='R,,,_, :--:-,:-,..,,....,.,,,,..----1 i----t--+------------------1------1 CH}<D BY: DRAWING.N" ~~r--+-------------+--~_£106't CJ. 82-16 231-IIS D4TE BY REVISIONS CMWO 8Z.·4{)(i, · P£4H'ER A,,b. 6-53 ·:!·---:· ··.::· :·: __ =:"r ·:.":·-. -.,::~--:-c-'"m ... ''"'" .... m--, ca ~ •m~ - -.. --'-I---__ ··~1-----:----- . -, .......... . ::: ::::.-:::.' ... : ..... . .. .-... , ..... , ...... .. , ,.'::' .:: ... :~::. r_·_·· -~: ~:~ • • • ---j,.·•· t<;" .. " ......... . sAN 01Eao ~we PFltNT co. ..... , ............... . --.---;.,::··,.' .:. ·: ... . ,, .. ,,, .. ,: .. :, : ,_:.-;::::-- ........... ~··· ::: .. .. -I -- !'§~: :::!z:~!S: ;:,. ---. +-......................... . ...... " . . . ..., ". ::·::._ ·::··:::: .::·.: · ::.'.:..:'::.'" .......................... ,.· .. :.::·:·· .. ···.... .... .... -·--····· . : ·:·'. : .. :: " ~.-:·::.: :. :: ... ~.·. ' . ·.:::.:.: .. :. ... ..:;:::···::: :· . .-:. . ,. -_::.;:::-::_ ·:·1-_ ........ -f••· ...... ::-.:.:: .. ::: ......... -' ·; i. ·; ···-·~.-· -··· ............. .. .\... ..... ' :: .... : ... ~ :::.:::::•;:•>·. :.:{ .. : .. ! : . ··:t···· _J. LOT 12 ' . ........ _ ........ : .. ···-.. .. ......................... . --I----__ -_:_± :- .... ••• ··;:; ;·:·, • .. , • L ....... ••~ .. ,., ·····•-... 1 ... -h-~= ··_ ~ ~ .lU= ::::J r--::'!-i. . = -m-, ~ -,._,_ · --"'£/U~if"f!l~FJ?:l}=~~ - " I I .. ...... :-... _ , _ _-_---_ . . ... . . ..... _ ... :· .. . -.. "" --. -!· ... . ..... . .. . " --c . -.... ------'--- .. .... f ... " ' " ......... . .... ". , . .. .... . . :.:.:.. . . ·.--:.::. .. -······ .... _.. ..... . .. ................. . . ~ . ·. . . .. .. ...... ....... ..... :::. ... .. . ... ... , ............... . . ., , ........ _ ... . , ...... -.. . . -. .. . . ~.... .r-...... ·:.: ::.:: ::· .. :· ....... ; .. :·:::.:: ·.: ..... :::~:.- -1--··"· ,-,··.: ... --: .. . . ........ ···:· .......... -: . .... ~:::.:·:::·: ...... . "... .. -.. .... f-.... . " ........ :~--. . . . ::::-···. ..:::'.: : ...... ·:: ··:~.: . .. : .. · ·. ::·::'. ··: .. 1.· .:.:~ .::: :.::: ': . ···: ::::· ....... ............... ... ·-.............. . ......... , ,., ...... ., ....... , ....... ~ ....... . ..... -··· .. _. ...... :: ;: .. ;.:;.i::.:.:::·::: ···-.. . ·•··· . . .::::-,t::·:· ; ·.:···.::: ·:::::.~·; .:::·:.::· . .. -·--................ . . ~i::--. :·:: -' ...... /3+00 !J9 $£118/f'O()K /Jtf'/1/E "/Of00.00 ACCESS HOAO 7 LOT 8 \ \ I ... .j. ..... :::::-:::·:-·:. :: ............... . , ........ _....... ......... .. . .. . ..... . I· .. .. .... ----. . .. .. .-.. t-· . i .... :··· :.:::'::: .. . -. .... . ... . ' ........ ......... . .. .. '.,. ··-. :·r-:-:::· . .... _ ·- .. ~:·-:: --,-. :::::.-~: i,.:::: :::: . . -::--=1----- ---: ::,. ···~·· _. .. ·::: _·:-_· 7·: .... :: -- -.... • ••. .,r.. •. --- _-___ :_ .... { ...... . ........ ..,. . ................... . :·:.::_ .. .. : .·::.:::· ~:~::·::::: ·~·: .. · ... :.: f·:.:~::·.~ : .... '.:: .... ::-· .... ::::::::. :::=~~: ::·:··:::.:::' ... ..... ....... . ...... : f-.. . . . .......... -·· . ....... : .. · .... _...... ... :· ..... ' .. ·I-· .... : ".:: ... :·:. ·:: . ·: .. ·.. ...::: ..... : :: .. ".... . .... ·:· .... ·~.:" -:..:.:... :::: .. :: . --.. ' " · .. . .. .. :i..:... ... ::· ... ...... :· ..... ::: .. · ... · •. : ··--·:· .. ......... -·· .. ·: .. . ...... :: ............................................................... -.... ···::: .. ,.... ..................... -... ···I· +-+-~-1-------.-.:: ;-··-::_-:::. :::::·::: ==·~:-· =::·.~· :::·:·:.::.::· ::.·:~·:.:.:::: ::.-:·. :::;·. :::·.:::·.::::;:::::.... ... ·: \ .. : .. _ :: :::::: .~::·.. . --. .. ·.· ·::::: :.:::.::::~ :::~:.: :::.::::·::t::::::·: :· .: :·::::·.:·: =:~:·~-:: ·:~. ~~::~:::~.· :~· ... ::· .::·.:.::·:~~:. :::· :':. :····:· ·. . ... ' ~ .......... _ .. _....... . ..... -............. ,.. . .......... . -·-········ .. ·· ...... .. ........... ................... ...................... _ .... , ,.... ....... ··:::-: ........ :: ............................. r ..... :: ................... ·-1-··_. .. .. - - ............... .... I-· -........... -........ ·-··· .......•... :i:, --- ---------------,.------- ......... ::::·.:. I-.. _ ................ _. t-· • ........ 1,-. .. ::-___ :~ --,--1:-···· --_:--·:::: ·-··--....... .......... .............. . ....... -= ~ ~F;=::,~-i:::~:='/ · ••· , · --1 - _ ~ _ _,> , ..... ---'-~-, .;.; . " " .... :.: I" .. ... .L '·--... . : ..-·· ........................ ,. .. . .. ..... ....... .... ..... ,. . . ........ ... -........... , ... SEE SHEET NQ 13 OF -GRADING PLANS FOR [OP OF CURB ELEVATIONS rOI? ,PHOr/LE Or ,P/?//IATE STO/r# fJ/lA/.11 SEE SIIEET 19 PLAN: BROOKFIELD WAY SCALE: /11= 401 ---- &l-4--RL ~ve. AS DNJ/ r ~/TY /)J: .,...,,r;;,.,-ro.4_/J _ , -(e:: ' ·, • ..J •• , ............ , ......................... " :----- AS BUILT .. --· ·-....... .... . . .]9~· ~· ... ~~~1~1:,.,-,.!-J.~ ... ~-~-· ~u~-----,,-,=-== , -z.s -s 7 JERALD L. VAN ERT R.C.E. 20984 DATE EXP. 9-30-89 ENGINEER OF WORK ~ ;f z).._ e:t- JERALD L. VAN ERT R. C. E. 20984 Go-(. -83 DATE RICK ENGINEERING COMPANY PLANNERS· CIVIL ENGINEERS· LAND SURVEYORS 5620 FR/JlRS ROAD $AN Dl£GO CALIFORNIA 92110 PHONE 291-0707 ,n, , SHEET 17 ~ ~ACT C_ITY OF CARLSBAD ,:-1,11:,,Jr,r.r:t,/NG DEPARTMENT SCALE: /11= 401 .. • ·1 t---t--+------------+---1 PLAN FORTHE IMPROVEMENT OF: , CE) N Iii' II' 21' f /80.31 CENTERLINE DATA , ·11 11==:::i========F=====r====:i==========I< , NO. DELTA OR BRG. RAO/l./S LENGTH REMARKS I jl=W=:==t=N=Q=/=• =ll=' 2=1=,,=E=l==='="====tc~==fs=1.=22=l1F"="""'=="'=========l1 @ N 13' 461 22' Ir 30.131 • @ /J• IS' 8B' 02" -30' /0.29' -f lt-::~=-t---~--+---+-----+--------1, '-->(...J I/ ,9• 481 40' f /Bi. 211 CURB OATA NO. -DELTA OR BRG. RAO/US LENGTH REMARKS 14' 2 ,j, 90° 001 0011 10' 19.71' i" Tl/PE "G" eURB ~ .11 • ao· oo' oo" 101 ,a. 71' ,. ero. auRB IB' 22.71 1 II 5 LI , so· oo' oo• BENCH MARK DESCRIPTION : TOP OF STO. BRASS DISC IN CENTERLINE WELL MONUMENT. LOCATION : STA. 490fT3.26 BC; EL CAMINO REAL. . . RECORD FROM : SAN DIEGO COUNTY ENGINEER LEVEL CIRCUIT LINE NO. 201, BOOK 001, PAGE 20. ELEVATION : 653/? DATUM: M. s: L. t---+---+-----------+-----''-I RIDGEWOOD WAY, CEDAR BRIDGE WAY & BROOKFI_ELD_ WAY t---t--i--------------'---1---'--I IN THE VILLAS :AT CALAVERA 1-111 LS CT. s2-1i:: t---t---+------------+-----,1 AP:!f~vw_, fc1,,d;~.-OAT£= (J,-(r83 SCALES: t--+-t---------------+-----1::::R.:::'£:::::: =3.='11'8=/==::::C~/~TY;;;;E,;;;N:::::13;::/N,=5::;:-E:::::R:::::::~ HORZ, AS S/IOWN ~ WNBY I PR0JECTN!, V£R: t----+--t----------------1-----1 CH!<D B~-CJ. 82 16 DRAWIN,G_,_,N° t-:----=--+---+-------------+----1 Fl OB'(; " -231 00 I"' DATE BY REVISIONS APP'D CMWD 13c-401ii JOB NR8800 , PR.4.n/e,e /2:b. ,y-..:!53 SAN DIECIO 11.U;: PRINT CO, '.... ' - --ro-r. .. ,,,,,.~ t.QC...;r..;c:;;;;. --''-"' ----· • C -~ ·,-: ~--~.~-'~ ·.--. ·--· -' . --. -~ .. , ...... ,.• .... :::-)):::; it.::!:-,=: :c:,: •• ---· -'~,,::::;· :-~ --- -.. ·-···:.: · .. :·,~... N :~~·::.-.. : .. : ., .. :~ . ·:--·:-±:·::::: ....... . .......... 1-;: ...... ~.· · .... ::;;:.::.: ..... t: .. : .. :. ·~. : ...... :~ ... ~. :.:• .. :::::::::~::::;:: .. :: :·· :;::.:::::·:. §: NOTE: TOP OF CURB ELEVATI0/'1-Ji 0.70' ABOVE CENTERLINE ELEVATION UNLESS . OTHERWISE SHOWN_ ···-··· ....... , .......... , -w .. . --:._ :::;:~ ::: -~ \\;j - ' IJ;:j-· :::::-:.: :: ~~.' ·.:: "::::.:~~' ;;';- ' .. - -,~ ,·····~· ,,., ... ,. ·~ ··" ... .. _ .. ,. ~·-· ., ""· ~ -.. -~ ~-··~·, ... ,. ·;:·.'.~:'. : .. "" ~ .. ,.~::·: -...•.... , ~ -~•• •,m ~ .. ".•'• ., .. , ... ·~······· ............ ,.,,,., ...•.......... ~ .. ·-· . . ... -....... ::;: ·;;:, :·:.:,::: ·:~ -~.::·:· ·.::::.::::: .. ;:;;:.::.::: :·.:.:::-... ~ .. ~,-, .... ~-. " ..... ,. ~· ~,··~· -····· , ..... .. ' . . ,--· .,,., ... , , .. ~, .. ~" .. .,,, -···· -:--·:.::-:::::· .:~= '."'"··~ .... ~ •--" ·~····-,._., .. ~ •... ·--, ....... , -~ "~ '""'"' _::, .:::;;::;•• -••--~""'; •.:,m_-.;:_; •::::-~ ··-···· ····~,.~~ :.::::.-:::--::--:~···· ·:. •--~---- ,., .. ~ .•. ,~., ... , ... , ... ~ ~ ..... .::.-:=.:::: ..... :',:: .. :·:::'.:'.::.'::·:.. .... "...... .... ·~ - .. , .. -....... ,' ., -·~·~ ~ .. -~--· -.. , .... LOT 8 --.........__---..__J_t-1-9322. SEA8!r00K JJlflllE l2"x !2"x6• f'L, TEE W'!Tli_ 6"rLxHT 6.V. JVIT!f/f{JST BLOCK .. , .. , --·:: .. ~ .'. .. :::: .:'. , . -' '," :·;:~.. =::.:· , ..... ·:: : : :. ...• ---.-~.: - -----.:~ .. ::: .. . , .... ," .... ::.~:. "" .... • ...... ,._....,__ . .. . _,_. _____ ,,_,. . . --~ ··-···--· . . . t ·:· _·::·r~~=t;:·.:~::~-'.:?·.= -,-.: ' : : :;: :1::,~_ ,: - . ~. ····-··-··· -···-.... .......... , ... ·-' ~,, ... :.','_r"'·''"~:-~ ...... ::: •. ~-- •:::::.:~.: :,::::~::.·: :'' : ' """ --······ ., " _:\ ... , :." I " ...... - - -. ---~ 1- ,:: .... ; . : cc -~=i,:::/ : ;;;, ::::: :'=S~:;::--_.;-::......c::rl!::_ -···· :::.:.::::· ::·:::.:::.: .... ~ -····· •....... ...... , ..... , .. ··-:·:::: ::: ... : __ ..... _ .:: . •-····-' ..... + ..... -·-·· ,. . . .. --·. , •.• , ...... ~-; . - , l C ::i::,-·-···~·-.,·~~ ·. ~:.:· :::·::':'. ... , ... . ......... . +-+---- ---- """'"" ... , ............ ,. ,.,,. ..·---- ··-'""i""'' ''' --................. ,.---:-:-•• :--:-:: ·-· .~::::~~ ·:.~::·::'.:. :::: .... ·: ,I.:~:.: ... :• ·::•: .,: " :.::: . .'.".. .. ,'.'. :::--'.·:::::: ::·::-::·.·. ;.:::::. :::~:·::.: ·:··:__:~ ~:: .. :::•:. ·.'.'.:;: L.... ·:-• • ··-7""""""""'1" . ,""""""'"'" ,. ......... ·--........ . ·-----·····--: .. :-·: .. r:··: ..... -, ... . t.:: ·::~~:::~:~ -~:::~::<~ ::-~::·;; :::-:::::;f::~~:::-:.f:::;:· : ·,·:::.:·::···:-::r::: .~::::: ~· ...... ·I --. ' " ' .. . 1... ..... 1 ....................... , "'. .............. . . . .. . ... . . .. . ................... . --+-... '; .. -· ..... ~ ......... .,_:, le ········ -, , ·· -· ·· ···· ... ~-.::.:·r ::::1 .. ·· :·.: ..... :::::::·::: ::::··· .: .. •:.::::• _: ....... i. L • ... ., ........ , .. ,. ' • •••• •• ·.· .. ···::· ~.:.·~:::: ::i::: .. :·::: ··::i:.::· :~·.;:::: ~:.;::·/: ..... : :~··.:,.:·: ":':: ' . . .;; .. ·:::·:.::·.:::-•. :;:· .. --..... ,.::·.-:··:: . ..... . ..................... . .... ·-····-·· .. ············· .. · .. :: .... ' ::·.· .. :. :.·:_ .......... ··· .. : . :·.·_ .... ·····:: .. ··::.:·.;·.:::~: .. .':: .. :.:·:_: .. . ...... .. . . .. ,, ' ,.. ... . .. . . .. --' . " ................... "-·· .... , ... , ~ ..... , ... . .... . ..... ::: .... :·,'.·· ... _. .......... .,.:,. :, ; .. ···,. : ., .... ·.:: ··.'.: '.;. , :-·: ... :'." ·::~::::.:::. -:·:··-·. -· -·= '"' -' ... , .. '. ' ' .. .. .... ==~ :...:::.:·:~:·· ~-~'.\~+~~:~::~[.:·_ --:·.:::::;·7: .'.: ...... > :::·:·.~ ·:.~·:? :··:::·:: ..... · .:·.:'.·.;·:~ ::~·~= ... _·: ·· ··· · ::~:_·~ \·i;> .~.~:·:.:.~}: ... : ·.::: .: ... :,: L :~j~:::: :.:.t·)f ... i //:-i"·i· ~::::=-__ .: ····+---. . .. . ..... ·-... ···-···· ::·~; .. >. .~ .::·. ·:.:::. ~::(:-;-.. .'.':· .. :··· ··-··= :, .. :~1:: .... ·:.:: ' ............... .:.,. ... '. .......... _:.- . .... ~. -- - -....... -....................... . ....... . ....... _ ........ . . . .... " ... ' ......... : : .... :: ...... ·:::·.:·:·· . : ..... '. ·~~~=; ::_ :[_:~:-:~·::: ::: .: .. :.:. :·~····· ~-· .. ' ..... -.. :~. ;:.;:::::.-~·:·:::· :~. ·.::: .. ·::. .. .. : .... :. " .: . :: · .. ·· ::::::-.: •. _ .1 ................ ::~:-·:-·-·-····-····-··· .... .. ... : ............ . ··-··::: .. ·· ··-........ ·····::,-:·-·~·..:-······· ... ......... .......... ...... ··_·_··:: . . . ........................... . . .. ·: ·::::::::.. .. :·:. :l·.. ~:.:::. ,.. . .. :::.. --..... . ... , :.:··:::: .. ::;:·::: .. , . :··, .. :·:: ·:::·:·:·; -····· -······ ... ~.-·--i----- . :::::::·::.::-:··· .. ·-== ... ·-·. - , ...... .i ... '" ............ ::.:: ... :~ ... : ....... '. •. - . ....... .. .. . . . :···· ... :: .:: ·: ... , , · .. ::: '. ..: .. .-· _ ....... :·:·.:.-::-; .. . . ·: .... . ... ' •.. '.:.:.:.;:·::..-i,:.:.,, . .. .. . . ,--:·:·::·· <:•::· ;.::·:~~ .. ::.:.:. ... ' . ·-..::·.::· .. ,. .. ; ... :::::: -~~:.-.. ::: L.:.:·~ ... :: .. : : ·: ., ....... -.... '. .. . -··-·· ........... . ·;······· . : .. : ..... ....... . :~:· .. ·· :--:· ...... , ·· .......... _.. - --.-.. . ' .... " . . . . . --.. . .. . : ::· ........ ::~·:·· .. , ... ,~::: .. :::: ... ::: .. :: .. :::::.:'· ·';-;:::··:.: = ... -, :.'.: ·:~:,::::::~ ::::::::.: • ·::·:::::·:: .~:;: ;::, : ' , __ ··-·--·-·~' :·, ' . . ... , .......... . ... ... .. . . .,. .. . CENTERLINE OATA \ CURB DATA l=:===:='F=:::::::::::'="'===c...:::.'=F==~;,,;,,;~=====i========I :i -~~~-~D.=~=l=T,=~=°'=~=B.=~=G.~·=R=A=D=~=~~=LE.=~=~=n=~~~R=~=M.=~=R.=~~~1~~~-~~~l~T,=~~~~=~=G.=.FR~~=o~~~~~L~Ei~~~~=~R.~~~~~~=s=~ CD Al'->R":Q'O'"''O"E ""'0.'0' · I'"" 171 l-::=:-+-"-:-'"'-''-'---=,.;,,,...,..,,,,..,",..,...,.,,,......+-----4--.:.."'.:.."'·.:....:..--1--------l-1 · t.LJ lv6!°30'00'JV 4200' 6' STO. CURB 1 CD i1 = 5/"00'00" 40' 3560' 2 N28"30'00"E 15.00' " it-C:.:=""2!.'::c:'.)+-N-:--:-7:~'9=--=-·-c-::ao:.,..':=-::oo=-:-h-=E--J-----1--....:lc.:..:i5.::.:.:.a:::.::ti:.....'--1---------l b!J IVZ8"30'0tl'E 1soo 1 t .... ©-=-.....L-N_l6_01_'3_' 3_8_" E_..L----..-.<1...-..;..5.:.:.7.::..;00:.....1_._ __ ...,;,__..........., 4 L} = !J0"OO'00II S' 7.tJ5' ,, ,, · 5 L1 ~ !J0'00'00° S' 7.851 " .. ,. .... ••-••••-••'"•'•-••.• .. ,._.,-,. ... • . ,..,,.,•.•••.••.•;:•;.• ._....,,, __ .... ..., ... , .. ,.L ... ,.,,,-.'.! .._,~ .• ... •••:•• .. _,•••••• ••••••~~•.•-•--, :••• ••• ••c•,",~•••••••s••--•••-J 'H~+-=:=:-:~-:-=-:=.:"-:7.~--lf---=--+--....:.;::;,.,....+--------I wArER DATA 111LL cL1rss 1so; :1 6 NGrJo'oo"w 4.00' ,, NO. DELTA ORBRG. RAO/US LENGTH REMARKS (ll N61"90'00"JV 4.00' 'I N28"30'00'1E 9S.34' 6"AC.P. NlJ".J0'00"E 12523' ,, Ll= 3"!6'22" 200'* l!.421 I/ Al 76'/3'38"E 64. 4fl' fi"A.C.f? AS BUILT ----"~-------'--'---d-=------v-.... __; ... :..,_• __;f?...?t:...=...i. ___ ~ f -ze -e 7 JERALD L. VAN ERT R.C,E. 20984 DATE EXP 9-30-89 ENGINEER OF WORK ..E:RALD L. VAN ERT R.C. E. 20984 t. -4.-63 DATE 8 N28°30'00"£ 20.00' (2] N2tl"30'00"E 20. 00' /0 t:J a 73°23'54" 2tJ' 3587' l!Z] t:J.=73°23'54" 28' !JS.87' RICK ENGi NEERING COMPANY PLANNERS• CIVIL ENtllNEER8 • LAND SURVEYORS 5620 FRIARS ROAD SAN DJ£GO CALIFORNIA 92f/O PHONE 291· OTOT ' q.4-H, .. v .. A<:-uur-t:'/TYtlrCA!i'LSBAO 2-J • .-l/117 ),.,,.J..C CITY OF CARLSBAD ?-8-8 .eE.c &?vised t5rades ,._ 1 •'~"-,,,,,, rn:JHccT I ~~P"'l--'~~~~...!:!!::.~~~---!:':..J., ~2.+--...L!l.l1'1l:J-18 l;N6[1Ef;RtNG Dl;PARTMtfNT ,, " ,, II II I/ ,..,.· ----'-----'-------~------~ t----+-+---------------+------J PLAN, FOR THE IMPROVEMENT OF: BENCH , .. MARK DESCRIPTION : TOP OF STti. BRASS OISC IN CENTERLINE WELL MONUMENT ACCESS ROAD t--+---,r---------------+----1 IN .Il::lt VILI A<: .AT r•• A\~~A .JII IC:: r.T 82-16 LOCATION : STA. 490r?3.26 ac; EL CAMINO REAL .r--+---,r---------------+----1APff9,WJ4 Ct.,:-II,:-' DATc= 6-6-83 RECORD FROM : SAN DIEGO COUNTY ENGINEER LEVEL t--+-,r--------------+---.J ..,.R:::'C':::::· :;3:::'·''::08:::/:::::::=:::C:;/T::::Y::::Ei:::'N:;G/:::Nci;:·'£,:·'R:::::=! 5Jttf,5 i,s SIIOJIIN . ELEVATION ,' CIRCUIT l!Nf NO, 201, BOOK 001, PAGE 20.. ·r----t--1-----------------II----I~'-WM 8'(· I PROJECT N!. VFR: : 65. :;1? · DATUM: M. s, L. t--+---+----'-----------.;.j,...---1 CHKD av.· CJ 82 -16 """~""R"-4;...wl--,N-,G 1 _,N°_,,,_--1 ~=-t-+-----------------1,.--.....;i E'LQ BY ' · ~"" -£, : · · DATE" BY REVISIONS CMWO 8Z· t/tJu, p,e4H/.&;,e A,;b_ G-6..:S JOB Nl:laaoo -·-:·:· .:. .. ::::~:: ... ;.',. : .. , .:.'.. ·.~ ... : .. . -·:::·-..... ,-, ..... ".. :· ......... , ·--· ~ ...... . :·.::· .. : .. ::.::;,: """'.;,,: .......... .-: .. ' _ .... -····, _,.., ····· '!--"·'··-~ ...... _., . . . 1--· ~-.. , o, "-····' ••••.•• --··-······-· ... . .. ·;::::1--··.:::. ·:~..:.:: ~.';", •. -_, ~ .. ;\;: ~.,.,- .... ., m . ., .. ,, SAN [Hl!:GO BLUE PRINT CO, ' ...... ··: :::.:::.-:: ·.: ...... . •••• •~m .. , .... _ '·····-,. ..... ~ ........ . " "' ,~. .. "' .,. 7 --. ::: .... .1 : .. -·:--t.:·.--· .. :·.~1::.-_ .• ::.:-t::::0::_T····::3>·· ·-···-- ----=ii:::-~;;-;:: .... :.~::·~:·::.::• ··::·.:::::_t:;:·····:-r.::'.::'." _._i---:,.:.:,.: . ..: .. -: ... t-,,-.: ., .... ~ ..• ..., :· . -·~··· ::; .. :,:~~: :: ... '. ..... ~... ... .. .,.... ... ...··#'··· .~. . . . . , -. ==-·:·::;:i'.:' ..... _.., ...... ·:::·::..:: ,':~~'..'.::·: ··:· ·:·:::: ·;, ...... . T--' ,., .. -· .. : .... . '' ., ........ -·--....... _. ....... _. -·· ... -,···· .... CONCRETE EIIEl?tJY D/SS/f'ATOIP PEI? D-4/ NOTE: O/SCIIARGE IS IZ6.8 CrS. THE/ffl'OlfE SIZE 0/SS/f'ATOR rOR 48" OUTLET .f'l.f'E. , PLAN: PUBLIC SCALE: /"= 40' ......... .. .... , .. : . ......... . ·::.1,:: ........ :. .. .... • ,. ........ ~ ............ ~···. ... . ........ , ..... ~ ~ ..... :.: ... . . ... ··-. .. , ... -........ ·+ : ...... . :. . ..... .. . ·····t--... ·:·: ... :: ... ·:, " :·~::·:= .. ::::·:: .. -.. : . ::.:::: .. ::· .. :::: .. ...... _. ·· .. :::·::.>··:'.'_ .: .• , ..... . -........ . . ' ·: ... ' . , ·:. .. '··.·:· . :· :: ... ::: :· ... ~ .. : -:· .. :~.: ::: .. ::.::: ... I ...... . ............... .. .. ..... ::'..' .. ·: " .... , .. ~::~;:~.:l:i)~ : .. ·.:.:. ~ .. ::·::·;:·· ~::.:-·::=:.::: ... ·:: .. : .. '(:: -.. . .. ··: .. --- ......... . . ' . ,. . ...... .. ~ .... ·: ........ t·: ... :::.' .-::::::::.~:::.::: :::.:··- ··-···· .. . :::.~.= <.::· ... : ·:. ::::~ ~~: .::.:. ····-·~· ...... ,. ... .. . ... _ .......... , , ............ . . .. ·····-·· . : :.""; ,·::: .. ,. ... ...... . .. ---.:.: :.:: :::.•; :::··-· :.::::. ;:::~:.::.:: :'.': ·:::·. ·: .. -··· ... ·-, .. ·-· "~_, .. , ............ _....... .,~ ···-. ::. ::-:::' :·:-,.::·::t~"::: ~·· · .. t::: .. -... ··"···-.. :::::·: :.'· , ... :·:.::··' ··'. . .. , ...... . . ...... . -· ... : ... '.· · ... : ··.·~.·.· ... :: ... :·~::.: ·~::::::::·.i .. ··, .. :-· ·-······· 1:::·· ··~·· ........ ::.· . . .. .~ ... ........ ..:.:. ..... ,.-. -' . -·· . ~ ......... . .... . . . i-::·:.: .. ~: ........ ::: . ......... _ . ·; . . . .. •I .. •:::. :::::• .:::. ~.: .. ~~:. ., .... -- ... ,., .. , ... ... c ... ---................ :~·i::·-£· .. ,····F•i·:::~·::::.::::l .. :•:· .. -··:··.-·· .. ;~L:· .:·:·:.:" ... ,. . . .. .... :s ....... ,........ . ... ; : , ....... , . .. . . .·:: : ·, . ........ . ' . . ,..... ... , ---·-... ....... ... . ' ..... . . :· :.:--... ·,\ .. ·:·:·::::, .. ~ ... """ . :"--t~>: .:.;:;: --. " •. ,, ..... ,_, .,~.-~ ... .... ' ::: : ::,;_::: -· . ' ' . . . .,,.. . ~,•,~•a, ................ , .. w ...... . .. ~·.::;::· ,::::::,.:::: ·: ··.:~-:- ........ -·· ...... ~. ... ... . • ........... 1--..... .. ................. -··-· ... _........ . .. . ............. ···-··-·. ........ ... . -· -~ --.... ~ ... ~ ~~ . . . . " .. ········-. .. :::·:::: ........ : ·:.. :: . . .... ::::~:: :::::::·: ......... . . ::::::::.:., ·1: ... ,:'.~···:"· -1--. ' "" •. 1 ............ ·-··· " ... ,:::.:;;::·. ::~= .... . ......... ·-.... . . ,-_ ..... . ........... , ..... ·-.. ·······. . . ... . ........ . .... . ............... ··-····· ...... -.. . ......... . ... ···-· ... >·· ' ... ': ····. ::;~=· _ ... ~~ :~::::: ............ ,, . f-· .... ---. '' ' ' ... , ............. ,. ' ... , ........ '.. ::::;;::.: ,:: .,. -----, ..... ' ......... ····~::::. '.:: .. :~:::. ::::·:::·. ::::~:··· . ....... . ... . . .. .. .... ·, ..· ...... . . ... ~.... .... ... ........... .....•.. . ...... . ..... . .. . _.. ... .. .. ., ' .. . ...... ;.,· ......... ,., -- ... ::::·.· .. ···:::~: ... ··-:;:;'.:::' .:: .. : ........... ,, .:.··t;··, =.~: . ..... , ..... , ..... " ····· ..... -. .::: ·-····· .... .. ··-_::-· ·.:.~ ~:~:···::: .. :::::::::· .-·::·::):.:: .·: .. : ~:~0.,::::~ ·:::.;: , ... :; . -- . ........................ _ .... -. . . ..... .. . . ........ .... ... . .. . ........ ... · .. ··:: :········· .......... _ ::: :·::.: . --:::·:.:: ::.:: ........... ::.··· ·:· ......... .. ... '~: .... .r~' .. ·····-·· . . .... .... . . . . .. ........ ·········•···· .... -..... . . ........................... -1-· ... .. ·-.... . ···-·· ........................................... , .......... , ·-,. ·--~ ..... . • j...... •• . " .. .. . ....... __ ,_ ~-. :.:::. :'.: .. :::.:. :::.:::: ... '. .. :.:::: .. ·: .. ··I-· .... :·-I-.. :· --.. .. ...... ... ....... , r-·····-·-·--· ---................ ·-···-..... . I : .. ........ .. ... .,'. :-· .. ···.:- .............. " ... .. ............ . .. .. • ......... . •.... t-·. . ....... 1 ..... · .. .. .............. . ....... -·-·-.. ... . ....... -.. ··-········ .. ·· ... . I· ..... _ ·-......... ·-. ·::-.-···:· . .. ,. .. ·:·... ·: ., : ..... ·.:.:.::.:· ......... -· .... ::.'.... .. .. .. ........ ' ........ .... ..... -· . .......... I·. . . ~ ................ ,,, ... , ........ " . ...... _ ..... ... ............ . .. ,. .. , .. , .. , ., ~ . .. ..... ' _ ......... ' . ' ··-' - . --' •• ••• ,. .. w•; .. ,.,' :.: ... ~•.:.. :~~:~: . .: .. :.: .. :-:-'.::: . ··+·-·· .. ·-... :.. .. ::.:: ......... , ........... :'.'.::.,., .. i-::-····· -::: .... ':~ .. . ···-:,~ i-;;;.;::;;;~;···-■ ........... . ..... STORM ·-···-·· .::::::::·.'.:::.~: ·-_·:~-.:::.::::· ::~:.:::· ::·· ·:·:.:, :. ···~ _; .. .. .. ....... /4~ 12. ,llj e 22.25' HT.. fl 1/i' TTf',c "!!" IA/Lt:T DRAIN t ..... ··-·,-...... _ ·:::::::.:' : .. :·::.:.:::, -:::;-::-: . :·::.:: ... ';(·_· .• . : ... .. ........ .......... . ...... :: ......... ' 6 Tl/PE "B' llfAOW4LL PLAN:PRIVATE STORM DRAIN SCALE l 11=401 ENGINEER OF WORK STORM DRAIN DATA - NO. DELTA OR 81?6. RADIUS LENGTH REMARKS (Ll ,1 • 37" 48' 55" /00' toG.00' 42" P..C'.ll AS BUILT q.,.J..:t ct v__,, a,;,,.-6,-(.-83 JERALD L. VAN" ERT ~CE. 209H4 I Ill E c-8-34 REC E'e///Sed Clnzda ,. , 14- J-.?3-84 lr'E.C. ,ff'Y/J'El) IA-'LETJ' T,MN/i'.4CJ( AVE 4 /9 1.L (21 N 40' 41' 29' £ !JOO' 42" 11.l!.fl . 1 /Jl N 4z• 45' oo" E z.15.00' 3s• !le.P. i @ N so· 52' 21• w 20.001 12• l!'l.f!. BENCH MARX ·---· I I I . RICK ENGINEERING COMPANY PLANNER$· CIVIL EN61NEERS·LAND SURVEYORS . 6f2() FRIAR$ ROAi) $AN 1)/£60 CALlrORNIA 82HQ ' "PHONE 291-0707 ,,..,,,. fsHrrf7 CITY OF CARLSBAD ~ £NGI/IF£R/NG DEPARTMcN T PLAN FOR THE IMPROVEMENT OF: ,_ STORM DRAINS ~ ~ i -ta) N fiO' 92' 27' W 2§.00' • DESCRIPTION -· TOP OF STD. BRASS DISC. IN CENTERl.!NE : r---t·--·--1-----------------+---I 11 r?i N gq• 47 1 49• E 72.32' ,. WELi. MONUMENT. t---t--+-'-------------4------1 lN THE VILLAS AT CALAVERA HILLS C.I 82·16 i~~..:N_;__J_3_•...,;t_2_' ,:,.;IB:_"..:W:..+----+----'-3,:;;2c:c8::.1J'-1---,-, --_---1_, · LOCATION -. : STA. 490+73.26 B.C.; EL CAMINO REAL. AP~R9~~+ (;.) , (},,r2/ • DATE: 6-6-83 1 (j N E6' 47' 49' E E4.82' 11 ---SCALES, · RECORD FROM : SAN DIEGO COUNTY ENGINEER LEVEL R£: !1308! CITY ENGltEER HORz, AS SHOWN ~~-N~B:-:-'-:-4-::8::-:-' -:40~"7."E-:--...--,---"t'---::(i9=-·==00:-:-';---"------1 CIRCUIT LINE NO. 20/, BOOK 001, PAGE 20. ~~ BY· I PROJECT N!_ . VER, w N 79• 1/i' 3B 11 E 57.37' ,, _ f=LEvAnoN = 6s317 DAruM .-M. s. 1.. lh1%i c.T. 82 :-16 oRAw,~g11:18 r , N s 4• II' 2ou ir fi2.00' 12u RY.a. __ _ _ DATE sr RcVISIONs APP'D CMWD 82-406 JOB Nil 8800 PA:':4 .w'eA? /U7. t;;:-..5.:3 r·- 1-:··~ /F::. ~~;§ -l'£,v,. ,----,--.. ' . -jm ==-::::c:·;:-·.::·. '"···-· -,~ ... -~ ......... " .. ~ .. . . . . ........ . .,,~ ""'---· al ' f/l. -I-~----..... . 11:::c C 00 •. -: ".'. -~ :.-.. K £i,i; - -··--...... ::: __ , ,.""·-··!•· -- , ' . ·._·::.:.:.. --.. -•· ., .. , .... ,..,_ -•· .... I •• • • ··-· • .. ··-. +-··-·· +,~,·~· -·-· ~····~.:t.:::::,j:::~~. -···-·". ' "·•·· ·-· .:·:t_~" :·.;. _::::::· ~..::::t. _;. : .. :•.· : ·=· ,-·-~···· ,.... . -.. 'U II PORTION OF LOT MAP NO, 823 (SAME D1IY1VERSH/P) STORM ORAIN OATA NO. DELTA OR BRG. RADIUS LENGTH REMARKS (l) N58"54'J4"Jfl 34.(11' l'l"f?JIC (.?\ /{4(}0/(J'/f./1/£ 2_'5.00' /I /I I t--':=~+'~;:_=....:...:.....=c...-t------t--=:=:..:c::::::.__ ...... ______ _::_ ---➔· IJ) -N84" 21'59"Jr _ _ _ 81. 77' ,, If -I ......,@~-t-N-:-:04-=11,...,5:--:8~1 '2:;..;;f~'l,..,.f#_,1-----t--'7:-'--'/ '....:til::...:Z::..'...,....f---=....:l'Z=-'-' :....P..:..:V...::.C:..... --'-I] ~ N7Sd2u,41u 11v __ a1.eio 1 0° Rue. ftfl N84'43'35" W 8.60 1 /511 P.V. C. (Z) N84"43'35°Jr 60.15{)1 1211~1/.C , .--:::s:-t-:-'.""'."~--:''-:-'-'--"--+------=,f-'::...:;;-'-':c,-=-,--+-'-='-='"="-=----1'' ~ -n.z4•;7'0011w... s6.00' 1r. 11 P.v.c. __ ... , .. ,., .. ···--.r-::... -.,, ... ,. 4 .... _,, -"'" _,, ·-·---~---I ",., --··· ··-' .. ··----·----, -. "' ->-: :·:: ··::·__ ·-!--· ===f-=_ -·r·--- r-.. -'- -···-·+ . _ _;_ ....... ,. """ :.· .. :. ' 1--.. --- ,_ -=t== -~ ... l -~--+ ----··. "''"""' '" --·--., , .. ". . ---~ -::::_-: . ,.,,... • :. ·•-•I--• -,- n• ~ ..• ~--·--·.::. ·. :::~ : ... : ····::::::t:: . --: .... '.:: .::;·'. .. ··~~ .· :···:·:c :;,,,, 111'··· .. -..-G-.---···:.--: .. •,; '.'.·". _::;:~ -:;,;-~-..... ·:~: ----"!ls, .. _--i-··-·~ ·--+--.. --·-··-···· ~•-· .. : . - -__ ,,. " '' !-··· ···- ,.,, ...::.. · ...•.• I,---·-· ., .... -· i· ". :::; ··-- ;:::~::::.· "--~ ,~;s c~ "> ;:i ... · .. , : •,:.:---. ·----- ••" " !·""····· r - ........ •-··· ··-t-····- ··-. ; .. -• . ... ' .. i::· .... > -_ ~--· - . -·- ; " -··-:: ·1 .. ... :.:·· -- ..... ·.: .. . .... ::_ ...... :- ·, .... ::;;:: I - ..... ~ -:::_,. ::::::::/:·····-::--- ·.::_.: ----- ·····--. --. -i--·· -·---·::; •. ~·. 1--····t-···- .. ~: ,_ : . : . ·: '.:· ........ _ ··· . ,~;. ·)·~:~=~·. --r·-·-·:·: .. ,. .:v.·~:~:.i~:::Li~· .. ' , .. ·::·:· .. ·:-.::~··.::: .. :-:--::·:~:·.".7 '" .. -·· .... ·-+-·;: _,, ·;;·;__ "·~:::;. ... ···-.... ...;..-........ ::-· . ·---_ . .::::;-l .. ... . . ....... . ····---· - . 1--·····-··-.::-.-.--t:::::::j -·· -···" ! .. "··-·· !."'.,::.:·· -:.·:.:.....,.:..._·· -~rJJ.-~~,_-,_ -~ ~:r~'oo_-,:~~~~M-•--.. f--. +- , ..... " ...... ------•· .. -. -· ,---.... " . ,-- ·---· ... , ··-.,, __ ...... -~·-·. . .. ()t~.17J@ /825'RT. t 6' TYPE "13"/NLET f'li'IVATE INLET PER 1)£TAIL Sh'EET A/Ql' --- /6 ( 253.5) •.• ..I... : t= /0+26.95 ~ l!J'LT. SEAB/i'OOK MIYE t TYPE"A-4"C.0. tl"STUB ft;Z4tl.8 . ( Z55.6) . ... ....:...---=-.i--:-.. = .. .. . . ·I-· ...... . .:· -:: ·-1-::.: _,__ ...... . f'RIYATE 1/VLET PEI? PET41L .5/fEEI llt2Z ... P/1/VATE II/LET PEA' lJET4/L S/IEET NO. Z . . . -~ . , ' -' ~ .,. . ---···r-" .. ,', - . t::::c. ,. ... ... ~----~----_" .. ., .... , .. J:!:: - "" """ . :::. " ---' ' ---"" ··-· ··--f-·•·· - - ---- _ ..... ' ..... ~- ::..t= ... . -·· _,,, -··-··· ,--·· "-I ••• , ... ,. .... --- , • .,;·~· •· ::.;·+ ····--···- 3 _:::.: .•:,7-. :O:.·::: ". ••m,. •-••••--: .• --••'..-~• -=~:•:••:•: .. :• ... • ' .... --· .. ·, . : -··--· ......... _ ·--.... 2'-56.00 ~ JO' CtJR/3 01.ffLeT @45°ANGLE ··-· "" . ..... .. ' .... , ...... --"' " l,::.=;:::,t .. :t." -·-· --~---- ---··-... .. ->--.-- :·.:.-·"'/" ---·•-"1,.' ····---·- . ' -·· ..,. 1 --J ---.. + . - ,_ ,-. ----··---· -,,, .. - ..... L .. . "' 1----t- .::··:::·:. i,:.: .. --+::~-.::::t.:·::·~~~ " --.:·.:·.~~t:·--==t···.--· ' ~ '-~-~ -... ··-'--· -~ ---. .,. ', --L --·· , .. , - j. " ~-"' ··--·· . ·•·· ............. ,.~---""""" ....... ~ -=-··: ::.:.: . ' :'"··-......... . I--•-·-. ·- -- +-· " •••• ·-· ........... --•-··, ... -.. . ... ~ . + ···-·-~ -·-~i :.·.:-·-:: .. .:·: .. ~.·~: . :~~:::_.:.·1 _.:~.1:~.:.-::1:;~·::.::".i·;:<.: . __ ..., -~·::•+-·-:= ·~~;§:::.· .. "~~·.·~~ ·:~ .. . . " ... .,_ ·:~ ... :;.:~:·:.:...z::.::::: -··· .· ·f:=:::==. -··'. ".~": .:-. + ...... --· 1-. --• ..;_ .. =-·. ' ,------,..... ,. . ·····I-· ... :.;·: ··:;;;- -·-·-!-· ·---, "" ......... . -··· .. :::i:.:=-: .. ~ .. :: ·-·I-·· ...... ---.. ·-··· .... -· . '."" . -· -.. I· ... ····-· ..•... .. _,, -· ---·--· :: ·- . · .... ·.'": ··-.'. i-::::--:::-;-. -- : · .. · ...... ••--· :c.:: .j· .... ·. ... ..:." . . ::::~· .. :·;:.- -··~. ·::. ·--· . ..~ ...... -·-·~· --~.-:" ·1 :·. . ... /0 AS -·-·.:..:."" t::: :::· ---.: ... . -· .. f---:. :::: ... ,,. :r: -··--< -+-· +·. -·+··"· . .... ' ·.::. '.· .. :::: .:.:·.::·.: ..... ·-I--···-- ... ::_ : .. ::. .•.. T . -··-···--·-···" :::~·. ::·. :.:.:-: ... ···:'.=t:·.:· ~· .. --+·--. . : ··-· . .... ... ....... -· ........ '' . . .: .. =-·:: ..... ::~~:·.:·:· . . l .... ·.~·::· ~ =::f_:::::·::+ .. : :·: .... ..... -· -·+-·-·-· i .. _ .. -, r .. .., .. -- ....... ·::.: ·. ·, -- ~ . ·~ --· ~ ··-·- ··-· " 1 . :·.=-"::-__ .. :.=L.. ' j ------,- =+--=.l<·~::::L: -.... -. ' . ·+- '"·····-. -" ..... : ... ..... : , .. ,. . ••-+- " '' .. ·-----+·· __ ::_ . ...,;..._...._ --,-· -. . ... · .... · F +-· r· r:~.-· .. -···1-·-· ..... : . + --··:t.·· .... ·- . ·-·--------',. 1 . -...... . :.: :_ .. :.-f: . ··+-· ......... ••+· ·• ···-··-+ .. ..... ... . . ·•· .. ,,. ~ ·i . ---·· .... ·-· .... -·· ..... ··t··· ···.: -·-,. ~·-··· - . .... 3 .. .... :r f'RIVATE CLE4A/Ol/T f'ER OETAIL SIIEET #a 2 ENGIN_EER OF WORK BUILT JERALD L VAN ERT RC,E. 20'384 Re//i.Sed (in,des 4 1~, •. :::::: -···-·· .. ' ' ... "t::: . ~--'--· . ........ i ... , .. _ -r-····· . ~::::::r-:-~ .: ·:.·: . .-.:: .. I-·-· . -·-. :·:: I .. ., .. -1 .,. ....... ... j• ...... . ··---/- -··, ..... :.'.~,t;·~ • T • ""• "• •• PRIVATE INLET PEI? NTAIL SIIEET NO. Z NOTE: . --• 8" f'VC STl/8 Sh'ALL 8E EXTENOEIJ f',f/Oh T() f'AVIN6 . .. --.. ·-· ,-__ i_, : -. . --4 ··-· ... RICK ENGINEERING COMPANY PLANNERS · CIVIL ENGINEERS· LAND SJJHVE'f'OHS -···-·.I..·-·---· "5620 FR/AHS l'i'OAD SAN DIEGO CA 92110 PHONE pgy,.·f17(h PRIVATE CONTRACT PLAN: PRIVATE STORM DRAINS _._q=• -.____,e.R,....-,-;f............,?J_.._,-=---=-2,.:f-~------........,,.,,~ I -213~ 67 JERALD L. VAN ERT _.!1-C-~-20se4 DATE 1~207 II ~Li~~ 9:M~~N&f D IISH~4sl SCALE: 1".,,40' I BENCH ' DESCRIPTION LOCATION =~ Q-30-89 MARK : TOP OF STD. BRASS OISC IN CENTERLINE WELL MONUMENT. STA. 490-1-73.26 B.C; EL CAMINO REAL. RECORD FROM : SAN DIEGO COUNTY ENGINEER LEVEL CIRCUIT LINE NO. 201, BOOK 001, PAGE 20 ELEVATION 65. 3/? DATUM: M. S. l.' PLAN FOR THE IMPROVEMENT OF: PRIVATE STORM DRAINS IN THE VILLAS AT CALAVERA HILLS CT. 82-16 t---+--t----------------1f-----l CHKD BY.· ~ WNBY· 1----1--+----------------------+-----"" :W OBY· DATE BY REVISIONS CMWD 82-406 £Je4#".iR Ab ~-6.:3 'i PROJECT N!. C.T. 82-16 DATE, 6-6-83 SCALES, HORZIRS 'SHOWN V€R1 DRAWINGN° 231,-16 'a, ..... ~. '"'"'" ··~·' ... ·-·-~ -~···. ~ -•••~• ---M,, ~-• . ,., ' -·····~ --~· ~--··""'"• -·-..... ~ ••~ •••-•• ••-• .M~. • - ..... 7·: ····-- ...... -:·~ :--.-~ """· ... ~.~, .....•. ,;:.,. .~::..:"·. . .:.= .::;.::: .. ':::;:-~·- ... ~ .. ·-1--........ -............. ~ ... . , .... ,~---··· ~'"'..,..-, -·:"'"'.'i-,..... .; ·--~~~-;:-::..::, "''.'.:'.. ;:.::::. 1~·:·-----.,---, . c..;::-..; ~ ~ ~;::::;:;;;::;::,.,:,_::. ::::.~.:::: ':.. ·:~.=-'.::-'' ' ~ .. ,... .... . STORM DRAIN DATA NO DELTA ORBRG RADIUS 0 N86°07 15!"E 58.72' (2l N4-2° /01 /311 W 5136' N 13" 28 '37"E 45.80' N/8°14'28"/41 Nl/0 4513211£ 61. 00' 1140°46'02''/41 40.00' N4{)'4610Z11PI IZ6.48' (ii #38"4!'4/"PI 79.53' N 9• 25' IZ"/41 70.90' LJ=26'48'40" /00' 46.79' REMARKS 12" A.C.?. 12" ?.JI.C. ,, II 12" /!KC. 15" r.r.c. 15"/>IIC. l2"P.Y.C ,, 1211 l'Y.C. ,::ii::' . --"· •': -· _ ......... ,--: - . 1 --l - .. :.i:~:..:·:~: · ~=~ ::~.~§:::~·~: : ~~~:; .. ~. ;·-= · ·.f~:::~::t~zr . .:i~=r .. -~·.~ -··~-··-+···· ·-:.:..t::::: .... ·-· ...... ... ~~ . .::~:.~:·::+:<:· ... :~ ............. ·-···· " ·+- ···-· .... . .. . -·-· 1--~ "'" :; -"" ----t---· I--. --····-. ,..;. -··· ··-. , ... , ... "" "'" ..... - ----i---I--- I ... , .. ,.. ... ... ·•· ·-·· ·-:,;r - - :: :s:~ .. · :: 1'-= ___ f --•• I' "" -- --,. ··t= ..,,. ... ,,,., ... , ... ~ ""' .. , . • --· .. . -·--~-----~-.•. ·-.... ~ .. . . ► -~ "' .. ...... + ... ,.,_ .,. ' " . ---··--·· .. , • •• •h>M,O• .:· c_::t:3 § ,:'.: ii":''· -: '::i" ··-... . :~ s · .. ::· ~·:.-·--1-.... ,. ....... ... .: .... : --.::;: .. .. . ·::::~·.~ ..... ~·:· ·.:. e,-.·· .~ ~ ... ·· :·:.:c:· . :::,;: ----....... , ...... ··-.. +-···------:-:-.. ··:: : .. ;- ·-..... f-· t· .... ' .... .···: .... : ... : .. ·1···- -···· ; ---1=·::_----=-:... .-;:: ··:·· -·· ±.. -- ~. ~ . ~-..... r··-• ,. ··--· ·--.. ..: . ·---;-• .•• """f :::.::::r ':. ·_;:: :·: ... ............ , .. ,, ,, ,, _,___,,, .. , ··-'' .,._ .... ....... " -- ..... ,., I•., .. , ' I • ---·+--r--r ~ ------~--r-_---: _} . . ' . . . . ..... _ .... """" . ---1" .. f" .. :·":.;..:;~:::,··· ··-·. I --·:=:,_ -.:~:.:.;. .. :.4~_:· ' . ~--·..: . ::t JC- -. r.:... ·.: ... • .. . .+ -- , ... , .......... t .. ..._, __ . ..... ,. -~ , ... , .:.,· .. -+----- - . .. .... . ......... :'.·:··· ... 1 .. ::::·. I, .. '' ..... ~..:.. ·-·• · ·•• ! . . • ·.~ -:= ···· · j :·:--:·; .:; - -···~·:::~: r::·:.·· ·~~i:.f~: .~~..:::: .:~~:~:=r~:~: :·::::·. ·:::~::~: .. :t: .. ·--~~ ~~:.:::~.-::.~·::1:-.··=·:·· :·::.~~·:·: .;::~::2~;,:1,.:'~. ·;.:. ::::~:: -··. ~ ..... 7. .... - . ·._.. -····-·- .... ...... _ ... •.• • ·'.·.·:.--.·~·::::. : I : : , • • • • . • .L • ........ ··1-· -.......... -................ . ....... .. ..... f-•--··· ...... . ··-· . l--•-1---. -······ . .,.,_., . . i ........ ~ :-~::i. ··."t.-: . ·-· .. ··:::::·. :.-:t:-··:_ .:· .... :~· ....... ~ ..... . -··.. ·-· ·······--····-.. ·-·~·-·-·,I-. -· ···-· •-i°• .:.::·: . ..... ....;. ........ _ ... .,., -::::.: .. :1:. ...... ~:· .......•.. : •• ..;. ...... c·-·· ·~· .... _. ······-· --·· ·-. + ... -.... :: .. : ...... ~ .. .-··::::t ...... · . .::: .. ·-·+ . ·:_.;.:::::.:· : .. :.::-: .......... :=. .. . . .... t."~.:· .. 't , ... ~:· ;':: .... :· :~·~·: .... :.: .. ~:· .. ·::·.~:·: .... . ... : .. ·.:~ .... . .. .. .... ·-·-· . ··-+·-.. __ _, ....... -............ -...... . ~.:.:: .... ~:::·::.· :> ~:::::.~ ~· ... =:~:~:-.... i---.. ~c,=-t _ .. . .... . .. .. 1-· . ··-·--·-. . ...... . .... J =>=:::::::.:: • . .. · ,.:~--. .,.,::!..:..:..... .... ·-. . ...... , ..... _. ····-· ... _... . ··---1-· •• ...... ·.··.::. T· ·-. ➔• ... --.•..• ... -· ....... ::-:-:':" '.". ' .·:~ .. '::::····::: ....... . •• •~"~ m .. , ... , .. •••• .. -■ ------, --.. ll!fl.0,,_.::_ --- ···--·-· ........ . :~:: .... : :·:.:.:·:::· .. : .... '.:·· r- ··-· .... ......... .. ..... . -.. .... ..., ... - - --····· " . -·-·-···-. "T-·-··· .. •··· . ·-· ........... _ ...... . -····-+ .... ·····-+ _ .... +.·'. _ ..... :. ·::-..... :·... :··· .. . 2f5().00 SEE SHEET NO. 8 £ l'R/VATE INLET /'Elf /JETAIL $HT. Z SEE SHEET NO 14 SEE SHEET NO /3 I .L SEE SHEET NO 10 FAIRFIELD AVE. .. I I ~ /j_ ( 2514) f If LOT /6 /J l.?"STt!B 1 A ' j Jl 243_! ( 248.6) LOT /5 f:l'RIVATE INLET \ \ \ /'Eli' OETAIL .SHT 2 \ \ _el, ----V ..__ ' I . ~i '.---~~ ~ _SEABROOK-+--~~-. ,,':·',·,,?S_ I /' = -~~ l'M ' -----/'/>/--+----. -' _ -P_fi'fVe"------: \ 1"---1,~1-_ -= '\~= ~~ V -~ l I I \ PRfYATONLET -1' ' / ; l ~-_,,,,, -~ SEE SHEET NO 9 CHATSWORTH WAY SEE SHEET NO 9 NEW CASTLE WAY ,PLAN,:PRIVATE STORM ORA/NS SCALE· /":40' .r .·· . ·1-....... t ........ ....;. . -~ ·:··:··::······ ·: .. :. ·~:~: .. :~.J:.~.~.~;~= .: ·.:·-....... _ :~:~~:T~~j &\:·~;~~·~.s.::: ::.:::J ... :.:::::.~ .~·;::: .:;i~:.-+;.:~~:~~ :.::·:· .. :1·~~:::f:.:·~: .. ·::~~~ ·:·:~ ...... ··.:·~·_±·: ~··· ",,,·!··· .. ' .. ·. ·:+·:.::·-: ·1 • .. T , .... ... ··-....... ·--.. , ··t·· •. . ... T" ' · .... ::::;.:.:· ..... ,. " ..... , ., .. ............. ·l ........... . ·;,· ... , ··--....... ,.,,,.. .. . . . ···- ~·::::.: .~~;-~·:~~~::.~~'.'::.'.:·· .:~·:::::t··. •-I-••··-·.:: ···-+ -··-+·-··-···· .... . t ..... .:: . 1· : ... ··~·, .......... L. . ·--I-• ---t-. . ..... -... -. ,._ I· .... . • 1.. r '. • ... 1 .: :-........ . -- ·------,-...... ,. --·~ .. ·.:~ ::.:\·.::·.·:i·.·;'.·h-r-=- .. ' .. . :·~-::-r----: . -·· :···.:·:::t.·.~:· .. ·~~ .... ,.:: ~:~:: -·-..... ··-+ ·-. NOTE,' /ILL STOR# Dli'AIN STt/BS SHALL B£ £rT£ND£D PRIOR TO PAV/NB AS BUILT ,----"------'-----------;.:_---------,. BENCH MARK DESCRIPTION -· TOP OF STD. BRASS DISC IN CENTERLINE .WELL MONUMENT. . LOCATION -· STA. 49017326 BC.; EL CAMINO REAL , . RECORD FROM : SAN DIEGO COUNTY ENGINEER LEVEL CIRCUIT LINE NO. 201, SOOK 001, PAGE 20. <J...--,....u. 7-'V......,. f?...:1-l-<!.S-87 ...,J~E~R~A~L~D....,...L . ....,..,VA~N:-c-~E=R=T----R~.c~.E""'.2~0~994~ DATE 65. 3/7 DATUM.-M. S. L. ELEVATION . . EXP. 9·30·89 ENGINEER OF WORK JERALD L VAN ERT RC.E. 20984 RICK ENGINEERING COMPANY PLANNERS, CIVIL ENGINEERS-LANO SURVEYORS "6620 Fl'IIA'iu; ROAD SAN Dl~GO CA. 92110 PH, 619· 2"/.()"107 PRIVArE CONTRACT 9-4-1/J: ~'IN 4f PIIIIT-/'/TY n~ /'-4RJ"••~ $-(-i,:/Jt? f!IM& fsHEEfl CITY OF CARLSBAD ~ t;NG/µ:ERJNG DEPARTMENT ~ ~ , r---r--r------------+----11 PLAN FOR THE IMPROVEMENT OF• PRIVATE STORM DRAIN IN THE VILLAS AT CALAVERA HILLS C.T 82-16 r----r-----r--------------t----fAPPRJ~E. .-{) .A ~I DATE: 6-6-83 i---t--+----------------+------tl--=-:;-z-4.-J.t:..U3~'.t.4-_~ft,l!·~~j~rLL~-~="-.jLlse"'c,...A'"'L""'E=,S,--,----i r---;--r----------------+---~ R£: 9308! CITY ENGINEER HORz, AS Sf/OWN ~ WNBY· r-----+-+---------------4----~ CHl<D BY: t::-=--it::---1-----------------+-----1 1£1 a an 04rE BY REVfSIONS APP'D CMWD 82-406 L.?,,64 fl/.i/4? ,A,f:7, & -~3 PROJECT N'!.. VER: CT. 82 16 DRAWING N° · · -.. 23.1-II~ •• -•. ! ...... ::: tc ,- -..::r::_,: ...... , -"'"''.'.:_i";'.'.-·:.:' : ..•.. [ffl r ..... - . -"', - ....... ::.· ... ··-::r:::..~. •. ·:..~-~ ;:~~-·_. _:~ ~~~·:_:_::: :.~:.::::: .:.-.-:·:_ .. , ' " ,,, .. , -- ,'.:t, J. ~ ~---~~ ·-·· ~ , .• .,, ·-• ·I· ~---• :: .:: :, :,: ::?=. ::·:·~:., ··:f . :: ····-·=-·-- --··--·+ ~-~ .. -:i_:::;;-_·.;/_::::_\?;r:: ... -..i. ..... ~iJ::·_::~--~ -~:_-.:·:'t:~_: ... :Ii~ .. -~;,,~:. i·: =~:~ ~_._ ~ -~tf-·· )~-----~~~~~-.. +-----· ----__ ::f_-::;--;·--t~:. .. d-_=(~i-:._ ~==i:::~j:_::L~~:::::·f:~ :·~:::;j:~:::~.:~f~~~ ·::·-·:~~=.ji~~·;;J~~ .... ·~ .. : : .. ·~-~·. . .. t- -··· ............ . -... , ... :::·· ·: .. :: · • ···: · .:1:.~ .... ·= · ··.: ; ... :i,:,:·_ .~;.-.· __ -~ -;--r_._. .... ··,:··. ... ····~ ................... • "···r ..... ,... ... ·······-······1--·· .... ··-··- ··--•---+ , .:··::;-' ,·::·.:.:~: ::? ~t.~.1E:'.;.,. 1:::·-·-:-.1.::f ':'.~ ~... :···--:.: .. ::::, .... '.'.:. :.:: ' :· ·L:. ':: :::·: .. : ·-·· 1--------·-······f-'--~·· ...... ,.. .......... ····--..... . ....... ··::::::: : .. ::.:-·:.:.:·: . ·-· r···· .. - . :.: :..._: t-· ... ;.: :::·· .... ..;: :: ... :.:i: .. ··::::.'. ,~ .... , ... '',;:':~r.~::-:··:!: .:.-· ·-" .... ..:.1:~.: ··.::r::: :: . .::..-... ::::. ··::· ·- .~::-=. ::~>3 ... ·::·:<·F .. ::··•::.~ , ... ~ . -···· ~-~-' ... ~ ..... ., .. ., .. -···-··-. -· -· ..... ·-· . -· ···::~·: .... ·:::: .: .. .. . ........ ;---··~ • ··+· ...• -+ - - -~ - -- ~ ~ ... .:. ..l . -~.! ···--•·I",., L .... .; ~~::~it: __ t,: ........ ··r··~~· ........ L .:. -•--.... , . . ... ' ···-,·-··· . -----,-··-· -~- -r· -··-.., .. ~:::.--:--:-;::-: :: ... ;--• .............. ·-··· ~: ·iS-:~::·::.;::_:_.:::~r: .... +······· .. ~:·~i r1~ : .. ~ :z-:!~~~~=1~::~~ ~1~: IJE1=~=f=-.:·: .. ·.:::t~:~~· .,, r. r-- ;:,: ,;;~·::~-:-·=---~~;:::::::;;::: .• ~~-. ·:~~~_:g~ . :~.~ i~~~~; ·:·.:.· .. : .... ···~··· ,,.... .;~., ..•... , .,., .... ,,-, .... , .... , .. , .. , .. . --~::; ·;;;:::,::=r:.:;~:f;·:;·, .. ~: ;::;.:3:·: t:. :::~~'.~ ., ""'.'.," ';:·.;·;"'.:.:.::::·•.:.:·:.::.1::.":-:-' ....... ::;:::::· ... ... ,, ...•... ···-r···-·· ..... . -, ...... -., ...... , .... ,.,. --~ ... . -! · ---:· __ f'c,,:i .. ·--_ ~··· ... , .............. ~·-·· ····-· ... -,... ..... ~ ' ........... ~ . . ......... ,•:•:~r:•=i::;} .... • ":.: •••• :~ ~•.~:(• ••a•~==~ .,.,_ .... ···, .. ""' ,,., .. , ..... , ....... --- ·--·"-·•··. --:· ~ :::~t:~~~: .. ".: .. : f~::aI~; ~ ~--~:::-" r•~ •. ,_ · l .-.:1 -.... ----=L --.:=: .. ::.J.: .. d.~: .... :·· . u···i .... ·.~.·. ·---= ... . ·+- ·-:: -r:~····::: -:;:~ :.:::.··.:: .. ·:--.. _ .. ·-+ ._ • ..1::::::= · .. :·F.:::T . ·· ::: "·:,... . . ··+··:::··.--.. ...... ,. .. '., .. , ..... _ ...... , ...... _ .... I ·"_! .·::. :·::: ~· ... r::·~~:~l::.:.·~~.: :::~~:A=:::::~ 1· •. ::· .• ~=:.::-.-·:·~.:: ;:~:::~ ~·.;~~ ~;.::. ·~·~-::::¥~·~~. :·::.-:: .·:·.:;. . -me,. rl:J :.~::::~·.~.· .. ::::5·=A:~~~~ I~ -. . ••-.. ~-~~:.:·::: :·::;::;~, ..• ••;-••-..... . ··-.. ·'" ,~...... . .... . i<.·:· .. '!: :.::::::t~ . ·:: .. ~~::i .. ::· .... -· ··--· .... ·: ~.::::·:+::::--::.:· .. . ... -··+·· , ,.::~,,::":r-,,,.,'.•,;:,: ,::~•::::::•~~-•••• ::.:: ~: ::.•.:.: '''"°"" "W::;;;,;):,,, ::-.k.:.: -.:•-~ ~ ....... :::: _::... -~:.t ::.=: ~i.:·:_,:~~-;~ :·:~:f: :i::,:-:-:'.:: ;;·~7::.~-~?ii:1 }::; .i:;~; -----1.: ''f ;;:..·.:· ---'=-G---. ... ··1"::·:~· .'.:.:·. -· . _ ................ . .... , ·····•~t·•···· ...... ~.-:-·:·· --.... ,. . .... :,. ··~~..... . .. ,.,,., ···-···-' , .... . ~-.. ~ ....... :J.~··· ···-· , .. ,. .. ..... ·-·t -- • .,........ '.:.;,; .. :·:·:1··· ,,, •.. , .,.,_·,:·:, : ......... . ....... :: ... ·:::.~· .·-•... ... • ·::: ... ···~ . :t ....... :::.:·.:;.· ... _ ··:.:: ... ·_ ·. ·:·.:·: .. --··:·::-:~ ~:~~~=-".~:·.:·: ... <··::i)~~r~i:::.·:'.i .~/~:~>:;:"~~jt .. ::;:\If::!(i:Y: ...... ·· ~tJ2.tltJ ,P/f/YATE /IYLET f'EH l?ETAIL SHEET M?. 2 ... , ... ,' ., -··-•·-·-..... ' •• ~-,.• -••c• < - -I--- ...,~,·· .... . , ... , ,.,. ,., ....... . ':~ 1~·· g:f-:::@;. ~·:•.:::~•·•:: .. ~•.::;.:_: ;:::.~:,0:::.::.::·:: ::::::=• .. :.=· .. I•, .. '.:·,:,' ~ .. :.~>f.:'·:~:: ~; . ..:. :.;-'-::~· : ... :·.··:· ...... !_. ........ , • i --,., - - . -- .. : ' :-t:.. ... , ... ·:: . ::.;::,1,: : .. :~ .. ::.::::.::. :=:·· .. -· ..... . .... -· .. -::· . :::-.... -...... . •• -••••• ~•n~ .. , ••• ~••I-••••-••-• •-• ......... • ::."'-!:V.·· :::'.:.';~ -:::-::· ::·:·.:·:·. ···.::·· ~-····:· _ .... . .. .... .. .. . ..... . . --;"· ... :: :.·· ·I-· .•• ,.. .. .... , ... ·-;-.. ;~ I . -··· . -I••······ ·-• .. .-i-.... --- , __ ...... r· .......... . . .. " ... . . . . .. .. ... .. .. ----+-... : ................ -+:::::--: .. ............... ...... k ·:-.r-=:::~;. ·--··· ...•..... . .... ~-·-·· ·r ··::::::.:: ;.;:::::·::.t::::::.~: r·~·.::· .:,:1:: .. :::: :., ~;::·:: .. .... . ......... . .... ,...... ..... . .......... ,-------,-.. . ... ·····-.. ··-·t·" ... ·-.,... -+-· .. . ···:: .. :::~~~.:.:0·:· ~~ ::~:.:::. ::·.·:::::.t~:::.: ·~·1-:.::~.·+:::·~:: .. ~:~/: ·--.... --r fl!E_ .. , ... ':If.= .. .....t=.··- . ··-····· ...... . ······-... ·····t-····-··-·-· . -'.:.-:~:: ··~·--.:· +-=-~·· ~r ... ·:.-·+: . ..::::.-:: ··.::.:·:·t--"·= t .. r-· . . .. 17 ~---.;.~---' DRIVE ~ . soMER~;f fr NO-/2 s££ Snc;;., PLAN: PRIVATE. STORM DRAIN SCALE: f'": 40 ' -- ... :. .. ··i· "t ....... . . .. _ ....... ·····-·· ··.·· .. . ···_ ~=~:·.· ::·~~ ;;:.~::._... ~~-= ;:.~·: :: ------- ·-······- - . !" ..... . . ;;:-:.··· ...... ·-··· ···-:·::• ........... . . ·~ ........ . . ............ . . .. ~·· ·· ._.:...:, ., ... r ... ·. · --·····•·-·····::f•::· .. ...... ~··· ,~·:-, .. ," t-·-· ··-···" . .-::· .. -::·~ ... IW!VATE INLET !'EH DETAIL SHEET NO Z -+ ··+-= -·· -.::.,.:+.::·· .. :_:.. -~~:~·~ .. ;:~;};:.~:::.:·:·::L~-:~~1'):::,q:·:.-·.::::~ t~.:-.~~:~ .. ::.. -,--~--:.:::'.:_:. j::;,:·::.:· .. +···-.. ·-i-····· . ,, ..... c, · .: .. ·· .. :: .... '.~. .:.::·~::r~:~;1:;::~~~: :~f:~ .. :.:·.::.::::"; 1 .-.• ~-~·;.·.::~ ...... : ... :· • --... - . ··+-r:. -.. f -,:.-ti:-:•t:::::: :i:~~L~··.~:::: ~~:· ... ~~~l · ::_ .. : .~;;.:~.: .· .. :~·.~A~:·.;:.::f ~ _::~:·1:\::t"T-·; ;:.-l. ·:: .. :J :~_c:c ;@flf'!/._:}q:t -: ---~::: ::: tc:_:7::'-,_\i,: ;:= -···· .. ,., ; ···-···· ···-~··~··~·: '..: .. ::·:;;:-,:·: ,::.~' :~ ~~;--.--------.......:t::::-;---. ··-······, ... ··::·-.;····· .. 1 . :.::··, . .-:. .. ·~:: .. :·:;::.::t~:~:·:·::::: .. ·• · ··r ... · ·· · •·· ... ~ · ···· •·~·····•··t"" ... _ •-..... _ ···~ ~· -, ... ~ .. · .. ·--t···· .... . .. ·::.·:~ ·~-:-: :::"'::~:~::.·'.):'.": '..::'. ·:·::.·.:.~: ,:::.::·::. ·~·:.-::-~~·-· .. -· -··-··· -··~ ·::::;.-; ~-: "~·--.:::-.::.-:::... ;;:::.::::t.'.:···~·::.t.:·· ··::;: ..... ·-. . . ·~ ... -·-~·-·· ' -~.~ ... ·• .. ·-·· .. ··-·· . ........... ... ..~. - -..... . -·~ " ·"'·'· .~ ... -+ ........ <····-····~····· ------1- .... . . :i-,:;,=;:::-:~ :•j-'.'.'.:;:--'.;,;_;:;-/ :,.:o,: /i; :~I~ :;c~c:~•~-- -. ' :· ...... :. ::::· ··.:::I _.:-.::·.:::~.:~··:·.~-:r:: . . -•;-• . -- -:. -__ -- +-····- ' ,PH/YATE IA'lET /'ER DETAIL SHEET A'Q 2 4t-J2.00 ,PRIYATE /#LET ffR Nl:4/L SHEET 110. 2 . ....... . ~ ..... . ~-~·"·· .... ~ . AS BUILT <J,,.._f.l Iv.._ U JERALD L. VAN ERT BENCH MARK R.C.E. 20984 FY<> 9 •30•89 ::·:~.:::.. . . ............. ·-··•··· • •.•. ..j. . -:-. ::. ·:· .. -.. t:.·.:.::-'---·· , -z.s-s7 DATE DESCRIPTION TOP OF STD. BRASS DISC. IN CENTERLINE WELL MONUMENT. LOCATION : STA. 490f73.26 B.C.; EL CAMINO REAL. RECORD FROM : SAN DIEGO COUNTY ENGINEER LEVEL CIRCUIT LINE NO. 201, BOOK 001, PAGE 20. ELEVATION ; 65. 317 DATUM: M. S. L. ENGINEER OF WORK JERALD L VAN ERT R.C.E: 20984 c~.!-.!4 .eE.C ?evised t1"'7~ 9.4 .Ju ,I..,,, ,fl': IZIHI T-rtTY /1& rJJ?/ ,.. 0 ~ n , , ~ --,--.::::t....: . STORM DRAIN DATA NO. DELTA OR BM. RAO/US LENGTH REMARKS 0 Noo·zo'o7"J// G4.00' IZ"l?V.C. l?l Nf3"08'0Z"E of 30' !2"?V.C. (,I) N7G 05/'58"W 108.00' 15"1:V.C. (4) N75°Sl'58"/II 61. 52' II Gl 11~ 11·oe'42" 2()()1 38. go' II I ~,,._..._;_;N..:..88;;_0..:..00;;_'4i..:.;'O;._".::..J//___,1-----+--4;..:_;· s.:..:..~_, -+--:.::..'s--'-· 1:=. ""=c.--i 1LJ N88°00'40"111 tJ0,00' !Z"?.YC. ra1 Nea·oo'40" ii 512· I/ @ 11=02~45'!0'1 200' 9.6!' II @ N89°!4'!0'E G4441 I/ r,n tJ. =ez·oo'88" 35' so. 10· II @ N08°45'/Z111'1 20.67' @ /'108°451/Z11/I/ . 62.00' IZ"?.l!C RICK ENGINEERING COMPANY VG..c.L-- f) PLANNENS · CIVIL ENG/N~RS-LANO SURVEYORS 6620 FRIARS ROAO SAN 0/EGO CA 921/0 PHON£. 2!Jf-0707' PRIVArE CONTRACT CITY OF CARLSBAD t-------t----t-----------------+----t ~ ENGll>EER/NG DEPARTMENT jsHEml ~ PLAN FOR THE IMPROVEMENT OF: PRIVATE STORM DRAIN IN THE VILLAS AT CALAVERA HILLS C.T. 82-16 11----+----1--------------+----1 APf1?f}fj4-t )-.•·'/~,/. DATE: 6·6·83 SCALES, RE.· .!JSO8/ CITY ENIS Nl!ER H0Rz, AS SHOWN VER: t---+--t----------------+----t~~~~. l~ELDBY- PR0JECTN! C.T. 82-16 DRAWi/VG N° . 231~LS DATE BY RE-VISIONS APP'D CMWD 82-406 .C:,..e.4,;VE,e A&. ~-~3 ! I • PUMP MOO!iL 60UMAN-!111PP MOTO/l /§ JlP. YOLT.i 208 PJIAB£ 3 f-/f(J.Tl 60 GJ!M. 110 /.IEAO 901 TO.fl. MAXIMUM. 11.EPlllME 25' MOTOU CONT/lOL ~---, MJ. 4 • PLP. TO 4' P.V.tJ._~---. PQEGBLJ/ll §£WEil PIPE 4• OISC/14/l6£ UN£-----, I.E. /94.0 911 !NfLl/£NT BEJIIG/l LINE-~ i LOWEST if. IN !7!!.40 /116/./ WAT£R LEVEL .41.AllM !7&90 r 3A8-B .._ ___ _ . . . AL ARM SY STEM NOTES: (SEE GENERAL PUMP STATION NOTES ON SHEET 2) 1. CONTRACTOR TO PROVIDE AN ALARM SYSTEM WITH SET UP TO CORRESPOND WITH THE WET WELL ELEVATIONS SHO,JN IN THE PUMP OPERATION TABLE BELOW, TO THE SATISFACTION OF THE CITY ENGINEER, 2. CONTRACTOR TO PROVIDE AN EMERGENCY TELEPHONE SIGNAL ALARM TO NOTIFY CITY OFFICIALS IN THE EVENT OF A POWER OUTAGE. TELEPHONE HOOKUP TO BE AS DIRECTED. BY THE CI TY ENGINEER. 3. CONTRACTOR TO PROV I DE AN EMERGENCY POWER HOOKUP TO BE COMPA Tl BLE WI TH THE PORTABLE GENERATORS USED BY THE CITY MAINTENANCE DEPARTMENT. r---------r!B£KGLIISS /f'Dli/ .fl)J?CCD f'L.19STIC' lNCLLJSU/fE ~---~ BUBBLER aONTllOLlEP. THIB All£A OPEN TO PAO IN!iTAlL&ll MU5T 5EAL ALL ,----TIIP.U CONNEUT/ON5 TO WET WELL 0AB TIBIIT. NOTE, l!OLE.6 AROUND P!PEG TO BE ~ ~ F!lLEO W/ APP/lOYEO NON-811/l!NK_..1...-,J',--t"" --.-+.1"'r;-'/ BIi.OUT NOTE, All Pll£55lJRE PIPE IN WET WELL TO 8£ Ol/CTILE fl10N PIPE. PU.fl!49T fi1 OIAMfTfR CQNCl1ETE PIPE WITI/ 6AGKETEO JOINTS. PllE- CABT G£C'TION 51/All /./AVE AM- £PGN T-LOGKIN€ P.V.tJ. I.IN/NG OP. Gf!ALL BE C'OATEO WIT!/ ZEIJRON AFTER 1/JBTALLATtON a• SUCTION LINE -2 llE&'O .. ------lr-'---1-----~ SA,,.. OIEOO BlUE PRINT CO. A/P. !JELL------------. NOTE· CONCRETE FOR BlA8S TO !Jc 5(14-C-3000 CONCRETE SfCT/ON -A-A NG GCAlE PUMP OPEi/AT/ON TABLE FOLLOW/ALARM ON /7iJ.9 LEAO ON J 7,!.4 FOLi.OW OFF /?.5.9 LEAD/ALAIJM OFF /?.5.4 ae ~ ' --- ... A ' 8' P.lQ. /Nf:UIENT LINE FllOM A.II. Na. 7 /.E 17!1. 40 \ LOT i \ ,--7 T--,-----F-;,------''-i...:___.c.·_·....:...:..:....,_....:•---...:---.:.-'-:....· u:....· "-f--i-----!---r----....;~ .. ..._ -~--. ___ _____.,.,.. ~ --,-'-la~ ... c,: § a! .. .... ,,._ 1\ 9' -o• PLAN VlfW NO 5CJU!i I I I REMOVCABLE At!OESB P,4NEL 45' "48' ~ 8 9/0EfJ % I . . ' (J STATION I ~ ~ '13) E--1------+--T-+----T -i--- L__ __ e• P.v.e. !! d :.: .._ A.II, Na. 13 ~ :----------~ FROM If.II. No. II 20' SEWEil EASEMENT SITE §l!AL£ PLAN -... I Bf£ 6HEET No. 0 RICK ENGINEERING COMPANY PLANNER$· CIVIL £NfilNEEH6·LAND SURVEYORS 5620 FRIARS ROAD SAN DIEGO CALIFORNIA 92ff0 iPHONE 291-0?07 . ...., \ BENCH MARK PUMPSTATION & DETAILS • DESCRIPTION : TOP OF STD. Bf?ASS DISC. IN CENTERLINE lt----t--t--------___;----+--'---IIIN THE VILLAS AT CALAVERA HIL Will MONUMENT. . LOCATION : STA. 490fT3.26 8.C.; EL CAMINO REAL. RECORD rROM : SAN DIEGO COUNTY ENGINEER LEVEL CIRCUIT LINE NO. 201, BOOK_ 001, PAGE 20. ~LEVATION : 65. 3/T DATUM: M. S. L. APP• CM WO fJZ-4DGi '~.,e',4,r6'",,e _;W. ,G-6:B DATE, G·6 · tJ3 SCALES, HORZ,• /IS SIIOJ,YAI VER: DRAWING N"., 231-16 JOB NA 8800 LEGEND 0 10' l'OST WITH $/N6Lc ST/rcl:T NAME SIGN ( /5 TOTAL ) @ ft}' !'()ST WIT/./ DOI/BL£ STHEET A!A#E AKO $0",,r S()" $TOP S/6tV ( 5 TOTAL) SOLID Jllll!TE LINE f~'J -----OASHEO JV#/Tf" LltVE /'if") ---P/1$#£0 Y.:LLCJW L/A/,= (6'Y StJUP btJtlBLE Y£'LL.tJW ~.VE (&; "I s ~sm?" & STIJ,P 8,-?IP (PER t'/PLT!PAA/SI t) NO P/ttf'K/IV6 S/G,.Y In.,?('££) 0/11 8T/i'EET Ll6#T sm,ra-9,f'P) D'lk'EL#;tt£f I ,P.!J? C'!9LT/2"'h'IV$) SAN D11:"GO BUIE P~INT CO. I I I 't::. PDRTJO;V --~----------·· 5 OF LDT ;JJ J JJ 1'vl~JP 1VD. 82 3 $1180/V/SIO'!_ oouNMlfY 7 17 6 SEABROOK 15 LOCATION SCALE: /11= 100' ENGINEER OF WORK AS BUILT ~-.,..,P,J. t -V-. f!.:;t ~ -t.. -83 -:-::JE""R,..,..A""'LD=----:-L--:. V.,.,A_,..,N....,E=R=-=T=----...,R=-.-=-c.-=E-. -=2'='09"'"9,...,..4 DATE RICK ENGINEERING COMPANY PLANNERS· CIVIL ENGINEERS· LAND SURVEYORS 5620 FRIARS ROAD SAN DIEGO CALIFORNIA !J2ll0 PHONE 2!JI• 0707 PRIVATE CONTRACT : STA. 490f7.J.26 B.C.; El CAMINO REAL. i----+--+--------------1-----4 APP. !YITf:: 6-6-83 l--+--+---------------+---ll-:-:,±,,~~t..._~~~7¥~!!e:::tfsCALES, RECORD FROM: SAN DIEGO CO!INTt ENGINEER LEVEL t:::.t::.t=========================t::::_:.i~Rc;:::':::;:==:==:=~C/~T:::Y:::EN:::6;:l:::·::::eR=:~ HORz, AS SHOMIN c1Rcu1T UN£ Na 201, BOOK 001, PAGE 20. • ~WN BY I PROJECT N! vtrR, ELEVATION : 65.317 DATUM: M.S.L. t--+--+-------------+---IC~KOB~· CT. 82 16 DRAWINGN" _________________ _. t:::-::,:~-::=::::::-:-::=-----------,1----ILE-'lE.E!.LJ;QLJ.Bn:lY,:_ _ _J • · • .2 31-1 DATE . BY REVISIONS APP' JOB NR 8800 Contract No. 5550 APPENDIX “D” Exhibit 1 – Construction Staging Area Tamarack Avenue Yard (Optional) --- CITY YARD PROPERTY LOCATION APPROX. 50' X100': TEMPORARY CONSTRUCTION STAGING AREA EXISTING DRIVEWAY ACCESS AND CITY PROPERTY GATE VILLAS SEWER LIFT STATION - CONSTRUCTION STAGING (OPTIONAL) (EXHIBIT 1) NOT TO SCAL[ CITY OF CARLSBAD FINAL TECHNICAL SPECIFICATIONS for the construction of VILLAS LIFT STATION REPLACEMENT CIP 5550 August 2021 Prepared by: 320 Goddard Way, Suite 200 Irvine, CA 92618 AUGUST 2021 Page 1 of 2 TABLE OF CONTENTS CITY OF CARLSBAD VILLAS LIFT STATION REPLACEMENT TECHNICAL SPECIFICATIONS TABLE OF CONTENTS Division Section Section Name Division 01 General Requirements 01010 Summary of Work 01025 Measurement and Payment Division 02 Site Work 02050 Site Demolition 02223 Trenching, Excavation, Backfilling, and Compacting 02999 Temporary Sewage Bypass System Division 03 Concrete 03000 Cast-In-Place Concrete Division 06 Woods, Plastics, and Composites 06621 Copolymer Lining Division 09 Finishes 09900 Painting and Coating 09902 Petrolatum Wax Tape Coating Division 13 Special Construction 13345 Flow Measuring Systems Division 15 Mechanical 15000 General Piping System and Appurtenances 15044 Hydrostatic Testing of Pressure Pipelines 15092 Miscellaneous Couplings, Pipe and Appurtenances Division 16 Electrical 16050 General Electrical 16056 Electrical Demolition, Removals, Modifications and Relocations 16100 Grounding 16120 Conductors 16130 Raceways and Boxes 16142 Wiring Devices 16191 Electrical Supports, Anchors, and Fasteners 16196 Electrical Equipment Identification 16500 Lighting 16950 Testing and Inspection Division 17 Electrical 17150 Meters, General 17448 Control Panels and Enclosures 17500 Programmable Logic Controller (PLC) Control System AUGUST 2021 Page 2 of 2 TABLE OF CONTENTS THIS PAGE INTENTIONALLY LEFT BLANK AUGUST 2021 1 of 4 SECTION 01010 Summary of Work SECTION 01010 SUMMARY OF WORK PART 1 WORK COVERED BY CONTRACT DOCUMENTS The City of Carlsbad is rehabilitating the Villas Lift Station which includes replacement of discharge piping, replacement of wet well roof slab, installation of one (1) vault, replacement of electrical cabinets, and miscellaneous site improvements located at the east end of Winthrop Avenue cul-de-sac. The Villas Lift Replacement project includes: A. Removal of existing pumps, valves, piping, and appurtenances as shown on the Drawings. B. Replace the existing PVC and DIP pump discharge piping in the wet well, which is currently deteriorated. The existing, above-grade discharge piping and valve enclosure will be removed. C. The existing flow meter and manhole will be removed. A new flow meter will be installed inside a new vault. The force main piping from the existing manhole vault to the new flow meter will be replaced. A permanent bypass pump connection will be constructed outside of the new vault. D. Install new check valves and isolation valves inside a new vault. The force main piping from the wet well to the new valve vault will be replaced. E. Install a new sump pump (Zoeller M98, 1/2 HP) inside a new vault. A new sump pump discharging piping and control wiring will be installed from the sump pump. F. Install a new panel lineup for pump controls, motor starters, run time meter, and alarm panel. A weather canopy with lighting will be installed over the new electrical panel lineup. G. Install new access gate. H. Purchase a spare pump (Flygt NP 3127.070, 11 HP, 230V, 3 Phase) for the Lift Station. I. Demolish original lift station concrete pad adjacent to the wet well. J. Install new polymer concrete wet well top slab with hatch. K. Contractor to verify pressure class for the existing PVC force main in the field during construction. L. Other work as shown or specified in the Contract Documents or approved by the City. AUGUST 2021 2 of 4 SECTION 01010 Summary of Work PART 2 WORK SEQUENCE AND CONSTRAINTS 2.1 Continuity of Villas Lift Station Operations – General Construction under this Contract involves work to be conducted at the Villas Lift Station and connections to the existing sewer force main and electrical systems. The existing pumps and electrical systems are currently and continuously conveying sewer discharge and power and those functions shall not be interrupted except as specified herein. The Contractor shall coordinate the work to avoid any interference with normal operation of the sewer discharge and electrical systems. In addition to the requirements specified elsewhere in these Contract Documents, the Contractor is advised of the following constraints to the work sequence and schedule. The work under this Contract shall be conducted in a manner that will minimize roadway closures or traffic obstructions caused by construction. No road shutdowns will be allowed. No driveways shall be blocked. Parking must be made available to adjacent residents at all times. The Contractor shall note that only certain structures, tie-ins and constraints are addressed in this section. All work, whether or not addressed here, shall be governed by applicable parts of this section, and schedules and procedures further submitted for approval. Changes to existing utilities or any new connection thereto must be coordinated to provide the least possible interference with sewer system operations. Prior to any connections to existing utilities all materials, fittings, supports, equipment and tools shall be on the site and all necessary labor scheduled prior to starting any connection work. The Contractor shall include all work described in this section in the construction schedule. The sequence and constraints identified in this section shall be followed in the construction of the work. However, alternatives to these sequences and constraints may be submitted by the Contractor for review by the City. No utility shall be disconnected without prior written approval from the utility owner and City. When it is necessary to connect a utility, the Contractor shall give at least two week notice to the utility owner and to the City for approval of the proposed schedule. Specific sequencing constraints include: A. The pre-construction conference shall be coordinated to accommodate attendance by representatives of the City and associated property owners. Coordination with Home Owners Association and property owners shall continue throughout the project duration. B. Contractor shall provide the following submittals for review and approval prior to construction and ordering materials in accordance with the Special Provisions: • Temporary sewer bypass plan identifying flows, connections, and spill prevention measures • Stormwater Pollution Control Plan • List of items for demolitions • Proposed piping • Proposed valves and appurtenances AUGUST 2021 3 of 4 SECTION 01010 Summary of Work • Proposed precast vaults • Proposed polymer concrete • Proposed sump pump • Proposed access hatch and fall protection system • Proposed canopy system • Proposed electrical system components C. Pressure testing of the pipelines shall be completed under the Contract. See Section 15044 for testing requirements. D. The Contractor shall maintain access to work sites and operation of the Villas Lift Station. E. The Contractor shall install temporary fencing and temporary noise blanket for site security and noise attenuation in accordance with City bylaws. 2.2 Work Site Access Continuous access to the City and CMWD’s facilities shall be provided at all times during the project. Access routes shall be provided by the Contractor and approved by the City and property Owners. The Contractor will be responsible for providing any temporary signage and controls to notify of any traffic routing or public access. PART 3 FURNISHED MATERIALS CMWD shall provide use of water for testing purposes. Contractor should obtain a temporary meter for water used during construction as approved by CMWD. PART 4 TRENCH EXCAVATIONS No trench shall be left open during periods when the Contractor is not at the site of work. Trenches in these areas shall either be backfilled and temporarily paved, where applicable, or covered with steel trench plates. PART 5 UNDERGROUND FACILITIES The Contractor shall exercise care in all excavations to avoid damage to existing underground facilities. This shall include potholing and hand digging in those areas where underground facilities are known to exist until they have been sufficiently located to avoid damage to the facilities. The Contractor shall exercise care in maintaining those pipes to be abandoned and/or removed which are required for the continuing operation of the existing sewer discharge system until such time as they can be abandoned. The Contractor shall exercise extreme caution in working in any area adjacent to existing facilities. No additional compensation shall be provided the Contractor for compliance with the provisions of this section for the damage and repair of such utilities or facilities due to the lack of care. For work at the lift station the Contractor is responsible for coordinating all existing project documentation, including but not limited to, the Contract Documents and existing record drawings for the determination of the location of all underground utilities or facilities. If the AUGUST 2021 4 of 4 SECTION 01010 Summary of Work Contractor determines that existing utilities or facilities interfere with the new Work and were not shown or were incorrectly shown in the Contract Documents, the Contractor shall notify the City. Coordinate with utility companies and agencies as required. The Contractor shall verify the location of all existing facilities (aboveground and underground), including exploratory excavations, within the project site sufficiently ahead of the construction to permit the revisions of the construction plans if it is found that the actual locations are in conflict with the proposed work. PART 6 ACCESS FOR OTHER PERSONNEL During the course of the work of this Contract adjacent existing facilities will be used and maintained by City personnel. The Contractor shall coordinate its work in such a way as to interfere as little as possible with the routine work of existing facilities except in direct pursuit of the work of this Contract and as favorably reviewed by the City. The Contractor shall provide safe access at all times to all existing facilities for personnel and equipment. END OF SECTION AUGUST 2021 1 of 8 SECTION 01025 Measurement and Payment SECTION 01025 MEASUREMENT AND PAYMENT PART 1 GENERAL 1.1 DESCRIPTION A. Measurement and payment for bid items listed in the proposal shall be based upon use of a lump sum or unit price method. Extra work or changes in the Work shall be accomplished as provided in the Special Provisions. 1.2 PAYMENT A. Payment for Unit Price Items Payment for a unit price bid item shall be based upon the amount shown in the bid schedule multiplied by the total quantity measurement of the item and shall be full compensation for furnishing all supervision, planning, design, design engineering fees, labor, transportation, materials, equipment, tools and appurtenances required for construction of the item complete in place in accordance with the Plans and Specifications. B. Payment for Lump Sum Items Payment for lump sum bid items shall be based upon the amount shown in the bid schedule and shall be full compensation for furnishing all supervision, planning, design, design engineering fees, labor, transportation, materials, equipment, tools and appurtenances required for construction of the unit of work complete in place in accordance with the Plans and Specifications. C. Work Not Listed in the Bid Schedule Costs for related work and appurtenances which are required and/or implied by the General Provisions, Technical Specifications, Special Provisions and Plans and are not listed as a separate bid item but are necessary to complete the project shall be included in the appropriate bid item or items within the proposal. PART 2 MATERIALS 2.1 GENERAL (MEASUREMENT) A. Measurement for unit price quantities shall be based upon the appropriate bid item in the proposal. The actual quantity of measurement shall be as constructed by Contractor in place in conformance with the Plans and Specifications. 2.2 UNIT MEASUREMENTS A. Measurement for bid items involving units of the item shall be based upon the number of units counted as indicated in the bid item. AUGUST 2021 2 of 8 SECTION 01025 Measurement and Payment 2.3 LUMP SUM MEASUREMENT A. Measurement for a lump sum bid item shall be considered as a complete project or a portion of a project constituting a unit. The items to be included in the lump sum bid shall be as specified in the proposal bid item and/or the Standard or Special Provisions. 2.4 PAYMENT FOR TESTING A. Party responsible for payment for testing is identified in individual sections under tests required. Where specifications are silent regarding responsible party paying for tests, costs of first tests will be paid by Owner. B. If testing or inspection indicates failure of a material or procedure to meet Contract Document requirements, Owner will backcharge Contractor for retesting and reinspection costs incurred by testing or inspection agency of Owner’s choice. C. Additional tests and inspections not specified herein but requested by Owner will be paid for by Owner, unless result of such tests and inspections are found to not comply with Contract Documents, in which case Owner will pay all costs for initial testing as well as retesting and reinspection and backcharge Contractor for retesting and reinspection. D. Costs for additional tests or inspections required because of change in materials being provided or change of source or supply shall be paid by Contractor direct to testing laboratory. E. Cost of testing which is required solely for convenience of Contractor in his scheduling and performance of Work shall be borne by Contractor. F. Contractor shall pay all costs for correcting deficiencies. 2.5 REDUCTION IN PAYMENT FOR DEFICIENT WORK A. Payment for work failing to meet pressure test requirements, but accepted at Owner’s discretion, shall be reduced by an amount equal to Owner’s current wholesale cost of water times the excess leakage per hour at test pressure times 240,000 hours. PART 3 EXECUTION 3.1 BID ITEM DESCRIPTIONS This section defines the bid items listed in the bid schedule and describes measurement and payment provisions for each of the bid items. Bid Item 1 – Mobilization A. Includes all costs for mobilization and preparatory work of construction equipment. Payment shall be made for this bid item in accordance with General Provisions Section 9-3.4.1. AUGUST 2021 3 of 8 SECTION 01025 Measurement and Payment Bid Item 2 – Excavation Safety Measures A. Payment for this item will be made at the lump sum price named in the Bid Schedule under Item No. 2, which price shall constitute full compensation for all work and expenditures required to furnish and install all necessary excavation safety measures including, but not limited to sheeting, shoring and bracing or equivalent method for protection of life and limb in trenches and open excavation in conformance with applicable safety orders, complete in place. Bid Item 3 – Demolition A. Measurement for payment for the removal of the existing valves, pipe and appurtenances will be based upon all labor, materials and equipment necessary to demolish, remove, and dispose of and/or recycle the existing items per the approved contract documents, including; concrete paving, fencing, gate, aggregate base, existing concrete wet well hatch and top slab, valves, pipe and appurtenances as shown; removal of the existing isolations valves, existing check valves, flow meter and manhole, removal of pvc piping, fittings and appurtenances as shown; removal of concrete pad and associated piping to the pump discharge header; trench excavation; supporting exposed utilities and pipes; bedding; backfill; proper disposal of removed items; and any appurtenant work as required by the Contract Documents. B. Payment for demolition as described herein will be made at the lump sum price named in the Bid Schedule under Item No. 3 and shall constitute full compensation of all such work as required per the Contract Documents. Bid Item 4 – Potholing A. Measurement for payment for locating, potholing, exposing, and protecting existing utilities will be included and any appurtenant work as required by the Contract Documents. B. Payment will be made at the lump sum price named in the Bid Schedule under Item No. 4 and shall constitute full compensation of all such work as required per the Contract Documents. Bid Item 5 – Temporary Sewer Bypass Pumping A. Measurement per specification including design, furnish, and install, mobilization and demobilization as necessary to complete a sewer system bypass during lift station reconstruction, including connections, piping, backup, odor control, security, and cleanup will be made for this lump sum bid item. B. Payment will be made at the lump sum price named in the Bid Schedule under Item No. 5 and shall constitute full compensation of all such work as required per the Contract Documents. AUGUST 2021 4 of 8 SECTION 01025 Measurement and Payment Bid Item 6 – Storm Water Pollution Prevention Plan A. Measurement for payment for preparing a Storm Water Pollution Prevention Plan for all areas impacted by construction activities, including staging and storing areas, and as required by the Contract Documents. B. Payment will be made at the lump sum price named in the Bid Schedule under Item No. 6 and shall constitute full compensation of all such work as required per the Contract Documents. Bid Item 7 – Pre-cast Vault A. Measurement for payment for the construction and installation of a new pre-cast vault will be based upon all labor, materials and equipment necessary to furnish, construct, and install the new precast vault as shown on Contract Documents and includes a new precast vault with sump, hatch and ladder, trench excavation; supporting exposed utilities and pipes; adequate protection of existing and proposed facilities; bedding; backfill; and any appurtenant work as required by the Contract Documents. B. Payment for constructing the new precast valve vault will be made at the lump sum price named in the Bid Schedule under Item No. 7 and shall constitute full compensation of all such work as required per the Contract Documents. Bid Item 8 – Vault Piping, Valves, and Appurtenances A. Measurement for payment for the construction and installation of a new vault piping, valves, and appurtenances inside the new pre-cast vault will be based upon all labor, materials and equipment necessary to furnish, construct, and install the vault piping, valves, and appurtenances as shown on Contract Documents and includes all new mechanical components in the new precast vault, installing a sump pump with discharge piping and components, pipe supports, sump grating, pipe wall seals, and any appurtenant work as required by the Contract Documents. B. Payment for constructing the new vault piping, valves, and appurtenances will be made at the lump sum price named in the Bid Schedule under Item No. 8 and shall constitute full compensation of all such work as required per the Contract Documents. Bid Item 9 – Wet Well Roof Slab and Hatch A. Measurement for payment for the construction and installation of a new wet well roof slab and access hatch will be based upon all labor, materials and equipment necessary to furnish, construct, and install the new roof slab and access hatch as shown on Contract Documents and includes installing a new polymer concrete slab and swing access hatch to the existing wet well, existing wet well liner repairs and tie back to the new polymer concrete slab; adequate protection of existing and proposed facilities; bedding; backfill; and any appurtenant work as required by the Contract Documents. B. Payment for constructing the new wet well roof slab and access hatch will be made at the lump sump price named in the Bid Schedule under Item No. 9 and shall constitute full compensation of all such work as required per the Contract Documents. AUGUST 2021 5 of 8 SECTION 01025 Measurement and Payment Bid Item 10 – 4” SCH80 PVC Discharge Piping A. Measurement for payment for the construction and installation of a 4” schedule 80 PVC piping, fittings, and appurtenances for discharge piping will be based upon all labor, materials and equipment necessary to furnish, construct, and install the discharge piping and appurtenances as shown and includes furnishing and installing 4” schedule 80 PVC piping and associated fittings; furnishing and installing adapters for the discharge piping connection, pump discharge base elbow replacement, pipe bracing, brackets, and 316 SS hardware; trench excavation; supporting exposed utilities and pipes; bedding; backfill; wet well concrete base repairs and any appurtenant work as required by the Contract Documents. B. Payment for constructing the 4” schedule 80 PVC piping, appurtenances, bracing, brackets, pipe clamps and hardware for discharge piping will be made at the linear feet named in the Bid Schedule under Item No. 10 and shall constitute full compensation of all such work as required per the Contract Documents. Bid Item 11 – 4” DIP Discharge Piping and Valves A. Measurement for payment for the construction of a 4” ductile iron piping and appurtenances for discharge piping will be based upon all labor, materials and equipment necessary to furnish, construct, and install the discharge piping, valves, and appurtenances as shown and includes furnishing and installing an 4” ductile iron piping, valves, and associated fittings; furnishing and installing restrained couplings, adapters for the discharge piping connections, bypass discharge connection and blind flange, concrete thrust blocks and support collars; trench excavation; supporting exposed utilities and pipes; bedding; backfill; and any appurtenant work as required by the Contract Documents. B. Payment for constructing the 4” ductile iron piping, valves, and appurtenances for discharge piping will be made at the lump sum price named in the Bid Schedule under Item No. 11 and shall constitute full compensation of all such work as required per the Contract Documents. Bid Item 12 – Install 4” Flow Meter A. Measurement for payment for the installation of a 4” flow meter and appurtenances will be based upon all labor, materials and equipment necessary to furnish and install the flow meter and appurtenances as shown, and any appurtenant work as required by the Contract Documents. B. Payment for constructing the 4” flow meter and appurtenances for the flow meter will be made based on the contract unit price bid for each named in the Bid Schedule under Item No. 12 and shall constitute full compensation of all such work as required per the Contract Documents. Bid Item 13 – 6’ High Vinyl Fence and Gate A. Measurement for payment for the installation of a 6’ high vinyl fence and site access gate will be based upon all labor, materials and equipment necessary to furnish and install the new fence, posts, foundation, access gate, connections to the existing site fence, AUGUST 2021 6 of 8 SECTION 01025 Measurement and Payment appurtenances as shown, and any appurtenant work as required by the Contract Documents. B. Payment for constructing the 6’ high vinyl fence and gate will be made at the lump sum price named in the Bid Schedule under Item No. 13 and shall constitute full compensation of all such work as required per the Contract Documents. Bid Item 14 – 4-inch PCC Pavement A. Measurement for payment for installing new 4-inch PCC Pavement will be based upon all labor, materials and equipment necessary to furnish and install the new PCC pavement section with aggregate base as shown; adequate protection of existing and proposed facilities; resurfacing with concrete pavement; joining to new and existing surrounding surfaces, and any appurtenant work as required by the Contract Documents. B. Payment for 4-inch PCC pavement will be made at the unit price per square foot (SF) named in the Bid Schedule under Item No. 14 and shall constitute full compensation of all such work as required per the Contract Documents. Bid Item 15 – 8-inch PCC Pavement A. Measurement for payment for installing new 8-inch PCC Pavement will be based upon all labor, materials and equipment necessary to furnish and install the new PCC pavement section with aggregate base as shown; adequate protection of existing and proposed facilities; resurfacing with concrete pavement; joining to new and existing surrounding surfaces, and any appurtenant work as required by the Contract Documents. B. Payment for 8-inch PCC pavement will be made at the unit price per square foot (SF) named in the Bid Schedule under Item No. 15 and shall constitute full compensation of all such work as required per the Contract Documents. Bid Item 16 – Electrical Demolition A. Measurement for payment for electrical demolition, including all electrical components and items to be demolished, removed, and properly disposed of, as required for the removal and replacement of existing control enclosure, pull boxes, storage enclosure, and flood lighting will be based upon all labor, materials and equipment necessary to remove and dispose of the control enclosure, pull boxes, and conduits as shown and includes removal and proper disposal of existing flood lighting and concrete base; trench excavation; bedding; backfill; and any appurtenant work as required by the Contract Documents. B. Payment for electrical demolition of existing control enclosure, pull boxes, storage enclosure, and flood lighting will be made at the lump sum price named in the Bid Schedule under Item No. 16 and shall constitute full compensation of all such work as required per the Contract Documents. Bid Item 17 – Foundation for New MCP and Storage Cabinets A. Measurement for payment for replacement of existing PCC housekeeping pads, concrete curb and associate work around to tie-in with existing concrete will be based upon all labor, AUGUST 2021 7 of 8 SECTION 01025 Measurement and Payment materials and equipment necessary to replace the existing concrete pads for MCP and storage cabinet and any appurtenant work as required by the Contract Documents. B. Payment for replacement of existing concrete pads, concrete curb and associate work around to tie-in with existing concrete will be made at the lump sum price named in the Bid Schedule under Item No. 17 and shall constitute full compensation of all such work as required per the Contract Documents. Bid Item 18 – Electrical Work, New MCP Power and Control Enclosure A. Measurement for payment for electrical work, new MCP Power and Control Enclosure will be based upon all labor, materials and equipment necessary to furnish and install all electrical components, new MCP and Storage Cabinet, flow meter and sump pump electrical wiring and control, as shown and includes re-use of existing panel hardware; connection to existing conduits; furnishing and installing new flood light poles and lighting; reconstructing a concrete base; furnishing and installing associated electrical conduits and pull boxes; trench excavation; bedding; backfill; electrical phasing from demolition of existing, temporary bypassing, to new installation complete in place, testing, startup, and any appurtenant work as required by the Contract Documents. B. Payment for installation of the electrical work, new MCP and storage cabinets will be made at the lump sum price named in the Bid Schedule under Item No. 18 and shall constitute full compensation of all such work as required per the Contract Documents. Bid Item 19 –New Canopy with Lights A. Measurement for payment for new Canopy with Lights will be based upon all labor, materials and equipment necessary to furnish and install a new canopy and any appurtenant work as required by the Contract Documents. B. Payment for installation of the canopy and lighting will be made at the lump sum price named in the Bid Schedule under Item No. 19 and shall constitute full compensation of all such work as required per the Contract Documents. Bid Item 20 –New Spare Pump A. Measurement for payment for new spare pump (Flygt Model NP 3127.070 3” volute, 11 HP, 230V, 3 Phase, 60 Hz, 3550 RPM, 248 impeller, 1 x 50 Ft. length of SUBCAB 4G10+S(2x0,5) submersible cable, FLS leakage detector, volute is prepared for Flush Valve) will be based upon all labor, materials and equipment, necessary to furnish the new spare pump and any appurtenant work as required by the Contract Documents. B. Payment for furnishing the new spare pump will be made at the contract unit price for each named in the Bid Schedule under Item No. 20 and shall constitute full compensation of all such work as required per the Contract Documents. 3.2 Contractor’s Cost Breakdown (Applicable for Lump Sum Work) For work to be performed for a lump sum amount, the Contractor shall submit a cost breakdown to the City prior to the first payment and within ten (10) days after Notice to Proceed. The cost breakdown, as agreed upon by the Contractor, the Engineer and the City, shall be used for AUGUST 2021 8 of 8 SECTION 01025 Measurement and Payment preparing future estimates for partial payments to the Contractor, and shall list the major items of work with a price fairly apportioned to each item. Mobilization, overhead, bond, insurance, other general costs and profit shall be prorated to each item so that the total of the prices for all items equal the lump sum price. At the discretion of the City, mobilization, bond and insurance costs may be provided for separately if accompanied by invoices to verify actual expenses. The cost breakdown shall be generally in the same format as the Contract specifications divisions and subdivisions, with major items of work listed individually. The cost breakdown shall be by structure, civil, landscaping, or other logical division of work. The cost breakdown for architectural, structural, mechanical, and electrical work shall include separate items for identifiable portions of the Work. The cost breakdown shall include separate allowances for any testing and startup work required. Measurable approximate quantities of work performed by the Contractor or its subcontractors shall be provided. For quantities that are the sum total of several individual quantities, backup summaries shall be provided which list the individual descriptions and quantities. These summaries then will be used to determine the quantities of work in place in subsequent progress payment requests. The above is a statement of the intent of the Contract Documents to provide a moderate level of detail, acceptable to the City, to allow a fair and reasonable estimate to be made of the value of work installed. The detail of the cost breakdown must be sufficient to provide timely processing of the monthly progress payment request. The cost breakdown will be subject to the approval of the City, and upon request, the Contractor shall substantiate the price for any or all items and provide additional level of detail, including quantities of work. The cost breakdown shall be sufficiently detailed to permit its use by the City as one of the bases for evaluating requests for payments. The City shall be the sole judge of the adequacy of the cost breakdown. The cost breakdown shall be solely used to determine progress payments. The cost breakdown shall not be considered in determining payment or credit for additional or deleted work. END OF SECTION AUGUST 2021 Page 1 of 4 SECTION 02050 Site Demolition SECTION 02050 SITE DEMOLITION PART 1 GENERAL 1.1 DESCRIPTION A. Furnish all labor, materials, equipment, facilities, transportation and services necessary to complete demolition as shown on the Drawings and/or specified herein. B. The general extent of the site demolition work is shown on the Drawings and can include, but is not necessary limited to the following: 1. Demolition, removal and disposal of designated items. 2. Careful removal and salvage of designated items. 3. Disconnection and capping of existing utility lines. 4. Incidental demolition of abandoned utility lines. 5. Protection of existing plant material. 6. Implementation of temporary erosion control measures and construction Best Management Practices (BMP) in accordance with current regulations. 1.2 RELATED WORK SPECIFIED ELSEWHERE Sections 01530 and 02223 1.3 STANDARD SPECIFICATIONS Except as otherwise indicated in this Section of the Specifications, the Contractor shall comply with the Standard Specifications for Public Works Construction (SSPWC). 1.4 SUBMITTALS A. Indicate the proposed time line for site demolition work including all required shut off times and capping of utility services on the project schedule. B. Submit a written description of all proposed salvage, demolition and removal procedures for review before work is started. Procedures shall include: 1. List of items to be removed and disposition of materials specified to be salvaged. 2. Plan of coordination with other work in progress. 3. Disconnection schedule of utility services. 4. Detailed description of methods and equipment to be used for each operation. 5. Sequence of operations. C. Submit a stormwater pollution control plan for review and approval prior to construction. PART 2 MATERIALS Not used. AUGUST 2021 Page 2 of 4 SECTION 02050 Site Demolition PART 3 EXECUTION 3.1 GENERAL Structures shall be demolished and removed in compliance with SSPWC subsection 306-5 and the requirements indicated herein. Refer to Drawings for extent of demolition work. 3.2 POLLUTION CONTROL A. Storm water pollution control shall be executed per the approved storm water pollution control plan, including but not limited to the implementation of temporary erosion control measures and construction BMPs. B. Water sprinkling, temporary enclosures, chutes, and other suitable methods as approved by the City shall be used for dust suppression. C. Water shall not be used when it creates hazardous or objectionable conditions such as flooding, erosion, sedimentation, or pollution. 3.3 PROTECTION A. Safe passage of persons around the area of demolition shall be provided. Operations shall be conducted to prevent injury to people and damage to adjacent buildings, structures, and other facilities in compliance with Section 01530. B. Interior and exterior shoring, bracing, or supports shall be provided to prevent movement, settlement or collapse of structures to be demolished. C. Existing landscaping materials, structures, and appurtenances which are not to be demolished shall be protected and maintained as necessary and in accordance with Section 01530. Any existing item or area damaged during construction operations shall be replaced or repaired at no additional cost to the project and subject to the acceptance of the Owner. D. Unless otherwise indicated, the Contractor shall protect and maintain all utilities in the proximity of the facilities to be demolished. E. Erect barriers, fences, guard rails, enclosures, chute, and shoring as necessary to protect personnel, structures, and utilities remaining intact. F. Coordinate arrangements for items to be salvaged and turned over to the City. G. The Contractor shall protect the nearby existing equipment such as control panels and others from dust caused by demolition activities by covering, drop-curtains and other similar methods. 3.4 STRUCTURE DEMOLITION A. Building structures and appurtenances shall be demolished, as shown and required to complete work, in compliance with governing regulations. AUGUST 2021 Page 3 of 4 SECTION 02050 Site Demolition B. Small structures may be removed intact when approved by authorities having jurisdiction. C. Demolition shall proceed in a systematic manner, from top of structure to ground. D. Concrete and masonry shall be demolished in small sections. Use bracing and shoring to prevent collapse. E. Demolition equipment shall be dispersed throughout structure and demolished materials removed to prevent excessive loads on supporting walls, floors or framing. 3.5 BELOW-GRADE DEMOLITION A. Footings, foundation walls, below-grade construction and concrete slabs on grade shall be demolished and removed to a depth which will not interfere with new construction, but not less than 12 inches below existing ground surface or future ground surface, whichever is lower. All floors of basements, vaults and other underground structures shall be broken up. B. Below-grade areas and voids resulting from demolition of structures shall be completely filled to a minimum compaction of 95%. C. All fill and compaction shall be in accordance with Section 02223. D. After fill and compaction, surfaces shall be graded to meet adjacent contours and to provide flow to surface drainage structures, or as indicated. 3.6 DEMOLITION OF UTILITIES AND RELATED EQUIPMENT A. The locations of existing utilities, as may be shown on the Drawings, are approximate. Should existing utilities not shown on the Drawings be encountered during construction operations, notify the City immediately, and re-direct work to avoid delay. The City shall then determine what action, if any, is required. B. Remove all abandoned utilities as indicated and as uncovered by the work, and terminate in a manner conforming to code. C. Remove and salvage designated items and related equipment and deliver to a location acceptable to the City. D. All active or inactive utilities within the construction area should be protected, relocated, or abandoned. Any underground pipes greater than two inches in diameter to be abandoned within new improvement areas should be removed, and the exposed portion of pipes at the limits of pipe removal should be capped. Existing pipes greater than two inches in diameter may be abandoned in-place by filling them with lean cement slurry. E. Remove underground piping as indicated, or as necessary and backfill to designated compaction density. Caution shall be exercised so as not to damage underground piping not scheduled for removal. AUGUST 2021 Page 4 of 4 SECTION 02050 Site Demolition F. Lines scheduled for removal which connect to active systems shall have their active remaining portions capped, plugged, or blind flanged as appropriate. G. Materials used for pipe terminations and temporary connections shall be the same as existing lines. Fittings and flanges shall be of weight and class suitable for the service in which used. 3.7 DISPOSAL OF DEMOLISHED MATERIALS A. Demolition and removal of debris shall be conducted to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities which shall not be closed or obstructed without permission from the Owner. Alternate routes shall be provided around closed or obstructed traffic ways. B. Site debris, rubbish, and other materials resulting from demolition operations shall be removed and disposed of in compliance with all laws and regulations. Burning of removed materials from demolished structures shall not be permitted. C. Contractor shall comply with any mandatory construction and demolition debris recycling programs of the disposal site. 3.8 CLEANING A. During and upon completion of work, the Contractor shall promptly remove unused tools and equipment, surplus materials, rubbish, debris, and dust and shall leave areas affected by work in a clean condition. B. Clean adjacent structures and facilities of dust, dirt, and debris caused by demolition and return adjacent areas to condition existing prior to start of work. END OF SECTION AUGUST 2021 Page 1 of 10 SECTION 02223 Trenching, Excavation, Backfilling, and Compacting SECTION 02223 TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING PART 1 GENERAL 1.1 DESCRIPTION This section includes materials, testing, and installation for trench excavation, backfill, and compaction of piping, conduit, manholes, and vaults. 1.2 REFERENCE STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. ASTM C 131 - Test Method for Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C 150 - Portland Cement ASTM D 75 - Practice for Sampling Aggregates ASTM 1556 - Test Method for Density and Unit Weight of Soil in Place by the Sand-Cone Method ASTM D 1557 - Test Method for Moisture-Density Relations of Soils Using a Modified Effort ASTM D 2419 - Test Method for Sand Equivalent Values of Soil and Fine Aggregate ASTM D 3017 - Test Method for Water Content of Soil and Rock in Place by Nuclear Methods ASTM D 3776 - Test Method for Mass Per Unit Area (Weight) of Woven Fabric ASTM D 4253 - Test Methods for Maximum Index Density and Unit Weight of Soils Using a Vibratory Plate ASTM D 4254 - Test Methods for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density ASTM D 4632 - Test Method for Grab Breaking Load and Elongation of Geotextiles ASTM D 4751 - Test Method for Determining the Apparent Opening Size of a Geotextile CAL-OSHA - Title 8 General Industry Safety Orders 1.3 RELATED WORK SPECIFIED ELSEWHERE Standard Specifications 15000, 15044, and 15061. 1.4 GEOTECHNICAL TESTING The Contractor shall engage the services of a geotechnical engineering firm or individual licensed in the State of California to monitor soil conditions during earthwork, trenching, bedding, backfill, and compaction operations. Sampling and testing procedures shall be performed in accordance with the Reference Standards and as follows: A. The soils technician shall be present at the site during all backfill and compaction operations. Failure to have the soils technician present will subject such operations to rejection. B. Density and optimum moisture content of soil shall be determined by the use of the sand cone method, ASTM D 1556, or nuclear density gauge method, ASTM D 2922 & D 3017. Since the composition of the pipe and the walls of the trench have an effect on the nuclear density gauge output, a minimum of 25% of the density and optimum moisture tests shall be made using the sand cone method. AUGUST 2021 Page 2 of 10 SECTION 02223 Trenching, Excavation, Backfilling, and Compacting C. Determine laboratory moisture-density relations of existing soil by ASTM D 1557, Method C and/or D. D. Determine the relative density of cohesion less soils by ASTM D 1557, Method C and/or D. E. Sample backfill material by ASTM D 75. F. Express "relative compaction" as a percentage of the ratio of the in-place dry density to the laboratory maximum dry density. A report of all soils tests performed shall be stamped and signed by the soils firm or individual and shall be submitted by the Contractor prior to the filling of the Notice of Completion by the City. The report shall document the sampling and testing of materials, the location and results of all tests performed, and shall certify that materials and work are in compliance with this specification. 1.5 PIPE ZONE The pipe zone includes the full-width of the trench from 6-inches below the bottom of the pipe to 12-inches above the top of the pipe and extends into manhole or vault excavations to the point of connection to or penetration of such structure. 1.6 TRENCH ZONE The trench zone includes the portion of the trench from the top of the pipe zone to the bottom of the pavement zone in paved areas, or to the existing surface in unpaved areas, and extends into manhole or vault excavations above the pipe zone. 1.7 PAVEMENT ZONE The pavement zone includes the concrete or asphalt concrete pavement and aggregate base section placed over the trench zone and extends into manhole or vault excavations above the trench zone. 1.8 PROTECTION OF EXISTING UTILITIES AND FACILITIES The Contractor shall be responsible for the care and protection of all existing utilities, facilities, and structures that may be encountered in or near the area of the work. 1.9 PROTECTION OF EXISTING LANDSCAPING The Contractor shall be responsible for the protection of all the trees, shrubs, fences, and other landscape items adjacent to or within the work area. 1.10 ACCESS The Contractor shall provide continuous, unobstructed access to all driveways, water valves, hydrants, or other property or facilities within or adjacent to the work areas. AUGUST 2021 Page 3 of 10 SECTION 02223 Trenching, Excavation, Backfilling, and Compacting 1.11 SAFETY A. Protection of workers within trenches shall be as required by the California Labor Code. B. All excavations shall be performed in a safe manner and shall be protected and supported in accordance with CAL-OSHA regulations. C. Barriers and traffic delineators shall be placed in accordance with the requirements of the agency having jurisdiction. 1.12 BLASTING Blasting for excavation shall not be performed without the written permission of the City Procedures and methods of blasting shall conform to all Federal, State, and local laws and ordinances. 1.13 PIPE JACKING Pipe jacking may be permitted in accordance with Section 15125. City approval is required in advance of such operations. 1.14 EXCESS EXCAVATED MATERIAL A. The Contractor shall remove and legally dispose of all excess excavated material and demolition debris. B. It is the intent of these specifications that all surplus material shall be legally disposed of by the Contractor. Before acceptance of the work by City, the Contractor shall provide the City with written releases signed by all property owners with whom the Contractor has entered into agreements for disposing of excess excavated material, absolving the City from any liability connected therewith. 1.15 CHANGES IN LINE AND GRADE In the event obstructions not shown on the plans are encountered during the progress of the work, and which will require alterations to the plans, the Engineer shall have the authority to change the plans and order the necessary deviation from the line and grade. The Contractor shall not deviate from the specified line and grade without prior written approval by the City. 1.16 HYDROSTATIC TESTING Pre-testing of the piping system may be performed for the Contractor's convenience at any time. However, the final hydrostatic pressure test, as described in Section 15044, shall be performed following the completion of all backfilling and trench zone compaction with a minimum of 2.5-feet of material over the pipe. AUGUST 2021 Page 4 of 10 SECTION 02223 Trenching, Excavation, Backfilling, and Compacting PART 2 MATERIALS 2.1 GENERAL The Contractor shall furnish backfill material as specified below. All materials used in and above the pipe zone shall be capable of attaining the required relative density. 2.2 IMPORTED SAND – PIPE ZONE Imported sand shall be used within the Pipe Zone for installations of PVC Pressure Pipe, Ductile-Iron Pipe, Cement-Mortar Coated Steel Pipe, Tape-Wrapped Steel Pipe, and Paint- Coated Pipe. A. Imported sand shall be free from clay balls, organic matter, and other deleterious substances and shall have a coefficient of permeability greater than 0.014 measured in accordance with ASTM D2434 or a sand equivalent of greater than 30 per ASTM D2419. B. Resistivity for imported sand shall be not less than 2,000 ohm-cm when maximum chloride concentration of 200 mg/l when measured in accordance with California Test Method 422 and a maximum sulfate concentration of 500mg/l when measures in accordance with California Test Method 417. C. Imported Sand shall conform to the following gradation: Sieve Size Percent Passing by Weight ½ inch 100 No. 4 75-100 No. 16 35-75 No. 50 10-40 No. 200 0-10 2.3 CRUSHED ROCK – PIPE ZONE Crushed Rock shall be used in the Pipe Zone on PVC Gravity Sewer Pipe. Crushed rock shall be clean, crushed stone free of organic matter. Crushed rock shall be certified to contain less than 1% asbestos by weight or volume and shall conform to the following gradation and requirements: U.S. Standard Sieve Size Percent Passing by Weight 1-Inch 100 3/4-Inch 90-100 1/2-Inch 30-60 3/8-Inch 0-20 No. 4 0-5 No. 8 --- ASTM C 131 Testing Grade B Test Test Method Requirement Percentage Wear ASTM C 131 --- 100 Revolutions --- 15 Maximum 500 Revolutions --- 52 Maximum AUGUST 2021 Page 5 of 10 SECTION 02223 Trenching, Excavation, Backfilling, and Compacting 2.4 TRENCH PLUGS Trench plugs consisting of compacted Imported Granular Material or sand cement slurry shall be installed on piping systems that are backfilled with crushed rock. 2. 5 EARTH BACKFILL MATERIAL – TRENCH ZONE A. Earth backfill is defined as materials removed from the required excavations and used as backfill of earth fill. Earth backfill that meets the requirements specified herein may be used for all backfill or fill, except where imported materials are shown on the Plans or specified herein. Do not use stockpiled topsoil for backfill or fill. B. Earth backfill shall be excavated materials that are free from organic matter, roots, debris, and rocks larger than 4 inches in the greatest dimension. C. Earth backfill used in the trench zone shall be native granular materials free from roots, debris, and organic matter with less than 50 percent passing the No. 200 sieve and more than 40 percent passing the No. 4 sieve and rock particles with a maximum dimension no greater than 4 inches. D. Where the onsite materials are determined by the Engineer to be unsuitable, imported fill shall be provide by the Contractor. 2.6 SAND-CEMENT SLURRY Sand-cement slurry shall consist of two sacks, 188 pounds, of Portland cement per cubic yard of sand and sufficient moisture for workability. City approval is required for use of slurry as a backfill material. 2.7 FILTER FABRIC Filter fabric shall be manufactured from polyester, nylon, or polypropylene. Material shall be of non-woven construction and shall meet the following requirements: Grab tensile strength (ASTM D 4632): 100 lbs. minimum for a 1-inch raveled strip Weight (ASTM D 3776): 4.5 oz./yd2) Apparent opening size (ASTM D 4751): 0.006-inch PART 3 EXECUTION 3.1 CLEARING AND GRUBBING A. Areas where work is to be performed shall be cleared of all trees, shrubs, rubbish, and other objectionable material of any kind, which, if left in place, would interfere with the proper performance or completion of the completed work, would impair its subsequent use, or would form obstructions therein. B. Organic material from clearing and grubbing operations will not be incorporated in the trench backfill and shall be removed from the project site or retained and incorporated into the topsoil. AUGUST 2021 Page 6 of 10 SECTION 02223 Trenching, Excavation, Backfilling, and Compacting 3.2 PAVEMENT, CURB, AND SIDEWALK REMOVAL Bituminous or concrete pavements, curbs, and sidewalks shall be removed and replaced in accordance with the requirements of the agency having jurisdiction. 3.3 DEWATERING A. The Contractor shall provide and maintain at all times during construction ample means and devices to promptly remove and dispose of all water from any source entering excavations or other parts of the work. Dewatering shall be performed by methods that will ensure a dry excavation and preservation of the final lines and grades of the bottoms of excavations. Dewatering methods may include well points, sump points, suitable rock or gravel placed as pipe bedding for drainage and pumping, temporary pipelines, or other means, all subject to the approval of the City. The cost of all dewatering activities shall be borne by the Developer or Contractor. B. Sewer systems shall not be used as drains for dewatering trenches or excavations, nor for disposal of collected or accumulated groundcover, without the approval of the agency of jurisdiction. C. Concrete shall not be poured in water, nor shall water be allowed to rise around concrete or mortar until it has set at least four hours. D. The Contractor is responsible for meeting all Federal, State, and local laws, rules, and regulations regarding the treatment and disposal of water from dewatering operations at the construction site. 3.4 SHORING AND SHIELDING A. The Contractor's design and installation of shoring shall be consistent with the rules, orders, and regulations of CAL-OSHA. B. Excavations shall be shored, sheeted, and supported such that the walls of the excavation will not slide or settle and all existing improvements of any kind, either on public or private property, will be fully protected from damage. C. The sheeting and shoring shall be arranged so as not to place any stress on portions of the completed work until the general construction has proceeded far enough to provide ample strength. D. Care shall be exercised in the moving or removal of trench shields, sheeting, and shoring to prevent the caving or collapse of the excavation faces being supported. 3.5 CORRECTION OF OVEREXCAVATION Over-excavations shall be corrected by backfilling with approved imported granular material or crushed rock, compacted to 90% relative compaction, as directed by the City. AUGUST 2021 Page 7 of 10 SECTION 02223 Trenching, Excavation, Backfilling, and Compacting 3.6 FOUNDATION STABILIZATION A. When unsuitable soil materials are encountered, the unsuitable material shall be removed to the depth determined necessary in the field by the Soils Technician, and as acceptable to the City. The sub-grade shall be restored with compacted Imported Granular Material or crushed rock as recommended by the Soils Technician. Place the appropriate bedding or base material on this restored foundation. B. When rock encroachment is encountered, the rock shall be removed to a point below the intended trench or excavation sub-grade as determined necessary in the field by the Soils Technician, and as acceptable to the City. The sub-grade shall be restored with compacted Imported Granular Material as recommended by the Soils Technician. Place the appropriate bedding or base material on this restored foundation. C. When excessively wet, soft, spongy, or similarly unstable material is encountered at the surface upon which the bedding or base material is to be placed, the unsuitable material shall be removed to the depth determined necessary in the field by the Soils Technician, and as acceptable to the City. Restore the trench with crushed rock enclosed in filter fabric as directed by the Engineer. Larger size rocks, up to 3-inches, with appropriate gradation, may be used if recommended by the Soils Technician. Place the appropriate bedding or base material on this restored foundation. 3.7 TRENCH EXCAVATION AND PLACEMENT OF BEDDING A. Excavate the trench to the lines and grades shown on the drawings with allowance for 6- inches of pipe bedding material. The trench section shall be as shown on the Standard Drawings. B. The maximum length of open trench shall be 500-feet except by permission of the City or County. The distance is the collective length at any location, including open excavation and pipe laying, which has not been backfilled to the elevation of the surrounding gate. C. Trench walls shall be sloped or shored per the requirements of CAL-OSHA. D. The trench bottom shall be graded to provide a smooth, firm, and stable foundation that is free from rocks and other obstructions. E. Place the specified thickness of bedding material over the full width of the trench. Grade the top of the pipe base ahead of the pipe laying to provide a firm, uniform support along the full length of pipe. F. Excavate bell holes at each joint to permit proper assembly and inspection of the entire joint. G. Trenches for main pipelines and all appurtenances shall be backfilled with the materials and methods as specified for the Pipe Zone, Trench Zone, and Pavement Zone. H. Trench widths shall be in accordance with the Standard Drawings. AUGUST 2021 Page 8 of 10 SECTION 02223 Trenching, Excavation, Backfilling, and Compacting I. Trench depth shall be as required to install pipelines in accordance with the Approved Plans and these Standard Specifications. Unless shown otherwise in the Approved Plans, the minimum cover for pipelines shall be as follows: Pipeline Application Minimum Cover Required Potable Water 36-inches Recycled Water 48-inches Sewer 60-inches 3.8 MANHOLE AND VAULTS A. The Contractor shall prepare an excavation large enough to accommodate the structure and permit grouting of openings and backfilling operations. The walls of the excavation shall be sloped or shored per the requirements of CAL-OSHA. B. Manholes and vaults shall be placed at the location and elevation shown on the plans, on undisturbed soil with 6-inches of compacted crushed rock base. C. Manhole and vault excavations shall be backfilled with the materials and methods as specified for the Pipe Zone, Trench Zone, and Pavement Zone. 3.9 COMPACTION REQUIREMENTS A. Compaction shall be accomplished by mechanical means. Consolidation by water settling methods such as jetting or flooding is prohibited. B. If the backfill fails to meet the specified relative compaction requirements, the backfill shall be reworked until the requirements are met. All necessary excavations for density tests shall be made as directed by the Soils Technician, and as acceptable to the Engineer. The requirements of the Agency having jurisdiction shall prevail on all public roads. C. Compaction tests shall be performed at random depths, and at random intervals not to exceed 150-feet, as directed by the Soils Technician or City. D. Relative compaction shall be determined by the impact or field compaction test made in accordance with ASTM D 1557 Procedure C. E. Unless otherwise shown on the plans, standard drawings or otherwise described in the specifications for the particular type of pipe installed, relative compaction in pipe trenches shall be as follows: 1. Pipe zone – 90% relative compaction. 2. Trench zone – 90% relative compaction. 3. Structural section in paved areas – per agency requirements, 95% minimum. 4. Imported Granular Material for over excavation or foundation stabilization – 90% relative density. F. All excavations are subject to compaction tests. AUGUST 2021 Page 9 of 10 SECTION 02223 Trenching, Excavation, Backfilling, and Compacting 3.10 TRENCH PLUGS Trench plugs shall be installed at 200-foot intervals along the entire length of piping systems. Trench plugs shall be 10-feet in length and shall encompass the entire pipe zone. Additional trench plugs may be required as directed by the Engineer. 3.11 PIPE ZONE BACKFILL A. Care shall be taken in placing the imported granular backfill material simultaneously around the main pipeline and appurtenance pipes so that the pipe barrel is completely supported and that no voids or uncompacted areas are left beneath the pipe or on the sides of the pipe. Care shall be taken to place material simultaneously on both sides of the pipe to prevent lateral movement. This area shall be mechanically compacted to attain 90% relative density. Care shall be taken when compacting appurtenance laterals 2-inches and smaller to prevent the crushing or denting of the copper lateral. Additional lifts of 12-inches or less thickness may be required on 16-inch or larger diameter pipe to attain complete support of the haunch area. Soils tests may be taken on this layer or backfill. B. After the spring line backfill has been approved by the Soils Technician, backfill of the remainder of the Pipe Zone may proceed. Do not drop sharp, heavy pieces of material directly onto the pipe or the tamped material around the pipe. C. Place and compact the imported granular material at a maximum of 12-inch lifts. Compact all material placed in the Pipe Zone by mechanical methods. Sand cone tests shall be taken on this layer of backfill. D. The use of a backhoe mounted compaction wheel is prohibited within the pipe zone to 12-inches above the top of the pipe. E. Under no circumstances shall consolidation by water settling or water-setting methods (i.e., jetting, diking, etc.) be permitted. 3.12 TRENCH ZONE BACKFILL A. After the Pipe Zone material has been placed, compacted, approved by the Soil Technician, and accepted by the City, backfill in the Trench Zone may proceed. B. Compaction using vibratory equipment, tamping rollers, pneumatic tire rollers, or other mechanical tampers shall be performed with the type and size of equipment necessary to accomplish the work. The backfill shall be placed in horizontal layers of such depths as are considered proper for the type of compacting equipment being used in relation to the backfill material being placed. Each layer shall be evenly spread, properly moistened, and compacted to the specified relative density. The Contractor shall repair or replace any pipe, fitting, manhole, or structure damaged by the installation operations as directed by the City. AUGUST 2021 Page 10 of 10 SECTION 02223 Trenching, Excavation, Backfilling, and Compacting 3.13 PAVEMENT ZONE BACKFILL AND RESTORATION A. After the Trench Zone material has been placed, compacted, approved by the Soil Technician, and accepted by the City, backfill in the Pavement Zone may proceed as necessary in accordance with the requirements of the agency having jurisdiction. B. Replace bituminous and concrete pavement, curbs, and sidewalks removed or damaged during construction in accordance with the requirements of the agency having jurisdiction. END OF SECTION AUGUST 2021 Page 1 of 10 SECTION 02999 Temporary Sewage Bypass System SECTION 02999 – TEMPORARY SEWAGE BYPASS SYSTEM PART 1 - GENERAL 1.1 SYSTEM DESCRIPTION A. Performance Requirements: 1. It is essential to the operation of the existing sewage system that there be no interruption in the flow of sewage throughout the duration of the Project. Provide, maintain, and operate all temporary facilities such as dams, plugs, flow-through plugs, pumping equipment (both primary and backup units as required), conduits, and all necessary power to intercept the sewage flow before it reaches the point where it would interfere with the Work, carry it past the Work, and return it to the existing sewer downstream of the Work. 2. Design, install, and operate the temporary pumping systems where required. 3. Convey the sewage safely past this Work area. Do not stop or impede the main flows under any circumstances. 4. Maintain sewage flow around the Work area in a manner that will not cause surcharging of sewers, damage to sewers, and that will protect public and private property from damage and flooding, including the routing of sewage overflow in the event of failure of any bypass system. 5. Protect water resources, wetlands, and other natural resources. 6. The Contractor is responsible to have qualified personnel to oversee the bypass pumping operations 24 hours per day, 7 days per week, including holidays. B. Design Requirements: 1. Provide flow through plugs, pumps of adequate size to handle peak flow per Section 1.5 below, and/or temporary discharge piping, to ensure that the total flow of the various pipelines and service connections can be safely diverted around the sections to be rehabilitated. 2. Install a total of two (2) pumps where pumping is required, each of which shall be capable of pumping the total contributing flows (100 percent redundancy). All pumps shall be online, isolated by individual valves, and be ready for use within five minutes in the event of an emergency or breakdown of an on-line pump. 3. Engine-driven pumps and pump equipment used shall be in accordance with Rule 11, Exemptions (from permits), Section d.2.i (https://www.sandiegocounty.gov/content/sdc/apcd/en/Rule_Development/Rules_and_Regulations/) and shall be equipped with a brake horsepower rating of less than 50. Contractor shall be responsible for adhering to SDAPCD requirements and shall be responsible for any SDAPCD permitting costs. The Contractor shall be responsible for any resulting costs of non-compliance with SDAPCD requirements. 4. Provide onsite portable lights for emergency use only. 5. Provide standby power facilities for emergency use if pumps are equipped with electric motors. AUGUST 2021 Page 2 of 10 SECTION 02999 Temporary Sewage Bypass System 6. Flow bypass systems shall be designed by a CA registered professional engineer. 7. Contractor shall provide pipeline plugs as necessary for all shutdowns, temporary bypass operations, or where handling of upstream flows is proposed in lieu of or in addition to bypass pumping. 8. Contractor shall provide noise dampening devices for the bypass pumps to meet the noise attenuation requirements for the City. 1.2 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. All Work specified herein shall conform to or exceed the applicable requirements of the referenced portions of the following publications to the extent that the provisions thereof are not in conflict with other provisions of these Specifications. B. Comply with the applicable editions of the following codes, regulations and standards. 1. Codes and Regulations: SDAPCD San Diego County Air Pollution Control District 2. Industrial Standards: ASTM D2000 Standard Classification System for Rubber Products in Automotive Applications SSPWC Standard Specifications for Public Works Construction, “Greenbook” C. Comply with laws and regulations of the applicable federal, state, county, city, and special district jurisdictions, which includes, but is not limited to, the following: 1. Regional Water Quality Control Board, San Diego Region (RWQCB) 2. California Department of Public Health 3. San Diego County Air Pollution Control District (SDAPCD) 4. City of Carlsbad D. Comply with the applicable reference Specifications as directed in the General Conditions. 1.3 SUBMITTALS A. Detailed plans and descriptions outlining complete flow bypass pumping system for flow rerouting. Bypass system plan shall include an emergency response plan to be followed in the event of a failure of the bypass system, and shall outline in detail the proposed sequencing for all proposed system outages, system startup and switchovers, including time of day and amount of time required, and emergency response details regarding personnel involved and cleanup procedures as applicable. All plans shall be submitted to the Engineer at least 10 working days prior to required operation of bypass system. All plans shall be stamped and signed by a CA registered professional engineer. System outages are not permitted. B. The Plans shall also include containment areas, location and type of manhole level sensors, and locations of support equipment such as control panels and standby power if required. Identify any proposed changes from the information shown in the Contract Documents and bypass plans for the temporary handling of sewage flow. AUGUST 2021 Page 3 of 10 SECTION 02999 Temporary Sewage Bypass System C. Where pumping is required, submit complete information on pumping system. Location for temporary pumps, pipe routing, manhole tie in locations, and pumping and flow handling methods shall be submitted with bypass system plan. If flow handling without a bypass system (i.e., plugging upstream pipelines and utilizing a combo truck to capture upstream flows) is proposed, Contractor shall provide sufficient detail in the bypass system plan for the complete operation of the flow handling scheme. D. Where standby generators are required, submit complete information on generation system. E. All bypass pumping equipment shall be rated for low noise rate compliance. If pumping is required outside normal working hours, generators shall be “Whisper Quiet” and rated for low noise rate compliance in commercial neighborhoods and per City of Carlsbad code. Generators shall not produce noise such that a reasonable person of normal sensitiveness residing in the work area is caused discomfort or annoyance. The Contractor shall submit proposed equipment, inclusive of dBA ratings to the Engineer for approval prior to use. F. Provide emergency contact names and phone numbers of Contractor’s supervisor and personnel qualified to remediate any disruption in bypass pumping operations. G. The Contractor shall provide all necessary means to safely convey the sewage past the work area. H. The Contractor shall immediately notify the CITY should a sanitary sewer overflow (SSO) occur and take the necessary action to clean up and disinfect the spillage to the satisfaction of the CITY and/or other governmental agency. If sewage is spilled into public or private property, the Contractor shall wash down, clean up, and disinfect the spillage to the satisfaction of the property owner, CITY, and/or other governmental agency. 1.4 QUALITY ASSURANCE A. General: 1. Comply with the requirements specified herein and the applicable reference sections of the General Requirements and Additional General Requirements. B. Contractor Qualifications: 1. Comply with the requirements for the certifications, licenses, training, skills, experience, and other qualifications specified in Part 1 of this Specification. 2. The bypass CONTRACTOR shall have a minimum of five (5) years of experience in temporary handling of sewage flows in projects of similar size and nature. C. Contractor to be completely responsible for any overflow or spillage of raw sewage due to failure of any bypass system. D. Contractor to pay any fines or costs associated with such spillages. E. Contractor to be responsible for any cleanup or restoration resulting from such spillages. F. Contractor shall demonstrate that flow bypass system performs in conformance with these requirements prior to putting into use. Demonstration shall require CITY concurrence for proper operations. AUGUST 2021 Page 4 of 10 SECTION 02999 Temporary Sewage Bypass System G. Contractor shall provide flow bypass around the section of pipe designated for rehabilitation. The bypass system shall be made by plugging the line at an existing upstream manhole(s) and pumping the flow into a downstream manhole or adjacent system. The pump and bypass lines shall be of adequate capacity and size to handle the flow. 1.5 FLOWS A. Considerations for project area flow bypass / handling setup are provided below. It is the Contractor’s responsibility to review the various considerations for project setup and execution for the preparation of the bypass system plan/submittal. 1. Bypass pumping system located at the two (2) upstream manholes of the wet well shall be capable of conveying up to 110 gallons per minute (gpm) peak flow and 60 gpm average flow. 1.6 CONTINGENCY A. During the startup of and/or switchover from a flow bypass system, Contractor shall have tanker trucks available onsite, as a contingency for collection of flows. Size and number of trucks shall be adequate to contain and dispose of all sewage in the case of bypass failure. Tanker trucks may be emptied at an approved location. Tanker trucks may also be used as part of the flow handling approach. Use of tanker trucks, and contingency equipment and approach shall be specifically addressed in the Bypass System Plan submittal. PART 2 - PRODUCTS 2.1 PUMP SYSTEMS A. Pumps may be gas, electric, or diesel powered. B. Pumps may be end suction or submersible. C. Temporary K-rails, fencing, gates, locks and screening shall be provided to protect and screen the pump system and equipment within the roadway from the public. Contractor shall provide the CITY with keys to locks. D. Bypass duty and standby pumps shall be designed for raw sewage applications, resistant to ragging, and capable of passing a 3-inch solid sphere. Pumps shall be self-priming with suction lift sufficient to avoid sewer surcharge. The self-priming system shall allow the pumps to start dry and run dry without causing damage. Pumps may be equipped with a vacuum-assisted self-priming device. Any orifice designed to discharge air during pump priming shall be connected to a portable activated carbon scrubber or shall be equipped with a designated activated carbon scrubber such that the discharged air does not exceed a concentration of hydrogen sulfide equivalent (HSE) in the foul air of 10 parts per billion by volume (ppbv), as measured at locations ten (10) feet downwind from the bypass pump and discharge manhole. E. All engines and pumps shall be critically silenced for sound control in such a manner that the maximum noise level does not exceed 65 db within 5 feet of the bypass equipment. F. Pumps shall have a minimum total dynamic head (TDH) and flow capacities to meet the flow and lift requirements shown on the Drawings. G. In calculating the total dynamic head (TDH), the maximum C value permitted is one hundred twenty (120) for steel or aluminum pipe, and one hundred forty (140) for plastic pipe. Minor losses and suction pipe losses shall be included in TDH calculations. AUGUST 2021 Page 5 of 10 SECTION 02999 Temporary Sewage Bypass System H. Pumps shall be capable of readily starting up after a non-operational period during low-flow conditions and be capable of operating twenty-four (24) hours per day, while handling the full range of flows. I. 100 percent standby pumping shall be provided. Standby pump(s) shall be sized to match the duty pump(s).Standby pumping equipment shall be at the site continuously during bypassing to provide standby pumping capacity. J. Standby pumping equipment shall be fully connected to the suction (as applicable) and discharge piping of the duty pumps so the system is available at any time. K. Each electrically powered pumping unit setup shall be supplied with a backup power supply fully capable to run the connected pumping units. L. Electrically powered standby pumps shall be fully connected to the provided power supplies (primary and backup) so the system is available at any time. 2.2 BYPASS PIPING A. General: 1. Bypass piping shall be rubber gasketed with a minimum pressure rating of 200 psi and no visible leaks under operating conditions. Bypass piping shall be yelomine pipe or approved equal. Alternatively, fused/jointless HDPE or equal is allowed. Aluminum pipe is not allowed. 2. Pipe supports, thrust restraints, and valves shall be provided, including an air valve at the high point. Piping shall be sufficiently restrained and supported to prevent movement during pump cycling. For protection against damage, the above ground bypass pipe shall be protected in place by concrete K-rail with screens or plywood barriers. Buried piping shall be capable of traffic loading. Piping buried in recessed trenches with pinned or anchored trench plates shall be flush with existing grade. 3. Any costs for cutting and restoring AC paving, curb and gutters, driveways and sidewalk to install the bypass piping shall be included in the Bid 4. Any costs for removal and replacing of landscaping as required by temporary system piping location shall be included in the Bid. B. Suction Pipes 1. Suction pipes shall be sized per the anticipated dry/wet weather flows as shown on the Drawings and shall not be smaller than the pump intake. Suction pipes shall not cause a restriction in the flow. 2. CONTRACTOR is responsible to determine adequate pump on/off cycles and surcharge level in the manhole. Contractor is responsible and shall provide a statement accepting full responsibility and liability for damage to upstream properties due to backflow during bypassing. C. Discharge Pipes 1. Discharge piping that crosses roads shall be routed below grade and protected. 2. Discharge pipes shall be sized per the anticipated dry/wet weather flows as shown on the Drawings or specified herein. AUGUST 2021 Page 6 of 10 SECTION 02999 Temporary Sewage Bypass System 3. Where the bypass piping discharges into a manhole, the discharge pipe shall extend into the manhole, ending at the elevation of the center of the trunk sewer. 2.3 TEMPORARY PLUGGING OF SEWER A. Plugs shall be appropriate for the application. The plug length shall be suitable for the specific application. B. Plugs shall be a heavy-duty inflatable type with a steel rod through plug centerline, a retaining plate and an eye-lift on both ends. C. Plugs shall be new, and shall show no cracks and/or signs of damage. The plugs shall have a flexible sealing design to compensate for any irregular interior surface of the pipe. D. Plugs shall be equipped with continuous pressure monitoring. A pressure alarm shall be provided for plugs that will cause a sewage spill in the event there is a failure. The alarm shall occur when the pressure drops below the minimum pressure recommended by the manufacturer. The low-pressure signal shall be connected to an audible alarm and light. Alarm circuit shall be intrinsically safe suitable for a Class I, Division 1 environment. The installed pressure shall be as recommended by the manufacturer for the application. 1. Pressure gauge, if using a pneumatic plug, shall be visible form the surface. E. The eye-lifts shall be secured to a 5/8-inch diameter stainless steel pulling cable accessible for removal without entry. F. Inflatable flow-through plugs shall be installed immediately upstream of the dry manhole to aid emergency removal of the plug. G. Provide a double block and bleed to protect workers per OSHA where required. H. Plug seating areas shall be cleaned prior to installation from grit, grease, and other materials and shall be restrained with metal cable 2 times greater in strength than the load on the plug. 2.4 MANHOLE LEVEL SENSORS WITH ALARM A. Each bypass pumping suction manhole shall be fitted with a level monitoring system connected to an audible alarm and light to monitor the water level during bypass pumping operations. B. The level shall be monitored by a float, ultrasonic level device, radar level device or other means suitable for monitoring sewage level. C. The level device shall be installed directly below manhole opening for inspection and maintenance. D. Sensor shall be suitable for a Class I, Division 1 environment. Alarm circuit shall be intrinsically safe suitable for a Class I, Division 1 environment. E. Level shall be set to indicate a pumping failure as early as possible. Mounting height of the level sensor shall be acceptable to the ENGINEER. AUGUST 2021 Page 7 of 10 SECTION 02999 Temporary Sewage Bypass System 2.5 AUTODIALER A. All alarms shall be transmitted to the CONTRACTOR (Phone number to be provided after kickoff) with an autodialer using cellular communications. The alarm shall inform the CONTRACTOR based on the CITY’s assigned MH identification system. The CONTRACTOR is responsible for responding to all alarms related to the temporary sewage bypass system 2.6 CONTROL POWER A. Ensure that sensors and appurtenances have a continuous and reliable power source. B. Provide a continuous control power source for the alarm indicating lights, level controls, audible alarms, and autodialer. C. If a standby generator is provided, then the generator shall meet the noise requirements per the Contract Documents. All requirements for power distribution shall be provided. 2.7 TEMPORARY ENGINE-GENERATOR SET(S) A. Furnish and connect temporary diesel-fueled generator set(s) to provide a temporary power source(s) as required. 1. For each set, provide a fuel tank containing no less than the one hundred fifty percent (150%) of the set’s full day usage. 2. Provide proper grounding for each fuel tank and each generator set. 3. Verify and comply with any City/local jurisdiction permit requirements for fuel delivery and onsite fuel storage. B. For each diesel-fueled generator set, pre-wire a single Form “C” dry contact, rated 2 A, 250 V ac, for each of the following two (2) signals, to an external terminal block located in a readily accessible NEMA 4X terminal box mounted at the set: 1. A TROUBLE combined alarm signal that includes the following: a. Diesel-fueled generator set malfunction. b. Low fuel level (less than twenty-five percent (25%) of the fuel tank). 2. Generator RUN status. C. Provide automatic remote dialing to notify CONTRACTOR’s designated personnel of the diesel-fueled generator set alarm conditions specified herein. D. Ensure reliable operation and required availability of the diesel-fueled generator set(s) by performing the following: 1. Inspect the set and its components at least once a day, including both working and non-working days. 2. Continuously monitor fuel availability to each diesel-fueled generator set. Fill up the fuel tank to the maximum allowable tank capacity, at least once a day, including both working and non-working days. AUGUST 2021 Page 8 of 10 SECTION 02999 Temporary Sewage Bypass System E. Coordinate with the ENGINEER the following activities related to the diesel-fueled generator set’s external alarm and status wiring: 1. The alarm and status signals shall use the autodialer. PART 3 - EXECUTION 3.1 GENERAL A. If pumping is required across a street or driveway that cannot be closed to traffic, the discharge piping shall be: 1. Temporarily buried, backfilled, and paved. 2. Ramps adequate to allow crossing by traffic may be used only during work hours when the Contractor is on the project site. Collapsible conduit shall not be allowed. B. Bypass pumping and flow diversion shall be monitored at all times by a competent person trained with operating the pumping equipment. C. Rehabilitated pipelines may be utilized to convey sewage prior to final acceptance, provided all pipe and structures downstream have been tested, cleaned, inspected, and accepted. D. Contractor shall conform to all State safety precautions and provisions pertaining to confined space entry when entering any manhole. E. All bypassing will require coordination with CITY staff at least 48 hours in advance. System outages are not permitted. F. If more than one generator is in operation, provide a minimum spacing of 50 feet between generators. G. A conceptual bypass Work plan is included in Exhibit A below. 3.2 FIELD QUALITY CONTROL A. Test and commission the flow bypass system to ensure proper operation and confirm there is no leakage. The testing and commissioning shall be acceptable to the Engineer before placing the flow bypass system online and starting any sewer rehabilitation activities. When pumping is utilized and as soon as the bypass system is proved to be operating as specified, the Contractor shall stop the pump(s) and install and operate each standby pump to test its capability and establish a switchover time. B. Each temporary pump, generator set, and engine driven equipment shall be logged and documentation shall be submitted with the following; date of delivery to the site, run time of equipment while on site (number of hours), date of removal of equipment from site. C. The Contractor shall visually inspect the entire bypass pumping and piping system for leaks or spills at minimum 2 times per day, at beginning and end of shifts, or as directed by City inspector. The Contractor shall also create an inspection log and shall enter the time of the inspections and the condition of the piping and the name of the inspector into the log for review by the Engineer. D. The Contractor is responsible for all operation and monitoring of the temporary sewer bypass systems, 24 hours a day / 7 days a week, and should not rely on City staff or facilities. AUGUST 2021 Page 9 of 10 SECTION 02999 Temporary Sewage Bypass System EXHIBIT A CONCEPTUAL BYPASS WORK PLAN SS S 8" PVC GRAVITYSEWER FORCE MAIN MANHOLE(TO BE REMOVED) 4" PVCFORCE MAIN CITY EASEMENT PER MAP10860 (REC. # 84-071966) CITY OF CARLSBADEASEMENT (TYP) MANHOLE 7C-3 (SUCTION MANHOLE)BEGIN TEMPORARY SEWER BYPASS;INSTALL BYPASS PUMP AND PIPINGPER DETAIL 2;MANHOLE DEPTH = 18.0'± WET WELL CARLSBADVILLAS LIFTSTATION ABOVE GROUNDBYPASS PIPE (228 LF);SEE NOTES 2 AND 6 CONNECT BYPASS PIPELINESTO EXISTING 4" FORCE MAIN ABOVE GROUNDBYPASS PIPE (13 LF);SEE NOTES 2 AND 6 8" PVCGRAVITY SEWER FLOWDIRECTION SUBMERSIBLESUMP PUMP EXISTINGGRAVITY MAIN EXISTINGSURFACE(TYP) TEMP BULKHEAD(ADD LINE STOPFOR BACKUP) DISCHARGEHOSE/PIPING;SIZE PER PLAN(TYP) FOR MANHOLE 7C-9:CORE INTO EXISTING MANHOLE FORBYPASS PIPING AND REPAIR MANHOLEPER APWA STANDARDS; SEE NOTE 3 BYPASS DISCHARGE PIPINGSHALL EXIT MANHOLEBELOW GRADE THROUGHMANHOLE SIDEWALL 30" APPROXIMATECORE DEPTH FOR MANHOLE 7C-9:PIPE ROUTING AND TRANSITIONBETWEEN ABOVE GROUND ANDBURIED PER PLAN;BURIED SECTION SHALL BE ATLEAST 12" BELOW GRADE(MEASURED FROM TOP OF PIPE) SUCTION MANHOLEELEVATION VIEW 6"MIN FOR MANHOLE 7C-3:ABOVE GROUND PIPE ROUTINGPER PLAN 90-DEGREE ELBOW (TYP) CONCRETE CURBAND GUTTER BYPASS PIPING EXISTING STREET A A ELEVATION VIEW12" MINCLEARANCESECTION A EXISTINGPAVEMENT(TYP) TEMPORARYSEWERBYPASS PIPE SKID-RESISTANT STEEL PLATE RATEDFOR H20 TRAFFIC LOADING RECESSEDINTO PAVEMENT AND FLUSH WITHEXISTING GROUND 12" MIN OVERLAPWITH EX PAVEMENT (TYP)12" MINCLEARANCE6" MAX (TYP) Title Project Client Plot Date: 24 June 2021 - 4:43 PM \\ghdnet\ghd\US\Irvine\Projects\561\11212986\Digital_Design\ACAD 2018\Figures\11212986-BYPASS PLAN 202106.dwgPlotted By: Andy Leung 0 1" Bar is one inch onoriginal size sheet IssueNo.Checked Approved Date Author Drafting Check Designer Design Check Project Manager Project Director Project No.Date Filename: Sheet No.This document and the ideas and designs incorporated herein, as an instrument of professional service, is the property ofGHD. This document may only be used by GHD’s client (and any other person who GHD has agreed can use thisdocument) for the purpose for which it was prepared and must not be used by any other person or for any other purpose. www.ghd.com Conditions of Use Scale ANSI BSize 175 Technology Drive Suite 200Irvine California 92618 USAT 1 949 648 5200 F 1 949 648 5299 GHD Inc. MANHOLE 7C-9 (SUCTION MANHOLE)BEGIN TEMPORARY SEWER BYPASS;INSTALL BYPASS PUMP AND PIPINGPER DETAIL 2;MANHOLE DEPTH = 16.8'±8" PVC GRAVITY SEWER;SEE NOTE 1 8" PVC GRAVITY SEWER WINTHROP AVE. SEASIDE WAY 20'X10' WORK AREAWITH PORTABLEPOWER GENERATOR;SEE NOTE 5 SHALLOW BURIEDBYPASS PIPE (58 LF);SEE NOTES 4 AND 6 HILLS OF CALAVERACONDOS N BYPASS PLAN SCALE 1" = 20' 2 TYPICAL MANHOLE BYPASS CONFIGURATION SCALE NTS NOTES 1.CONTRACTOR SHALL CONFIRM THE SEWER CLEANOUT ELEVATION FOR EACH BUILDING SEWER LATERAL TO DETERMINE THE MAXIMUM ALLOWABLESURCHARGE ELEVATION IN MANHOLE 7C-9 FOR BYPASS PUMPING OPERATIONS. CONTRACTOR SHALL MONITOR THE SURCHARGE ELEVATION INMANHOLE 7C-9 TO ENSURE BACKFLOW INTO THE DWELLINGS DOES NOT OCCUR. 2.PUMP SUCTION AND DISCHARGE PIPING SHALL BE SUFFICIENTLY RESTRAINED AND SUPPORTED TO PREVENT MOVEMENT DURING PUMP CYCLING.CONTRACTOR SHALL PROVIDE TRAFFIC-RATED RAMPS TO PROTECT THE ABOVE GROUND BYPASS PIPING AS APPLICABLE. 3.ALL MANHOLE PENETRATIONS SHALL BE MADE BY CORE DRILLING. CORE LOCATION SHALL BE AT LEAST 6 INCHES AWAY FROM ANY PRE-CASTMANHOLE COLD JOINTS. INTERIOR COATING SHALL BE REPAIRED AFTER CORE DRILLING. CORE OPENING SHALL BE GROUTED WITH NON-SHRINKGROUT AFTER COMPLETION OF SEWER BYPASS PER APWA STANDARDS. EXISTING PVC LINER SHALL BE REPAIRED IN-KIND PERMANENTLY WITH 6"OVERLAP AT ALL PENETRATIONS. 4.SHALLOW BURIED BYPASS PIPE SHALL BE AT LEAST 12" BELOW GRADE (MEASURED FROM THE TOP OF PIPE). TRENCH SHALL BE COVERED WITHANCHORED TRENCH PLATES OR APPROVED EQUAL. TRENCH REPAIRS SHALL BE COMPLETED IN ACCORDANCE WITH CITY REQUIREMENTS (OR THECONTRACT DOCUMENTS). 5.CONTRACTOR SHALL OBTAIN APPROVAL FROM HILLS OF CALAVERA CONDOS HOA PRIOR TO USING RESIDENTIAL PARKING FOR EQUIPMENT STAGING. 6.BYPASS PIPE SHALL BE YELOMITE PIPE WITH CERTA-LOK JOINTS OR FUSED HDPE PIPE (200 PSI RATING MINIMUM). ALUMINUM PIPE IS NOT ALLOWED. 7.CONTRACTOR SHALL SUBMIT A BYPASS PLAN FOR APPROVAL IN ACCORDANCE WITH SECTION 02999 DETAILING THE SPECIFIC PROCEDURES ANDEQUIPMENT PROPOSED FOR USE. 8.CONTRACTOR SHALL MAINTAIN ACCESS TO GARAGES AND FOR TRASH PICKUP AT ALL TIMES DURING THE TEMPORARY SEWER BYPASS. CITY OF CARLSBAD VILLAS LIFT STATION REPLACEMENT TEMPORARY SEWER BYPASS PLAN 11212986 JUN 2021 AS SHOWN 1 SEWER LATERAL;SEE NOTE 1 REPAIR PAVING, CURB AND GUTTER IN-KINDAFTER COMPLETION OF SEWER BYPASS;PIPE TRANSITION PER DETAIL 3 3 SHALLOW BURIED BYPASS PIPE TRANSITION SCALE NTS AUGUST 2021 Page 1 of 10 SECTION 03000 Cast-In-Place Concrete SECTION 03000 CAST-IN-PLACE CONCRETE PART 1 GENERAL 1.1 DESCRIPTION This section describes materials and methods for formwork, reinforcement, mixing, placement, curing and repairs of concrete, and the use of cementitious materials and other related products. This section includes concrete, mortar, grout, reinforcement, thrust and anchor blocks, valve support blocks, and manhole bases. 1.2 REFERENCE STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. ASTM A 185 - Specification for Steel Welded Wire Fabric, Plain, for Concrete Reinforcement ASTM A 615/A 615M - Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement ASTM C 150 - Specification for Portland Cement ASTM C 494 - Specification for Chemical Admixtures for Concrete ASTM C 881 - Specification for Epoxy-Resin-Base Bonding Systems for Concrete CRSI - Recommended Practice for Placing Reinforcing Bars SSPWC - Standard Specifications for Public Works Construction "Greenbook" 1.3 RELATED WORK SPECIFIED ELSEWHERE Standard Specifications 02223, 15000, 15041, 15044, and 16640. 1.4 APPLICATIONS The following materials, referenced in other sections, shall be provided and installed in accordance with this specification for the applications noted below: A. Concrete for thrust and anchor blocks for horizontal and vertical bends, ductile-iron or steel fittings, fire hydrant bury ells, and support blocks for valves 4-inches and larger, all in accordance with the Standard Drawings. B. Concrete for collars, cradles, curbs, encasements, gutters, manhole bases, protection posts, sidewalks, splash pads, and other miscellaneous cast-in-place items. C. Mortar for filling and finishing the joints between manhole and vault sections and setting manhole grade rings and cover frames. Mortar may also be used for repairs of minor surface defects of no more than ¼-inch in depth of ½-inch in width on non-structural, cast-in-place items such as splash pads or concrete rings around manholes. (Note that large voids, structural concrete and pipe penetrations into vaults shall be repaired with non-shrink grout; repairs to precast manholes and vaults and cast-in-place manhole bases shall be repaired with an epoxy bonding agent and repair mortar, as outlined below). AUGUST 2021 Page 2 of 10 SECTION 03000 Cast-In-Place Concrete D. Epoxy bonding agent for bonding repair mortar to concrete on repairs to damaged surfaces to precast or cast-in-place concrete manoles and vaults. E. Repair mortar for repair to damaged surfaces of precast or cast-in-place concrete manholes and vaults. An epoxy bonding agent shall be used in conjunction with repair mortar. F. Non-shrink grout for general purposes repair of large construction voids, pipe penetrations into vaults and grouting of base plates for equipment or structural members. G. Epoxy adhesives for grouting of anchor bolts. H. Protective epoxy coating for application to reinforcing steel with existing concrete structures exposed during construction. I. Damp-proofing for application to the exterior surfaces of concrete manholes and vaults located at or below the water table or where showing evidence of moisture or seepage, and as directed by the Engineer. 1.5 DELIVERY, STORAGE, AND HANDLING Deliver reinforcing steel to the site bundled and tagged with identification. Store on skids to keep bars clean and free of mud and debris. If contaminated, all bars shall be cleaned by wire brushing, sand blasting, or other means prior to being set in forms. PART 2 MATERIALS 2.1 CONCRETE A. All Portland cement concrete shall conform to the provisions of Sections 201, 202, and 303 of the Standard Specifications for Public Works Construction (Greenbook). B. Class 560-C-3250 concrete, as described in the Greenbook, Section 201, shall be used for all applications unless otherwise noted on the Plan or directed by the City. The maximum water/cement ratio shall be 0.53 by weight, and the maximum slump shall be 4-inches. C. In certain circumstances, rapid-setting concrete may be required. Accelerating admixtures shall conform to ASTM C-494 and may be used in the concrete mix as permitted by the City. Calcium chloride shall not be used in concrete. 2.2 REINFORCING STEEL A. Reinforcing steel shall conform to ASTM A 615, Grade 60. B. Fabricate reinforcing steel in accordance with the current edition of the Manual of Standard Practice, published by the Concrete Reinforcing Steel Institute. AUGUST 2021 Page 3 of 10 SECTION 03000 Cast-In-Place Concrete 2.3 WELDED FIRE FABRIC Welded wire fabric shall conform to ASTM A 185. 2.4 TIE WIRE Tie wire shall be 16-gage minimum, black, soft annealed. 2.5 BAR SUPPORTS Bar supports in beams and slabs exposed to view after removal of forms shall be galvanized or plastic coated. Use concrete supports for reinforcing in concrete placed on grade. 2.6 FORMS A. Forms shall be accurately constructed of clean lumber. The surface of forms against which concrete is placed shall be smooth and free from irregularities, dents, sags or holes. B. Metal form systems may be used upon City approval. Include manufacturer's data for materials and installation with the request to use a metal form system. 2.7 MORTAR Cement mortar shall consist of a mixture of Portland cement, sand, and water. One part cement and two parts sand shall first be combined, and then thoroughly mixed with the required amount of water. 2.8 EPOXY BONDING AGENT The epoxy bonding agent shall be an epoxy-resin-based product intended for bonding new mortar to hardened concrete and shall conform to ASTM C 881. The bonding agent shall be selected from the Approved Materials List. 2.9 REPAIR MORTAR Repair mortar shall be a two-component, cement-based product specifically designed for structurally repairing damaged concrete surfaces. The repair mortar shall exhibit the properties of high compressive and bond strengths and low shrinkage. A medium-slump repair mortar shall be used on horizontal surfaces, and a non-sag, low-slump repair mortar shall be used on vertical or overhead surfaces. Repair mortar shall be selected from the Approved Materials List. 2.10 NON-SHRINK GROUT Non-shrink grout shall be a non-metallic cement-based product intended for filling general construction voids or grouting base plates for equipment or structural members. The non-shrink grout shall exhibit the properties of high compressive and bond strengths and zero shrinkage, and shall be capable of mixing to a variable viscosity ranging from a dry AUGUST 2021 Page 4 of 10 SECTION 03000 Cast-In-Place Concrete pack to a fluid consistency as required for the application. The non-shrink grout shall be selected from the Approved Materials List. 2.11 EPOXY ADHESIVE Epoxy adhesive shall be a high-modulus epoxy-resin-based product intended for structural grouting of anchor bolts and dowels to concrete. The epoxy adhesives shall conform to ASTM C 881. A pourable, medium-viscosity epoxy shall be used on horizontal surfaces, and a heavy-bodied, non-sag epoxy gel shall be used on vertical surfaces. The epoxy adhesives shall be selected from the Approved Materials List. 2.12 PROTECTIVE EPOXY COATING The protective epoxy coating shall be an epoxy-resin-based product exhibiting high bond strength to steel and concrete surfaces, and shall conform to ASTM C 881. The protective epoxy coating shall be selected from the Approved Materials List. 2.13 DAMP-PROOFING FOR CONCRETE STRUCTURES Damp-proofing material shall consist of two coats of a single-component self- priming, heavy-duty cold-applied coal tar selected from the Approved Materials List. PART 3 EXECUTION 3.1 FORMWORK A. The Contractor shall notify the City a minimum of one working day in advance of intended placement of concrete to enable the City to check the form lines, grades, and other required items before placement of concrete. B. The form surfaces shall be cleaned and coated with form oil prior to installation. The form surfaces shall leave uniform form marks conforming to the general lines of the structure. C. The forms shall be braced to provide sufficient strength and rigidity to hold the concrete and to withstand the necessary fluid pressure and consolidation pressures without deflection from the prescribed lines. D. Unless otherwise indicated on the plans, all exposed sharp concrete edges shall be 3/4-inch chamfered. 3.2 REINFORCEMENT A. Place reinforcing steel in accordance with the current edition of Recommended Practice for Placing Reinforcing Bars, published by the Concrete Reinforcing Steel Institute. B. All reinforcing steel shall be of the required sizes and shapes and placed where shown on the drawings or as directed by the City. AUGUST 2021 Page 5 of 10 SECTION 03000 Cast-In-Place Concrete C. Do not straighten or re-bend reinforcing steel in a manner that will damage the material. Do not use bars with bends not shown on the drawings. All steel shall be cold bent – do not use heat. D. All bars shall be free from rust, scale, oil, or any other coating that would reduce or destroy the bond between concrete and steel. E. Position reinforcing steel in accordance with the Approved Plans and secure by using annealed wire ties or clips at intersections and support by concrete or metal supports, spacers, or metal hangers. Do not place metal clips or supports in contact with the forms. Bend tie wires away from the forms in order to provide the concrete coverage equal to that required of the bars. If required by the Engineer, the Contractor shall install bars additional to those shown on the drawings for the purpose of securing reinforcement in position. F. Place reinforcement a minimum of 2-inches clear of any metal pipe, fittings, or exposed surfaces. G. The reinforcement shall be so secured in position that it will not be displaced during the placement of concrete. H. All reinforcing steel, wire mesh, and tie wire shall be completely encased in concrete. I. Reinforcing steel shall not be welded unless specifically required by the Approved Plans or otherwise directed by the Engineer. I. Secure reinforcing dowels in place prior to placing concrete. Do not press dowels into the concrete after the concrete has been placed. J. Minimum lap for all reinforcement shall be 40 bar diameters unless otherwise specified on the Approved Plans. K. Place additional reinforcement around pipe penetrations or openings 6-inches diameter or larger. Replace cut bars with a minimum of 1/2 of the number of cut bars at each side of the opening, each face, each way, same size. Lap with the uncut bars a minimum of 40 bar diameters past the opening dimension. Place one same size diagonal bar at the four diagonals of the opening at 45° to the cut bars, each face. Extend each diagonal bar a minimum of 40 bar diameters past the opening dimension. L. Wire mesh reinforcement is to be rolled flat before being placed in the form. Support and tie wire mesh to prevent movement during concrete placement. M. Extend welded wire fabric to within 2-inches of the edges of slabs. Lap splices at least 1-1/2 courses of the fabric and a minimum of 6-inches. Tie laps and splices securely at ends and at least every 24-inches with 16-gauge black annealed steel wire. Pull the fabric into position as the concrete is placed by means of hooks, and work concrete under the steel to ensure that it is at the proper distance above the bottom of the slab. AUGUST 2021 Page 6 of 10 SECTION 03000 Cast-In-Place Concrete 3.3 EMBEDDED ITEMS All embedded items, including bolts, dowels and anchors, shall be held correctly in place in the forms before concrete is placed. 3.4 MORTAR MIXING The quantity of water to be used in the preparation of mortar shall be only that required to produce a mixture sufficiently workable for the purpose intended. Mortar shall be used as soon as possible after mixing and shall show no visible sign of setting prior to use. Re- mixing of mortar by the addition of water after signs of setting are evident shall not be permitted. 3.5 MIXING AND PLACING CONCRETE A. All concrete shall be placed in forms before taking its initial set. B. No concrete shall be placed in water except with permission of the City. C. As the concrete is placed in forms, or in rough excavations (i.e., thrust or anchor blocks), it shall be thoroughly settled and compacted throughout the entire layer by internal vibration and tamping bars. D. All existing concrete surfaces upon which or against which new concrete is to be placed shall be roughened, thoroughly cleaned, wetted, and grouted before the new concrete is deposited. 3.6 CONCRETE FINISHING A. Immediately upon the removal of forms, voids shall be neatly filled with cement mortar, non-shrink grout, or epoxy bonding agent and repair mortar as required for the application and as directed by the City. B. The surfaces of concrete exposed to view shall be smooth and free from projections or depressions. C. Exposed surfaces of concrete not poured against forms, such as horizontal or sloping surfaces, shall be screeded to a uniform surface, steel-trowelled to densify the surface, and finished to a light broom finish. 3.7 PROTECTION AND CURING OF CONCRETE The Contractor shall protect all concrete against damage. Exposed surfaces of new concrete shall be protected from the direct rays of the sun by covering them with plastic film wrap and by keeping them damp for at least 7 days after the concrete has been placed, or by using an approved curing process. Exposed surfaces shall be protected from frost by covering with tarps for at least 5 days after pouring AUGUST 2021 Page 7 of 10 SECTION 03000 Cast-In-Place Concrete 3.8 REPAIRS TO DAMAGED CONCRETE SURFACES Minor surface damage to hardened cast-in-place or precast concrete may be repaired, at the discretion of the City, using the specified materials in accordance with the manufacturer's recommendations and the following procedures: A. Cast-in-place or precast concrete for manholes and vaults: Remove loose or deteriorated concrete to expose a fractured aggregate surface with an edge cut to a ninety degree angle to the existing surface. Clean all debris from the area, apply a 20 mil coat of epoxy bonding agent to the prepared surface, and place repair mortar while the epoxy is still wet and tacky. On horizontal surfaces, for repair depths greater than 2-inches, add aggregate to the repair mortar as recommended by the manufacturer. On vertical or overhead surfaces, for repair depths greater than 2-inches, apply the repair mortar in successive lifts, scarifying the lifts, allowing them to harden, and applying a scrub coat of the material prior to proceeding with the next lift. Cure the material as for concrete in accordance with this specification. B. General Purpose: Remove loose and deteriorated concrete by mechanical means, sandblasting, or high-pressure water blasting. Clean all debris from the area and apply non-shrink grout in a 1/4-inch minimum thickness, at the desired consistency, ranging from a dry pack, to a fluid-poured into a formed area, according to the application. Cure the material as for concrete in accordance with this specification. 3.9 EPOXY ADHESIVES FOR ANCHOR BOLT INSTALLATION Anchor bolts grouted in place with an epoxy adhesive shall be installed using the specified materials in accordance with the manufacturer's recommendations and the following general procedures: Drill the hole with a rotary percussion drill to produce a rough, unpolished hole surface. the hole shall be sized to the manufacturer's recommendations and should be approximately 1/4-inch wider than the diameter of the bolt, with a depth equal to 10 to 15 times the bolt diameter. Remove debris and dust with a stiff bristle brush and clean using compressed air. Utilizing a medium-viscosity epoxy for horizontal surfaces, and a gel-type non-sag epoxy for vertical surfaces, apply the material to fill the hole to approximately half its depth. Insert the bolt, forcing it down until the required embedment depth and projection length are attained and then twist the bolt to establish a bond. Secure the bolt firmly in place in the permanent position until the epoxy sets. 3.10 PROTECTIVE EPOXY COATING Following core drilling at existing concrete structures, clean the exposed concrete surface and ends of reinforcing steel and apply two coats of protective epoxy coating for a total dry film thickness of 10-15 mils. Allow the material to cure between coats and prior to continuing the installation through the penetration. 3.11 DAMP-PROOFING FOR THE EXTERIOR OF CONCRETE STRUCTURES Following completion of the exterior surfaces of manholes and vaults, including necessary repairs and piping penetrations into the structure, apply the specified material to prepared concrete surfaces in accordance with the manufacturer's recommendations. The surfaces to be coated shall be fully-cured and free of laitance and contamination. The material shall be applied to all exterior surfaces below a point 12-inches above the water table or AUGUST 2021 Page 8 of 10 SECTION 03000 Cast-In-Place Concrete indications of seepage or moisture as directed by the Engineer. Apply two 15 mil coats, curing between coats, prior to backfill and/or immersion in accordance with the manufacturer's recommendations. 3.12 THRUST AND ANCHOR BLOCKS Concrete thrust and anchor blocks shall be poured against wetted, undisturbed soil in accordance with the Standard Drawings and as directed by the City. The concrete shall be placed so that fittings and valves will be accessible for repairs or replacement. Prior to filling the pipeline with water, the concrete for thrust and anchor blocks shall cure for the following number of days: Thrust Blocks 3 days minimum Anchor Blocks 7 days minimum A. Safe Soil Bearing Load: Soil Safe Bearing Load Muck, peat, etc.*** 0 PSF Soft Clay 500 PSF Fine Sand 1,000 PSF Decomposed Granite (D.G.) 1,500 PSF Sandy Gravel 2,000 PSF Cemented Sandy Gravel 2,000 PSF Hard Shale 2,500 PSF Granite 10,000 PSF ***In muck or peat soils, competent resistance shall be achieved by removal and replacement with ballast or sufficient stability to resist the intended thrusts. Consult the project geotechnical consultant. B. Thrust Block Placement and Sizing: Thrust blocks shall be located at all unrestrained pipe fittings and bear against firm, undisturbed soil. The thrust blocks shall be centered on the fitting so that the bearing area is exactly opposite the resultant direction of the thrust, refer to the Standard Drawings. Care shall be taken to prevent the placed thrust block concrete from eliminating maintenance access to the valve operators. All thrust block excavation location, shape, and the City prior to pouring the concrete shall verify size. The size, in sq. ft., of the thrust block can be calculated by dividing the thrust by the safe bearing load. For instance, use a 12-inch pipe, 45° end, at 200 psi test pressure with a D.G. trench the value of 11,720# of thrust can be obtained from the upper chart and 1,500#/sq. ft. safe bearing load from the lower chart as follows: 11,720# x 2 / 1,500#/Sq. ft. = 15.6 sq. ft. or 16 sq. AUGUST 2021 Page 9 of 10 SECTION 03000 Cast-In-Place Concrete Therefore, for this example, the trench wall adjacent to the fitting shall be excavated to the dimensions of 4 ft. x 4 ft. or 3.5 ft. x 5 ft. or some closely approximate multipliers to achieve the minimum required 16 sq. ft. bearing area. C. Anchor Block Placement and Sizing: For all vertical bends in pipelines (downward bends) that do not have restrained joints, the fittings shall be retained in place by means of an anchor block. The block shall be sized to withstand the thrust exerted for the particular deflection angle at the required test pressure plus 10%. (Do not rely on the restraining benefit from the soil). The City shall verify the size chosen and the reinforcing steel required. The size, in cu. ft. of the anchor block can be calculated by dividing the thrust by the unit weight of concrete (i.e., one cu. ft. or concrete weighs approximately 145#). For instance, use the same 12-inch pipe, 45° bend, at 200 psi test pressure – the value of 11,720# of thrust can be obtained from the upper chart: 11,720# x 2 / 145# = 162 cu. ft. (plus 10%) = 178 cu. ft. or 6.6 cu. yd. Therefore, for this example, the anchor block shall be 5.5' x 5.5' x 6' or 6' x 6' x 5', or some closely approximate multipliers to achieve a minimum of 178 cu. ft. of concrete. 3.13 VALVE SUPPORT BLOCKS Valve support blocks shall be installed as described below and in accordance with the Standard Drawings: A. Support blocks below valves shall be cut into the side of the trench a minimum of 12-inches. B. Support blocks shall extend up to a height of adjoining pipe and shall have a minimum depth below the valve of 12-inches. C. Support blocks shall be installed so that the valves will be accessible for repairs. END OF SECTION AUGUST 2021 Page 10 of 10 SECTION 03000 Cast-In-Place Concrete THIS PAGE INTENTIONALLY LEFT BLANK AUGUST 2021 Page 1 of 12 SECTION 06621 Copolymer Lining Section 06621 Copolymer Lining PART 1 - GENERAL 1.1 THE REQUIREMENT A. This section sets forth the requirements for the structural polymer PVC Co-Lining system for rehabilitating manholes in accordance with the limits shown on the Drawings. The CONTRACTOR shall be responsible for monitoring confined space and providing adequate ventilation and safe working conditions in accordance with all applicable Cal/OSHA requirements for working within the sanitary sewer and structures. B. The Work included under this section consists of furnishing all labor, equipment, materials and incidentals required to rehabilitate existing reinforced concrete manholes as shown on the Drawings. Work shall include, but not be limited to, cleaning of concrete surfaces, reinforcing steel treatment and repair, application of a primer, Structural Polymer, activator, PVC Lining System, seam material and testing. Rehabilitation shall be continuous and shall connect to existing PVC lining and to manhole lining without any gaps, holes, or defects that may allow corrosion of cementitious material. 1.2 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. This section contains references to the following documents. They are a part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. Reference Title ASTM C501 Test Method for Relative Resistance of Unglazed Tile by the Taber Abraser ASTM C794 Test Method for Adhesion-in-Peel of Elastomeric Joint Sealants ASTM C881 Specification for Epoxy-Resin Base Bonding Systems for Concrete ASTM C920 Specification for Elastomeric Joint Sealants ASTM D256 Test Methods for Impact Resistance of Plastics ASTM D412 Test Method for Rubber Properties in Tension ASTM D638 Test Method for Tensile Properties of Plastics ASTM D695 Test Method for Compressive Properties of Rigid Plastics ASTM D792 Test Methods for Specific Gravity and Density of Plastics ASTM D1004 Test Method for Initial Tear Resistance of Plastic Film and Sheeting ASTM D1044 Test Method for Resistance of Transparent Plastics to Surface Abrasion ASTM D1621 Standard Test Method for Compressive Properties Of Rigid Cellular Plastics ASTM D1653A Test Method for Water Vapor Transmission of Organic Film ASTM D1752 Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction ASTM D2240 Test Method for Rubber Property - Durometer Hardness AUGUST 2021 Page 2 of 12 SECTION 06621 Copolymer Lining ASTM D4060 Test Method for Abrasion Resistance of Organic Coatings by the Taber Abraser ASTM D4258 Standard Practice for Surface Cleaning Concrete for Coating ASTM D4259 Standard Practice for Abrading Concrete ASTM D4262 Standard Test Method for pH of Chemically Cleaned or Etched Concrete Surfaces ASTM E329 Specification for Agencies Engaged in the Testing and/or Inspection of Materials Used in Construction ASTM F1249 Method for Water Transmission Rate through Plastic Film and Sheeting ICRI 310.2 Selecting and Specifying Concrete Surface Preparation for Sealers, Coatings, and Polymer Overlays NACE SP0188 Discontinuity (Holiday) Testing of New Protective Coatings on Conductive Substrates SSPWC Standard Specification for Public Works Construction Section 210-2.3 Plastic Liner 1.3 CONTRACTOR SUBMITTALS A. Provide 5 references which show that the CONTRACTOR has previous successful experience with each specified or comparable coating systems. Include the name, address, and the telephone number for the owner of each installation for which the CONTRACTOR applied the protective coating. B. The manufacturer shall provide written certification that the coating CONTRACTOR's supervisor and each applicator performing Work on the project have been trained and approved by the manufacturer to apply the selected coating system. The manufacturer shall state whether or not it has verified that the CONTRACTOR is going to use the proper mixing, coating application, heating, and environmental control equipment for the specified coating products. C. CONTRACTOR shall provide a written letter from the manufacturer stating that the CONTRACTOR is certified and experienced in the application of the specified coating systems. The letter shall state the manufacturer and model number of mixing, heating, and pumping equipment to be used to apply the specified coating system. D. PRODUCT DATA SHEET 1. For each concrete rehabilitation product to be used the CONTRACTOR shall submit the following product data. a. Technical data sheet for each product used, including statements on the suitability of the material for the intended use. b. Instructions and recommendations for surface preparation, mixing, handling, application, curing and proper storage. c. Material safety data sheet for each product used. d. Plastic liner proof of compliance with requirements of SSPWC 210-2.3. e. Written certification from the manufacturer(s) of the selected rehabilitation products that the rehabilitation materials are compatible with each other. f. The manufacturer(s) shall provide written certification that the concrete repair Subcontractor’s Supervisor and each of the applicators performing Work on the project has been trained and is an approved applicator for the repair materials selected. AUGUST 2021 Page 3 of 12 SECTION 06621 Copolymer Lining g. Test reports on previously tested polymer mortar materials shall be accompanied by the manufacturer’s statement that the previously tested material is the same type, quality, manufacture, and make as that proposed for use in this project. Test reports are required for epoxy resin and aggregates. The evidence shall show that deficiencies mentioned in the report of that inspection have been corrected. 2. The following submittals are required: a. Lining system design details and system materials. b. Manufacturer’s application instructions, including: (1) Product Material Safety Data Sheets. (2) Certified laboratory test reports for structural polymer density and pipe pH. (3) Maximum storage life and storage requirements. (4) Mixing and proportioning requirements (as applicable). (5) Environmental requirements for application and worker safety, including ventilation, humidity, and temperature ranges. (6) Information and data on adhesive products and cleaners used in the repair of the existing and installation of the new liner. (7) Thickness of activator and structural polymer or mastic applied over the surface of the PVC sheet and at joints, respectively. (8) Curing time. (9) Proof that the chemical resistance test specified in SSPWC Subsection 210-2.3.3 will be met. (10) Shape, size and type of material of forms used for the installation of the PVC lining system. Description of the forms installation and removal procedure. 3. A layout and application sequencing plan which includes PVC individual sheet dimension and order of application. This plan shall be approved by the ENGINEER before starting Work specified in this subsection. E. DAILY PROJECT RECORDS 1. The CONTRACTOR shall maintain an accurate written daily record of the amount of each material used for the protective lining system that is delivered to the job each day, and the amount used in the lining system each day. At the end of each Work shift, the CONTRACTOR shall furnish to the ENGINEER a signed copy of the daily record, along with the amount (square feet) of protective lining system installed during that shift. 1.4 QUALITY ASSURANCE A. QUALIFICATIONS 1. Manufacturer shall have 1 year of experience fabricating the proposed product for the structural polymer PVC lining system. 2. CONTRACTOR shall have 1 year of experience installing structural polymer PVC lining system in pipes greater than 48 inches in diameter. The CONTRACTOR shall have installed a minimum of 500 linear feet of the self-forming grouted lining system in the crowns of pipes larger than 48 inches in diameter. Project experience that included full lining (360 degree) shall not be considered as applicable experience. In addition, the Work shall be performed by a lining CONTRACTOR or Subcontractor who is licensed and certified by the manufacturer of the protective lining system specified. Each applicator who will be applying the protective lining system shall be certified by the manufacturer. B. STANDARDIZATION AUGUST 2021 Page 4 of 12 SECTION 06621 Copolymer Lining 1. Materials and supplies provided shall be the standard products of manufacturers. The standard products of manufacturers other than those specified will be accepted when it is demonstrated to the ENGINEER that they are equal in composition, durability, and usefulness for the purpose intended. C. QUALITY CONTROL BY CONTRACTOR 1. To demonstrate conformance with the specified requirements for the materials, the CONTRACTOR shall provide the services of an independent testing Laboratory which complies with the requirements of ASTM E329. The testing Laboratory shall sample and test PVC and structural polymer materials as required in this section. Costs of testing Laboratory services shall be borne by the CONTRACTOR. D. PERFORMANCE AND DESIGN REQUIREMENTS 1. Chemical Resistance. The PVC sheet liner, sealant material and surface activator shall act as a cured seam sealant through molecular bonding and shall conform to the chemical resistance test requirements of SSPWC Subsection 210-2.3.3 for chemical solutions at listed concentrations. 2. The installed PVC lining shall remain leak proof up to a minimum hydrostatic pressure that is equivalent to 15 feet above the invert of the manhole. PVC liner shall meet the requirements of SSPWC 210-2.3. E. TRAINING CERTIFICATION 1. Manufacturer certification shall be required of applicators used for the liner and structural polymer installation Work, including pumping and computer equipment operators. F. SERVICES OF MANUFACTURER 1. The CONTRACTOR shall require the coating manufacturers to furnish the following services: a. The manufacturer's representative shall provide at least three 8-hour days of on-site observation and site specific recommendations relative to surface preparation, mixing, application, curing, and final testing of its product on test areas. b. Manufacturer shall have a technical representative on site during liner installation and structural polymer application. Representative shall confirm that cleaning and surface preparation meet manufacturer’s requirements and installation is in accordance with manufacturer’s recommendations. c. The manufacturer's representative shall provide technical support to resolve field problems associated with the manufacturer's products furnished under this Contract or the application thereof throughout the duration of the Work. d. The lining manufacturer shall provide written certification that the lining Subcontractor's Supervisor and each applicator performing Work on the project has been trained and approved to apply the selected lining system. 1.5 QUANTITY A. Plastic (PVC) liner repairs shall have the sizes and estimated quantity of two (2) penetrations at the proposed discharge piping locations. PART 2 - PRODUCTS 2.1 MATERIAL DELIVERY A. Approved materials shall be shipped in original manufacturer’s containers and such additional packaging as needed to protect the materials from damage during transport. Containers shall be plainly labeled to show manufacturer’s name, product name, batch number, date of manufacture, quantity of contents and storage requirements. AUGUST 2021 Page 5 of 12 SECTION 06621 Copolymer Lining 2.2 MATERIAL STORAGE A. Stored materials shall be protected from excessive heat, cold and weathering. Activator treated PVC sheeting delivered to the job site shall be protected from debris contamination and maintained at 70°F minimum. 2.3 STRUCTURAL POLYMER A. Structural polymer shall be a high solids polyurethane. It shall be non-flow and shall be resistant to weathering, aging, dilute (10%) solutions of sulfuric acid and intermittent wetting by raw sewage. Structural Polymer shall be Linabond Structural Polymer Mastic as manufactured by Linabond, Inc., Los Angeles, CA, or equal. The testing of the structural polymer material shall comply with the requirements specified in ASTM D1621. 2.4 PVC SHEET LINER A. Polyvinyl chloride lining material shall be a homogenous thermoplastic sheet recommended by the manufacturer of the structural polymer; Vinylthane liner by Linabond, Inc., or equal. Liner shall conform to Subsection 210-2 (except paragraphs 210-2.4.2 and 210-2.4.4.) and shall exhibit the following minimum physical properties: Specification Requirement Specific gravity, ASTM D792 1.33 Hardness, Shore A ASTM D2240 84 Tensile, ASTM D882 2,300 psi Elongation, ASTM D882 300% Brittle Point, Model E ASTM D746 -22ºF Tear Strength, ASTM D1004 250 psi Thickness 40 mils Color White 2.5 SURFACE ACTIVATOR A. Surface activator shall be a catalytic polyurethane providing cross linking with the PVC sheet liner and the structural polymer and shall be Linabond CLA-2 as manufactured by Linabond, Inc., Los Angeles, CA, or equal. 2.6 SEAM MATERIAL A. This component is an expansionless version of Linabond’s structural polymer which retains the chemical and adhesive properties of the structural polymer while permitting relatively flat, smooth laps between adjacent PVC sheets. Seam material shall be of the type manufactured by Linabond, Inc., Los Angeles, CA, or equal. 2.7 WATER INFILTRATION CEMENT PLUG A. Single component, extremely fast setting, non-shrink, expansive type, hydraulic cement for repair of underwater concrete or concrete subject to hydrostatic water pressure. Approved products include the following: 1. Hydroplug as manufactured by Nox-Crete Products Group. 2. Subac Underwater Cement as manufactured by Subac Underwater Cement. 2.8 CONCRETE RESURFACER A. Repair mortar with voids between ¼ inch and 2 inches in depth or width shall be a pneumatically or troweled cementitious, silica fume, fiber-reinforced, high strength shrinkage-compensated portland cement mortar. Approved products include the following: AUGUST 2021 Page 6 of 12 SECTION 06621 Copolymer Lining 1. Mortar Mix as manufactured by Rapid Set Construction Cement Products. 2. Cement All as manufactured by Rapid Set Construction Cement Products. 3. Five Star Structural Concrete V/O as manufactured by Five Star Products, Inc. 4. Or approved equal 2.9 STAINLESS STEEL FASTENERS A. All counter sunk anchor bolts for anchoring the upstream termination strips shall be Type 316 stainless steel, similar to the 1/4-inch diameter Rawl Flat Head Steel Spike, No. 5632 or approved equal. All anchor bolts shall provide a minimum 3 inches of embedment into the concrete pipe wall. Each anchor bolt shall be installed with Rawl/Sika Foil Fast two-part epoxy injection gel or equal. Anchor bolts shall be spaced 18 inches on center. Stainless steel 316 anchor bolts are a special order item and must be ordered as the first item of Work. 2.10 TERMINATION STRIP A. Termination (Batten) strips shall be 1/4-inch thick by 1 1/2-inches wide Type 316 stainless steel with counter sunk holes 18 inches on center to fit the anchor bolts specified. 2.11 CORROSION INHIBITOR A. Reinforcing steel, exposed by corrosion or during surface preparation operations, shall be treated with a water-based epoxy resin, anticorrosion coating and bonding agent such as Armatec 110 EpoCem, manufactured by the Sika Corporation, or equal. PART 3 - EXECUTION 3.1 GENERAL CONDITIONS A. GENERAL 1. The CONTRACTOR shall follow the requirements of the Specifications and the manufacturer’s recommendations in terms of surface preparation, application equipment and techniques, and environmental limitations. 2. After the CONTRACTOR has cleaned all concrete surfaces, the CONTRACTOR shall thoroughly inspect all surfaces. The CONTRACTOR shall notify the ENGINEER, in writing, of any defects or discrepancies which will not allow him to complete his Work properly. Commencement of Work shall be construed as acceptance of the surfaces and it shall be the responsibility of the CONTRACTOR to correct any defect appearing in the surfaces, once the Work has begun. 3. The general limits for PVC lining shall be as specified and shown with minor adjustments as directed by the ENGINEER based upon conditions observed. The CONTRACTOR’s Work shall result in the interior of the pipe designated for rehabilitation having a continuous PVC lining as shown on the Plans without holes, gaps, breaks, or unsealed seams. The PVC lining shall be sealed to existing PVC liners and manhole rehabilitation material as shown or recommended by the manufacturer. B. ENVIRONMENTAL LIMITS 1. Lining and concrete repair shall not be performed if environmental conditions are not within the manufacturer(s) recommended limits. No lining Work shall be performed under the following conditions: a. Temperatures exceeding the manufacturer’s recommended maximum and minimum allowable. b. Dust or smoke laden atmosphere. c. Damp or humid weather where relative humidity is above manufacturer’s maximum allowable or greater than 85%. AUGUST 2021 Page 7 of 12 SECTION 06621 Copolymer Lining 2. The project is located in a sanitary sewer environment where the Work will be exposed to hydrogen sulfide laden air and extended periods of high relative humidity. These “normal atmospheric conditions” may restrict the application and inhibit the cure of the specified lining systems. The CONTRACTOR shall provide facilities to maintain substrate and atmospheric conditions within the controlled environment, with respect to temperature and relative humidity, within the limits established by the manufacture of the product(s) selected to ensure proper application and cure of the lining systems. C. SAFETY REQUIREMENTS 1. A “breathing air” apparatus and compressor shall be provided for structural polymer spray and hydroblast cleaning operators, if ventilation air flows towards the operators or is required to meet Cal/OSHA breathing air requirements. The compressor shall be equipped with high temperature and carbon monoxide alarms and shall use an in-line filter bed to remove moisture. The CONTRACTOR shall provide compressed air breathing equipment for the ENGINEER and any other personnel, if working in close proximity to mist produced by the structural polymer application and hydroblast cleaning. D. SEQUENCE OF WORK: 1. STRUCTURAL POLYMER a. The CONTRACTOR shall perform the Work in the following sequence: (1) Construction of temporary platform (2) Cleaning of pipe interior (3) Reinforcing steel treatment (if necessary) (4) Structural Reinforcement Repair (as directed by ENGINEER) (5) Repair of concrete defects (6) Installation of welded wire mesh (7) Structural Polymer application (8) Installation of liner (9) Testing 2. SELF-FORMING STRUCTURAL POLYMER a. The CONTRACTOR shall perform the Work in the following sequence: (1) Construction of temporary platform (2) Cleaning of pipe interior (3) Reinforcing steel treatment (if necessary) (4) Structural Reinforcement Repair (as directed by ENGINEER) (5) Repair of concrete defects (6) Installation of welded wire mesh (7) Installation of liner (8) Structural Polymer application (9) Testing 3.2 SURFACE PREPARATION OF CONCRETE A. All loose, brown carbonated, deteriorated, or unsound concrete shall be removed in the immediate vicinity of the damaged documented areas to provide a substrate that is tightly adhered to the surfaces of the structure. AUGUST 2021 Page 8 of 12 SECTION 06621 Copolymer Lining B. The CONTRACTOR shall cut and remove any loose existing delaminated PVC liner and the remaining edge of the liner shall be at an embedded locking (T-Lock) anchor that is tightly adhered to the wall. C. Concrete surfaces shall be prepared per SSPC SP13 abrasive blasting to remove the top 0.125 inches of existing concrete and to produce a surface roughness equivalent to that of ICRI 310.2 Concrete Surface Profile 5. D. All surfaces shall be cleaned using high pressure water. Water cleaning equipment including pumps, hoses, connectors, valves and nozzles shall be capable of producing a blast pressure of 5,000 psi. CONTRACTOR shall remove all grease, dirt, rocks, rust, spalled masonry (including mortar, concrete, and brick), and other deleterious materials and debris from the interior of the pipe. The finished interior surface shall consist of sound concrete with exposed aggregate. E. In accordance with ASTM D4262, test to determine the pH of the concrete surface after the surface has been thoroughly blasted and cleaned. If the pH is outside the range recommended by the coating manufacturer, then the surface must be neutralized by removing concrete until a surface pH of 7 or greater is obtained prior to any coating application. One pH test shall be performed every 50 square feet, or less, and at locations determined by the Coating Inspector. F. The CONTRACTOR shall test for capillary moisture in accordance with ASTM D4263. Moisture tests shall be taken every 200 square feet or less and at locations determined by the INSPECTOR. If capillary moisture is present, the coating manufacturer shall be consulted to determine primer requirements and special coating application criteria. G. The CONTRACTOR shall use a concrete mortar to rebuild the existing concrete to 2 inches in depth following abrasive blasting. Concrete mortar must be scrubbed into substrate filling all pores and voids. While the scrub coat is still plastic, force material against the edge of repair, working toward center. The CONTRACTOR shall use a trowel to repair the existing concrete with a high early strength mortar, as specified, prior to the installation of the epoxy primer. Hand application is not acceptable. The repaired concrete shall be finished with a masonry brush with 4-inch long Tampico fibers, completely cured, and dried according to the manufacturer’s recommendations. H. As per ACI recommendations for portland cement concrete, curing is required. Moist cure with wet burlap and polyethylene, and a fine mist of water. Moist curing should commence immediately after finishing. I. After curing, and prior to coating, the repaired concrete shall be lightly abrasive blast cleaned to remove curing agents, laitance, surface contaminants and to produce a surface roughness equivalent to that of ICRI 310.2 Concrete Surface Profile 3. J. Surfaces shall be cleaned of all dust and residual particles by dry air blast cleaning, vacuuming, or other approved methods prior to lining application as approved by the Coating Inspector. K. The resurfaced concrete shall be examined by the Coating Inspector by tapping with a 1 pound hammer over the repair areas. If hollow and soft areas are present, the CONTRACTOR shall chip out the area and reapply the mortar. 3.3 SURFACE PREPARATION OF EXISTING LINER A. The CONTRACTOR shall cut and remove any existing delaminated PVC liner and the remaining edge of the liner shall be at an embedded locking (T-Lock) anchor that is tightly adhered to the wall. B. The existing PVC liner shall be abraded with 60 Grit sandpaper and be detergent cleaned per SSPC SP1 when the new PVC liner will overlap it. Formula 409, or equal, shall be used to clean the existing liner prior to applying the material. 3.4 REINFORCING STEEL TREATMENT A. Where corrosion or surface preparation activities have exposed reinforcing steel the following procedure shall be used: AUGUST 2021 Page 9 of 12 SECTION 06621 Copolymer Lining 1. If half the diameter of the reinforcing steel, or more, is exposed, chip out behind the reinforcing steel a minimum of ½ inch for placement of grout or polymer concrete. 2. Abrasive blast all exposed reinforcing steel surfaces to remove all contaminants and corrosion products. 3. Determine section area loss of reinforcing steel. Perform structural reinforcement repair as directed by the ENGINEER. Structural reinforcement repair shall include providing and installing wire fabric and mortar as directed by the ENGINEER. 4. Structural reinforcement repair shall be used only when directed by the ENGINEER. ENGINEER shall determine and identify the area over which such repair shall be performed, and the quantities and limits of wire mesh to be placed. 5. If the reinforcing steel has more than 50% of the cross sectional area lost along its exposed length, the reinforcing steel shall be replaced and spliced to sound, adjacent reinforcing steel. The CONTRACTOR shall remove enough of the concrete around the circumference of the reinforcing bar to accommodate the splices and/or coupler installation and to allow for bonding between the reinforcing steel and the new cementitious mortar material. Removals shall allow for a ½-inch gap around the circumference of the reinforcing steel or coupler. 6. Apply a 20 mil (wet) coat of corrosion inhibitor to all surfaces of the clean, exposed reinforcing steel with stiff brush or spray equipment. Cure to tack-free 2 to 3 hours. 7. Apply a second 20 mil (wet) coat of corrosion inhibitor and allow for 2-hour to 3-hour cure prior to placement of polymer mortar, cementitious mortar, or grout. 3.5 REPAIR OF CONCRETE DEFECTS A. CRACKS: 1. Cracks shall be filled with the specified polymer mortar according to the following procedure: a. Deepen the crack as necessary to ensure a minimum depth of 1/8 inch. b. Apply a scrub coat of the polymer mortar, prepared according to the manufacturer’s recommendations, to the prepared substrate. c. While the scrub coat is still wet, force the polymer mortar into the cavity. d. Strike off and level as required. 3.6 LINING SYSTEM APPLICATION A. Proportioning and Mixing. Structural polymer materials shall be mixed and proportioned in accordance with the manufacturer’s written instructions with the equipment specified by the manufacturer. Pumping equipment and computer equipment utilizing an integrated DAQ system with built in alarms shall be approved by manufacturer prior to use. All equipment shall be maintained and operated per the manufacturer’s written instructions. Filters shall be checked twice daily (if operated) and cleaned as necessary. At all times during use, the spray equipment shall be attended by a qualified operator certified by the manufacturer. B. Structural Polymer. Structural polymer shall only be applied to a clean, prepared and dry sound concrete surface, as specified above. Structural polymer shall cover all exposed aggregate, and provide a smooth surface for application of the PVC liner. Prior to application of the PVC sheets and rolling of same, the mastic shall provide a minimum of 1-inch thick cover over the surface of the exposed concrete aggregate material. In areas where the pipe reinforcing bars are exposed, the net cover over the reinforcement, before application and rolling of the PVC sheets, shall be 2 inches minimum. Structural polymer shall be applied in lifts not to exceed 1-inch thickness. The maximum thickness of the cumulative lifts shall be no more than 2 inches. C. Application of the PVC liner after the installation of the structural polymer shall be in accordance with manufacturer’s specifications, but in any event not later than 45 minutes after application of the structural polymer, after which the area must be resprayed and allowed to tack again. AUGUST 2021 Page 10 of 12 SECTION 06621 Copolymer Lining D. Activator. Apply activator to clean, dry PVC sheets in accordance with manufacturer’s instructions. Allow to dry “tack-free” prior to embedding sheet in the structural polymer. Activator shall be applied to sheets in a warm (70 degree F minimum), protected environment and allowed to dry prior to shipment to the job site. Protect prepared sheet from debris contamination. E. Sheet Liner. The activator prepared surface of the PVC sheet liner shall be pressed into the structural polymer and rolled to remove trapped air. Seams shall overlap a minimum of 4 inches in the downstream direction. Maximum size of sheets along the length of the pipe shall not exceed 8 feet in any dimension, and the PVC shall be in one continuous piece to cover the crown and sides of the pipe as shown on the Plans. PVC sheets shall be applied while the structural polymer is still tacky. Following the removal of the support system, the 4-inch overlapping seams shall be embedded in seam material as shown on the Plans. F. Fiberglass Support Panels. A support system consisting of sections of flexible but stiff 4-foot wide by 12-foot long fiberglass panels, shall be pressed up by jacks into the new PVC liner surface while the structural polymer is finishing its exothermic reaction with the pipe. Each fiberglass panel section using four jack supports shall ensure that a very uniform flat finish formed pipe interior from the termination edges of the liner near the bottom of the pipe to the crown of the pipe is attained. G. The formwork shall be made of activated PVC liner sheets and shall provide a complete seal of all the concrete surfaces to be lined in accordance with the limits as shown on the Drawings. Care shall be taken to keep the activated PVC liner sheets clean and free of dust and protected from debris contamination. The CONTRACTOR shall utilize the maximum size PVC liner sheets possible with a minimum number of seams. The vertical and horizontal seams shall be joined with the “H” channels and the intersecting walls shall be joined using the preformed angles. The bottom, leading or terminating edges of the liner sheets shall be inserted in “J” Channels or joiner strips and sealed in accordance with the details shown in the Drawings. All the PVC liner sheets, channels, and angles shall be activated and allowed to dry to tack free prior to joining. An adequate amount of sealant shall be applied to form a bead along the seam after joining. H. Sheet Liner Terminations. The PVC lining system shall extend to the limits shown on the Plans. Where the new lining meets the existing lining, the new liner shall overlap the existing liner by a minimum of 4 inches. Methods for overlapping the existing liner at the downstream and leading (upstream) edge of the liner are shown on the Plans. Along the length of the pipe, on both sides, and on the upstream end where the end of the liner will terminate, saw-cut into the wall of the concrete pipe and embed the liner in structural polymer covered with seam material, as shown on the Plans. 3.7 INSPECTION AND TESTING A. The surface of the installed liner will be visually inspected by the Coating Inspector for proper adhesion, air pockets, edge or seam defects, rips, tears, and punctures. The newly applied PVC liner shall be spark tested per NACE SP0188 and any defect that is identified by the spark test shall be properly repaired and retested. The spark testing shall be done with a Tinker and Rasor Holiday Detector (Model AP-W) or equal set at 20,000 volts. B. The Project Quality Control Plan shall be submitted by the CONTRACTOR for approval by the ENGINEER. All quality assurance testing shall be provided by the CONTRACTOR at no additional cost to CITY. C. To assure proper adhesion of the PVC lining to the structural polymer and the structural polymer to the concrete surface, the protective lining system shall have a "peel test" performed at locations previously designated by the Coating Inspector and prepared by the lining CONTRACTOR. The test shall be the "Standard Test Method for Adhesion-in-Peel of Elastomeric Joint Sealants" per ASTM Designation C794 and modified for field test conditions. Preparation of the 1-inch wide pulling strips, during the CONTRACTOR's lining installation, shall be as directed by the Coating Inspector. The allowable minimum value for the peel strength test shall be per the protective lining system manufacturer's recommendation but shall not be less than 16 pounds per linear inch after 3 days of curing at a minimum ambient temperature of 55°F. AUGUST 2021 Page 11 of 12 SECTION 06621 Copolymer Lining 3.8 REPAIR OF DEFECTS A. The CONTRACTOR shall repair all defects found in the lining system. Areas with poor adhesion or air inclusions, edge or seam defects, punctures or other defects, shall be repaired. The repair may include cutting and removing all the defective areas and relining; drilling and injecting polyurethane seam material into defective areas and lining with a flexible PVC liner. The protective lining system used in the relining or the flexible PVC lining to be applied shall overlap the adjacent lined areas a minimum of 4 inches in all directions and shall be reinspected. 3.9 WARRANTY A. The CONTRACTOR and manufacturers shall warrant the lining system applications for a period of 1 year after Final Acceptance of the Work. Failures identified in the warranty inspections described below shall be repaired by the CONTRACTOR at no cost to CITY. 3.10 WARRANTY INSPECTION A. Warranty inspections shall be conducted at the end of 11 months following acceptance of the Work. Normal wear of the lining systems shall be repaired at CITY’s expense at the time of inspection based on the escalated unit costs established in this Contract. All lining applications found to be deficient or defective during the warranty period shall be repaired by the CONTRACTOR, to the satisfaction of the ENGINEER, in accordance with this Specification and the material manufacturer's recommendations at no cost to CITY. Deficient or defective linings include poor adhesion or air inclusions, edge or seam defects, blisters, peeling, disbondment or other defects. The final inspection video shall be used to assist in determining normal wear of the coating systems. B. CITY shall establish a date for the inspection and notify the CONTRACTOR 30 days in advance. The CONTRACTOR shall supply adequate safety equipment and interior lighting for the inspection as required. END OF SECTION AUGUST 2021 Page 12 of 12 SECTION 06621 Copolymer Lining THIS PAGE INTENTIONALLY LEFT BLANK AUGUST 2021 Page 1 of 10 SECTION 09900 Painting and Coating SECTION 09900 PAINTING AND COATING PART 1 GENERAL 1.1 DESCRIPTION This section described the requirements for the preparation of surfaces and subsequent application of protective coatings. The Contractor shall furnish all labor, materials and equipment required for satisfactory completion of all items contained herein. The Contractor shall furnish all necessary safety equipment and protective clothing, as well as be responsible for proper instruction and supervision of their use. Requirements for steel storage reservoirs are specified elsewhere in the Specifications. 1.2 RELATED WORK DESCRIBED ELSEWHERE The Contractor shall refer to the following Specification section(s) for additional requirements: A. Summary of Work: 01010 1.3 SUBMITTALS Contractor shall furnish submittals in accordance with the requirements of the GENERAL PROVISIONS. The following submittals are required: A. Submit a chart of the manufacturer's available colors for color selection well in advance of painting operation. B. Submit manufacturer's data sheets showing the following information: 1. Recommended surface preparation. 2. Minimum and maximum recommended dry-film thicknesses per coat for prime, intermediate, and finish coats. 3. Percent solids by volume. 4. Recommended thinners. 5. Statement verifying that the selected prime coat is recommended by the manufacturer for use with the selected intermediate and finish coats. 6. Application instructions including recommended application, equipment, humidity, and temperature limitations. 7. Curing requirements and instructions. C. Submit certification that all coatings conform to applicable local Air Quality Management City rules and regulations for products and application. AUGUST 2021 Page 2 of 10 SECTION 09900 Painting and Coating D. Submit affidavit of compliance that coatings have been holiday tested where required by the specifications. 1.4 PAYMENT Payment for the Work in this section shall be included as part of the lump-sum or unit-price bid amount for which such Work is appurtenant thereto. PART 2 MATERIALS 2.1 GENERAL All materials shall be those of current manufacture and shall meet all applicable regulations for the application and intended service. All coats of any particular coating system shall be of the same manufacturer and shall be approved by the manufacturer for the intended service. In the event that a product specified herein is no longer manufactured or does not meet current regulations, the Contractor shall provide a substitute, currently manufactured product of at least equal performance which meets all applicable regulations subject to Engineer's approval, at no additional cost. All materials shall be delivered to the Project Site in their original, unopened containers bearing the manufacturer's name, brand, and batch number. Standard products of manufacturers other than those specified will be accepted when it is proved to the satisfaction of the Engineer they are equal in composition, durability, usefulness and convenience for the purpose intended. Paint listed in the system refers to products of the following manufacturers and distributors: Ameron Corrosion Control Division, Brea, CA I.C. Devoe, Louisville, KY Engard Coating Corporation, Long Beach, CA I. DuPont de Nemours & Company, Los Angeles, CA Tnemec Company, Inc., Kansas City, MO 64141 All surfaces to be coated or painted shall be in the proper condition to receive the material specified before any coating or painting is done. No more sandblasting or surface preparation than can be coated or painted in a normal working day will be permitted. All sharp edges, burrs, and weld spatter shall be removed. All concrete and masonry surfaces shall cure 30 days prior to coating or painting. Surface preparation, prime coatings, and finish coats for the various systems are specified herein. Unless otherwise noted, all intermediate and finish coats shall be of contrasting colors. It is the intent that the coating alternates specified herein serve as a general guide for the type of coating desired. 2.2 VALVES A. Exterior Coating: Coat metal valves located above ground, in vaults or in structures the same as the adjacent piping. If the adjacent piping is not coated, then coat valves per this Specification section unless otherwise noted. Apply the specified prime coat at the place of manufacture. Apply intermediate and finish coats in the field. Finish coat shall match the color of the adjacent piping. Coat handwheels and floor stands the same as AUGUST 2021 Page 3 of 10 SECTION 09900 Painting and Coating the valves. Coat the exterior of buried metal valves at the place of manufacture per this specification. B. Coating (Devoe Alternate): Prime coat shall be BarRust 231 or Devran 200 applied at 2 to 3 mils dry-film thickness. Intermediate coat shall be Devran 224H Epoxy applied at 2 to 4 mils dry-film thickness. Finish coat shall be 379 Urethane applied at 2 to 3 mils dry-film thickness. C. Interior Lining: Valves 4-inches and larger shall be coated on their interior metal surfaces excluding seating areas and bronze and stainless-steel pieces. Sandblast surfaces in accordance with SSPC-SP-10 (near white blast cleaning). Remove all protuberances which may produce pinholes in the lining. Round all sharp edges to be coated. Remove any contaminants which may prevent bonding of the lining. Coat the interior ferrous surfaces using one of the following methods: 1. Apply powdered thermosetting epoxy per the manufacturer's application recommendations to a thickness of 10 to 12 mils. 2. Apply two coats of polyamide epoxy to a dry-film thickness of 10 to 12 mils total. Follow the manufacturer's application recommendations including minimum and maximum drying time between the required coats. 3. Apply two coats of Tnemec Series 140 (for potable water) or Series 69 (for non- potable water), or equal, to a dry film thickness of 10 to 12 mils total. Follow manufacturer's application recommendations including minimum and maximum drying time between required coats. 4. Apply two coats of Devoe Bar-Rust 233H Epoxy applied to a dry-film thickness of 6 to 8 mils, each. Total dry-film thickness shall be 10 to 12 mils minimum. All epoxy lining shall be applied at the factory by the manufacturer of the valve, and shall meet current Volatile Organic Compound (VOC) content regulations. Epoxy lining for potable water valves shall also be listed by National Sanitation Foundation (NSF) for contact with potable water. Test the valve interior linings at the factory with a low-voltage holiday detector. The lining shall be holiday free. 2.3 METAL, INTERIOR AND EXTERIOR, NORMAL EXPOSURE A. General: The Contractor shall paint all exposed steelwork, non-galvanized handrails, exposed pipework, fittings, all mechanical equipment, pumps, motors, doors, door frames and window sash with this coating system. All metalwork previously given a shop prime coat approved by the Owner's Representative shall be touched up as required in the field with Tnemec Series 4 Versare Primer or equal. B. Coating (Tnemec Alternate): Prime coat or spot prime coat as required shall be Tnemec Series 4 Versare primer applied to a dry-film thickness of 2 to 3.5 mils. Two or more finish coats of Tnemec Series 2H Tneme-Gloss enamel shall be applied to a thickness of 1.5 to 3.5 mils. Total dry-film thickness of the complete system shall be 7 mils, minimum. AUGUST 2021 Page 4 of 10 SECTION 09900 Painting and Coating C. Coating (Devoe Alternate): Prime coat or spot prime as required shall be 4140 Q.D. Alkyd Primer. Two or more finish coats of Devshield 4328 Alkyd applied to a dry-film thickness of 1.5 to 2 mils, each. Total dry-film thickness of the complete system shall be 5 mils, minimum. 2.4 METAL, SUBMERGED OR INTERMITTENTLY SUBMERGED A. General: All submerged metalwork, gates, equipment, valves, exposed pipework and all other metalwork within areas which will be submerged, except as noted hereinafter, shall be painted with this coating system. B. Surface Preparation: All metal surfaces shall be field sandblasted according to SSPC- SP-10 (near white blast cleaning). C. Coating (Tnemec Alternate): Prime coat shall be Tnemec Series 69 Epoxoline II applied to a dry-film thickness of 4 to 6 mils. Two finish coats of Tnemec Series 69 Epoxoline II shall be applied to a dry-film thickness of 4 to 6 mils each coat. Total try- film thickness of the complete system shall be a minimum of 12 mils. D. Coating (Devoe Alternate): Apply two coats of Bar-Rust 233H Epoxy applied to a dry- film thickness of 6 to 8 mils each coat. Total dry-film thickness of the complete system shall be a minimum of 12 mils. 2.5 METAL, SEVERE EXPOSURE TO MOISTURE OR CHEMICAL FUMES A. Not applicable. 2.6 METAL, HIGH-TEMPERATURE EXPOSURE A. General: Engine mufflers, exhaust systems and other metal surfaces subjected to high temperatures shall be coated with this system. B. Surface Preparation: Surface shall be field sandblasted in accordance with SSPC-SP- 10 (near white blast cleaning). C. Coating (Tnemec Alternate): One coat of Tnemec Series 90-96 Tneme-Zinc to a minimum total dry-film thickness of 2 to 3.5 mils. D. Coating (Devoe Alternate): One coat of Catha-Coat 304V Zinc to a dry-film thickness of 2 to 4 mils. 2.7 METAL, GALVANIZED, ALUMINUM, COPPER, OR BRASS A. Surface Preparation: Surfaces shall be solvent cleaned in accordance with SSPC-SP-1 (solvent cleaning) and SSPC-SP-2 (hand tool cleaning). B. Coating: Pre-treatment prime coat shall be Tnemec Series 32-1215 Tneme-Grip or Sinclair 7113 Wash Primer applied at mil dry-film thickness. Next, apply recommended coating or paint for the particular surface to be coated. AUGUST 2021 Page 5 of 10 SECTION 09900 Painting and Coating C. Coating (Devoe Alternate): Pre-treatment prime coat shall be Devoe BarRust 231 primer applied at 3 mil dry-film thickness. Next, apply recommended coating or paint for the particular surface to be coated. 2.8 METAL, BURIED A. General: The Contractor shall coat all buried metal which includes valves, bolts, nuts, structural steel and fittings. It does not include steel storage reservoirs. B. Surface Preparation: Sandblast to SSPC-SP-6 (commercial blast cleaning) C. Coating (Tnemec Alternate): Prime none. Finish with two coats of Tnemec Series 46- 465 H.B. Tnemecol or equal at 10 to 12 mils dry-film thickness, each. Total dry-film thickness shall be 20 mils minimum. D. Coating (Devoe Alternate): Prime with Devtar 221 (5A) Epoxy applied at 8 mil dry-film thickness. Two coats of Devtar (5A) Epoxy applied at 8 mils dry-film thickness, each. Total dry-film thickness shall be 24 mils, minimum. PART 3 EXECUTION 3.1 GENERAL The Contractor shall arrange with the Owner's Representative so that all surface preparation may be inspected and approved prior to the application of any coatings. The Contractor is hereby notified that the Engineer will inspect the Work prior to the expiration of the warranty period and all defects in workmanship and material shall be repaired by the Contractor, at his own expense. 3.2 WORKMANSHIP It is the intent of the Specifications that finishes shall be provided which meet standards for best grades of painting. Drop cloths shall be placed where required to protect floors, surfaces and equipment from spatter and dropping, not to receive paint or coatings. The Contractor shall take all necessary precautions to protect all adjacent Work and all surrounding property and improvements from any damage whatsoever as a result of the painting and coating operation. Only good, clean brushes and equipment shall be used and all brushes, buckets, and spraying equipment shall be cleaned immediately at the end of each painting period. Each coat of paint shall be of the consistency as supplied by the manufacturer, or thinned, if necessary, and applied in accordance with manufacturer's instructions. Each coat shall be well brushed, rolled or sprayed to obtain a uniform and evenly applied finish. Work shall be free from "runs", "bridges", "shiners", or other imperfections due to faulty intervals. Particular care shall be taken to obtain a uniform unbroken coating over all bolts, threads, nuts, welds, edges and corners. Paint shall not be applied in extreme heat, in dust or smoke laden air, or in damp or humid weather, unless written permission of the Engineer is obtained. AUGUST 2021 Page 6 of 10 SECTION 09900 Painting and Coating If paint is applied by spray, the air pressure used shall be within the ranges recommended by both the paint and spray equipment manufacturers. Spray painting shall be conducted under controlled conditions and the Contractor shall be fully responsible for any damage occurring from spray painting. Care shall be exercised not to damage adjacent Work during sandblasting operations. Stainless steel need not be sandblasted. Blasted surfaces shall not be left overnight before coating. All dust shall be removed from the surface following sandblasting. 3.3 APPLICATION PROCEDURES A. Surfaces to be Coated: All surfaces of materials furnished and constructed are to be painted or coated per the Specifications except as indicated below. B. Surfaces Not To Be Coated: The following surfaces shall not be coated unless otherwise noted on the Plans and shall be fully protected when adjacent areas are painted. Aluminum grating Machined surfaces Aluminum surfaces Metal letters Bearings Mortar-coated pipe and fittings Brass and copper tubing, submerged* Nameplates on machinery Buried pipe Pipe interior* Couplings Shafts Grease fittings Stainless steel Hardware Switch plates Lighting fixtures * unless specifically required on the Plans or elsewhere in the Specifications C. Protection of Surfaces Not To Be Coated: Surfaces not intended to be painted shall be removed, masked, or otherwise protected. Drop cloths shall be provided to prevent paint materials from falling on or marring adjacent surfaces. Working parts of mechanical and electrical equipment shall be protected from damage during surface preparation and painting process. Openings in motors shall be safely masked to prevent paint and other materials from entering the motors. All masking materials shall be completely removed and surfaces cleaned at completion of painting operations. D. Weather Conditions: Paint shall not be applied in the rain, wind, snow, mist, and fog or when steel or metal surface temperatures are less than 5°F above the dew point. Paint shall not be applied when the relative humidity is above 80%, the air temperature is above 90°F, or the temperature of metal to be painted is above 125°F. Alkyd, chlorinated rubber, inorganic zinc, silicone aluminum, or silicone acrylic paints shall not be applied if air or surface temperature is below 50°F or expected to be below 50°F within 24 hours. Epoxy, coal tar epoxy, acrylic latex, and polyurethane paints shall not be applied on an exterior or interior surface if air or surface temperature is below 50°F or expected to drop below 50°F within 24 hours. AUGUST 2021 Page 7 of 10 SECTION 09900 Painting and Coating 3.4 SURFACE PREPARATION A. General: Sandblast or prepare only as much surface area as can be coated in one day. All sharp edges, burrs, and weld spatter shall be removed. Epoxy-coated pipe that has been factory coated shall not be sandblasted. B. SSPC Specifications: Wherever the words "solvent cleaning", "hand tool cleaning", "wire brushing", or "blast cleaning" or similar words are used in the Specifications or in paint manufacturer's specifications, they shall be understood to refer to the applicable SSPC (Steel Structures Paint Council, Surfaces Preparation Specifications, ANSI A159.1) Specifications listed below: SP-1 Solvent Cleaning SP-2 Hand Tool Cleaning SP-3 Power Tool Cleaning SP-5 White Metal Blast Cleaning SP-6 Commercial Blast Cleaning SP-7 Brush-Off Blast Cleaning SP-8 Pickling SP-10 Near White Blast Cleaning Oil and grease shall be removed from aluminum and copper surfaces in accordance with SSPC SP-1 using clean cloths and cleaning solvents. Weld spatter and weld slag shall be removed from metal surfaces. Rough welds, beads, peaked corners, and sharp edges including erection lugs shall be ground smoothly in accordance with SSPC SP-2 and SSPC SP-3. Welds shall be neutralized with a chemical solvent that is compatible with the specified coating materials using clean cloths and chemical solvent. C. Abrasive Blast Cleaning: Dry abrasive blast cleaning shall be used for metal surfaces. Do not recycle or reuse contaminated blast particles. Dry clean surfaces to be coated by dusting, sweeping, and vacuuming to remove residue from blasting. Apply the specified primer or touch-up coating within the period of an 8-hour working day. Do not apply coating over damp or moist surfaces. Reclean prior to application of primer or touch-up coating any blast cleaned surface not coated within said 8-hour period. Prevent damage to adjacent coatings during blast cleaning. Schedule blast cleaning and coating such that dust, dirt, blast particles, old coatings, rust, mill scale, etc., will not damage or fall upon wet or newly coated surfaces. 3.5 PROCEDURES FOR THE APPLICATION OF COATINGS The recommendations of the coating manufacturer shall be followed, including the selection of spray equipment, brushes, rollers, cleaners, thinners, mixing, drying time, temperature and humidity of application, and safety precautions. Coating materials shall be kept at a uniform consistency during application. Each coating shall be applied evenly, free of brush marks, sags, runs, and other evidence of poor workmanship. A different shade or tint shall be used on succeeding coating applications to indicate coverage where possible. Finished surfaces shall be free from defects or blemishes. AUGUST 2021 Page 8 of 10 SECTION 09900 Painting and Coating Only thinners recommended by the coating manufacturer shall be used. If thinning is allowed, do not exceed the maximum allowable amount of thinner per gallon of coating material. Apply a brush coat of primer on welds, sharp edges, nuts, bolts, and irregular surfaces prior to the application of the primer and finish coat. The brush coat shall be done prior to and in conjunction with the spray coat application. Apply the spray coat over the brush coat. Apply primer immediately after blast cleaning and before any surface rusting occurs, or any dust, dirt, or any foreign matter has accumulated. Reclean surfaces by blast cleaning that have surface colored or become moist prior to coating application. A. Paint Mixing: Multiple-component coatings shall be prepared using all the contents of each component container as packaged by the paint manufacturer. Partial batches shall not be used. Multiple-component coatings that have been mixed beyond their pot life shall not be used. Small quantity kits for touch-up painting and for painting other small areas shall be provided. Only the components specified and furnished by the paint manufacturer shall be mixed. For reasons of color or otherwise, additional components shall not be intermixed, even within the same generic type of coating. B. Field Touch Up of Shop-Applied Prime Coats: Organic Zinc Primer: Surfaces that are shop primed with inorganic zinc primers shall receive a field touch up of organic zinc primer to cover all scratches or abraded areas. Organic zinc coating system shall have a minimum volume solids of 54% and a minimum zinc content of 14 pounds per gallon. Coating shall be of the converted epoxy, epoxy phenolic, or urethane type and shall be manufactured by the prime coat and finish coat manufacturer. Other Primers: Surfaces that are shop primed with other than organic zinc primer shall receive a field touch up of the same primer used in the original prime coat. 3.6 DRY-FILM THICKNESS TESTING AND REPAIR A. Special Instructions to the Contractor: The Contractor shall furnish to the Owner at no charge for use during execution of the Work, necessary dry-film thickness gauge and electrical flaw detection equipment. The Contractor shall perform the holiday (pinholes) inspection in the presence of the Owner's Representative, and the Contractor shall monitor wet film measurements throughout the application of each coat of coating. B. Coating Thickness Testing: Coating thickness specified for steel surfaces shall be measured with a magnetic-type dry-film thickness gauge. Dry-film thickness gauge shall be provided as manufactured by Mikrotest or Elcometer. Each coat shall be checked for the correct dry-film thickness. Measurement shall not be made until a minimum of eight hours after application of the coating. Non-magnetic surfaces shall be checked for coating thickness by micrometer measurement of cut and removed coupons. Contractor shall repair coating at all locations where coupons are removed. C. Holiday Testing: The finish coat (except zinc primer and galvanizing) shall be tested by the Contractor in the presence of the Engineer for holidays and discontinuities with an electrical holiday detector of the low-voltage, wet-sponge type in accordance with ASTM G62-14. Detector shall be provided as manufactured by Tinker, Rasor, K-D Bird Dog, or approved equal. AUGUST 2021 Page 9 of 10 SECTION 09900 Painting and Coating D. Repair: If the item has an improper finish, color, insufficient film thickness, or holidays, the surface shall be cleaned and top-coated with the specified paint material to obtain the specified color and coverage. Visible areas of chipped, peeled, or abraded paint shall be hand or power-sanded, feathering the edges. The areas shall then be primed and finish coated in accordance with the Specifications. Work shall be free of runs, bridges, shiners, laps, or other imperfections. 3.7 CLEANUP Upon completion of all painting and coating Work, the Contractor shall remove all surplus materials and rubbish. The Contractor shall repair all damage and shall leave the premises in a clean and orderly condition. END OF SECTION AUGUST 2021 Page 10 of 10 SECTION 09900 Painting and Coating THIS PAGE INTENTIONALLY LEFT BLANK AUGUST 2021 Page 1 of 2 SECTION 09902 Petrolatum Wax Tape Coating SECTION 09902 PETROLATUM WAX TAPE COATING PART 1 GENERAL 1.1 SCOPE This section covers the work necessary to furnish and install petrolatum wax tape coating on buried ferrous materials including pipe flanges, bolted fittings and couplings, valves and other buried pipeline appurtenances, complete, as shown or specified. 1.2 SUBMITTALS DURING CONSTRUCTION Submit manufacturer’s technical product data, details, installation instructions and general product recommendations. 1.3 PRODUCT IDENTIFICATION The use of a manufacturer’s name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired only. Products of other manufacturers will be considered in accordance with the Contract Documents. PART 2 MATERIALS 2.1 GENERAL Wrap all exposed surfaces of buried ferrous pipe, flanges, couplings and other pipeline appurtenances (including bolts, nuts, etc.) with petrolatum wax tape, unless another corrosion protection system (other than a factory-installed paint coating) is otherwise specified or indicated by the Contract Drawings. Exposed piping shall be wrapped only where specifically called out on the Drawings. Ductile iron pipe encased with polyethylene sheathing shall not be wrapped with this product. 2.2 PRIMER Exposed surfaces shall be prime coated with a blend of petrolatum, plasticizer, and corrosion inhibitor having a paste-like consistency. The material shall have the following properties: Pour Point 400-100° F Flash Point 350° F minimum Approximate Coverage 1 gal/100 square feet Color Brown The primer shall be Trenton Wax-Tape Primer or equivalent. 2.3 WAX TAPE Two types of petrolatum wax tape shall be available from the manufacturer: one type for buried installations and another type for above-ground installations. AUGUST 2021 Page 2 of 2 SECTION 09902 Petrolatum Wax Tape Coating Buried Installations: The covering material shall be a plastic-fiber felt tape, saturated with a blend of petrolatum, plasticizers, and corrosion inhibitors that is easily formable over irregular surfaces. The tape shall have the following properties: Color Brown Saturant Pour Point 115° - 125°F Thickness 70-90 mils Dielectric Strength 170 volts/mil Tape Width 6 inches Wax tape shall be Wax-Tape #1 as manufactured by The Trenton Corporation (Ann Arbor, Michigan), or approved equal. 2.4 OUTER COVERING The primed and wax-tape wrapped surface shall be wrapped with a plastic tape covering consisting of three (3) layers of 50 gauge, clear, polyvinylidene chloride, high cling membranes wound together as a single sheet. The material shall have the following properties: Width 6 inches Thickness 1.5 mils Dielectric Strength 2000 volts/mil Water Absorption Negligible Color Clear The outer covering shall be Trenton Poly-Ply or approved equal. 2.5 OTHER PETROLATUM WAX TAPE SYSTEM COMPONENTS Any components not listed above, but required for a complete petrolatum wax tape coating system as recommended for this application by the manufacturer shall be provided at no additional cost to Owner. PART 3 EXECUTION 3.1 GENERAL The petrolatum wax tape system shall be installed in conformance with the manufacturer’s recommendations. END OF SECTION AUGUST 2021 Page 1 of 6 SECTION 13345 Flow Measuring System SECTION 13345 FLOW MEASURING SYSTEMS PART 1 GENERAL 1.1 DESCRIPTION The Contractor shall provide flow measuring systems, complete and operable, in accordance with the Contract Documents. 1.2 REFERENCE STANDARDS Except as otherwise indicated, the current editions of the following apply to the Work of this Section: ANSI/NCSL-2540-1 Calibration Laboratory and Measuring and Test Equipment General Requirements ANSI B16.5 Pipe Fittings and Flanged Fittings, NPS 1/2 through NPS 24 ANSI/AWWA C207 Steel Pipe Flanges for Waterworks – Sizes 4 in through 144 in 1.3 RELATED SECTIONS The Work of the following Sections applies to the Work of this Section. Other Sections, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. Section 09900, Protective Coating 2. Section 15000, General Piping Systems and Appurtenances 1.4 Contractor SUBMITTALS A. Shop Drawings shall conform to the requirements of Section 15000 - Piping Systems and Components. Provide catalog information and calibration sheets with the following information. 1. Project name 2. Loop number 3. Tag number 4. Manufacturer 5. Model number 6. Serial number 7. Calibration range 8. Calibration data: input, output, and error at 10, 50, and 90% of span 9. Switch setting, contact action, and deadband for discrete elements 10. Space for comments 11. Space for sign-off by Instrumentation Supplier and date 12. Test equipment used and associated serial AUGUST 2021 Page 2 of 6 SECTION 13345 Flow Measuring System PART 2 - PRODUCTS 2.1 MAGNETIC FLOW MEASURING SYSTEMS B. Magnetic flow measuring systems shall be of the low frequency electromagnetic induction type and produce a DC pulsed signal directly proportional to and linear with the liquid flow rate. Complete zero stability shall be an inherent characteristic of the flowmeter system. Each magnetic flow metering system shall include a metering tube, remote mounted transmitter/display, signal cable (length as required), and flowmeter grounding rings. The remote mounted transmitter/display is to be mounted by the Contractor in the new PLC panel. 1. The metering tube shall have the following attributes: a. Constructed of Type 316 stainless steel with flanged connections. b. Use a minimum of 2 bullet-nosed, self-cleaning electrodes. c. Liner in conformance with the manufacturer's recommendation for the intended service. d. Electrodes constructed of materials which are in conformance with the manufacturer's recommendation for the intended service. e. Meter housing rated NEMA 6 and IEC IP68. Meter coating consisting of epoxy paint finish. f. Two grounding rings that conform to the manufacturer's bore and material recommendation for the intended service. Grounding rings shall be designed to protect and shield from abrasion the liner edge interface at the meter end. 2. The microprocessor-based remote signal converter/transmitter shall have the following attributes. Contractor is responsible for determining the required cable length to connect the remote signal converter to the flow meter. a. Use DC pulse technique to drive flux-producing coils. b. Convert DC pulse signal from the tube to a standardized 4-20 mA signal into a minimum of 700 ohms. c. A LCD display for flow rate, percent of span, and totalizer. d. An operator interface consisting of keypads which respond to English text entry. e. Integral zero return to provide a consistent zero output signal in response to an external dry contact closure. f. Integral low flow cutoff and zero return. g. Automatic range change. AUGUST 2021 Page 3 of 6 SECTION 13345 Flow Measuring System h. Capable of measuring flow in both directions. i. Programmable parameters including meter size, full scale Q, magnetic field frequency, primary constant, time constant. j. Data retention for a minimum of 5 years without auxiliary power (main or battery). k. Self diagnostics and automatic data checking. l. Protected terminals and fuses in a separate compartment which isolates field connection from electronics. m. Produce a programmable pulsed output for totalized flow indication at the pump station controller. n. Tolerate ambient temperature operating limits of -20 to +140 degrees F. o. Transmitter housing shall be rated NEMA 4X and IEC IP67 temporary immersion. C. Calibration: Each magnetic flowmeter system shall be hydraulically calibrated at a facility which is traceable to the National Institute of Standards and Technologies. The calibration procedure shall conform to the requirements of ANSI/NCSL-2540-1. A real-time computer-generated printout of the actual calibration data indicating apparent and actual flows at 20, 40, 60, 80 and 100% of the calibrated range shall be submitted to the CONSTRUCTION MANAGER at least 30 days before shipment of the meters to the project site. D. Performance: The flow metering system shall conform to the following requirements: 1. Time constant = 0.5 to 1000 seconds; galvanic or optic isolation. 2. Accuracy: 0.25% of flow rate from 10 to 100% full scale for velocities over 3 feet per second. 3. Repeatability: 0.25% full scale. 4. Power consumption: 30 watts or less. 5. Power Requirements: 120 VAC, ± 10%. E. Manufacturers: 1. Endress Hauser Proline, Promag 5W4C1H - C6ELHP2DUA1S0B PART 3 - EXECUTION 3.1 GENERAL Flow meters shall be installed in accordance with manufacturer’s instructions. Install flow meter remote/transmitter display in new PLC panel, including all wiring. AUGUST 2021 Page 4 of 6 SECTION 13345 Flow Measuring System 3.2 START-UP AND TRAINING A qualified factory representative shall provide programming of the flow meter and provide training on the operation, maintenance, and programming of the flow meter. Provide one (1) four-hour day minimum. 3.3 CALIBRATION A. General: All devices provided under the instrumentation sections shall be calibrated according to the manufacturer’s recommended procedures to verify operational readiness and ability to meet the indicated functional and tolerance requirements. B. Calibration Points: Each instrument shall be calibrated at 25, 50, 75, and 100% of span using test instruments to simulate inputs. The test instruments shall have accuracies traceable to National Institute of Testing Standards. C. Bench Calibration: Instruments that have been bench-calibrated shall be examined in the field to determine whether any of the calibrations are in need of adjustment. Such adjustments, if required, shall be made only after consultation with the City. D. Field Calibration: Instruments that were not bench-calibrated shall be calibrated in the field to insure proper operation in accordance with the instrument loop diagrams or specification data sheets. E. Calibration Tags: A calibration and testing tag shall be attached to each piece of equipment or system at a location determined by the City. The Contractor shall sign the tag when calibration is complete. The City will sign the tag when the calibration and testing has been accepted. 3.4 LOOP TESTING A. The entire system shall be checked for proper installation, calibrated and adjusted on a loop-by-loop and component-by-component basis to ensure that it is in conformance with related submittal and these Specifications. The loop tests shall be implemented using I&C Engineer approved forms and checklists. Each loop shall have a Loop Status Report to organize and track its inspection, adjustment, and calibration. Each Loop Status Report sheet shall cite the following information and shall provide spaces for sign-off on individual items and on the complete loop by the Contractor. 1. Project Name 2. Loop number 3. Tag number, description, manufacturer, and model number for each element 4. Installation bulletin number 5. Specification sheet number 6. Loop description number AUGUST 2021 Page 5 of 6 SECTION 13345 Flow Measuring System 7. Adjustment check 8. Space for comments 9. Space for loop sign-off by Contractor and date ** END OF SECTION ** AUGUST 2021 Page 6 of 6 SECTION 13345 Flow Measuring System [THIS PAGE INENTIONALLY LEFT BLANK] AUGUST 2021 Page 1 of 14 SECTION 15000 General Piping System and Appurtenances SECTION 15000 GENERAL PIPING SYSTEM AND APPURTENANCES PART 1 GENERAL 1.1 DESCRIPTION This Section describes the requirements and procedures for piping systems and appurtenances that apply to a number of other complimentary Specification Sections. The items are listed in this Section to avoid repetition in Sections elsewhere. This Section includes, but is not limited to: Temporary above ground piping (high line), wet taps, flexible pipe couplings, grooved and shouldered end couplings, joint restraint system, field touch up, bolts, nuts, polyethylene wrap, warning/identification tape, tracer wire, gate well and extension stems, meter boxes, abandonment and removal of existing facilities, and salvage. 1.2 REFERENCE STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. A. American National Standards Institute (ANSI) B. American Society for Testing and Materials (ASTM) 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings 1.4 SUBMITTALS Submit manufacturers’ catalog data showing dimensions, materials of construction by ASTM reference and grade and coatings. 1.5 LINING CONTAMINATION PREVENTION Volatile organic compounds present in the linings of items in contact with potable water or recycled water shall not exceed concentrations allowed by the latest requirements of the State Office of Drinking Water and Department of Health Services. Some products and materials may also require proof of NSF certification on the lining materials to be used. 1.6 TEMPORARY ABOVEGROUND PIPE (HIGH LINE) High line piping, where shown on the Approved Plans or required by the City Engineer, shall be furnished, installed, disinfected, connected, maintained, and removed by the Contractor. The Contractor shall provide a submittal to the City showing pipe layout, materials, sizing, flow calculations, schedule and duration of use, and disinfection for all high line piping. The submittal shall be reviewed and approved by the Engineer prior to ordering or delivery of any materials. AUGUST 2021 Page 2 of 14 SECTION 15000 General Piping System and Appurtenances 1.7 PIPE TAPPING (WET TAP) All pipe tap (wet tap) connections to existing pipelines, whether for mainline extensions or service laterals, shall be performed by the Contractor under the inspection of the City. The Contractor shall provide materials and labor to excavate, pour thrust block, backfill, compact, and repair pavement as indicated in this Section. 1.8 JOINT RESTRAINT SYSTEM Joint Restraint Systems may be used for PVC or ductile-iron pipe only with prior approval of the City Engineer. Joint restraint systems shall be used in the place of, or in conjunction with, concrete thrust blocks as directed. Restrained joint systems shall be wax tape coated and polyethylene encased. Contractor shall submit shop drawings, calculations, and catalog data for joint restraint systems. Splined gaskets, also known as joint restraint gaskets, may be used for PVC or ductile- iron pipe located within casings, or for PVC pipe casings, only. 1.9 POLYETHYLENE ENCASEMENT Polyethylene encasement shall be used for all ferrous metal materials that are not protected with anodes. A. Polyethylene wrap shall be used for the protection of buried valves in conjunction with wax tape. B. Polyethylene sleeves shall be used for the protection of buried ductile iron pipe and fittings. Where the use of a sleeve is not practical, the fittings may be wrapped. Additionally, all bolted connections shall be coated with wax tape in accordance with Section 09902. C. Polyethylene wrap or sleeves may also be installed around buried PVC pipe for recycled water identification. 1.10 WARNING/IDENTIFICATION TAPE Warning/identification tape shall be used to identify location of underground utilities and to act as a warning against accidental dig-ins of buried utilities. Warning/identification tape shall be used on all underground water and recycled water mains, potable and recycled water irrigation systems, sewer mains, and all related appurtenances. Warning/identification tape shall also be used on cathodic protection wiring systems and tracer wire brought into and out of access ports. 1.11 GATE WELLS Gate Wells shall be used for buried valves 4" and larger, unless otherwise indicated on the Standard Drawings. Gate well box and lid shall be used on all gate wells. AUGUST 2021 Page 3 of 14 SECTION 15000 General Piping System and Appurtenances 1.12 VALVE STEM EXTENSION Valve Stem Extensions shall be installed when the valve operating nut is more than 5' below grade. Stem extensions shall be of sufficient length to bring the operating nut to a point between 12" and 18" below the gate well lid. 1.13 METER BOXES A. Meter boxes shall be used for all water meters. B. Meter boxes shall be sized for the specific meter size or size as indicated on the Standard Drawings. 1.14 RECYCLED WATER IDENTIFICATION Facilities installed for the use of recycled water shall be identified with purple color coating, identification labels, or signs. 1.15 CURB IDENTIFICATION MARK FOR SERVICES The Contractor shall mark the location of all potable water, recycled water and sewer laterals at the curb crossing by stamping the face of the curb in 2" high letters as described below: A. Potable water laterals shall be stamped with a letter "W". B. Recycled water laterals shall be stamped with a letter "RW". C. Sewer laterals be stamped with a letter "S". PART 2 MATERIALS 2.1 TEMPORARY ABOVEGROUND PIPE (HIGH LINE) High line piping layout, materials and appurtenances shall be as indicated on the approved submittal. 2.2 FLEXIBLE PIPE COUPLINGS Flexible pipe couplings shall be in accordance with the Approved Materials List and as described below: A. Steel Couplings shall have middle rings made of steel conforming to ASTM A 36/A 36M, A 53 (Type E or S), or A 512 having a minimum yield strength of 207 MPa (30,000 psi). Follower rings shall be ductile-iron per ASTM A 536, or steel per ASTM A 108, Grade 1018 or ASTM A 510, Grade 1018. Minimum middle ring length shall be 7" for pipe sized 6" through 24". B. Sleeve bolts shall be made of stainless steel per ASTM A193 and shall have a minimum yield strength of 276 MPa (40,000 psi), an ultimate yield strength of 414 MPa (60,000 psi), and shall conform to AWWA C111. AUGUST 2021 Page 4 of 14 SECTION 15000 General Piping System and Appurtenances 2.3 GROOVED END OR SHOULDERED COUPLINGS FOR DUCTILE IRON OR STEEL PIPE Groove end or shouldered couplings shall be in accordance with the Approved Materials List and as described below: A. Use square-cut shouldered or grooved ends per AWWA C606. Grooved-end couplings shall be malleable iron per ASTM A 47, or ductile iron per ASTM A536. Gaskets shall be per ASTM D 2000. B. Bolts in exposed service shall conform to ASTM A 183, 69 MPa (10,000 psi) tensile strength. 2.4 JOINT RESTRAINT SYSTEM Joint Restraint Systems shall be ductile-iron and shall consist of a split-ring restraint with machined (not cast) serrations – on the inside diameter, a back-up ring, and connecting bolts, and shall be selected from the Approved Materials List. Splined gaskets, also known as joint restraint gaskets, shall be a rubber-ring type with stainless steel locking segments vulcanized into the gasket. 2.5 FIELD TOUCH-UP APPLICATIONS All surfaces of metallic appurtenances in contact with potable water and not protected from corrosion by another system shall be shop-coated by the manufacturer. Appurtenances with damaged coatings shall be repaired or replaced as directed by the Engineer. Touch-up of damaged surfaces, when allowed by the Engineer, shall be performed in accordance with the manufacturer's recommendations. 2.6 BOLTS AND NUTS Bolts and nuts shall be as indicated below. A. Stainless steel bolts and nuts shall be used. Bolts and nuts shall be Type 316 stainless steel conforming to ASTM A193, Grade B8M for bolts, and Grade 8M for nuts. Use lubricant for stainless steel belts and nuts. Lubricant shall be Husky Lube “O” Seal by Husk-ITT Corporation or equal B. All bolt heads and nuts shall be hexagonal, except where special shapes are required. Bolts shall be of such length that not less than 1/4" or more than 1/2" shall project past the nut in tightened position. C. Provide a washer under each nut and under each bolt head. Use washers of the same materials as the nuts. 2.7 POLYETHYLENE ENCASEMENT Polyethylene encasement shall be as indicated below and shall be selected from the Approved Materials List. Polyethylene materials shall be kept out of direct sunlight exposure. AUGUST 2021 Page 5 of 14 SECTION 15000 General Piping System and Appurtenances A. Polyethylene sleeves shall be a minimum 0.012" thick polyethylene plastic in accordance with AWWA C105. B. Polyethylene wrap shall be a minimum 0.008" thick polyethylene plastic in accordance with AWWA C105. C. Polyethylene wrap and sleeves shall be clear for use with potable water and purple for use with recycled water. D. Polyethylene or vinyl adhesive tape a minimum of 2" wide or plastic tie straps shall be used to secure polyethylene encasement. 2.8 WARNING/IDENTIFICATION TAPE Warning/identification tape shall be as indicated below and in accordance with the Approved Materials List. A. Tape shall be an inert plastic film or metallic formulated for prolonged underground use that will not degrade when exposed to alkalies, acids and other destructive substances commonly found in soil. B. Tape shall be puncture-resistant and shall have an elongation of two times its original length before parting. C. Tape shall be colored to identify the type of utility intended for identification. Printed message and tape color shall be as follows: Printed Message Tape Color Caution: Waterline Buried Below Blue Caution: Recycled Waterline Buried Below Purple Caution: Cathodic Protection Cable Buried Below Red Caution: Electric Line Buried Below Red Ink used to print messages shall be permanently fixed to tape and shall be black in color with message printed continuously throughout. D. Tape shall be minimum 0.004" thick x 6" wide with a printed message on one side. Tape used with the installation of onsite potable and recycled water irrigation systems shall be a minimum of 3" wide. 2.9 INSULATING UNIONS & COUPLINGS A. For insulating unions, use a molded nylon sealing sleeve mounted in a three- piece malleable-iron body (ASTM A47 or A197). Use thread ends when connecting to steel piping, and copper solder joint when connecting to copper piping. Minimum working pressure shall be 150 psi. AUGUST 2021 Page 6 of 14 SECTION 15000 General Piping System and Appurtenances B. Threaded insulating couplings shall provide dielectric protection from electrolytic corrosion at points where piping of dissimilar metals is joined. 2.10 GATE WELLS Valve gate wells shall be as indicated below in accordance with the Approved Materials List. A. Valve gate well size and material shall be as follows: Valve Size Gate Well Size and Material 4” and Larger 8" diameter Class 150, C-900 PVC 1. PVC gate wells for use in recycled water system applications shall be white. 2. PVC gate wells for use in potable water system applications shall be white or blue. B. Gate well lids shall be as indicated below in accordance with the Approved Materials List. 1. Gate well box lids shall be circular ductile-iron, and shall include a skirt for a close fit inside the upper portion of the gate well. Lids shall be cast with the AGENCY NAME (CMWD) and the word WATER for use on potable water systems, and Recycled Water for recycled water systems. 2. Lids shall be Brooks 4TT with long skirt or approved equal. 3. Normally closed potable water valves and recycled water valves shall use box lids by Brooks 3RT or approved equal. 4. Lid sizes shall be as follows: Valves Gate Well Lid 4” and Larger where the speed limit is 35 mph or greater Machined ductile-iron frame and 8" lid with 6" long skirt 2.11 VALVE STEM EXTENSIONS Stem extensions shall be complete with operating nut, location ring, and lower socket to fit valve-operating nut. The configuration of the extension stem nut shall match that of the valve it operates. A. Stem extensions shall be square fiberglass tubing glued together to make a continuous one-piece unit used to a maximum length 8’. B. Steel stem extensions shall be used where the maximum length of the extension exceeds 8' or at the request of the City Engineer. Steel stem extensions may be round or square hot-dipped galvanized steel tubing of solid design (no pinned couplings permitted) with guides. AUGUST 2021 Page 7 of 14 SECTION 15000 General Piping System and Appurtenances 2.12 METER BOXES Meter boxes shall be polymer-type boxes with lids selected from the Approved Materials List. A. Meter box sizes shall be as follows: Meter Box Size Meter Box Uses 12" x 20" 1" water services 17" x 30" 2" water services B. Meter box lids for use in potable water system applications shall be gray. C. Meter box lids for use in recycled water system applications shall be purple. 2.13 RECYCLED WATER IDENTIFICATION Materials used to identify pipe and appurtenances used for recycled water, not manufactured in purple color, shall be as described in Volume 2 of the Carlsbad Engineering Standards. PART 3 EXECUTION 3.1 TEMPORARY ABOVEGROUND PIPE (HIGH LINE) A. All high line piping, fittings, and service connections shall be furnished, installed, and maintained by the Contractor, and the Contractor shall make connections to a water source designated by the City Engineer. B. All pipe, valves, fittings, hose and connections furnished by the Contractor shall be of good quality, clean, and suitable for conveying potable water in the opinion of the City Engineer. C. The high line pipe shall be installed in such a manner that it will not present a hazard to traffic and will not interfere with access to homes and driveways along its route. D. Valves shall be installed at 200' intervals or as directed by the City Engineer. The use of pressure reducing valves (PRV) may be required as directed by the City Engineer. E. The Contractor shall be responsible for disinfecting all high lines, connections, and flushing. F. Following disinfection and acceptance of the high line as a potable water system, the Contractor shall maintain continuous service through the high line piping to all consumers normally served both directly and indirectly by the pipeline. G. Upon completion of the work, the Contractor shall remove the high line piping and appurtenances. H. If progress in making repairs to the high line is inadequate, the City Engineer, may order necessary corrective measures. Corrective measures may consist of directing City personnel or another contractor to complete the work. All costs for corrective measures shall be borne by the Contractor. AUGUST 2021 Page 8 of 14 SECTION 15000 General Piping System and Appurtenances 3.2 CONNECTION TO EXISTING FACILITIES (WET TAPS AND CUT-IN INSTALLATIONS) The Contractor shall furnish the tapping sleeve or tee, valves and all other materials as called for in the Standard Specifications in accordance with the Approved Materials List. The Contractor shall provide all equipment and labor required for the excavation and installation of the connection including, but not limited to, backfill and pavement replacement. In certain circumstances the Contractor may be required to provide a water truck, high line, and fittings as part of the equipment for making the connections. In addition, the Contractor shall assist the City in alleviating any hardship incurred during a shutdown for connections. Emergency standby equipment or materials may be required of the Contractor by the City Engineer. Wet taps or cut-in tee and valve installations shall be performed as follows: A. Prior to construction, Contractor shall pothole the existing pipe at the location of the proposed connection. The City shall inspect the pothole prior to Contractor's repair of trench. Contractor shall record the following information on as-built drawings: 1. Pipe size, outside diameter. 2. Pipe type such as ACP, PVC, Ductile-Iron or Steel. 3. Pipe class and/or pressure rating. 4. Elevation, grade, and alignment. 5. Location of collars, pipe bells, fittings or couplings, if found. Note: Collars, bells, fittings, or couplings shall not be within 18-inches of the outer dimension of the tapping saddle. 6. Potential conflicts with existing utilities. B. To facilitate the proposed connection and allow for slight adjustments in alignment, the Contractor shall leave a minimum 10' gap between the new pipe installation and the proposed connection point at the existing water main. The Contractor shall leave a gap longer than 10' if conditions warrant, or if directed by the Engineer. C. The new pipeline shall have successfully passed pressure testing in accordance with Section 15044 and disinfection and bacteriological testing in accordance with Section 15041 prior to proceeding with the connection to the existing pipeline. D. After the City Engineer has given approval to proceed with the connection, the Contractor shall schedule with the City for the wet tap or cut-in installation. 1. Shutdowns will be scheduled at the convenience of the City. Shutdowns may be scheduled for nights or weekends if required. 2. The Contractor shall give the City a minimum of 5 working days notice prior to any proposed excavation or shutdown of existing mains or services. Scheduling shall be subject to approval by the City Engineer. 3. The City may postpone or reschedule any shutdown operation if, for any reason, the City Engineer believes that the Contractor is improperly prepared with competent personnel, equipment, or materials to proceed with the connection. AUGUST 2021 Page 9 of 14 SECTION 15000 General Piping System and Appurtenances 4. If progress in completing the connection within the time specified is inadequate, the Engineer may order necessary corrective measures. Corrective measures may consist of directing City personnel or another contractor to complete the work. All costs for corrective measures shall be borne by the Contractor. E. Contractor may proceed with excavation only after potholing has been completed, materials have been approved and delivered, and wet tap or cut-in installation has been scheduled with approved Connection Permit. 1. The Contractor shall saw-cut pavement, excavate and provide and install shoring and steel plating, when necessary, one day prior to the wet tap or cut-in installation. 2. The Contractor shall provide lights, barricades and traffic control in accordance with the agency of jurisdiction and as deemed necessary for the excavation by the Engineer. 3. The Contractor shall de-water existing mains in full compliance with NPDES standards where cut-in installations are required and shall be done in the presence of the Engineer and in accordance with Section 15041. Only City personnel are authorized to operate existing valves. The Contractor shall be responsible for any and all damage resulting from unauthorized operation of existing City facilities. 4. The Contractor under the inspection of the City shall perform the following work for wet taps and cut-in installations: a. Wet taps: Disinfect and install and tapping saddle and tapping valve and perform tapping operations. b. Cut-ins: Cut and remove portions of existing mains, and disinfect and install tees, valves, couplings, and appurtenances required to complete the closure. The Contractor shall discard pipe and appurtenances removed from service in accordance with this Section. 5. After the Contractor has performed tapping or cut-in operations, and the Engineer has given approval to proceed, the Contractor shall complete the installation as shown on the Approved Plans in accordance with the Standard Specifications including, but not limited to: a. Disinfecting and installing the pipe section(s) necessary to make the closure to the new system. b. Installing and setting the valve gate well(s) in accordance with the Standard Drawings. c. Installing thrust and anchor blocks in accordance with Section 03000. d. Completing all backfill and compaction of the trench in accordance with Section 02223. AUGUST 2021 Page 10 of 14 SECTION 15000 General Piping System and Appurtenances e. Repairing or replacing pavement as necessary. 3.3 FLEXIBLE PIPE COUPLINGS Flexible pipe couplings shall be installed in accordance with the manufacturers recommendations and as described below: A. Use plain-end pipe with flexible couplings per AWWA C200. Provide joint harnesses per AWWA M11 for aboveground applications or where indicated on the Approved Plans. B. Flexible couplings may be used only where indicated on the drawings. C. Clean oil, scale, rust, and dirt from the pipe ends and touch-up the epoxy coating and allow time for curing before installing the coupling. Clean the gaskets before installing. D. Follow the manufacturer's recommendation for installation and bolt torque using a properly calibrated torque wrench. E. Lubricate the bolt threads with graphite prior to installation. 3.4 GROOVED-END OR SHOULDERED COUPLINGS FOR DUCTILE IRON OR STEEL PIPE Grooved-end or shouldered couplings shall be installed in accordance with the manufacturer's recommendations and as described below: A. Grooved-end or shouldered joint couplings shall be installed per AWWA C606 and the manufacturer's recommendations. B. Clean loose scale, rust, oil, grease, and dirt from the pipe or fitting groove and touch-up the epoxy coating as necessary, allowing time for curing before installing the coupling. C. Clean the gasket before installation. Apply a lubricant selected from the Approved Materials List to the gasket exterior including lips, pipe ends, and housing interiors. D. Fasten the coupling alternately and evenly until the coupling halves are seated. Follow the manufacturer's recommendation for bolt torque using a properly calibrated torque wrench. 3.5 JOINT RESTRAINT SYSTEM Joint Restraint Systems shall be installed in accordance with the manufacturers recommendations and as described below: A. Length of pipe to be restrained on each side of bends, tees, reducers and other fittings shall be determined by the Private Engineer or manufacturer of the restraint device and approved by the City Engineer. B. Split ring restraint shall be installed on the spigot end of pipe, connected to a back-up ring which seats behind the bell of the adjoining pipe or fitting. C. Restraint devices can be installed prior to lowering pipe into the trench. AUGUST 2021 Page 11 of 14 SECTION 15000 General Piping System and Appurtenances D. Splined gaskets, also known as joint restraint gaskets, shall be installed in accordance with the manufacturer's recommendations. 3.6 BOLTS AND NUTS A. All bolts and nuts shall be 316 stainless steel new and unused. B. Bolts and nuts shall be cleaned, if needed, by wire brushing and lubricated prior to assembly. C. Tighten nuts uniformly and progressively. D. Buried bolts and nuts shall be coated with wax tape in accordance with Section 09902 prior to being encased with polyethylene. E. All stainless steel bolts shall be coated with an anti-seize compound selected from the Approved Materials List. F. Bolts and nuts shall not be reused once tightened. Used bolts and nuts shall be discarded and removed from the job. 3.7 POLYETHYLENE ENCASEMENT A. Polyethylene encasement shall completely encase and cover all buried metal surfaces not otherwise protected with a cathodic protection system. All bolted connections shall be coated with wax tape prior to polyethylene encasement. Pipe & Fittings: All ductile-iron pipe and fittings shall be encased with polyethylene sleeves in accordance with Method A described in AWWA C105, except that tees may be encased with polyethylene wrap in accordance with Method C described in AWWA C105. Valves: Buried valves shall have only the stem and operating nut exposed and the wrap shall be attached so that valve operation will not disturb the wrapping or break the seal. Refer to the applicable valve specification to determine other coating requirements. B. Polyethylene sleeves shall be secured with polyethylene or vinyl adhesive tape or plastic tie straps at the ends and quarter points along the sleeve in a manner that will hold the sleeve securely in place during backfill. Polyethylene wrap shall be secured with polyethylene or vinyl adhesive tape in a manner that will hold the wrap securely in place during backfill. 3.8 WARNING/IDENTIFICATION TAPE Warning/Identification Tape shall be installed as described below in accordance with the Standard Drawings. A. Tape shall be placed at the top of the pipe zone 12" above and centered over the utility intended for identification. Tape used with onsite potable and recycled water irrigation systems shall be installed at 6" above the pipe. AUGUST 2021 Page 12 of 14 SECTION 15000 General Piping System and Appurtenances B. Tape shall be installed with the printed side up and run continuously along the entire length of the utility intended for identification. Tape shall be installed on the main piping and all appurtenant laterals, including blowoffs, air valve assemblies, fire hydrants, and services. Tape splices shall overlap a minimum of 24" for continuous coverage. C. Tape shall be installed prior to placement of the Trench Zone Backfill. 3.9 GATE WELLS AND VALVE STEM EXTENSIONS Gate wells shall be installed as shown on the Standard Drawings and as described below: A. Gate wells shall be installed as shown on the Standard Drawings and as described below: B. The top exterior portion of the gate well lid and ring shall be coated in accordance with Section 09900. C. Valve Stem Extensions shall be installed when the valve operating nut is more than 5' below grade. Stem extensions shall be of sufficient length to bring the operating nut to a point between 12" and 18" below the gate well lid. Valve stem extensions shall be installed in accordance with the Standard Drawings. 3.10 METER BOX INSTALLATION Meter boxes shall be installed at the elevations and locations shown on the Approved Plans and in accordance with the Standard Drawings. Near the completion of the project, a final meter box adjustment to finish grade may be required. Water meters shall not be installed until final adjustments are made to the meter box and approved by the City. 3.11 ABANDONMENT OR REMOVAL FROM SERVICE OF EXISTING FACILITIES Before excavating for new mains that are to replace existing pipes or services, the Contractor shall make provisions for the continuation and maintenance of service to customers as directed by the City Engineer. Abandonment or removal from service of existing mains, appurtenances or water services shown on the Approved Plans or as called for by the City Engineer shall be as directed by the City Engineer. Abandonment or removal from service of existing mains, appurtenances or water services shown on the Approved Plans or as called for by the City Engineer shall be as indicated below and in accordance with the Standard Drawings: A. Abandonment in place: 1. Existing pipe 4" and smaller shall have a short section of pipe removed and pipe ends encased in concrete. 2. Existing pipe 6" through 14" shall be cut and plugged with concrete or shall be pressure-grouted at intervals of 200' as recommended by the Engineer. AUGUST 2021 Page 13 of 14 SECTION 15000 General Piping System and Appurtenances 3. Existing pipe 16" and larger shall be entirely filled by pressure-grouting or by blown sand as determined by the Engineer. 4. Existing pipe ends shall be filled with concrete. 5. All valves shall be removed with remaining pipe or fittings permanently sealed with blind flange or concrete plug. 6. Gate wells shall be cut 24" below grade and filled with 1-2 slurry sack concrete or removed and replaced with compacted backfill. 7. Water service corporation stops shall be closed. Meter boxes and curb stops shall be removed. Service laterals shall be cut back a minimum of 24-inches below the finish grade. 8. Water services to be abandoned that are connected to pipelines that will remain in service shall be abandoned in-place. B. Removal by excavation: 1. Existing pipe and appurtenances shall be removed from the ground as indicated on the Approved Plans or as directed by the City Engineer. 2. Contractor shall provide measures that allow for the removal of existing sewer mains and appurtenances with no leakage of raw sewage. Transportation of sewer mains and appurtenances removed from service shall be in waterproof trucks to prevent raw sewage from leaking on public streets. 3. Removal of asbestos-cement pipe (ACP) and sewer mains and appurtenances shall be in accordance with all applicable State and Federal requirements. Legal disposal is the responsibility of the Contractor. Obtain approval from the agency having disposal jurisdiction with respect to disposal sites. 4. Backfill, compaction, and surface repair of all excavations for removal of pipe and appurtenances shall be made in accordance with the Approved Plans, Section 02223 of the Standard Specifications, and the Standard Drawings. 3.12 SALVAGE When the Contractor is required to remove existing pipe and appurtenances, or portions thereof, from the ground, such material may, at the discretion of the Engineer, be considered salvage. All materials identified as salvage are considered property of the City. A. The Contractor shall remove and temporarily stockpile all materials identified as salvage in a safe location that will not disrupt traffic or shall deliver salvage to the City's Field Operations Yard as directed by the City Engineer. B. The Contractor shall legally dispose of all other materials in an appropriate manner. Disposal is the responsibility of the Contractor. Obtain concurrence from the agency having disposal jurisdiction with respect to disposal sites and transportation methods. AUGUST 2021 Page 14 of 14 SECTION 15000 General Piping System and Appurtenances 3.13 RECONNECTIONS A. The Contractor may encounter unused service laterals or appurtenant piping connected to an existing pipeline being replaced. Laterals and appurtenance piping that will not be connected to the new pipeline shall be abandoned as described in section 3.11. B. Existing service laterals or appurtenances to be connected to new pipelines shall be installed as shown on the Approved Plans or as directed by the City Engineer in accordance with the Standard Drawings. END OF SECTION AUGUST 2021 Page 1 of 4 SECTION 15044 Hydrostatic Testing of Pressure Pipelines SECTION 15044 HYDROSTATIC TESTING OF PRESSURE PIPELINES PART 1 GENERAL 1.1 DESCRIPTION This section describes the requirements and procedures for pressure and leakage testing of all pressure mains. 1.2 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 15000, 15041, and 15061 1.3 REQUIREMENTS PRIOR TO TESTING A. Provide testing procedure submittal including testing pressure, testing schedule, test bulkhead locations, and water supply details. B. All piping, valves, fire hydrants, services, and related appurtenances shall be installed prior to testing. C. The pipe trench shall have trench zone backfill placed and compacted with a minimum of 2.5' of material over the pipe. D. All concrete anchor blocks shall be allowed to cure a sufficient time to develop a minimum strength of 2,000 psi (13.79 MPa) before testing. E. Pressure tests on exposed and aboveground piping shall be conducted only after the entire piping system has been installed and attached to pipe supports, hangers or anchors as shown on the Approved Plans. F. Steel pipelines shall not be tested before the mortar lining and coating on all pipe lengths within the line have been in place for a minimum of fourteen (14) days. Cement-mortar lined pipe shall not be filled with water until a minimum of eight hours has elapsed after the last joint has been mortared. 1.4 CONCURRENT HYDROSTATIC TESTING AND DISINFECTION OF PIPELINES Hydrostatic testing of pipelines shall be performed prior to or concurrently with the disinfection operations in accordance with Section 15041. In the event repairs are necessary, as indicated by the hydrostatic test, the City may require additional disinfection in accordance with Section 15041. 1.5 CONNECTION TO EXISTING MAINS Hydrostatic testing shall be performed prior to connections to existing mains. A City Connection Permit authorizing connection to the existing system shall be given only on the basis of acceptable hydrostatic, disinfection and bacteriological test results. Connection to existing mains shall be performed in accordance with Section 15000. AUGUST 2021 Page 2 of 4 SECTION 15044 Hydrostatic Testing of Pressure Pipelines PART 2 MATERIALS 2.1 WATER A. Potable water shall be used for hydrostatic testing of potable and recycled water mains. B. Potable water shall be supplied by a City-approved source. Make-up water for testing shall also be potable water. C. A chlorinated water solution, in accordance with Section 15041, shall be used to charge the line and for make-up water when hydrostatic testing and disinfection operations are combined. D. Meet all applicable state and local requirements for disposal of testing water. 2.2 CONNECTIONS A. Testing water shall be supplied through a metered connection equipped with a backflow prevention device in accordance with Section 15112 at the point of connection to the potable water source used. B. The Contractor shall provide any temporary piping needed to deliver potable water to the piping that is to be tested. Temporary piping shall be in accordance with Section 15000. PART 3 EXECUTION 3.1 GENERAL A. All water systems shall be pre-tested to insure passage of test prior to scheduling official test with inspector. B. The Contractor shall provide the City with a minimum of 48 hours' notice prior to the requested date and time for hydrostatic tests. C. The Contractor shall furnish all labor, materials, tools, and equipment for testing. D. Temporary blocking during the tests will be permitted only at temporary plugs, caps or where otherwise directed by the City. E. All valves and appurtenances shall be operated during the test period. The test shall be conducted with valves in the open position. The Contractor is not permitted to operate any valves on the City’s system. F. At the onset of testing, all valves, air vacuum assemblies, blowoffs, and services shall be monitored for possible leakage and repairs made, if necessary, before the test proceeds. The appurtenances shall be monitored through the duration of the testing. G. For pipe with porous lining, such as cement mortar, the pipe shall be filled with water and placed under a slight pressure for a minimum of forty-eight (48) hours prior to the actual hydrostatic test. AUGUST 2021 Page 3 of 4 SECTION 15044 Hydrostatic Testing of Pressure Pipelines H. Testing shall be made before connecting the new line with the existing City pipes and mains. I. The pipeline should be filled at a rate such that the velocity of flow is less than 1 fps. J. Maximum length of pipe to be included in any one (1) test shall not exceed 2,500 linear feet or vertical elevation difference of 58 feet. 3.2 FIELD TEST PROCEDURE A. Before applying the specified test pressure, care shall be taken to release all air within the pipe and appurtenances to be tested. Air shall be released through services, fire hydrants, air release valves, or other approved locations. B. The leakage shall be considered as the total amount of water pumped into the pipeline during the test period. C. Apply and maintain the test pressure by means of a hydraulic force pump. D. Maintain the test pressure for the following duration by restoring it whenever it falls an amount of 5 psi: Pipe Diameter (inches) Hours 18 and less 4 20 to 36 8 Greater than 36 24 E. After the test pressure is reached, use a meter to measure the additional water added to maintain the pressure. This amount of water is the loss due to leakage in the piping system. The allowable leakage for various sizes of PVC & DIP with rubber gaskets are shown in the following table: TYPE OF PIPE: P.V.C. & D.I.P. CLASSES: 150 & 200 Pipe Sizes Allowable Leakage (inches) Gals/4 hrs/1000’ of pipe 4” .33 Gals 6” .50 Gals 8” .66 Gals 10” .83 Gals 12” .99 Gals 14” 1.16 Gals 16” 1.32 Gals 18” 1.49 Gals 20” 1.66 Gals 24” 1.98 Gals F. The allowable leakage for welded steel pipe shall be zero gallons. AUGUST 2021 Page 4 of 4 SECTION 15044 Hydrostatic Testing of Pressure Pipelines G. The allowable leakage for piping having threaded, brazed, or welded (including solvent welded) joints shall be zero gallons. H. Repair and retest any pipes showing leakage rates greater than that allowed in the above criteria. 3.3 TEST PRESSURE Pipe sizes in excess of 16” diameter shall be tested at a pressure based on test pressure as shown on the drawings. If no test pressure is shown, the pipeline at the low point in test section shall be pumped to a hydrostatic test pressure of 125 percent of the operating pressure or pipe class, whichever is the greater. Pressure shall be maintained for a duration shown in section 3.2 and shall be repumped when it falls an amount of 5 p.s.i. Pipe sizes 16” diameter and less shall be tested at 75 p.s.i. above operating pressure of the pipeline. Pressure shall be maintained for a duration shown in section 3.2 and shall be repumped when it falls an amount of 5 p.s.i. The test pump gauge and meter shall be connected to the water main at a location other than the highest point in the line, in order to allow release of air from the high point. Means shall be provided for accurately measuring the quantity of water pumped through a meter and pumped into the pipe immediately, during and after the test period in order to maintain or restore the initial test pressure. All pipe, fittings, valves, services and appurtenances shall be subjected to the hydrostatic test and irrespective of the measured quantity of leakage, all detectable leaks shall be repaired by the Contractor at the contractor’s expense and no cost to Carlsbad Municipal Water District. If a tested system is damaged or a leak occurs after official test the entire system or portion of system will be retested as directed by Inspector. END OF SECTION AUGUST 2021 Page 1 of 8 SECTION 15056 Ductile Iron Pipe and Fitting SECTION 15056 DUCTILE IRON PIPE AND FITTINGS PART 1 GENERAL 1.1 DESCRIPTION This section includes materials and installation of ductile iron pipe and fittings for sanitary sewer main systems. 1.2 REFERENCE STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. ANSI B16.42 Ductile iron pipe flanges and flanged fittings, classes 150 and 300. ASTM A536 Specification for ductile iron castings. AWWA C104 Cement mortar lining for ductile iron pipe and fittings for water AWWA C105 Polyethylene encasement for ductile iron pipe systems AWWA C111 Rubber-gasket joints for ductile iron pipe AWWA C600 Installation of ductile iron water mains and their appurtenances 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 09900, 15000, 15044, and 15064 1.4 SERVICE APPLICATION Ductile-iron pipe shall be used only in specific areas, locations, and uses allowed by the City. 1.5 DESIGN REQUIREMENTS A. General: 1. Ductile-iron pipe and fittings shall be manufactured per AWWA C110, C111, C115, C150, C151, and C153. Gray-iron and cast-iron fittings or flanges shall not be used. 2. Ductile-iron fittings manufactured per AWWA C153 shall be installed on mains 12" and smaller only. 3. Joints for ductile-iron pipe and fittings shall be mechanical, flanged, or push-on in accordance with AWWA C110, C111, and C153. 4. Except as amended herein, or otherwise shown on the Approved Plans, joints for ductile-iron pipe and ductile-iron fittings shall have a pressure rating equal to or greater than the adjacent piping. 5. Joints in buried piping may be of the push-on, flanged or mechanical-joint type per AWWA C111 except where particularly specified on the Approved Drawings. 6. Joints that are aboveground, within structures, or submerged shall be flanged unless otherwise shown on the Approved Plans. B. Unless otherwise specified, ductile-iron flanges shall be in accordance with AWWA C115, rated at a working pressure of 1,724 KPa (250 psi). Where required in order to connect to AUGUST 2021 Page 2 of 8 SECTION 15056 Ductile Iron Pipe and Fitting the flanges of 1,724 KPa (250 psi) butterfly valves, or as otherwise shown on the approved plans, ductile-iron flanges shall be compatible with AWWA C207, Class "F". Maximum working pressure of flanges shall be as specified in AWWA or ASME/ANSI. Flanges shall be integrally cast per AWWA C110 or shop-threaded per AWWA C115. Flanges shall be solid. Hollow-back flanges are not permitted. Gray-iron or cast-iron flanges are not permitted. Threading of flanges in the field is not permitted. Where threaded flanges are used, the pipe or spool piece to which they are connected will be hydrostatically tested in the presence of the Engineer prior to installation. The pipe section or spool piece shall be hydrostatically tested for 15 minutes at the pressure rating of the flanges. No leaks shall be permitted. C. Plain ends shall conform to the requirement of AWWA C151 and to the dimensions included within AWWA C110 to accept a mechanical joint, push-on joint, flanged coupling adaptor, flexible coupling, or grooved coupling. Refer to Section 15000 for coupling descriptions. D. The exterior surfaces of all pipe and fittings shall be factory coated with a minimum one-(1) mil thick petroleum asphaltic material per AWWA C110 and C151. E. All pipe and fittings shall be cement-mortar lined in accordance with AWWA C104, using the double thickness requirements indicated in said standard. Type II or Type V Portland cement per ASTM C 150 shall be used. 1.6 QUALITY ASSURANCE A. The manufacturer of each shipment of pipe shall be required to supply a statement certifying that each lot or load of pipe and fittings has been subjected to and met the tests specified for ductile-iron pipe and fittings per AWWA C110, C111, C115, C150, C151, and C153, as applicable. B. All pipe shall have a home mark on the spigot end to indicate proper penetration when the joint is made. C. Ductile-iron pipe shall bear indelible identification markings as required by AWWA C151. 1.7 SUBMITTALS The following items shall be submitted and reviewed by the City prior to shipping of ductile-iron pipe and fittings: A. An affidavit of compliance with AWWA C104, C110, C111, C115, C150, C151, C153, and the requirements of this specification. B. Typical joint details. C. Typical details and description of lining and coating. D. Calculations supporting selected wall thickness. E. Calculations demonstrating that each proposed restrained joint arrangement can resist the applied forces. AUGUST 2021 Page 3 of 8 SECTION 15056 Ductile Iron Pipe and Fitting F. Cathodic protection materials. 1.8 DELIVERY, STORAGE, AND HANDLING Delivery, storage, and handling of ductile-iron pipe and fittings shall follow the recommendations of AWWA C600 and as specified herein: A. Handling of pipe shall be performed with lifts, cranes, or other suitable equipment and devices. Slings, hooks, or pipe tongs shall be padded and used in such a manner as to prevent damage to the pipe, linings, and coatings. The pipes shall not be dropped or dragged. B. During transport, the pipe shall be supported and secured against movement using padded devices in such a manner to prevent damage. C. Stored pipe shall be protected from damage and kept free from dirt and foreign materials by closing the ends of the pipe. Other pipeline materials shall be protected by appropriate packaging or wrapping. Gaskets shall be stored in a cool location out of direct sunlight. Bolts, nuts, and washers shall be handled and stored in a dry location in a manner that will ensure proper use with respect to types and sizes. D. Pipe laid out for installation shall be placed on earth berms or timber cradles adjacent to the trench in the numerical order of installation. E. Maintain plastic end caps on all pipe and fittings in good condition until the pipe is ready to be installed in the trench. Periodically open the plastic end caps and spray clean potable water inside the pipe for moisture control. F. Under no circumstances shall ropes or other devices be attached through the fitting's interior for handling. 1.9 RECYCLED WATER IDENTIFICATION Ductile-iron pipe and fittings for recycled water shall be identified with purple-colored coating, purple polyethylene sleeves, identification labels or signs in accordance with Section 15000. 1.10 CORROSION PROTECTION Polyethylene encasement shall be installed on all buried ductile-iron pipe and fittings in accordance with Section 15000. Additionally, all buried ductile iron fittings with bolted connections (flanges, mechanical joints, etc) shall be coated with wax tape in accordance with Section 09902. 1.11 WARNING/IDENTIFICATION TAPE Warning/Identification tape shall be installed for ductile-iron pipe and fittings in accordance with Section 15000. AUGUST 2021 Page 4 of 8 SECTION 15056 Ductile Iron Pipe and Fitting PART 2 MATERIALS 2.1 DUCTILE-IRON Ductile-iron pipe and appurtenant components and materials shall be selected from the Approved Materials List in accord with the Standard Drawings. 2.2 GASKETS A. Mechanical joint rubber gasket configuration and materials shall comply with AWWA C111, and according to the applicable joint type and pressure rating of the piping system. B. Flange gaskets shall be 1/8" thick acrylic or aramid fibers bound with nitrile for all sizes of pipe. Gaskets shall be full-face type with pre-punched holes. Ring gaskets extending to the inner edge of the bolt circumference may be used only upon approval of the City Engineer. C. Push-on joint rubber gaskets shall be per AWWA C111. D. If organic solvents or petroleum products are encountered during the course of the work, alternate gasket materials or joint treatment may be required by the Engineer. 2.3 BOLTS AND NUTS Bolts and nuts shall be in accordance with Section 15000 and shall be selected from the Approved Materials List. 2.4 WAX TAPE COATING Wax Tape shall be provided for buried applications in accordance with Section 09902 and the Approved Materials List. 2.5 DUCTILE IRON COATING Ductile iron pipe shall be painted in accordance with Section 09900, Section 2.3. Paint coating shall be grey. Contractor shall submit a chart of the manufacturer's available colors for color selection well in advance of painting operation. 2.6 CERAMIC EPOXY LINING Ceramic Epoxy lining shall be used for all wastewater piping. Approved products include the following: A. Finish coat (1 coat at 30 mils DFT), Protecto 401 as manufactured by Induron Coatings, Inc. 2.7 POLYETHYLENE ENCASEMENT Polyethylene encasement shall be provided for buried applications in accordance with Section 15000 and selected from the Approved Materials List. AUGUST 2021 Page 5 of 8 SECTION 15056 Ductile Iron Pipe and Fitting 2.8 WARNING/IDENTIFICATION TAPE Warning/Identification tape materials shall be provided for buried applications in accordance with Section 15000 and selected from the Approved Materials List. PART 3 EXECUTION 3.1 GENERAL At all times when the work of installing pipe is not in progress, including worker break times, ends of the pipe shall be closed with a vermin-proof and child-proof cap or plug. Do not permit trench water to enter the pipe. Do not place tools, clothing, or other materials in the pipe. The Contractor shall maintain the interior of the pipe in a sanitary condition free from foreign materials. 3.2 TRENCHING, BACKFILLING AND COMPACTING Trenching, backfilling and compacting shall be performed in accordance with Section 02223. 3.3 DEWATERING The Contractor shall provide and maintain at all times during construction ample means and devices to promptly remove and dispose of all water from any source entering trench excavations or other parts of the work. Any damage caused by flooding of the trench shall be the Contractor's responsibility. Dewatering shall be performed by methods that will maintain a dry excavation, preservation of the final lines and grades and protection of all utilities. If flooding of the trench does occur, the Contractor shall immediately dewater and restore the trench. Damaged or altered pipeline appurtenances or trench materials shall be repaired or replaced as directed by the Engineer. 3.4 PIPE INSTALLATION When the work requires and the size of the pipe allows entry of personnel into the pipe, the Contractor shall comply with all Federal and State regulations for confined space entry. Work inside pipelines shall not be undertaken until all the tests and safety provisions of the Code of Federal Regulations 1910.146, and the General Industry Safety Orders of the California Code of Regulations, Title 8, Section 5159 for confined space entry have been performed and the area is verified as safe to enter. The Contractor shall furnish and install all pipe, specials, fittings, closure pieces, valves, supports, bolts, nuts, gaskets, jointing materials, and all other appurtenances as shown on the Approved Plans and as required to provide a complete and workable installation. Install pipe in the trench as follows: A. Inspect each pipe and fitting before lowering the pipe or fitting into the trench. Inspect the interior and exterior protective coatings. Patch damaged areas in the field with material recommended by the protective coating manufacturer. Thoroughly clean the ends of the pipe. Remove foreign matter and dirt from inside of the pipe and keep pipe clean during and after installation. B. Install pipe according to the manufacturer's approved order of installation. Install pipes uphill if the grade exceeds 10%. Lower the pipe onto the bedding at the proper lines and grades. C. The manufacturer's printed installation guide outlining the radius of curvature that can be negotiated with pipe sections of various lengths shall be followed, except they shall not AUGUST 2021 Page 6 of 8 SECTION 15056 Ductile Iron Pipe and Fitting exceed the deflections allowed in AWWA C600 according to joint type. Combined deflections at rubber gasket or flexible coupling joints shall not exceed that recommended by the manufacturer. D. The pipe shall have firm bearing along its full length, and bell holes shall be provided at each joint to permit visual inspection of the joint and prevent the pipe from being supported by the bell end or coupling. E. Pipe Assembly: 1. Push-On Type: Assemble the pipe joint using a lubricant selected from the Approved Materials List. Insert the spigot end into the bell or coupling to the proper insertion mark. Check that the elastomeric ring has not left the groove during assembly by passing a feeler gauge around the completed joint. Drive spigot ends of the pipe into bell ends in accordance with the manufacturer's recommendations. Stabbing shall not be permitted. 2. Mechanical Joint Type: Assembly of mechanical joint fittings shall be in accordance with the manufacturer's recommendations regarding installation. F. During installation operations, do not place tools, clothing, or other materials in the pipe. G. When pipe installation is not in progress, including worker break times, ends of the pipe shall be closed with a vermin-proof and child-proof cap or plug. Do not permit trench water, animals, or foreign material to enter the pipe. 3.5 CORROSION PROTECTION Polyethylene encasement shall be installed on all buried ductile-iron pipe and fittings in accordance with Section 15000. Additionally, all buried ductile iron fittings with bolted connections (flanges, mechanical joints, etc) shall be coated with wax tape in accordance with Section 09902. 3.6 FLANGED PIPE AND FITTINGS Flanged connections shall be installed where indicated on the Approved Drawings. A. Bolt holes shall straddle the horizontal and vertical centerlines. B. The bolts, nuts and flange faces shall be thoroughly cleaned by wire brush prior to assembly. C. Bolts and nuts shall be lubricated with a City-approved anti-seize compound. D. Nuts shall be tightened in an alternating "star" pattern to the manufacturer's recommended torque. E. Coat the exterior of exposed flanges, bolts and nuts located aboveground or within vaults in accordance with Section 09910. 3.7 MECHANICAL JOINT CONNECTIONS A. Install mechanical joint connections per AWWA C600 and the manufacturer's recommendations. AUGUST 2021 Page 7 of 8 SECTION 15056 Ductile Iron Pipe and Fitting B. Prior to installation of the mechanical joint, clean the socket and plain end of the pipe. Lubricate both the gasket and plain end of the pipe with an approved lubricant per AWWA C111 immediately prior to slipping the gasket onto the plain end of the pipe. C. Tighten the bolts to the normal range of bolt torque per the manufacturer's recommendations and AWWA C600, Table 1, as follows: Pipe Diameter Bolt Size Range of Torque 3” 5/8” 61-81 N-M (45-60 ft.-lb.) 4-24” 3/4” 102-122 N-M (75-90 ft.-lb.) 30-36” 1” 136-163 N-M (100-120 ft.-lb.) 3.8 CROSSES A. Each flanged ductile-iron cross shall be installed with flanged ductile-iron pipe spools between the cross and the valves. The spools are included to position the valves a sufficient distance from the cross to allow installation of the thrust blocks without conflicting with the valve actuators. B. The spools shall be 18" long for pipe sizes 8" through 12", and 24" long for pipe sizes 16" and larger. C. The spools shall be equal in class to the adjacent pipe. 3.9 JOINT BONDING AND CATHODIC PROTECTION Bonding of joints to provide continuity, flange insulation kits, internal epoxy linings, and other cathodic protection items and materials shall be installed where shown on the Approved Plans in accordance with the Standard Drawings. 3.10 COUPLINGS FOR DUCTILE-IRON PIPE Mechanical type flexible joints shall be installed where shown on the Approved Drawings. Grooved couplings shall be used in vaults and above ground. Flexible couplings may be used, where indicated on the drawings, below ground, but may also be used above ground with restrained joints. Flanged coupling adapters shall be used for buried pipelines, where allowed by the City. A. Grooved joint couplings shall be installed per AWWA C606 and as indicated in Section 15000. B. Flanged coupling adapters, where allowed by the City, shall be installed per the manufacturer's recommendations. C. Flexible couplings shall be installed per Section 15000 and the manufacturer's recommendations. D. All couplings for ductile-iron pipe shall be shop-coated in accordance with Section 15000. AUGUST 2021 Page 8 of 8 SECTION 15056 Ductile Iron Pipe and Fitting 3.11 CONCRETE Concrete thrust and anchor blocks shall be installed in accordance with Section 03000 and the Standards Drawings. 3.12 WARNING/IDENTIFICATION TAPE Warning/Identification tape shall be installed in accordance with Section 15000 and the Standard Drawings. 3.13 DISINFECTION AND BACTERIOLOGICAL TESTING Disinfection, bacteriological testing, and flushing shall be performed in accordance with Section 15041. 3.14 HYDROSTATIC TESTING Field hydrostatic testing shall be performed in accordance with Section 15044. END OF SECTION AUGUST 2021 Page 1 of 2 SECTION 15092 Miscellaneous Couplings, Pipe and Appurtenances SECTION 15092 MISCELLANEOUS COUPLINGS, PIPE AND APPURTENANCES PART 1 GENERAL 1.1 DESCRIPTION All valves, couplings, and appurtenances shall conform to requirements of the standard dimensions and pressure classification of the immediately adjacent pipe, valve or appurtenance as specified. 1.2 RELATED WORK DESCRIBED ELSEWHERE The Contractor shall refer to the following Specification section(s) for additional requirements: A. Painting and Coating: 09900 B. Petrolatum Wax Tape Coating: 09902 1.3 SUBMITTALS Contractor shall furnish submittals in accordance with the requirements of Section 2-5.3 of the GENERAL PROVISIONS. The following submittals are required: A. Submit Shop Drawings for all miscellaneous couplings, pipe and appurtenances. Shop Drawings shall include listing of materials of construction, with ASTM reference and grade, including lining and paint coating intended for use, with lining and coating manufacturers' and paint numbers listed. 1.4 PAYMENT Payment for the Work in this section shall be included as part of the lump-sum or unit- price bid amount for which such Work is appurtenant thereto. PART 2 MATERIALS 2.1 GASKETS, NUTS, AND BOLTS Gaskets for flanged joints shall be "drop-in" type asbestos composition sheet packing, graphited on both sides, "drop-in" type, conforming to the requirements of ANSI B16.21 and shall be as manufactured by Crane Co., Garlock or approved equal. Bolts and studs for aboveground installations shall be Type 316 stainless steel and shall conform to ASTM A193, "Alloy-Steel Bolting Material for High Temperature Service." Bolts and nuts shall be heavy hexagon series. Nuts shall be Type 316 stainless steel conforming to ASTM A194, "Carbon and Alloy Steel Nuts for Bolts for High Pressure and High Temperature Service" Grade 8M. The fit shall be ANSI B1.1, "Unified Screw Threads," Class 2, except that Class 3 fit shall be used in holes tapped for studs. Threads may be made by either cutting or cold forming. Between 1/4-inch and 3/8-inch shall project through the nut when drawn tight. Washers shall be provided for each nut and shall be the same material as each nut. All buried flanges, including bolts, nuts and washers, shall be encased in wax tape per Section 09902. AUGUST 2021 Page 2 of 2 SECTION 15092 Miscellaneous Couplings, Pipe and Appurtenances All bolt threads shall be lubricated with non-oxide grease. Flanged faces shall be wire brushed and cleaned prior to joining each flange. 2.2 WAX TAPE COATING Unless otherwise specified on the Plans, all couplings and appurtenances for underground installation shall be encased in wax tape per Section 09902 and the City Standard Drawings. 2.3 PAINTING AND COATING All miscellaneous couplings, pipe and appurtenances referenced in this section shall be painted and coated, interior and exterior, in accordance with Section 09900, Painting and Coating. 2.4 FLEXIBLE COUPLINGS Joints for which flexible couplings are required, shall be selected from the Approved Materials list. Gaskets shall be plain rubber gaskets. Threads on bolts of compression collars shall be lubricated with non-oxide grease before assembling the coupling. 2.5 PIPE UNIONS Screw unions may be employed on pipelines 2-1/2-inches in diameter and smaller. Pipes and fittings made of non-ferrous metals shall be isolated from ferrous metals by nylon insulating pipe bushings, unions or couplings manufactured by Smith-Blair, Pipe Seal and Insulator Co. or approved equal. PART 3 EXECUTION (Not Applicable) END OF SECTION AUGUST 2021 Page 1 of 6 SECTION 15099 Process Valves, Regulators and Miscellaneous Valves SECTION 15099 PROCESS VALVES, REGULATORS AND MISCELLANEOUS VALVES PART 1 GENERAL 1.1 DESCRIPTION This section includes materials, testing and installation of manually operated process valves such as check valves, pressure control valves, pressure reducing valves and ball valves. 1.2 REFERENCE STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. American Water Works Association AWWA C508 Standards for Swing Check Valve ASTM B62 Standards for Ball Vales 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Specification Sections 09900, 15000, and 15044 1.4 SERVICE APPLICATIONS Check valves, pressure control valves, pressure reducing valves, bronze gate valves and ball valves are primarily used in the installation of sanitary sewer main appurtenances and where called for on the Approved Plans and indicated on the Standard Drawings. 1.5 SUBMITTALS The following items shall be submitted to the City for review and approval prior to ordering or delivery of valves per Section 2-5.3 of the GENERAL PROVISIONS. A. The valve manufacturers catalog data showing the size to be used, valve dimensions, pressure rating and materials of construction. B. Manufacturers catalog data on the lining materials to be used. C. Installation procedures including field adjustments as required. 1.6 SIZING OF VALVES Valves shall be the same size as the appurtenance in which they are to be installed with unless otherwise called for on the Approved Plans or indicated on the Standard Drawings. AUGUST 2021 Page 2 of 6 SECTION 15099 Process Valves, Regulators and Miscellaneous Valves 1.7 VALVE ENDS Valve ends shall be compatible with the piping system or appurtenance in which they are to be installed or as called for on the Approved Plans or indicated on the Standard Drawings. 1.8 DELIVERY, STORAGE AND HANDLING Valves shall be delivered and stored in accordance with the manufacturer's recommendations. Valves shall remain in factory packaging until ready for installation. Valves shall not be stored in contact with bare ground. 1.9 POLYETHYLENE WRAP Polyethylene wrap shall be used for the buried installation of valves in accordance with Section 15000. 1.10 GATE WELLS AND EXTENSION STEMS Valve boxes and extension stems shall be installed in accordance with Section 15000 and the Standard Drawings. PART 2 MATERIALS 2.1 RUBBER-FLAPPER SWING CHECK VALVE A. Swing check valves and appurtenant components shall be in accordance with AWWA C508 and selected from the Approved Materials List. A submittal will be required as described in this Section. B. Rubber-flapper swing check valves shall have a heavily constructed ductile-iron body and cover. The body shall be long pattern design (not wafer), with integrally cast-on end flanges. The flapper shall be Buna-N having an "O" ring seating edge and be internally reinforced with steel. C. Flapper shall be captured between the body and the body cover in a manner to permit the flapper to flex from closed to full open position during flow through the valve. Flapper shall be easily removed without need to remove valve from line. Check valves shall have full pipe size flow area. Seating surface shall be on a 45º angle requiring the flapper to travel only 35º from closed to full open position, for minimum head loss and non-slam closure. D. Buna-N flapper shall be high-strength coated fabric, coated both sides with 70 DURO, which creates an elastic spring effect, molded internally, to assist the flapper to close against a slight head to prevent slamming. When essential to create backflow through the check valve, as directed by the City Engineer, an external backflow device shall be furnished. E. Valve ends shall be flanged ductile-iron in accordance with Section 15056 unless otherwise called for on the Approved Plans or directed by the City Engineer. F. Check valves shall be tested by the manufacturer and the test results shall be approved by the City Engineer prior to shipment to the project. Check valves must unseat at a head no AUGUST 2021 Page 3 of 6 SECTION 15099 Process Valves, Regulators and Miscellaneous Valves greater than 24". 2.2 ECCENTRIC PLUG VALVE Eccentric plug valves, 4-inch through 12-inch shall be of the non-lubricated type. Minimum pressure rating shall be 175 psi. Unless noted otherwise on the drawings, ends shall be flanged, Class 125 per ANSI B-16.1. Plugs shall be provided with Polytetrafluoroethylene (PTFE) grit excluders to protect the upper and lower journal bearings. Materials of construction shall be as follows: Component Material Specification Body Ductile Iron ASTM A536, Grade 65-45-12 Plug Ductile Iron ASTM A536, Grade 65-45-12 Journal Bearings Sintered Stainless Steel ANSI 316 Plugs shall have neoprene, Buna-N facing to provide drip-tight shutoff. Valve body seats shall have a raised welded-in overlay of not less than 90 percent nickel. Plug shall be of the one-piece design. Proof of design shall accompany submittals and leak tests shall accompany shipment. External valve trim and all exposed threaded components shall be corrosion resistant alloys of stainless steel, Type 316L. Valves shall be Dezurik Series 100 PEC or Pratt-Milliken 600 series. 2.3 SMALL DIAMETER ISOLATING VALVES Provide all small diameter valves and cocks for shut-off process connections, instrumentation and other miscellaneous uses in accordance with the Approved Plans. These valves shall be of the same material and pressure rating as the adjacent process piping. Shutoff valves shall be compatible with instrumentation and other equipment in accordance with the manufacturer's recommendations. 2.4 CORPORATION STOPS Corporation stops shall be in the ball type with a bronze body and T-Head operator. Valve ends shall be compatible with the piping system in which they are being installed or as called for on the Approved Plans or indicated on the Standard Drawings. Corporation stops shall be rated for a minimum pressure of 1,379 KPa (200 psi). Corporation stops shall be selected from the Approved Materials List. 2.5 ANGLE METER STOPS Angle meter stops shall be the ball type with a bronze body and 90º lock wing. Valve ends shall be flare style inlet and swivel meter nut for 1" and meter flange for 2" outlets. Angle meter stops shall be rated for a minimum pressure of 1,379 KPa (200 psi). Angle meter stops shall be selected from the Approved Materials List. AUGUST 2021 Page 4 of 6 SECTION 15099 Process Valves, Regulators and Miscellaneous Valves 2.6 CUSTOMER METER SHUT-OFF VALVE Customer meter shut-off valves shall be the ball type with a bronze body and lever handle operator. Valve ends shall be swivel meter nut for 1" inlets and meter flange for 2" inlets. Customer meter shut-off valves shall be rated for a minimum pressure of 200 psi. The City Engineer may require the use of a customer meter shut-off valve equipped with a 90º lock wing. 2.7 BALL VALVES Ball valves 2" and smaller shall be of bronze construction conforming to ASTM B62 and equipped with a T-Head or lever handle operator as required. Valve ends shall be compatible with the piping system in which they are being installed or as indicated on the Approved Plans or Standard Drawings. Ball valves shall be rated for a minimum pressure of 1,379 KPa (200 psi). Ball valves shall be selected from the Approved Materials List. 2.8 BACKFLOW PREVENTERS Backflow preventers shall be selected from the Approved Materials List. 2.9 POLYTHYLENE WRAP Polyethylene wrap shall be in accordance with Section 15000 and selected from the Approved Materials List. 2.10 GATE WELLS AND EXTENSION STEMS Gate wells and extension stems for buried valves shall be in accordance with Section 15000 and selected from the Approved Materials List. PART 3 EXECUTION 3.1 INSTALLATION A. Valves shall be set in true alignment straddling the centerline of pipe with the valve operator in the vertical position unless otherwise noted on the Approved Plans or shown on the Standard Drawings. B. Valves shall be installed in accordance with the manufacturer's recommendations and the applicable section of these specifications for the piping material and joint type being used. C. Aboveground valves shall be rigidly held in place using supports and hangers in accordance with the Approved Plans and Standard Drawings. The stem orientation of valves in elevated piping shall be as approved by the City Engineer for accessibility, except that no valves shall be installed with stems aligned below horizontal. Saddle type valve supports shall be provided. Supports shall be of rugged construction providing at least one hundred twenty degrees (120º) under support for the valve body. Valve supports shall be constructed of steel, and shall be anchored to the foundations using stainless steel anchor bolts. 3.2 POLYETHYLENE WRAP Installation of polyethylene wrap for buried valves shall be in accordance with Section 15000. AUGUST 2021 Page 5 of 6 SECTION 15099 Process Valves, Regulators and Miscellaneous Valves 3.3 GATE WELLS AND EXTENSION STEMS Gate wells and extension stems for buried valves shall be in accordance with Section 15000 and the Standard Drawings. 3.4 HYDROSTATIC TESTING Valves shall be hydrostatically tested in conjunction with the pipelines in which they are installed in accordance with Section 15044. END OF SECTION AUGUST 2021 Page 6 of 6 SECTION 15099 Process Valves, Regulators and Miscellaneous Valves THIS PAGE INTENTIONALLY LEFT BLANK AUGUST 2021 1 of 12 SECTION 16050 General Electrical SECTION 16050 GENERAL ELECTRICAL PROVISIONS PART 1 GENERAL 1.1 INTENT A. It is the intent of these specifications that all electrical work specified herein, be coordinated as required with the work of all other trades identified in other divisions of the specifications and the drawings, so that all installations shall operate as designed. All systems shall be completely assembled, tested, adjusted, and demonstrated to be ready for operation in compliance with the requirements of the Contract Documents before acceptance by the Owner and Engineer. B. Electrical system layout indicated on the drawings is generally diagrammatic. Locations of outlets and equipment shall be governed by architectural, structural and mechanical conditions and obstructions. Any reasonable change in location of outlets and equipment prior to the rough in shall be done without additional expense to the Owner. This does not apply to equipment, which is located by dimensions on the drawings. Equipment shall be located within 1/8 inch of the dimensional location indicated on the drawings unless otherwise permitted by the Owner or Engineer. The Contractor shall verify in the field all dimensions and clearances affecting the installation of his work in relation to established datum, to building openings and clearances, and to the work of other trades. Should interferences occur which will necessitate any deviation from the layout or dimensions indicated, the Owner or Engineer shall be notified and any changes approved before proceeding with the work. C. Rigid components such as bus, bus duct, throat connection, and enclosures shall be aligned and connected with special care to prevent excessive stress in joints, supports, and connections. Installations of all equipment shall be straight and plumb to building structures. D. Equipment with moving parts such as switches, circuit breakers, and switch operating mechanisms shall be carefully aligned to ensure free mechanical operation. 1.2 SUMMARY A. The work included under these specifications shall include furnishing and the installation of new, specified materials and equipment and the providing of engineering data, accessories, and field services as stipulated herein and in accordance with the Contract Documents. 1.3 ELECTRICAL LIMITS OF CONTRACT A. Electrical Contractor shall furnish all conduit, wiring and electrical devices required to interconnect the existing meter pedestal with new electrical enclosure and wiring to existing pump and instruments in wet well and to new valve box sump pump and flowmeter as further detailed in the drawings and specifications. AUGUST 2021 2 of 12 SECTION 16050 General Electrical B. Electrical Contractor shall re-use the equipment inside the PLC panel, replace any parts with new model in case any equipment is outdated or obsolete. Coordinate with Owner. Coordinate with Owner for telemetry and communication of the site. 1.4 HAZARDOUS WASTE A. Electrical Contractor shall be responsible for effecting and coordinating safe disposal of all electrical equipment removed or renovated under this contract that contains recognized hazardous materials including, but not limited to, the following list: 1. Fluorescent lamps. 2. Fluorescent lamp ballasts. B. Electrical Contractor shall submit all documents, chain of custody and receipts confirming proof of proper disposal of the hazardous materials indicated above to the Owner and/or Engineer. 1.5 REFERENCES - CODES AND STANDARDS A. Applicable codes and standards will be referred to in other sections of this division by acronyms as defined below: 1. NECA National Electrical Contractor's Association 2. ANSI American National Standards Institute 3. ASME American Society of Mechanical Engineers 4. Fed Specs Federal Specifications 5. IEEE Institute of Electrical and Electronic Engineers 6. IES Illuminating Engineering Society 7. NEC National Electrical Code 8. NEMA National Electrical Manufacturers Association 9. NFPA National Fire Protection Association 10. UL Underwriters' Laboratories 11. CAL OSHA California Occupational Safety and Health Act B. The edition of referenced codes and standards, in effect as of the date of contract, shall constitute minimum requirements and shall be strictly complied with unless supplemented or modified by more stringent requirements of the Contract Documents. 1.6 REGULATORY REQUIREMENTS A. Electrical equipment and materials shall be installed in conformance with all applicable requirements of NFPA, local power company, federal, state, and local codes, B. Furnish products listed and classified by Underwriters Laboratories, Inc. (UL), Electrical Testing Laboratories, Inc. (ETL), or other recognized, acceptable testing and listing agencies as suitable for the purpose specified and shown. The Contractor shall immediately notify the Owner and Engineer of any provision in the contract document that are contrary to any applicable codes. AUGUST 2021 3 of 12 SECTION 16050 General Electrical 1.7 SAFETY A. All work shall be performed in a safe manner in accordance with all federal, state and local codes and regulations including any Owner safety regulations or procedures. In addition, the following special electrical precautions as a minimum shall be observed. B. Shutdowns 1. Prior to any work on any electrical circuits, circuits shall be de-energized, tested for absence of voltages, residual voltage discharged and the circuit properly tagged and locked out. 2. All electrical shutdowns shall be coordinated and scheduled with Owner and/or Engineer to minimize effect on adjacent areas. C. Lockout / Tag out Procedure: 1. Contractor shall use the Owner’s standard Lockout/Tag out procedure. A copy of the program will be provided to the Contractor prior to start of work. 2. Contractor shall have a recognized Lockout/Tag out program that complies with OSHA Standard 29, CFR 1910.47, and/or California Code of Regulations, Title 8, Electrical Safety Orders 2329.4. This program shall be submitted to the Owner and/or Engineer for approval prior to start of work. 1.8 COORDINATION WITH OTHER TRADES A. The Contractor shall be responsible for coordinating with other trades or subcontractors working on the project so that all work shall be completed without interruption of the schedule. This shall include all installations necessary to support the structural, architectural, and mechanical conditions. B. Any changes in construction or coordination requirements that deviate from the intent or requirements of the specifications and/or drawings must be described and detailed in writing and submitted to the Owner and/or Engineer for approval. C. The Contractor shall provide for all contingencies where required to operate any equipment prior to completion of electrical work. D. The Contractor shall be responsible for checking all contract drawings and coordinating his work accordingly. RECEIVING, HANDLING, AND STORAGE E. The Contractor shall provide for receiving, handling, and storage of all material and equipment in accordance with Division 1 requirements of these specifications. 1. Materials and equipment stored on the Owner's premises shall be moved by the Contractor without additional cost, if requested by the Owner and/or Engineer. 2. The Contractor shall be responsible for the safe keeping of all materials and equipment stored on the Owner's premises. F. Cleaning: 1. The exterior and interior surfaces of each equipment item shall be cleaned of sand, dirt, and other foreign materials after its removal from storage and immediately before its movement to its final location. AUGUST 2021 4 of 12 SECTION 16050 General Electrical 2. Before initial operation of individual items of equipment, the Contractor shall remove all dirt, mortar, and other material, which has been spilled, misplaced, or has been allowed to mar the finished surfaces. 3. The interior of all electrical equipment, including relays and electrical contacts, shall be thoroughly wiped and vacuumed clean before the equipment is energized. G. Debris Removal: 1. All debris generated by or as a result of the work of the electrical contractor shall be removed from the site and disposed of as directed by the Owner and/or Engineer, but not less than once each work day. 1.9 EQUIPMENT FOUNDATIONS AND CONCRETE WORK A. Concrete pads for mounting Main Control Panel (PNL-A) shall be provided as indicated on the drawings and in accordance with other sections of these Specifications. B. The Contractor shall provide anchor bolts for floor-mounted equipment as required by California Title 24 for seismic bracing of equipment. C. Equipment shall be leveled and grouted in accordance with Division 3 of these specifications. Concrete materials, placing methods, and general workmanship shall conform to applicable sections of Division 3.. 1.10 MISCELLANEOUS MATERIAL A. Contractor shall furnish all wire, raceway and accessories for equipment interconnections as necessary to obtain a complete operable system, in accordance with the Contract Documents. B. Miscellaneous materials, except those specified to be furnished by the Owner or other contractors, shall be furnished as required for the complete erection of the equipment. These materials shall include, but shall not be limited to, grout, shims, wedges, dowels, anchors, supports, equipment mounting sill channels, bolting, gaskets, packing, welding rod, and consumable gases. 1.11 MATERIAL SUBSTITUTION A. If equipment manufacturers are identified by name, and it is indicated that equipment of equal quality and performance will be accepted, the Contractor may submit alternate items to the Engineer for approval. B. If only one manufacturer is indicated, no alternate equipment will be accepted. C. Re-design of electrical or any other trade’s work that is required due to the Contractor's use of an approved alternate item; arrangement of equipment; and/or layout other than specified herein, shall be done by the Contractor at his expense. Redesign and detailed plans shall be subject to approval by the Engineer. AUGUST 2021 5 of 12 SECTION 16050 General Electrical D. Engineer’s approval of redesigned or altered drawings submitted by Contractor, shall not relieve the Contractor of his responsibility to provide a complete and operable installation. E. Equipment and materials installed without approval of the Owner and/or Engineer shall be subject to removal and replacement at the Contractor's expense with approved materials. F. Equipment and/or materials identified on the drawings or in these specifications by manufacturer's name and/or part number are so identified for the sole purpose of establishing the type and quality of the equipment and/or materials. Such specific, non-generic callouts are not in any way intended to rule out or establish preemptory qualifications relative to manufacturers not identified specifically by name. 1.12 TERMINATIONS A. All electrical equipment shall be suitable for connection to 75 degree C rated cable and/or wire loaded to its 75 degree C ampacity. 1.13 AREA CLASSIFICATIONS A. Electrical equipment shall be suitable and rated for the areas in which it is installed. Special areas will be identified and indicated on the drawings. B. Outdoor equipment shall be NEMA 3R, 4, or 4X, as required by the drawings. 1.14 EXCAVATION AND BACKFILL A. Excavation and backfill required for the installation of electrical work shall be as indicated on civil, structural or electrical drawings and in accordance with other sections of these specifications. 1.15 PAINTING AND FINISHING A. Unless otherwise noted, electrical equipment shall be shop finished with one or more coats of primer and two coats of high-grade oil-resistant enamel. The finish color shall be manufacturer's ANSI color standard. Shop primer shall be manufacturer's standard phosphatized coating compatible with the finish enamel. Not applicable to stainless steel control panel enclosures. B. Furnish at least two (2) quarts of touchup paint of the same type and color as the factory applied paint for all different paints used. C. Finishes marred during shipping, handling, or installation shall be touched up to match the original factory finish. Finish painting of conduit, hangers, and other installation materials will be performed along with general painting of the structure. D. All galvanized surfaces on which the galvanizing is removed by cutting, drilling, or by any other operation shall be re-galvanized with "Galvanizing Powder M-321" as manufactured by the American Solder and Flux Company of Philadelphia, Pennsylvania; with "Zincilate 810" as manufactured by Industrial Metal Protective, Inc., of Dayton, Ohio; AUGUST 2021 6 of 12 SECTION 16050 General Electrical with "Zinc Rich" coating as manufactured by ZRC Chemical Products Company, Quincy, Massachusetts; or acceptable equal. The Contractor shall furnish this protective material and shall apply it in the field to any surface where the galvanized coating is broken or removed either intentionally or unintentionally. 1.16 SLEEVES AND OPENINGS A. The Contractor shall be responsible for all required sleeves and openings for electrical raceways, cables and equipment. Contractor shall provide required sleeves and openings, not provided during structure fabrication, using a hacksaw, a hole saw, or a core drill subject to approval by the Owner and/or Engineer. B. Engineer shall verify the location of openings to be cut through structural concrete (floors, columns, etc) prior to cutting or drilling by Contractor. Use existing spare openings if at all possible, even if it requires a longer conduit run. C. Finishing Box-outs. Openings that have been cut through walls and floors of masonry or concrete for the passage of raceways shall be finished either by grouting around the conduit or by grouting 3/16-inch (5 mm) thick steel bands around the periphery of the openings. Where sleeves or bands are installed in floors, they shall project 4 inches (100 mm) above the finished floors. D. Openings beneath Equipment. Where the cables are in conduits and the conduit projects through the opening, opening beneath equipment shall be closed with grout. Closure plates of transit, micarta, or similar material shall be used to close openings beneath equipment where the cables entering the equipment are not in enclosing raceways. The plates shall not be less than 3/8-inch (5 mm) thick and shall be cut to fit closely around the outside surfaces of the cable where the cable passes through the plates. Edges of the holes in these plates shall be rounded and smoothed to prevent damage to the cable. The plates shall be securely fastened to the floor or to the equipment, and all openings around the plates shall be caulked with an effective putty seal or acceptable equal method. E. Unused openings beneath equipment shall be covered with solid plates of the same material as closure plates for those openings through which conduit or cable enter the equipment. These plates shall be securely fastened to the floor or to the equipment and caulked as indicated above. 1.17 WELDING A. Welding shall completely fuse the welded member to the supporting steel and shall be neat in appearance. All workmen performing ferrous welding of any kind shall be qualified according to the procedures for qualification tests for fillet welders described in American Welding Society Publication AWS-D1.1, Structural Welding Code. Documentation of approved qualification testing shall be available upon request of the Engineer. AUGUST 2021 7 of 12 SECTION 16050 General Electrical 1.18 INSULATION A. All supports for raceways connected to equipment, piping, and raceways that have been electrically insulated from contact with other structures, shall be properly installed to prevent shunting of the insulation. 1.19 NAMEPLATES A. All nameplates for electrical equipment shall be permanently attached to the front of the equipment. 1.20 STARTUP A. The Contractor shall, at a minimum, perform the following tests as applicable for each item of equipment or system installed under this Contract: 1. Verify correctness of all wiring installed under this contract. 2. Check wiring for shorts, continuity and grounds. 3. All ground fault interrupt devices shall be tested individually. B. The Contractor shall be responsible for operation and maintenance, including all costs thereof, for systems or equipment temporarily placed in operation for testing and adjusting purposes. C. Complete all testing and startup procedures. 1.21 INSPECTIONS AND TESTS A. Tests shall be performed on all electrical equipment and complete systems as required under the various sections of these specifications prior to being placed in operation. B. All tests shall be made after notification, and in the presence of, the Owner and/or Engineer and authorities having jurisdiction. Contractor shall supply all labor, materials, instruments, and supplies of any kind, required for testing. Material and equipment damaged or shown to be defective during tests or unable to perform at design or rated capacity, shall be repaired or replaced by the Contractor at no additional expense, to the satisfaction of the Owner and/or Engineer. C. Two (2) copies of all test results and/or reports shall be submitted to the Engineer following completion of tests. Submittals shall be bound in standard three-ring binders, tabbed and indexed throughout for easy readability. 1.22 MANUFACTURER'S INSPECTION AND SUPERVISION A. Contractor shall provide the services of a trained manufacturer's representative, to inspect and advise during the installation of the electrical equipment. B. The service described above shall be provided as determined necessary by the Contractor for proper installation of the equipment. Availability of these services shall not relieve the Contractor of responsibility for technical supervision of his construction personnel. AUGUST 2021 8 of 12 SECTION 16050 General Electrical C. The presence of a manufacturer's representative shall not relieve the Contractor of responsibility for the work under these specifications. 1.23 BOLTED ELECTRICAL CONNECTIONS A. Where bolted electrical current-carrying connections are made, the metal surfaces shall be thoroughly cleaned and coated with an oxide inhibitor such as Penetrox A or No- Oxide A compound. B. The tightness of each bolt in each factory-made bolted electrical connection shall be validated during erection and connection of the equipment. C. It shall be the Contractor's responsibility to certify that the tightness of each bolt in all bolted electrical connections, factory or field, is in accordance with the manufacturer's recommendations. D. Bolted electrical connections shall be tightened with manual torque wrenches. Torque wrenches shall be so constructed that they will visually or audibly indicate when the proper torque is reached. The Contractor is responsible for the accuracy of each torque wrench and shall provide documentation of testing by an acceptable laboratory or testing agency when requested by the Engineer. E. Torque Values. If the equipment manufacturer's erection instructions do not include recommended torque values for bolt tightening or specify an alternate method for tightening bolted electrical connections, torque values shall be in accordance with UL Std 486A and/or those listed in the table below. TORQUE VALUES FOR DRY, NON-PLATED, NON-LUBRICATED BOLTS Bolt Size 18-8 Stainless Steel (Inch-lbs) Brass (Inch-lbs) Silicon Bronze (Inch-lbs) Aluminum 24ST-4 (Inch-lbs) 316 Stainless Steel (Inch-lbs) 1/4"-20 1/4"-28 75.2 94.0 61.5 77.0 68.8 87.0 45.6 57.0 78.8 99.0 5/16"-18 5/16"-24 132 142 107 116 123 131 80 86 138 147 3/8"-16 3/8"-24 236 259 192 212 219 240 143 157 247 271 7/16"-15 7/16"-20 376 400 317 327 349 371 228 242 393 418 1/2"-13 1/2"-20 517 541 422 443 480 502 313 328 542 565 9/16"-12 9/16"-18 682 752 558 615 632 697 413 456 713 787 AUGUST 2021 9 of 12 SECTION 16050 General Electrical TORQUE VALUES FOR DRY, NON-PLATED, NON-LUBRICATED BOLTS Bolt Size 18-8 Stainless Steel (Inch-lbs) Brass (Inch-lbs) Silicon Bronze (Inch-lbs) Aluminum 24ST-4 (Inch-lbs) 316 Stainless Steel (Inch-lbs) 5/8"-11 5/8"-18 1,110 1,244 907 1,016 1,030 1,154 715 798 1,160 1,301 3/4"-10 3/4"-16 1,530 1,490 1,249 1,220 1,416 1,382 980 958 1,582 1,558 7/8"-9 7/8"-14 2,328 2,318 1,905 1,895 2,140 2,130 1,495 1,490 2,430 2,420 1"-8 1"-14 3,440 3,110 2,815 2,545 3,185 2,885 2,205 1,995 3,595 3,250 F. Connection Bolt Tightness Check: 1. The tightened bolts in electrical connections shall be checked at random as selected by, and in the presence of, the Engineer. The Contractor shall provide calibrated hand torque wrenches and the necessary platforms, equipment, and personnel for the random check. 2. The number of bolts checked shall be acceptable to the Engineer based upon observance of the quality and completeness of the tightening operations. A minimum of 10 percent of the bolts in each connection, but not less than two bolts in each connection, shall be checked. 3. The Contractor shall be responsible for coordinating the checking of bolt tightness so that minimum interference with equipment erection and connection will be experienced. Removal of covers and similar dismantling of equipment to permit the Engineer to witness the testing of bolt tightness of enclosed connections shall be part of the work included under these specifications. 4. Checking of tightness of electrical connections in the presence of the Engineer is intended to assist the Contractor in avoiding the expense of repairing costly connection failures. This check shall not relieve the Contractor of complete responsibility for the integrity of the electrical connections. 1.24 LUBRICATION A. The Contractor will furnish all oils, greases, and other lubricants required to place equipment in operation. The Contractor shall apply lubricants in accordance with the manufacturer's recommendations. The lubricants used shall be acceptable to the Owner and/or Engineer. Furnish Material Safety Data Sheets (MSDS) identifying all classified hazardous materials proposed for usage to the Engineer with submittals. 1.25 WIRING A. In general, all devices furnished under these specifications and requiring electrical connections shall be designed for wiring into electrical enclosures with terminal blocks. 1. Terminal blocks shall be furnished for: AUGUST 2021 10 of 12 SECTION 16050 General Electrical a. Conductors requiring connection to circuits external to the specified equipment b. Internal circuits crossing shipping splits c. Equipment where parts replacement and maintenance will be facilitated. Splices will not be permitted in control wiring or instrument leads. 2. All wiring leaving an enclosure shall leave from terminal blocks and not from other devices in the enclosure. 3. Each terminal block, terminal, conductor, relay, breaker, fuse block, and other auxiliary devices, shall be permanently labeled to coincide with the identification indicated on the drawings. B. A shorting type terminal block shall be installed at an accessible location for each set of current transformers supplied with the equipment furnished under these specifications. The shorting terminal block shall be the one nearest the current transformers. No other shorting type terminal blocks are required unless specified otherwise. C. All connections requiring disconnect plug and receptacle type devices shall be provided with factory-terminated conductors on each plug and receptacle. Plugs and receptacles shall be factory-wired into junction boxes containing terminal blocks for external connections. All conductors on the disconnect portion of plug-receptacle assemblies shall be in a common jacket. D. Any proposed changes will need to be submitted for approval by the Engineer, prior to any conduit or wire installation. Any delay to the schedule as a result of a proposed change shall be the responsibility of the Electrical Contractor. 1.26 DRAWINGS A. The Electrical Contractor shall supply shop drawings for the new Main Control Panel (PNL-A). Information indicated on the Contractor's shop drawings shall include: 1. Detailed wiring schematics of the individual panel items, as they actually will appear in the panel. 2. Panel construction details. 3. Detailed internal layout and materials schedule, with each item of equipment identified by item number and name. B. Shop drawings shall be provided for review and approval prior to the contractor commencing construction. C. Contractor shall designate a set of project drawings as the job "Record Drawings". This set shall be located at the jobsite and maintained in a clean undamaged state. This set shall be updated with red line markups to accurately reflect all construction field deviation change orders and any additional work authorized by Owner and/or Engineer. During construction the record set shall be available to any representative of the Owner and/or Engineer for review and inspection at site. D. As-constructed record drawings and red-line markups shall be provided within 10 working days following acceptance of work-in-place. E. The following as-constructed drawings shall be provided in AutoCAD and pdf format: 1. Shop drawings AUGUST 2021 11 of 12 SECTION 16050 General Electrical 2. Any significant changes to the design drawings as a result of contractor preference. Specifically this shall include any changes which were approved by the Engineer only if drafting is completed by the Contractor. F. As-constructed red-line markup drawings shall be provided to capture any deviation from the design drawings that are not the result of contractor preference. These shall be supplied as two (2) hard copies on ANSI B or D sized paper, as well as a scanned pdf copy. G. Electronic submission of as-constructed drawings and red-line markups (AutoCAD and pdf) shall be provided as two (2) complete sets on compact disc. 1.27 TERMINAL BLOCKS A. Terminal blocks shall be furnished with white marking strips and, where permitted by the safety codes and standards, shall be without covers. Not less than 25 percent spare, unused terminals shall be furnished on each terminal block for circuit modifications and for termination of all conductors in a multi-conductor control cable. B. Fuses shall not be mounted on terminal blocks. Neither step type terminal blocks nor angle mounted terminal blocks will be acceptable. C. All terminal blocks, except internal terminal blocks in factory pre-wired electronic systems cabinets, shall be rated 600-volts minimum and shall have strap screw terminals. Terminal blocks for 10 AWG and smaller 600-volt insulated conductors shall be Marathon 1500 series, or acceptable equal. Terminal blocks shall be appropriately sized for larger wire size or higher voltage insulated incoming conductors as necessary. 1.28 RODENT PROOFING A. The Contractor shall make all pad-mounted electrical equipment panels rodent proof by closing all exterior openings using metal plates or metal screens. This shall be accomplished either by the manufacturer in the fabrication of the equipment, or by the Contractor after installation of the equipment. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION AUGUST 2021 1 of 4 SECTION 16056 Electrical Demolition, Removals, and Relocations SECTION 16056 ELECTRICAL DEMOLITION, REMOVALS, AND RELOCATIONS PART 1 GENERAL 1.01 SECTION INCLUDES A. Demolition and removal of existing electrical equipment and components. B. Save electrical equipment inside the PLC panel for Relocation into the new control Panel. C. Disconnection and removal of existing power distribution and control circuit raceways and conductors. D. Removal of concrete equipment pads. 1.02 RELATED SECTIONS A. Special Provisions B. Section 16050 – ELECTRICAL GENERAL C. Section 16196 – ELECTRICAL SYSTEM IDENTIFICATION E. Section 16950 – TESTING AND INSPECTION 1.03 ELECTRICAL DEMOLITION, REMOVALS, AND RELOCATIONS A. General 1. Ensure that all hardware items and replacement equipment are on hand prior to attempting any demolition, modification, or remedial work. 2. Equipment, conduits, cables and materials that are abandoned in place shall be provided with tags, labels and nameplates indicating “Spare Equipment” or similar text. Labels shall be provided as specified in Division 16 specifications. 3. The City reserves the right to remove any equipment or materials scheduled for demolition or removal up to the date of demolition, or removals actually begin. The removal, or failure to remove, by the City, any equipment or material scheduled for demolition or removal shall not be cause for any additional charges by the Contractor. The Contractor shall notify the City in writing at least 30 days prior to beginning any demolition. 4. Contractor shall take necessary precautions to insure against damage to existing materials or equipment to remain in place, to be reused or to remain the property of the City. Repair or replace damaged materials and equipment at no additional cost to the City. B. Equipment Demolition and Removals 1. Equipment and Materials a. Refer to the Contract Drawings for details and limits of equipment and materials demolition and removals. AUGUST 2021 2 of 4 SECTION 16056 Electrical Demolition, Removals, and Relocations b. Contractor shall furnish labor to disconnect and/or remove items shown on the Contract Drawings and as specified. Carefully dismantle and salvage electrical equipment, switches, fixtures, instruments, conduits, cables, wiring, control panels, etc. as necessary to perform the proposed changes. 2. Conduits, Conductors and Cables a. Where electrical equipment is removed or relocated, also remove all wiring back to source panelboard, MCC, switch or to last remaining device on the same circuit, unless otherwise noted on the drawings. Associated conduits, hangers, supports, etc. shall be removed unless otherwise noted or required to maintain the support and operation of remaining equipment. b. Remove all extraneous wires and exposed conduits for all mechanical, and electrical devices to be removed or abandoned. c. Wires shown for removal which are in underground duct banks, or embedded conduit shall be removed unless otherwise noted. d. Contractor shall disconnect and remove related equipment and conduit mounting hardware, equipment mounting racks, and equipment associated with materials to be removed unless otherwise required to maintain the support and operation of remaining equipment. e. Any conduit abandoned in concrete slabs, walls, or other inaccessible locations shall be left empty except for a nylon pull wire. Ends shall be capped with push plugs for future use. f. If cables cannot be removed due to a collapsed or deformed duct, etc. cut cable at duct entrance at each end and tag cable as “Abandoned Cable”, “collapsed duct” or similar text. Notify the City of these conditions. 3. Salvage Materials a. Deliver on the premises to a location directed by the City, existing material and equipment which is removed and is desired by the City or is indicated to remain on the property of the City. b. All instrumentation equipment designated for removal shall be turned over to the City regardless if equipment is specifically shown or scheduled. This shall include pressure transmitters, flow and level elements, and associated transmitters and/or electronics units. c. Equipment and materials not indicted for relocation, reuse, or salvage shall become the property of the Contractor and shall be removed by the Contractor from the premises and properly disposed of. AUGUST 2021 3 of 4 SECTION 16056 Electrical Demolition, Removals, and Relocations C. Equipment Relocations 1. Re-route conduits and cables where shown on the Contract Drawings and as necessitated by architectural, mechanical, and HVAC changes and for new electrical work. 2. Provide materials, and hardware for patching, plugging, and refurbishing equipment intended for reuse. Provide new nameplates for reused electrical work. 3. Where the work specified herein or under other divisions necessitates relocation of existing equipment, foundations, conduits, wiring, etc. perform all work and make necessary modifications to existing work as required to leave the completed system in a finished and workmanlike condition. 4. Contractor shall include all necessary equipment and components as required to relocate equipment from the existing locations to the new proposed locations. Equipment shall be tested prior to being disconnected and relocated. Any deficiencies in the equipment operation shall be brought to the attention of the Engineer. Once the equipment has been fully tested, the Contractor shall schedule the relocation of the unit(s). After the unit(s) has been relocated and reconnected. The Contractor shall perform testing as required to demonstrate the operation of the unit(s). D. Structure Repairs & Refinishing 1. Rehabilitate and relocate items of equipment as required and as indicated on the Contract Drawings or specified. 2. Fill and patch penetrations, holes, damaged surfaces, etc. to restore a smooth finish to floors, ceilings, and walls. 1.05 SUBMITTALS A. Submit detailed circuit wiring lists for motor control center power and telemetry panel circuit disconnections, removals and reconnections. B. Submit detailed circuit wiring list for existing meter panel circuit disconnections, removals, and reconnections. C. Provide a detailed sequence of construction plan, in coordination with the other trades, for performing the demolition of the existing meter panel, MCC and pressure transmitter, pumps and lighting. D. Contractor shall submit a copy of Circuit Identification Tables to the Engineer for review and approval prior to disconnecting any circuits. PART 2 MATERIALS 2.01 GENERAL A. Refer to Division 16 for electrical material requirements. AUGUST 2021 4 of 4 SECTION 16056 Electrical Demolition, Removals, and Relocations PART 3 EXECUTION 3.01 SEQUENCE OF CONSTRUCTION A. Contractor shall determine the sequence of construction necessary for the electrical demolition, relocation, and improvements and shall coordinate with overall construction schedule, including the sewer bypass operations. END OF SECTION AUGUST 2021 1 of 5 SECTION 16100 Grounding SECTION 16100 GROUNDING PART 1 GENERAL 1.01 SECTION INCLUDES All new or modified work of this Contract, including, but limited to: A. Metallic water services. B. Equipment housings C. Metal raceways. D. Grounding terminals of outlets. E. Outdoor lighting fixtures and poles. F. Footing rebar. G. Ductbanks. H. Manholes. I. Pullboxes. J. Metallic panels and conduit. K. Transformer secondary neutrals. Take special precautions to ground all equipment in strict accordance with the NEC and as otherwise noted in these specifications. 1.02 RELATED SECTIONS A. Special Provisions B. Division 2 Sections C. Section 16050 - ELECTRICAL-GENERAL D. Section 16950 - TESTING AND INSPECTION 1.03 REFERENCES All materials and installations shall be in accordance with the latest revisions of the following: 1. National Electric Code 2. Underwriters Laboratories, Inc. 1.04 SUBMITTALS A. Provide submittals in accordance with the Special Provisions and Section 16050. B. Submitted for all materials used in connection with the grounding system. C. Certified test reports of grounding system resistance. PART 2 MATERIALS 2.01 ELECTRODES A. Copper-Clad Ground Rods AUGUST 2021 2 of 5 SECTION 16100 Grounding 1. Rods shall be ¾” diameter, minimum of 10’ long unless otherwise shown on the Contract Drawings. Rods shall be steel core with copper molten welded or electrolytically bonded to exterior. 2. Manufacturers a. Copperweld Steel Company b. Thompson Lightning Protection, Inc. c. Or Equal 2.02 CONDUCTOR A. Ground Conductor (Above Grade) – Type THW insulated wire in conduit or other raceway. Color code insulation per NEC. B. Ground System Conductor (Buried) - Soft drawn or soft annealed stranded copper, tinned bare concentric conductor. C. Equipment Bonding Conductor – For sizes 8 AWG and smaller, solid ASTM B-1. For sizes 6 AWG and larger, stranded ASTM B-8. 2.03 CONNECTORS A. Compression-Type Fittings 1. Construction – Two bolts and a minimum of 1-1/2 inches in length. 2. Manufacturers a. Thomas & Betts b. Burndy Corporation c. Or Equal B. Welded Connection 1. Construction – Molded fusion-welding process. 2. Manufacturers a. Cadweld b. Thermoweld c. Or Equal C. Mechanical Connection 1. Construction – Mechanical lugs securely fastened using silicon bronze hardware. 2. Manufacturers a. Thomas & Betts b. Burndy Corporation c. Or Equal AUGUST 2021 3 of 5 SECTION 16100 Grounding PART 3 EXECUTION 3.01 GENERAL A. Install ground system or grid as shown on the Contract Drawings. Install such that tops of driven ground rods are a minimum of 12 inches below grade, except for chemically filled ground rods which shall be installed per the manufacturer’s recommendations. Ground rods are to be driven at least 2 feet below the groundwater level. Depth of the conductor system is to be 30 inches minimum with a minimum length of 20 feet. Thermoweld rods to copper, grounding conductor or use approved mechanical connections to rods where grounding conductor is No. 4 or smaller. B. When rods are shown and cannot be driven due to boulders or rock formations, install grounding plates below groundwater level or a minimum of 6 feet below grade. C. Final resistance to ground of completed ground system shall be a maximum of 5 ohms in accordance with Section 16950. If tests indicate higher than 5 ohms resistance, then the Contractor shall install additional rods or plates at no additional cost to Owner to lower the resistance to below 5 ohms. 3.02 CONNECTIONS A. Buried Connection - Made with either thermal welded or compression fitting specially made for grounding systems B. Exposed Connection - Made with grounding system compression-type fittings. C. Connection to Metal – Make all connections to water pipes, steel surfaces, etc., using mechanical connectors. D. Thoroughly clean all surfaces to bright bare metal to accept ground connections. 3.03 GROUNDING ELECTRODE CONDUCTOR A. Size per NEC 250-66 unless larger size is shown on the Contract Drawings: 3.04 MAIN SERVICE GROUNDS A. Bond ground system securely to: 1. Connect grounding electrode conductor to building water service. (If available and if metallic water pipe is used and is of sufficient conductive length to insure continuity, provide jumpers around meters or other removable devices as required.) 2. Connect two grounding electrode conductors in conduit to facility grounding grid or system. 3.07 INTERIOR CONDUIT AND RACEWAY SYSTEM A. Electrical integrity of conduit system shall be maintained throughout. Provide bonding jumpers at fittings as required; jumpers shall be no longer than required. Provide separate ground wire for all conduit systems. AUGUST 2021 4 of 5 SECTION 16100 Grounding 3.08 CONDUIT AND RACEWAY SYSTEM A. Provide separate ground wire for all conduit systems leaving the Meter Pedestal. Size per NEC 250-122 in NEC. 3.09 FEEDERS A. Include an insulated grounding conductor, sized per NEC 250-66, in each conduit. Bond all served equipment frames, enclosures, ground bars, etc., to this conductor. Make all conductor terminations and connections using compression lugs or fittings designed and UL labeled for the purposes. 3.10 SEPARATE GROUND A. Basic intent of grounding specification is that grounding conductor be completely separate from system neutral and connect neutral to ground at the main service grounding point only. Run separate insulated (green) grounding conductors from all grounding points independently back to main service ground. Where ground passes through panels and disconnects, ground lugs shall be brazed or bolted to panel or disconnect housings with neutral bus or lug isolated from same. Ground all metallic conduits at each panel. Clean paint from metal to accept ground lugs. 3.11 METALLIC, NON-CURRENT CARRYING ENCLOSURE A. Connect to ground bar at load center supplying same through conduit system using proper fittings at junction boxes, expansion joints, and between ground bushings on each conduit within all sheetmetal enclosures. 3.12 SHIELDED CABLE A. Shielding to be continuous and grounded at one point only unless otherwise required by equipment manufacturer’s recommendations. 3.13 GROUND CONDUIT LABELS A. Label all service, equipment frame or motor grounding conduits containing only grounding conductors – “SUPPLEMENTAL GROUND” Label to identify item being grounded. 3.15 INDEPENDENT GROUND SYSTEMS A. The grounding system described here shall be independent from the lightning protection ground system. See Section 16671. 3.20 DUCTBANK GROUND CONDUCTOR A. Bond ductbank ground conductor to the building ground system when provided, or when a new building ground system was not provided, install a new ground rod and bond the ductbank ground to it. B. Bond ductbank grounds to manhole ground rod, if available. AUGUST 2021 5 of 5 SECTION 16100 Grounding 3.21 GROUND ROD INSPECTION/TEST WELLS A. Provide ground rod inspection/test wells where shown on the Contract Drawings. END OF SECTION AUGUST 2021 1 of 8 SECTION 16120 Conductors SECTION 16120 CONDUCTORS PART 1 GENERAL 1.1 SUMMARY A. This section covers all labor, material, tools, equipment and services required to install building wire and cable, service entrance cable, control cables, wiring connectors and connections. 1.2 RELATED SECTIONS A. Section 16050 – General Electrical B. Section 16130 – Raceways and Boxes C. Section 16196 – Electrical Equipment Identification 1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. ASTM B 3 Soft or Annealed Copper Wire B. ASTM B 496 Compact Round Concentric-Lay-Stranded Copper Conductors C. ASTM B 8 Concentric-Lay-Stranded Copper Conductors, Hard, Medium-Hard, or Soft D. ANSI C 2 National Electrical Safety Code – latest edition E. IEEE 242 Recommended Practice for Protection and Coordination of Industrial and Commercial Power Systems. F. IEEE 399 Recommend Practice for Industrial and Commercial Power System Analysis. G. NECA (National Electrical Contractors Association) - Standard of Installation. H. NEMA WC-26 Wire and Cable Packaging I. NETA ATS National Electrical Testing Association Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems. J. NFPA 70 National Electrical Code – latest edition. K. UL 83 Thermoplastic-Insulated Wires and Cables. L. UL 486A Wire Connectors and Soldering Lugs for Use with Copper Conductors. AUGUST 2021 2 of 8 SECTION 16120 Conductors M. UL 510 Polyvinyl Chloride, Polyethylene and Rubber Insulating Tapes. 1.4 SYSTEM DESCRIPTION A. The applications for cable, wire and connectors required, but not limited to, are as follows: 1. Power distribution circuitry. 2. Lighting circuitry. 3. Appliance and equipment circuitry. 4. Line voltage wiring to miscellaneous equipment. 1.5 PROJECT CONDITIONS A. All wire and cables shall be minimum No. 12 AWG copper conductor unless otherwise shown on drawings. B. All conductor sizes are based on copper. C. Wire and cable routing shown on Drawings is diagrammatic unless dimensioned. D. Route wire and cable as required to complement project conditions. E. The contractor shall be responsible for any and all raceways and raceway/cable supports in accordance with all other sections of these specifications. 1.6 REGULATORY REQUIREMENTS A. Furnish products listed and classified by Underwriters Laboratories, Inc. (UL), Electrical Testing Laboratories, Inc. (ETL), or other recognized, acceptable testing and listing agencies as suitable for the purpose specified and shown. 1.7 CONTRACTOR SUBMITTALS A. Product Data: 1. Submit manufacturer’s catalog and technical data for cables. B. Field Test Report: 1. Measure overall insulation resistance to ground. Provide certified test report for Engineer’s Review. 1.8 CLOSEOUT SUBMITTALS A. Provide project record documents showing actual locations of components and circuits. B. Submit final certified test reports of all insulation resistance tests. 1.9 QUALIFICATIONS A. Manufacturer shall be a Company specializing in manufacturing products specified in this section with a minimum of five (5) years experience. AUGUST 2021 3 of 8 SECTION 16120 Conductors 1.10 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect, and handle products on site in accordance with Division 1 requirements. B. Accept cable and accessories on site in manufacturer's packaging. Inspect for damage. C. Store and protect cable and accessories from the environment in accordance with manufacturer’s published instructions. Provide adequate heating and ventilation to prevent condensation. D. Damaged items shall be replaced at no additional cost to Owner. 1.11 COORDINATION A. Where wire and cable destination is indicated and routing is not shown, determine exact routing and lengths required. B. Wire and cable routing indicated is approximate unless dimensioned. Include wire and cable lengths within 10 feet of length shown. PART 2 - PRODUCTS 2.1 MANUFACTURERS: A. Domestic manufacturer regularly engaged in the manufacture of Building Wire and Cable products for at least five (5) years as follows: 1. American Wire and Cable. 2. Cerro Wire and Cable Co. 3. General Cable Corp. 4. Okonite Co. 5. Or Approved Equal. 2.2 BUILDING WIRE AND CABLE A. Building wire and cable shall be UL83 compliant, insulated, single conductor, copper, solid or stranded, rated for 600-volts AC. The insulation shall be thermoplastic material rated for 90 degrees Celsius dry locations, 75 or 90 degrees Celsius wet locations, THW, THHN/THWN, RHW or XHHW, per ANSI/NFPA 70. B. For Interior Dry Location: Use only building wire, THHN/THWN insulation rated 90 degree Celsius, in raceway. C. For Exterior Wet or Dry Locations: Use only XHHW insulation rated for 90 degree Celsius, in raceway. D. For Underground Dry or Wet Locations: Use only XHHW insulation rated 90 degree Celsius, in raceway. AUGUST 2021 4 of 8 SECTION 16120 Conductors E. For connections to electrical equipment, coordinate wire type with equipment manufacturer. 2.3 SERVICE ENTRANCE CABLES A. Service entrance cables shall be insulated, single conductor, copper, stranded, rated for 600-volts AC, type XHHW insulation. 2.4 INSTRUMENTATION AND CONTROL CABLES A. Instrumentation cables for field mounted equipment and devices shall be minimum two (2) conductor No. 16 AWG, tin-coated copper, stranded, shielded twisted pair, 80 degree Celsius, PVC insulation foil shield with overall heavy duty polyethylene jacketing, rated for 600-volt AC. B. Control cables to field mounted equipment and devices shall be a single conductor, insulated, No. 12 AWG minimum, copper, solid or stranded, rated for 600-volts AC. The insulation shall be thermoplastic material rated for 90 degrees Celsius dry locations, 75 degrees Celsius wet locations, THHN/THWN or XHHW, per ANSI/NFPA 70 and compliant with UL 83. C. Multi-conductor control cables for field mounted equipment and devices shall consist of several single conductor, insulated No. 12 AWG minimum, copper, solid or stranded, rated for 600-volts AC with an overall protective PVC jacket. The insulation shall be thermoplastic material rated for 90 degrees Celsius dry locations, 75 degrees Celsius wet locations, THHN/THWN or XHHW, per ANSI/NFPA 70 and compliant with UL 83. Circuit identification shall consist of Method 1 - color coding in accordance with ICEA S-66-524, Appendix K Table K- 2. D. Instrumentation and control cable connected to equipment or devices within control panels shall be sized per requirements of equipment manufacturer (minimum #16 AWG). 2.5 WIRING CONNECTORS A. Split Bolt Connectors: 1. FCI Burndy Corp. 2. Cooper Crouse Hinds. 3. O.Z./Gedney Co. 4. Thomas & Betts Co. 5. 3-M Co. B. Solderless Pressure Connectors: 1. FCI Burndy Corp. 2. Ideal Industries Co. 3. Thomas & Betts Co. 4. 3-M Co. C. Spring Wire Connectors: 1. Ideal Industries Co. AUGUST 2021 5 of 8 SECTION 16120 Conductors 2. 3-M Co. D. Compression Connectors: 1. FCI Burndy Corp. 2. Thomas & Betts Co. 3. 3-M Co. 2.6 WIRE COLOR CODE A. Color-code all conductors: 1. Wire sizes No. 10 AWG and smaller shall have integral color-coded insulation. 2. Wire sizes No. 8 AWG and larger may have black insulation but shall be identified by color-coded electrical tape at all junction, splice, pull, or termination points. 3. Color tape shall be applied to at least 3 inches of the conductor at the termination ends and in junction or pull boxes or where readily accessible. 4. Conductors for all systems shall not change color at splice points. 5. Where there are two or more neutrals in one conduit, each shall be individually identified with the proper circuit. 6. For No. 4 AWG and larger ground conductors, identify with green tape at both ends and all visible points, included in all junction boxes. 7. Each phase wire shall be uniquely color-coded as indicated below: 120/240-Volts 120/208-Volts 277/480-Volts Phase A - Black Phase A – Black Phase A - Brown Phase B – Red Phase B – Red Phase B - Orange Neutral - White Phase C – Blue Phase C - Yellow Ground - Green Neutral – White Neutral - White or Natural Gray Ground – Green Ground - Green PART 3 – EXECUTION 3.1 EXAMINATION A. Verify that mechanical work likely to damage wire and cable has been completed. B. Verify that raceway installation is complete and supported as required by the specifications. 3.2 PREPARATION A. Test raceway with a mandrel and thoroughly swab out to remove foreign material before pulling cables. AUGUST 2021 6 of 8 SECTION 16120 Conductors B. For conduits sizes less than 3 inches, draw a stiff bristle brush through until conduit is clear of particles of earth, sand and gravel. C. For conduits sizes 3 inches and larger, draw a flexible testing mandrel approximately 12 inches long with a diameter less than the inside diameter of the conduit through the conduit. Then draw a stiff bristle brush through until conduit is clear of particles of earth, sand and gravel. 3.3 EXISTING WORK A. Disconnect and remove exposed and/or abandoned wire and cable. Patch surfaces where removed cable pass through building finishes. B. Disconnect abandoned circuits and remove wire and cable. Remove abandoned boxes if wire and cable servicing them is abandoned and/or removed. Provide blank cover for abandoned boxes that are not removed. C. Ensure access to existing wiring connections which remain active and which require access. Modify installation or provide access panel as appropriate. D. Extend existing circuits using materials and methods compatible with existing electrical installations, or as otherwise specified. E. Tag and repair existing wire and cable that remain or are being reused. 3.4 INSTALLATION A. General: 1. Install wire and cable in accordance with manufacturer’s instructions and NECA “Standard of Installation”. 2. Route wire and cable as required to meet project conditions. 3. Identify and color code wire and cable. Identify each conductor with its circuit number or other designation indicated. 4. Protect exposed cable from damage. 5. Pull all conductors into raceway at same time. 6. Use suitable wire pulling lubricant for building wire No. 4 AWG and larger. Lubricant shall not be deleterious to the cable sheath, jacket or outer covering. 7. Do not exceed cable manufacturer’s recommended pulling tension limits when installing wire or cable. 8. Support cables above accessible ceiling using standard support methods to support cables from structure. Do not rest cable on ceiling panels. 9. Neatly train and lace wiring inside boxes, equipment, and panelboards B. Cable and Wire Size: 1. Conductor sizes are based on copper unless specifically indicated as aluminum or “AL”. 2. Use conductor no smaller than No. 12 AWG for power and lighting circuits. 3. Use conductor no smaller than No. 14 AWG for control circuits. AUGUST 2021 7 of 8 SECTION 16120 Conductors 4. Use No. 10 AWG conductors for 20 ampere, 120-volt branch circuits longer than 75 feet. 5. Use No. 10 AWG conductors for 20 ampere, 277-volt branch circuits longer than 200 feet. 6. Use stranded conductor for all feeders, branch and control circuits. C. Cable Identification 1. Identify all wires and cables as specified in other Sections of these Specifications. D. Special Techniques – Wiring Connections: 1. Clean conductor surfaces before installing lugs and connectors. Where an anti-oxidation lubricant is used, apply liberally, coating all exposed conductor surfaces. 2. Use suitable cable fittings and connectors for the environment in which they are installed. 3. Underground splices shall be made in a pull-box and shall be UL listed for wet locations. 4. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible temperature rise. 5. Use split bolt connectors for copper conductor splices and taps, No. 8 AWG and larger. 6. Use insulated spring wire connectors with plastic caps for copper conductor splices and taps, No. 10 AWG and smaller. 7. Tape un-insulated conductors and connector with two layers of half-lapped rubber insulating compound tape and two layers of half-lapped, 7-mil electrical tape, Scotch 33+, or equal. 8. Stranded conductors for control circuits shall have fork or ring terminals crimped on for all device terminations. Bare stranded conductors shall not be placed directly under the screws. 3.5 FIELD QUALITY CONTROL A. Field inspection and test shall be performed under provisions of NETA ATS section 7.3 (2) – Low Voltage Cables, 600-Volt Maximum as follows. 1. Visual and Mechanical Inspection: a. Compare cable data with drawings and specifications. b. Inspect exposed sections of cable for physical damage and correct connection in accordance with single-line diagram. c. Inspect all bolted electrical connections for high resistance using one of the following methods: 1) Use of low-resistance ohm-meter in accordance with NETA section 7.3.2.2 (Electrical Tests). 2) Verify tightness of accessible bolted electrical connections by calibrated torque-wrench method in accordance with manufacturer’s published data from NETA ATS Table 10.12. d. Inspect compression-applied connectors for correct cable match and indentation. e. Verify cable color coding with applicable specifications and National Electrical Code. AUGUST 2021 8 of 8 SECTION 16120 Conductors 2. Electrical Tests a. Perform insulation-resistance test on each conductor with respect to ground and adjacent conductors. Applied potential shall be 500 volts dc for 300 volt rated cable and 1000 volts dc for 600 volt rated cable. Test duration shall be one minute. b. Perform resistance measurements through all bolted connections with low-resistance ohmmeter, if applicable, in accordance with NETA Section 7.3.2.1 (Visual and Mechanical Inspection). c. Perform continuity test to insure correct cable connection. d. Correct malfunctions and/or deficiencies immediately as detected at no additional cost to the District, including additional verification testing. e. Subsequent to final wire and cable terminations, energize all circuitry and demonstrate functional adequacy in accordance with system requirements. 3. Test Values a. Compare bolted connection resistance to values of similar connections. b. Bolt-torque levels should be in accordance with NETA ATS Table 10.12 unless otherwise specified by the manufacturer. c. Micro-ohm or milli-volt drop values shall not exceed the high levels of the normal range as indicated in the manufacturer’s published data. If manufacturer’s data is not available, investigate any values which deviate from similar connections by more than 50 percent of the lowest value. d. Minimum insulation-resistance values should not be less than 50 meg-ohms. e. Investigate deviations between adjacent phases. END OF SECTION AUGUST 2021 1 of 14 SECTION 16130 Raceway and Boxes SECTION 16130 RACEWAY AND BOXES PART 1 - GENERAL 1.1 SUMMARY A. Section includes conduit and tubing, surface and buried raceways, wireways, outlet boxes, pull boxes, junction boxes, hand holes and concrete manholes. 1.2 RELATED SECTIONS A. Section 16120 – Conductors B. Section 16196 – Electrical Equipment Identification 1.3 REFERENCES - CODES AND STANDARDS A. ANSI C80.1 Rigid Steel Conduit, Zinc Coated. B. ANSI C80.3 Electrical Metallic Tubing, Zinc Coated. C. ANSI C80.6 American National Standard for Electrical Intermediate Metal Conduit. D. ASTM A 48 Standard Specification for Grey Iron Castings. E. NECA (National Electrical Contractor’s Association) – “Standard of Installation.” F. NEMA FB 1 (National Electrical Manufacturers Association) – Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. G. NEMA OS 1 (National Electrical Manufacturers Association) – Sheet-steel Outlet Boxes, Device Boxes, Covers, and Box Supports. H. NEMA OS 2 (National Electrical Manufacturers Association) – Nonmetallic Outlet Boxes, Device Boxes, Covers and Box Supports. I. NEMA RN 1 (National Electrical Manufacturers Association) – Polyvinyl Chloride (PVC) Externally Coated Galvanized Rigid Steel Conduit and Intermediate Metal Conduit. J. NEMA TC 2 – Electrical Polyvinyl Chloride (PVC) Conduit. K. NEMA TC 3 (National Electrical Manufacturers Association) – PVC Fittings for Use with Rigid PVC Conduit and Tubing. L. NEMA TC 6 - Non-Metallic Conduit. AUGUST 2021 2 of 14 SECTION 16130 Raceway and Boxes M. NEMA 250 (National Electrical Manufacturers Association) – Enclosures for Electrical Equipment (1,000 Volts Maximum). N. NFPA 70 National Electrical Code (NEC). Latest approved edition O. UL 1 Flexible Metal Conduit P. UL 6 Rigid Metal Conduit Q. UL 514B Conduit, Tubing and Cable Fittings. R. UL 651 Rigid Non-Metallic Conduit S. UL 797 Electrical Metallic Tubing T. UL 1242 Intermediate Metal Conduit 1.4 SYSTEM DESCRIPTION A. Raceway, boxes and manholes located as indicated on drawings and at other locations required for splices, taps, wire pulling, equipment connections, and compliance with regulatory requirements. Raceway, boxes and manholes are shown in approximate locations unless dimensioned. Provide raceway to complete wiring system. B. Underground more than 5 feet (1,500 mm) outside foundation wall: Provide Schedule 40 non-metallic conduit encased in concrete. C. Underground within 5 feet from foundation wall: Provide rigid steel or Schedule 40 non-metallic conduit encased in concrete. D. In or Under Slab on Grade: Provide Schedule 40 non-metallic conduit encased in concrete. Provide Galvanized with tape wrap rigid steel factory bends greater than 22.5 degrees and for stub-ups through concrete slabs. E. Outdoor Locations, Above Grade: Provide rigid steel conduit. Provide cast metal outlet, pull, and junction boxes. F. In Slab above Grade: Provide galvanized rigid steel conduit. Provide cast or concrete-tight sheet metal boxes. G. Exposed Dry Locations: Provide galvanized rigid steel conduit. Provide cast boxes. H. Concealed Dry Locations: Provide electrical metallic tubing for sizes less than 2- inches. Provide galvanized rigid steel or intermediate steel conduit in sizes 2- inches or larger. Provide cast or sheet metal boxes. 1.5 DESIGN REQUIREMENTS A. Minimum Raceway Size: 3/4 inch (19 mm) unless otherwise specified. AUGUST 2021 3 of 14 SECTION 16130 Raceway and Boxes 1.6 SUBMITTALS A. Submit markups of any changes in the conduit routing plan, for review and approval, prior to installation. B. Product Data: Submit for the following: 1. Rigid Steel Conduit. 2. PVC Coated galvanized rigid steel conduit. 3. Intermediate steel conduit. 4. Electrical Metallic Tubing (EMT). 5. Flexible metal conduit. 6. Liquid tight flexible metal conduit. 7. Nonmetallic conduit. 8. Raceway fittings. 9. Conduit bodies. 10. Surface raceway. 11. Pull boxes, junction boxes and manholes. 1.7 CLOSEOUT SUBMITTALS A. Include the following in the project Record Documents (as specified in the Section 16050): 1. Record actual routing of conduits. Provide record (as-built) drawings marked in red to show actual routing of the underground raceway and cable when different from the original contract drawings. Prepare on new, clean set of contract drawings. 2. Record actual locations and mounting heights of outlet, pull boxes, junction boxes and manholes. 1.8 DELIVERY, STORAGE, AND HANDLING A. Protect conduit from corrosion and entrance of debris by storing above grade. Provide appropriate covering. B. Protect PVC and PVC-coated metallic conduit from sunlight. PART 2 - PRODUCTS 2.1 CONDUIT A. Galvanized Rigid Steel Conduit (GRSC or RGS), couplings and elbows shall be hot-dip galvanized, rigid mild steel in accordance with ANSI C80.1 and UL 6. The conduit interior and exterior surfaces shall have a continuous zinc coating with a transparent overcoat of enamel, lacquer, or zinc chromate. Conduit shall be formed with continuous welded seams with a uniform wall thickness, in minimum 10-foot lengths, with threaded ends. B. Intermediate Metal Conduit (IMC). Raceway shall be hot-dipped galvanized mild steel in accordance with ANSI C80.6 and UL 1242 and shall bear the UL label. Conduit shall have same characteristics of rigid steel except for thinner wall. AUGUST 2021 4 of 14 SECTION 16130 Raceway and Boxes C. Polyvinyl Chloride (PVC) coated galvanized rigid steel conduit and intermediate metal conduit shall be in accordance with NEMA RN 1. Coating shall be applied under controlled factory conditions. Prior to coating, conduit shall meet requirements of ANSI C80.1 and UL 6 or ANSI C80.6 and UL 1242 as appropriate. PVC coated conduits shall have ultra-violet (UV) inhibitor in the coating material. D. Electrical Metallic Tubing (EMT). Electrical metallic tubing, including elbows and bends, shall be zinc coated, mild steel in accordance with the requirements of ANSI C80.3 and UL 797. The interior and exterior surfaces of the tubing shall have a continuous zinc coating. Conduit shall be formed with a continuous welded seam, with a uniform wall thickness, in minimum 10-foot lengths. E. Flexible Metal Conduit shall be galvanized steel meeting the requirements of UL 1. Flexible aluminum conduit is not permitted. F. Liquid-Tight Flexible Metal Conduit shall be plastic-jacketed, galvanized steel, "Sealtite" Type EF for general service areas or Type HC for high-temperature when used under raised floor or in air plenums. Conduit shall be UL listed. G. Non-Metallic Conduit shall be as follows: 1. Schedule 40: Conduit shall be 90 degree Celsius, polyvinyl chloride in conformance with NEMA TC-2 and UL 651 requirements. 2. Spacers used in duct bank installations shall be high impact plastic, interlocking bases, and intermediate type spacers. Place spacers between 6 and 10 feet apart. H. Rigid aluminum conduits and flexible metal or non-metallic conduits are not permitted on this project. 2.2 RACEWAY FITTINGS A. Couplings and Thread Protectors. Each length of threaded conduit shall be provided complete from the manufacturer with a coupling on one end and a thread protector on the other. The thread protector shall have sufficient mechanical strength to protect the threads during normal handling and storage. B. Metal Conduit Fittings shall conform to the requirements of UL 514B where this standard applies. Galvanized iron or galvanized steel fittings shall be used with steel conduit. Threaded fittings shall engage a minimum of five threads made up wrench-tight and be compatible with conduit. EMT fittings shall be compression type, UL approved for rain tight applications and setscrew type with insulated throat for indoor applications. C. Liquid-Tight Flexible Conduit Fittings shall be galvanized steel, T&B 53XX series insulated throat, and shall bear the UL label. Die-cast malleable fittings are not acceptable. D. Liquid-Tight Flexible Metal Conduit Fittings shall be galvanized steel similar to T&B “Tite-Bite”. AUGUST 2021 5 of 14 SECTION 16130 Raceway and Boxes E. Non-Metallic Conduit Fittings shall be of same material and strength characteristics as the conduit and shall be solvent welded as recommended by manufacturer. End bells shall be plastic, high impact, tapered to fit. Where conduit transition from non-metallic to metallic is required, provide non-metallic female “terminal” adapter. Non-metallic “male” adapters are not acceptable. F. Special Fittings. Conduit sealing, explosion proof, dust proof, and other types of special fittings shall be provided as required and shall be consistent with the area and equipment with which they are associated. Fittings installed outdoors or in damp locations shall be sealed and gasketed. Outdoor fittings shall be of heavy cast construction. Hazardous area fittings and conduit sealing shall conform to NEC requirements for the area classification. G. Bushings shall be provided for the termination of all conduits not terminated in hubs, couplings or insulated throat connectors. Grounding type insulated bushings with insulating inserts in metal housings shall be provided for conduit 1-1/4 inches and larger. Standard bushings shall be galvanized steel or malleable iron in all sizes. H. Locknuts. One interior and one exterior locknut shall be provided for all conduit terminations not provided with threaded hubs and couplings. Locknuts shall be designed to securely bond with the conduit to the box when tightened. Locknuts shall be so constructed that they will not be loosened by vibration. I. Unions. Watertight conduit unions shall be Appleton or Crouse-Hinds Type UNF or UNY, or approved equal. J. Raintight Conduit terminating hubs, where indicated on the drawings or required by these specifications, shall be Meyer’s rigid conduit hubs, or approved equal. 2.3 CONDUIT BODIES A. Malleable iron conduit bodies shall be cast malleable iron with tensile strength meeting ASTM A 48, Class 30A requirements. Malleable conduit bodies shall be finished with an epoxy powder coating. Cover shall be malleable iron with captive screws. B. All conduit bodies’ entrances shall be machined NPT threads with a smooth, rounded, internal conduit stop bushing. C. All conduit bodies shall be equipped with a sealed and gasketed cover. Cover shall be secured using stainless steel machine screws. 2.4 CONDUIT SUPPORTS A. Conduit supports shall be furnished and installed in accordance with other section of these specifications. Conduits shall be supported so that fittings are accessible. Support systems shall be limited to electrical conduits only. AUGUST 2021 6 of 14 SECTION 16130 Raceway and Boxes B. Hanger rods shall be 3/8-inch diameter galvanized threaded steel rods, minimum. Conduit racks over 18-inch wide, over one level, or supporting 2-inch RSC or larger, shall be 1/2-inch diameter rod minimum. C. Conduit Clamps. Conduits in single runs or groups of two shall be supported by steel clamps and clamp backs. They shall be galvanized malleable iron or approved equal cast ferrous metal for steel conduit or tubing. D. Support Channels. Supports for banks of three of more conduits shall be constructed of formed steel support channels (Unistrut, Kindorf, Superstrut, B- Line or approved equal) with associated conduit or tubing clips. Support channels shall be steel, hot-dip galvanized after fabrication with galvanized steel clips for steel conduit or tubing. E. Wall Penetrations. All conduits, raceways, cables and sleeve penetrations through fire rated and hazardous location walls, shafts, floor, ceilings, etc., shall be sealed with a UL-approved fire stopping system, in accordance with specification Section 16060 – Basic Electrical Materials and Methods. 2.5 OUTLET BOXES AND SWITCH BOXES A. Manufacturers: Firms regularly engaged in the manufacturing of electrical raceways of the types and capacities required, whose products have been in satisfactory use in similar service for not less than 3 years. B. Sheet Metal Outlet Boxes: ANSI/NEMA OS 1, galvanized flat rolled sheet steel outlet wiring boxes of types, shapes and sizes, including box depths, to suit each respective location and installation; construct with stamped knockouts in back and sides, and with threaded screw holes with corrosion-resistant screws for securing box covers and wiring devices. C. Outlet boxes used in wet outdoor locations, surface mounted shall be cast metal (FS or FD type) with mounting lugs and gasketed covers. D. Luminaire and Equipment Supporting Boxes: Rated for weight of equipment supported, per NEC requirements. E. Outlet Box Accessories: Provide outlet box accessories as required for each installation, including mounting brackets, wallboard hangers, extension rings, fixture studs, cable clamps and metal straps for supporting outlet boxes, which are compatible with outlet boxes being used and meeting requirements of individual wiring situations. 2.6 PULL BOXES, JUNCTION BOXES, HANDHOLES AND MANHOLES A. Sheet Metal Boxes shall be NEMA OS 1, NEMA rating as indicated on drawings. Minimum 16 gauge galvanized steel construction with stainless steel hinged cover and neoprene gasket. Cover shall be secured to the body with a continuous, full length, piano type hinge and stainless steel pin on one side and captive screw on the other side. Door shall be equipped with padlock hasp with sealing hole provisions. AUGUST 2021 7 of 14 SECTION 16130 Raceway and Boxes 1. Provide #10-32 tapped hole provisions for optional ground lug kit. 2. Provide 0.375-16 collar studs for mounting optional panel. 3. Provide external mounting feet for secure wall mounting. 4. Finish: Wash and phosphate undercoat with ANSI 61 gray polyester power finish. B. Surface-Mounted Cast Metal Box: NEMA 250, NEMA Type 3R or 4 as indicated, flat-flanged, surface- mounted junction box: 1. Material: Cast Iron. 2. Cover: Furnish with ground flange, neoprene gasket, and stainless steel cover screws. C. Concrete pull boxes, vaults and hand holes for power, lighting, controls and telecommunications shall be pre-cast concrete boxes, sized as indicated on the drawing. Pull boxes shall be equipped with a concrete cover for non traffic rated locations OR cast-in frame, galvanized steel, adjustable, high impact traffic cover (H-20 load rated), sump, lifting lugs, and conduit knock-outs as indicated on the drawings. Knockout location and sizes shall be coordinated with the duct bank for each location. Cover shall be engraved with the words - – “POWER”, “LIGHTING”, “CONTROLS”, COMM/DATA”, “TELEPHONE” or similar as applicable. 2.7 CLOSURE FOAM A. All conduit, raceways, cables and sleeves penetrations through fire rated and hazardous location walls, shafts, floor, ceilings, etc., shall be sealed by closure foam as in Dow Corning #3-6548 silicone RTV, GE RTV 850 silicone foam, or approved equal. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify outlet locations and routing and termination locations of raceway prior to rough in. 3.2 EXISTING WORK A. Extend existing raceway and box installations using materials and methods compatible with existing electrical installations, or as specified. B. Clean and repair existing raceway and boxes to remain or to be reinstalled. 3.3 INSTALLATION OF RACEWAYS A. Routing 1. Install raceway and boxes in accordance with NECA “Standard of Installation.” AUGUST 2021 8 of 14 SECTION 16130 Raceway and Boxes 2. Conduit routing shown on drawings is diagrammatic only. Contractor shall field route conduit and raceways between equipment and devices as required to obtain a complete wiring system. 3. All exposed conduits shall be installed parallel or perpendicular to dominant surfaces with right-angle turns made of symmetrical bends or fittings. 4. Conduit shall not be installed on the outside face of exposed columns, but shall be routed on the web or on the inside of a flange of the column. 5. Except where prevented by the location of other work, a single conduit or a conduit group shall be centered on structural members. 6. Conduit shall be located at least 6 inches from hot water or steam pipes and from other hot surfaces B. Moisture Pockets 1. Moisture pockets shall be eliminated from conduits. If water cannot drain to the natural opening in the conduit system, a hole shall be drilled in the bottom of a pull box or a "C-type" conduit fitting provided in the low point of the conduit run. C. Couplings and Unions 1. Metal conduit shall be joined by threaded conduit couplings, with the conduit ends butted. 2. The use of running threads, Erickson type couplings, split couplings or similar unions are not permitted. D. Conduit Bodies 1. Conduit bends shall meet the requirements of NEC, minimum bend radius of the cable installed or as indicated on the drawings, whichever is greater. 2. Conduits or tubing deformed or crushed in any way shall be removed from the job site. E. Bends and Offsets 1. Changes in direction of conduits shall be made with fittings or bends. 2. Conduit bends shall meet the requirements of NEC, minimum bend radius of the cable installed or as indicated on the drawings, whichever is greater. 3. Bends shall be made using appropriate tools or mechanical equipment. The use of a pipe tee or vise for bending conduit or tubing will not be permitted. 4. For non-metallic conduit or plastic coated steel, approved factory bends and offsets shall be used. 5. Conduits or tubing deformed or crushed in any way shall be removed from the job site. 6. Install no more than the equivalent of three 90 degree bends between boxes or outlets F. Cutting and Threading 1. The plane of all conduit ends shall be square with the centerline. 2. Where threads are required, they shall be cut and cleaned prior to conduit reaming. AUGUST 2021 9 of 14 SECTION 16130 Raceway and Boxes 3. The ends of all conduit and tubing shall be reamed to remove all rough edges and burrs. 4. Cutting oil shall be used in threading operations; the dies shall be kept sharp, and provisions shall be made for chip clearance. 5. Threads on conduits and fittings shall be lubricated with conducting and sealing compound. 6. All steel conduits shall be coated after threading with cold-galvanized zinc coating. The Contractor shall supply this protective material and shall apply it in the field prior to installing conduit or fittings. G. All steel conduit, exposed to weather or in contact with earth, shall be re- galvanized after threading with "Galvanizing Powder M-321" as manufactured by the American Solder and Flux Company of Philadelphia, Pennsylvania; "Zincilate 810" as manufactured by Industrial Metal Protectives, Inc., of Dayton, Ohio; "Zinc Rich" coating as manufactured by ZRC Chemical Products Company, Quincy, Massachusetts; or approved equal. The Contractor shall supply this protective material and shall apply it in the field. H. Connections to Boxes and Cabinets 1. Conduit shall be securely fastened to all boxes and cabinets. 2. Threads on metallic conduit shall project through the wall of the box to allow the bushing to butt against the end of the conduit. 3. The locknuts, both inside and outside, shall then be tightened sufficiently to bond the conduit securely to the box. 4. Locknuts on connectors shall be tightened securely to bond the connectors. I. All conduits entering enclosures outdoors or in wet areas shall enter through Meyer’s hubs, or approved equal, or threaded openings. J. Cleaning 1. Precautions shall be taken to prevent the accumulation of water, dirt, or concrete in the conduit. 2. Conduit in which water or other foreign materials have been permitted to accumulate shall be thoroughly cleaned or, where such accumulation cannot be removed by methods acceptable to the Owner /Engineer, the conduit shall be replaced. 3. For conduits sizes 3 inches and larger, draw a flexible testing mandrel approximately 12 inches long with a diameter less than the inside diameter of the conduit through the conduit. After which, draw a stiff bristle brush through until conduit is clear of particles of foreign materials. For conduits less than 3 inches, draw a stiff bristle brush through until conduit is clear of particles and foreign material. K. Empty Conduit 1. All conduits installed for future use shall have a polypropylene pull line with a minimum tensile strength of 200 lbs., Jet Line, Cat. No. 232, polyolefin, or approved equal. Pull line shall be secures at both ends to ensure future accessibility. Empty conduits shall be sealed at each end. L. Identification AUGUST 2021 10 of 14 SECTION 16130 Raceway and Boxes 1. All conduits shall be identified in accordance with other section of these specifications. M. Grounding 1. All conduits shall be grounded in accordance with specification Section 16050 – Basic Electrical Materials and Methods. 2. A solid or stranded bare copper or green insulated copper solid or stranded ground wire shall be provided in all conduits and raceways. N. Galvanized Rigid Steel Conduit 1. Galvanized rigid steel conduit shall be installed in areas exposed to weather, vehicle traffic, in hazardous classified areas, for penetrations through foundations, and 10 feet before transition from below grade to 8 feet above grade, unless otherwise noted on the drawings. 2. Steel conduit in contact with earth shall be protected by "Scotchwrap" 10 mil tape applied in double thickness using 50 percent lap turns to 6 inches above grade and 6 inches beyond transition. 3. Expansion joints shall be used where required. O. Intermediate Steel Conduit 1. Intermediate steel conduit may be installed in lieu of galvanized rigid steel conduit in all above ground areas where rigid steel conduit is permitted, except for wires over 600- volts, unless otherwise specified. P. Polyvinyl Chloride (PVC) Coated Galvanized Rigid Steel Conduits and Intermediate Steel Conduit 1. PVC -coated, steel conduit and fittings shall be installed where highly corrosive conditions exist, indoors or outdoors. 2. The Contractor shall patch any damaged coating according to the manufacturer's instructions. Q. Electrical Metallic Tubing 1. Electrical metallic tubing shall be installed for all circuits, indoors above concrete slab, where not subject to conditions outlined for rigid galvanized steel conduits. R. Rigid Aluminum Conduit 1. Not acceptable on this project. S. Flexible Metal Conduit, Steel or Aluminum 1. Flexible conduit inserts not greater than 30 inches in length, shall be installed in all conduit runs, which are supported by both building steel and by structures subject to vibration or thermal expansion. This shall include locations where conduit supported by building steel enters or becomes supported by isolated structures on separate foundations. 2. Flexible conduit shall be installed in conduit runs, which cross expansion joints. 3. Special areas, such as plant office control rooms in which external noise is to be minimized, shall have flexible conduit in conduit runs where the runs cross from the main building framing to the control room or office framing. AUGUST 2021 11 of 14 SECTION 16130 Raceway and Boxes 4. Flexible conduit shall be installed adjacent to all equipment and devices, which move in relation to the supply conduit due to vibration, normal operation of the mechanism, or thermal expansion. 5. Conduit shall be connected to pressure switches, thermocouples, solenoids, and similar devices with flexible conduit. Flexible conduit shall be installed adjacent to the motor terminal housing for motors requiring 4- inch and smaller conduit. 6. Flexible metal conduit inserts not greater than 6 feet in length shall be installed for light fixture tap conductors. T. Liquid-Tight Flexible Metal Conduit 1. Liquid-tight flexible metal conduit shall be used in place of regular flexible conduit for connections to motors and transformers, in areas exposed to weather, moisture or oil, and under raised floors. 2. Liquid-tight flexible metal conduit may be used in place of flexible metal conduit where not otherwise required. U. Non-Metallic Conduit 1. Schedule 40 shall be used for all power, signal feeders and branch circuits, in earth or enclosed in concrete, unless otherwise noted on the drawings. Conduits must be buried in earth in accordance with the NEC. V. Conduit Support 1. Fasten conduit supports to building structures and surfaces in accordance with Section 16050 – Basic Electrical Materials and Methods. 2. Support raceway using coated steel or malleable iron straps, lay-in adjustable hangers, clevis hangers, and split hangers. 3. Do not use wire, ceiling support wires or perforated pipe straps to support conduit. Remove any temporary installation support wire. W. Spacing of Supports 1. All conduit runs shall be rigidly supported, except where buried in concrete,. 2. Each conduit shall be supported within one (1) foot of junction boxes and fittings. 3. Spacers used in duct bank installations shall be placed no more than 6 to 10 feet apart. 4. Support spacing along conduit runs shall be as follows. Conduit Size Maximum Distance Between Supports ½ inch through 1-1/4 inch 5 feet 1-1/2 inch and larger 8 feet X. Ground and bond raceway and boxes in accordance with Section 16050 – Basic Electrical Materials and Methods. AUGUST 2021 12 of 14 SECTION 16130 Raceway and Boxes 3.4 CABINET AND BOX INSTALLATION A. Install electrical boxes as shown on drawings, and as required for splices, taps, wire pulling, equipment connections and compliance with regulatory requirements. B. Locate boxes and conduit bodies so as to ensure ready accessibility of electrical wiring, maintain headroom and to present neat mechanical appearance. C. Install pull boxes and junction boxes above accessible ceilings and in unfinished areas only. In inaccessible ceiling areas, install outlet and junction boxes no more than 6 inches from ceiling access panel or from removable recessed luminaire. D. Align adjacent wall mounted outlet boxes for switches, thermostats, and similar devices with each other. E. Use flush mounting outlet boxes in finished areas. 1. Do not install flush mounting boxes back-to-back in walls. 2. Provide minimum 6-inch separation between adjacent boxes. 3. Provide minimum 24-inch separation in acoustic rated walls. 4. Use stamped steel bridges to fasten flush mounting outlet box between studs. 5. Secure flush mounting box to interior wall and partition studs. 6. Accurately position to allow for surface finish thickness. 7. Install flush mounting box without damaging wall insulation or reducing its effectiveness. 8. Use adjustable steel channel fasteners for hung ceiling outlet box. F. Support boxes independently of conduits. G. Use code sized gang box where more than one device is mounted together. Do not use sectional box. Use code sized gang box with plaster ring for single device outlets. H. Use cast outlet box in exterior locations where exposed to the weather and wet locations (interior or exterior). I. Coordinate installation of electrical boxes and fittings with cable and raceway installation work. Provide knockout closures to cap unused knockout holes where blanks have been removed. J. Avoid using round boxes where conduit must enter box through side of box, which would result in difficult and insecure connections where fastened with a locknut or bushing on rounded surface. K. Fasten boxes rigidly to substrate or structural surfaces to which they are being mounted, or solidly embed electrical boxes in concrete or masonry as appropriate. AUGUST 2021 13 of 14 SECTION 16130 Raceway and Boxes L. Except as prevented by the location of other work, all junction boxes and outlet boxes shall be centered on structures. M. Conduit openings in boxes shall be made with a hole saw or shall be punched. N. Cabinets and boxes shall be rigidly mounted. 1. Mounting on concrete shall be secured by self-drilling anchors. 2. Mounting on steel shall be by drilled and tapped screw holes, or by special support channels welded to the steel, or by both. 3. Cabinets shall be leveled and fastened to the mounting surface with not less than ¼-inch air space between the enclosure and mounting surface. 4. All mounting holes in the enclosure shall be used. O. Large Pull Boxes - Boxes larger than 100 cubic inches in volume or 12 inches in any dimension. 1. Interior Dry Locations - Use hinged enclosure. 2. Other Locations - Use surface mounted box of appropriate location classification. 3.5 ANCHORS A. Where supports for raceways, boxes, and cabinets are mounted on concrete surfaces, they shall be fastened with self-drilling tubular expansion shell anchors with externally split expansion shells, single-cone expanders, and annular break- off grooved chucking cones. Anchors shall be Phillips "Red Head" or approved equal. 3.6 PULL BOX AND VAULT INSTALLATION A. Openings or “knockouts” in precast concrete vaults shall be located as shown on the drawings and shall be sized sufficiently to permit passage of the largest dimension of pipe and/or flange. B. Upon completion of installation, all voids or openings in the vault walls around pipes shall be filled with 3,000 psi non-shrink grout. C. After the structure and all appurtenances are in place and approved, backfill shall be placed to the original ground line or to the limits designated on the plans. D. All joints between precast concrete vault sections shall be made watertight. The plastic joint sealing compound shall be installed according to the manufacturer's recommendations to provide a watertight joint which remains impermeable throughout the design life of the structure. The outside of the entire structure shall be coated with an approved water proofing material. E. Access doors shall be built up such that the hatch is flush with the surrounding surface unless otherwise specified on the drawings or by the District. The Contractor is responsible for placing the cover at the proper elevation where paving is to be installed and shall make all necessary adjustments so that the cover meets these requirements. AUGUST 2021 14 of 14 SECTION 16130 Raceway and Boxes F. Ladders shall be installed using Type 316 stainless steel capsule anchors. G. Ladders shall be attached a minimum of 3 places to the vault wall. H. Ladder shall be centered under access door opening. 3.7 ADJUSTING A. Install knockout closures in unused openings in boxes. 3.8 CLEANING A. Clean interior of boxes to remove dust, debris, and other material. B. Clean exposed surfaces and restore manufacturer’s finish. END OF SECTION AUGUST 2021 1 of 6 SECTION 16142 Wiring Devices SECTION 16142 WIRING DEVICES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Receptacles, receptacles with integral GFCI, and associated device plates. 2. Weather-resistant receptacles. 3. Wall-switches 1.3 DEFINITIONS A. EMI: Electromagnetic interference. B. GFCI: Ground-fault circuit interrupter. C. Pigtail: Short lead used to connect a device to a branch-circuit conductor. D. TVSS: Transient voltage surge suppressor. E. UTP: Unshielded twisted pair. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: List of legends and description of materials and process used for premarking wall plates. 1.5 INFORMATIONAL SUBMITTALS A. Field quality-control reports. 1.6 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For wiring devices to include in all manufacturers' packing-label warnings and instruction manuals that include labeling conditions. AUGUST 2021 2 of 6 SECTION 16142 Wiring Devices PART 2 PRODUCTS 2.1 MANUFACTURERS A. Manufacturers' Names: Shortened versions (shown in parentheses) of the following manufacturers' names are used in other Part 2 articles: 1. Cooper Wiring Devices; Division of Cooper Industries, Inc. (Cooper). 2. Hubbell Incorporated; Wiring Device-Kellems (Hubbell). 3. Leviton Mfg. Company Inc. (Leviton). 4. Pass & Seymour/Legrand (Pass & Seymour). B. Source Limitations: Obtain each type of wiring device and associated wall plate from single source from single manufacturer. 2.2 GENERAL WIRING-DEVICE REQUIREMENTS A. Wiring Devices, Components, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. Comply with NFPA 70. C. Devices that are manufactured for use with modular plug-in connectors may be substituted under the following conditions: D. Connectors shall comply with UL 2459 and shall be made with stranding building wire. E. Devices shall comply with the requirements in this Section. 2.3 STRAIGHT-BLADE RECEPTACLES A. Convenience Receptacles, 125 V, 20 A: Comply with NEMA WD 1, NEMA WD 6 Configuration 5-20R, UL 498, and FS W-C-596. B. Products: Subject to compliance with requirements, provide one of the following: 1. Cooper; 5351 (single), CR5362 (duplex). 2. Hubbell; HBL5351 (single), HBL5352 (duplex). 3. Leviton; 5891 (single), 5352 (duplex). 4. Pass & Seymour; 5361 (single), 5362 (duplex). 2.4 GFCI RECEPTACLES A. General Description: 1. Straight blade, non-feed-through type. 2. Comply with NEMA WD 1, NEMA WD 6, UL 498, UL 943 Class A, and FS W-C-596. 3. Include indicator light that shows when the GFCI has malfunctioned and no longer provides proper GFCI protection. B. Duplex GFCI Convenience Receptacles, 125 V, 20 A: 1. Products: Subject to compliance with requirements, provide one of the following: 2. Cooper; VGF20. 3. Hubbell; GFR5352L. AUGUST 2021 3 of 6 SECTION 16142 Wiring Devices 4. Pass & Seymour; 2095. 5. Leviton; 7590. C. Weather-Resistant and Tamper-Resistant Convenience Receptacles, 125 V, 15 A: Comply with NEMA WD 1, NEMA WD 6 Configuration 5-20R, and UL 498. 1. Products: Subject to compliance with requirements, provide one of the following: 2. Cooper; TWR270. 3. Hubbell; RR155WRTR. 4. Leviton; TWR15. 5. Pass & Seymour; 3232TRWR. 6. Description: Labeled to comply with NFPA 70, "Receptacles, Cord Connectors, and Attachment Plugs (Caps)" Article, "Tamper-Resistant Receptacles in Dwelling Units" Section, when installed in wet and damp locations. 2.5 HAZARDOUS (CLASSIFIED) LOCATION RECEPTACLES A. Wiring Devices for Hazardous (Classified) Locations: Comply with NEMA FB 11 and UL 1010. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 2. Cooper Crouse-Hinds. 3. EGS/Appleton Electric. 4. Killark; Division of Hubbell Inc. 2.6 WALL PLATES A. Single and combination types shall match corresponding wiring devices. 1. Plate-Securing Screws: Metal with head color to match plate finish. 2. Material: Smooth, high-impact thermoplastic. 3. Material for Damp Locations: Smooth, high-impact thermoplastic with spring-loaded lift cover, and listed and labeled for use in wet and damp locations. B. Wet-Location, Weatherproof Cover Plates: NEMA 250, complying with Type 3R, weather-resistant thermoplastic with lockable cover. 2.7 FINISHES A. Device Color: White, unless otherwise indicated or required by NFPA 70 or device listing. B. Wall Plate Color: For plastic covers, match device color. PART 3 EXECUTION 3.1 INSTALLATION A. Comply with NECA 1, including mounting heights listed in that standard, unless otherwise indicated. B. Coordination with Other Trades: AUGUST 2021 4 of 6 SECTION 16142 Wiring Devices 1. Protect installed devices and their boxes. Do not place wall finish materials over device boxes and do not cut holes for boxes with routers that are guided by riding against outside of boxes. 2. Keep outlet boxes free of plaster, drywall joint compound, mortar, cement, concrete, dust, paint, and other material that may contaminate the raceway system, conductors, and cables. 3. Install device boxes in brick or block walls so that the cover plate does not cross a joint unless the joint is troweled flush with the face of the wall. 4. Install wiring devices after all wall preparation, including painting, is complete. C. Conductors: 1. Do not strip insulation from conductors until right before they are spliced or terminated on devices. 2. Strip insulation evenly around the conductor using tools designed for the purpose. Avoid scoring or nicking of solid wire or cutting strands from stranded wire. 3. The length of free conductors at outlets for devices shall meet provisions of NFPA 70, Article 300, without pigtails. D. Device Installation: 1. Replace devices that have been in temporary use during construction and that were installed before building finishing operations were complete. 2. Keep each wiring device in its package or otherwise protected until it is time to connect conductors. 3. Do not remove surface protection, such as plastic film and smudge covers, until the last possible moment. 4. Connect devices to branch circuits using pigtails that are not less than 6 inches (152 mm) in length. 5. When there is a choice, use side wiring with binding-head screw terminals. Wrap solid conductor tightly clockwise, two-thirds to three-fourths of the way around terminal screw. 6. Use a torque screwdriver when a torque is recommended or required by manufacturer. 7. When conductors larger than No. 12 AWG are installed on 15- or 20-A circuits, splice No. 12 AWG pigtails for device connections. 8. Tighten unused terminal screws on the device. 9. When mounting into metal boxes, remove the fiber or plastic washers used to hold device-mounting screws in yokes, allowing metal-to-metal contact. E. Device Plates: Do not use oversized or extra-deep plates. Repair wall finishes and remount outlet boxes when standard device plates do not fit flush or do not cover rough wall opening. F. Arrangement of Devices: Unless otherwise indicated, mount flush, with long dimension vertical and with grounding terminal of receptacles on top. Group adjacent switches under single, multigang wall plates. 3.2 GFCI RECEPTACLES A. Install non-feed-through-type GFCI receptacles where protection of downstream receptacles is not required. 3.3 IDENTIFICATION A. Comply with Division 16 Section "Identification for Electrical Systems." B. Identify each receptacle with panelboard identification and circuit number. Use hot, stamped, AUGUST 2021 5 of 6 SECTION 16142 Wiring Devices or engraved machine printing with black-filled lettering on face of plate, and durable wire markers or tags inside outlet boxes. 3.4 FIELD QUALITY CONTROL A. Perform the following tests and inspections: 1. Test Instruments: Use instruments that comply with UL 1436. 2. Test Instrument for Convenience Receptacles: Digital wiring analyzer with digital readout or illuminated digital-display indicators of measurement. B. Tests for Convenience Receptacles: 1. Line Voltage: Acceptable range is 105 to 132 V. 2. Percent Voltage Drop under 15-A Load: A value of 6 percent or higher is unacceptable. 3. Ground Impedance: Values of up to 2 ohms are acceptable. 4. GFCI Trip: Test for tripping values specified in UL 1436 and UL 943. 5. Using the test plug, verify that the device and its outlet box are securely mounted. 6. Tests shall be diagnostic, indicating damaged conductors, high resistance at the circuit breaker, poor connections, inadequate fault current path, defective devices, or similar problems. Correct circuit conditions, remove malfunctioning units and replace with new ones, and retest as specified above. C. Wiring device will be considered defective if it does not pass tests and inspections. D. Prepare test and inspection reports. END OF SECTION AUGUST 2021 6 of 6 SECTION 16142 Wiring Devices THIS PAGE INTENTIONALLY LEFT BLANK AUGUST 2021 1 of 6 SECTION 16191 Electrical Supports, Anchors and Fasteners SECTION 16191 ELECTRICAL SUPPORTS, ANCHORS AND FASTENERS PART 1 GENERAL 1.1 SECTION INCLUDES A. Conduit and equipment supports. B. Equipment Mounting Racks C. Anchors and fasteners. 1.2 REFERENCES NECA National Electrical Contractors Association ANSI/NFPA 70 National Electrical Code 1.3 RELATED SECTIONS A. Special Provisions B. Division 2 Specifications 1.4 SUBMITTALS A. Product Data - Provide manufacturer’s catalog data for fastening systems. 1.5 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. or other third-party testing firm acceptable to authority having jurisdiction as suitable for purpose specified and shown. PART 2 PRODUCTS 2.1 PRODUCT REQUIREMENTS A. Materials and Finishes - Provide products which incorporate corrosion resistance adequate for the conditions in which they are to be installed. B. Provide materials, sizes, and types of anchors, fasteners and supports to carry the loads of equipment and conduit. Consider weight of wire in conduit when selecting products and designing system supports. 2.2 STEEL CHANNEL A. Non-PVC Coated 1. Ductile Iron AUGUST 2021 2 of 6 SECTION 16191 Electrical Supports, Anchors and Fasteners a. Description - Hot dipped galvanized steel channel designed for use with steel fittings, spring backed washers and nuts. b. Manufacturers 1) Kindorf. 2) Uni-Strut. 3) B-Line. 4) Globe. 2. Stainless Steel a. Description - For the purpose of this Section, all stainless steel (S.S.) channel shall be Type 316. b. All fasteners, fittings, clamps, saddles and accessories as shall be Type 304 or 316 stainless steel. c. Manufacturer 1) Uni-Strut. 2) B-Line. 2.3 ALUMINUM SUPPORTS A. Provide aluminum channels, angles and supports for equipment mounting racks and overhead conduit support systems as detailed on the Contract Drawings. B. Provide aluminum backboards and instrumentation supports as detailed on the Contract Drawings for supporting instrumentation equipment and control panel enclosures. 2.4 FIBERGLASS CHANNEL A. Description - Pultruded materials of glass strands and polyester resins to form rigid, high strength, non-corrosive, non-flammable structural channels, connectors and fasteners. B. Manufacturers 1. Robroy Industries. 2. Enduro. 3. Aickinstrut. 4. Strut Tech. C. All strut and hanger rods in corrosive areas shall be fiberglass manufactured in a continuous process whereby linear glass strands, continuous mat laminates, and corrosion resistant polyester resins form a uniform rigid thermoset finished shape. The fiberglass parts shall be self-extinguishing with a V-O classification in the UL 94 test for flammability. Hanger rod washers shall be stamped from protruded flat stock. Hex nuts and strut nuts shall be injection molded. Other hardware shall be PVC coated to a nominal 15 mils. The bond between metal and plastic shall be equal to or greater than the tensile strength of the plastic. Manufacturers: Robroy Industries, OCAL, or equal. AUGUST 2021 3 of 6 SECTION 16191 Electrical Supports, Anchors and Fasteners 2.5 TWO-PIECE MALLEABLE IRON CLAMPS A. Cast malleable iron strap clamp sized to match conduit with mating malleable iron clamp backs (spacers). Clamp back shall be thick enough to provide 1/4-inch standoff from conduit to wall. Cadmium plated anchor and washer. Manufacturer - O-Z/Gedney, Thomas & Betts, Appleton, Raco, or equal. B. PVC coated cast malleable iron strap clamp sized to match conduit with mating malleable iron clamp back (spacer). Clamp back shall be thick enough to provide 1/4-inch standoff from conduit to wall. Stainless steel anchor and washer. Manufacturer - Robroy, Thomas & Betts, Ocal, Perma-Cote Industries, Kor Kap, or equal. PART 3 EXECUTION 3.1 INSTALLATION A. General 1. Refer to Contract Drawings for materials of construction for overhead conduit support racks, equipment mounting racks (EMRs), instrumentation supports, and general mounting configurations. 2. Install products in accordance with manufacturer’s instructions. 3. Do not fasten supports to pipes, ducts, mechanical equipment, and conduit. Anchor conduits to or support from structural members only. 4. Fasteners used to anchor any material or equipment weighing 75 lbs or more to concrete or masonry shall be adhesive grouted anchor in accordance with Section 03600, PART 2. All other materials or equipment weighing less than 75 lbs may be supported via drilled anchors. 5. Do not use spring steel clips and clamps. 6. Do not use powder-actuated anchors. 7. Do not drill or cut structural members. 8. Install supports in a manner that does not interfere with or weaken the bolts when attaching to structural steel. Obtain the Engineer’s written approval of any drilling or cutting on the structure. 9. Through spaces where surface mounting is not available, install multiple conduits on electrical channel rack, either hung or wall mounted. Provide space on each rack for 25 percent additional conduits. 10. All hung systems with conduits 3-inch or larger shall also have lateral seismic supports at each hanger. 11. Support conduit passing through above-grade floors so that sealing sleeves or mechanical link seals do not carry the weight of the conduit. AUGUST 2021 4 of 6 SECTION 16191 Electrical Supports, Anchors and Fasteners 12. Secure conduit installed in poured-in-place concrete to reinforcing bars with tie wires. Install suitable brackets secured to forms in the absence of reinforcing bars. 13. Install individual surface mounted conduit with two-piece cast malleable iron clamp assembly. 14. Install surface-mounted cabinets and panelboards with minimum of four or six anchors, depending upon the number of normal anchor points. See table at the end of this section. 15. In wet and damp locations use fiberglass or stainless steel channel supports to stand cabinets, panelboards and mounting panels 1/2-inch (12 mm) off wall. Aluminum components shall be provided as detailed on the Contract Drawings. 16. Finish of all supports shall be compatible with painting system specified previously or with conduit material in corrosive or wet areas, except where stainless steel is used. 17. After thorough investigation of architectural, structural and shop drawings related to work to determine how equipment, fixtures, conduit, panelboards, etc. are to be supported, mounted or suspended, provide: a. Extra steel bolts, inserts, pipe stands, brackets, or any other items required for proper support. b. Supporting accessories where required, whether or not shown on Drawings. 18. Use sheet metal channel to bridge studs above and below cabinets and panelboards recessed in hollow partitions. 19. Refer to details on the Contract Drawings for free standing and railing mounted construction and for any other details of special conditions. 20. Fasteners, brackets and supports shall be fabricated in accordance with Section 05500 and as specified herein. B. In areas where spray insulation is to be applied, install steel channel standoffs for electrical conduit, boxes and enclosures prior to installation of insulation. Provide conduit extensions to all boxes and enclosures. Install connecting conduit, boxes and/or enclosures over the installed insulation. C. Support applications. 1. Unclassified Areas - Galvanized steel channel system or malleable iron clamps. 2. Interior Corrosive or Wet Locations - Fiberglass reinforced plastic channel system. Provide aluminum equipment mounting racks and supports where shown or detailed on the Contract Drawings. 3. Exterior Areas - Stainless steel channel system. Provide aluminum where shown on the Contract Drawings. AUGUST 2021 5 of 6 SECTION 16191 Electrical Supports, Anchors and Fasteners D. Anchor and Fastener Application Schedule - See Schedule at end of this Section. E. Support Spacing 1. Metallic Conduit - Not more than 8 feet on center. Types A, A-1, B, E, E-1 within 3 feet of each outlet box, junction box, cabinet or fitting. Type C, within 18 inches of box or fitting. Support boxes, fittings, or cabinets independent of conduit system. 2. Non-Metallic Conduit a. Sizes up through 1-1/4-inches diameter - not more than 3 feet on center. b. Sizes 1-1/2-inches diameter and larger - Not more than 4 feet on center. c. Within 18 inches of each outlet box, junction box, cabinet or fitting. 3. Maximum Deflection a. Metallic Conduit - 1/100th of span between supports. b. PVC Conduit - 1/360th of span between supports. (continued) END OF SECTION 50180-30 ARNOLD 8/13/21 16191-6 ELECTRICAL SUPPORTS, ANCHORS AND FASTENERS 16191.doc ANCHOR AND FASTENER APPLICATION SCHEDULE ITEM CATEGORY MOUNTING SURFACES WOOD, PLYWOOD WALLBOARD, GYPSUM, FRP, COMPOSITION HOLLOW MASONRY SOLID MASONRY CAST CONCRETE SHEET METAL Individual conduit F G D A A E Steel/FRP channel F, I D D A A E Structures; i.e., conduit rack, cable tray F, I D D A A -- Devices and equipment less than 75 lbs. (Note 4) I Note 1 D A A Note 2 Devices and equipment 75 lbs. or more (Note 4) I Note 2 H B, H B, C, H Note 2 Mounting panels (Note 3) I Note 1 D B, H B, C, H Note 2 Key to Anchor Types: A - Drilled (lead insert in masonry, expansion bolt in concrete) B - Adhesive grouted anchor C - Cast in place insert D - Toggle bolt, hollow wall fastener E - Sheet metal screw F - Wood screw G - Sheet rock screw H - Through bolt I- Lag screw In wet, exterior, or corrosive, all fasteners and anchors shall be stainless steel. In all unclassified areas, cadmium-plated fasteners shall be used. Notes: (1) Support via plywood mounting panel lagged to studs or via electrical channel lagged to studs. (2) Do not mount to these surfaces. (3) Panels mounted to masonry or concrete surfaces shall have 1/2-inch air space between surface and panel via stainless steel spacers. (4) Provide two additional support connections; minimum of four or six, depending on number of normal connection points. This requirement may necessitate fabricating the additional connections. Maintain NEMA rating of enclosure. AUGUST 2021 1 of 6 SECTION 16196 Electrical Equipment Identification SECTION 16196 ELECTRICAL EQUIPMENT IDENTIFICATION PART 1 - GENERAL 1.1 SUMMARY A. The extent of the electrical systems and equipment requiring identification is shown on the drawings, and the extent of identification required is specified herein and in individual sections of work requiring identification. The types of electrical identification specified in this section include the following: 1. Exposed conduit color banding. 2. Buried cable warnings. 3. Cable/conductor identification. 4. Operational instructions and warnings. 5. Danger signs. 6. Equipment/system identification signs. 1.2 REFERENCES - CODES AND STANDARDS A. ANSI Z535.1 - Safety Color Code B. APWA ULCC - Uniform Color Code for Buried Utilities. C. NFPA 70 National Electrical Code (NEC). Latest approved edition. 1.3 SYSTERM DISCRIPTION A. Identify all electrical equipment as stated below: 1. All Switchboards, Distribution Panelboards, Power and Lighting Panels, Motor Control Panel, and all electrical equipment enclosure shall be identified using laminated plastic nameplates. The equipment number, voltage rating, current rating, number of phases, connection type, short circuit interrupting rating, and circuit number shall be shown 2. Identify all receptacles and lighting switches, by the circuit number shown on the drawings using ¼-inch high white characters on ½-inch wide black stick-on tape placed on the wall directly above the device if the device is wall mounted. Place the tape on the device enclosure if the device is not wall mounted. 3. All motors, starters, disconnect switches, and control devices shall be identified by circuit number, with ¼-inch high white characters on a ½- inch wide black stick-on tape. 4. All branch circuits in outlet boxes shall be identified with circuit number using wrap-around labels (T&B, BRADY or 3M). 5. All underground raceway or cable shall be marked with buried warning tape along its entire length. 6. All exposed raceway longer than 10 feet in length shall be identified. 7. Panelboard Directories: Furnish all panelboards with a complete 8-1/2- inch by 11-inch typewritten directory mounted in the inner door under a clear plastic cover set in a metal frame. AUGUST 2021 2 of 6 SECTION 16196 Electrical Equipment Identification 1.4 SUBMITTALS A. Catalog data for nameplates, labels, and markers. B. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by Product testing agency specified under regulatory requirements. Include instructions for storage, handling, protection, examination, preparation and installation of Product. 1.5 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70 – National Electrical Code. B. Furnish products listed and classified by Underwriters' Laboratories, Inc. (UL), Electrical Testing Laboratories, Inc. (ETL), or other recognized, approved testing and listing agencies as suitable for the purpose specified and shown. PART 2 PRODUCTS 2.1 NAMEPLATES AND LABELS A. Nameplates 1. Engraved three-layer laminated plastic, white letters on black background for normal power and white letters on red background for emergency power. Communications and control cabinets shall be labeled with white letters on green background. 2. Locations a. Each electrical distribution and control equipment enclosure. b. Communication cabinets. c. Motor control centers, including each combination module. 3. Letter Size a. Use 1/8-inch letters for identifying individual equipment and loads. b. Use ¼-inch letters for identifying grouped equipment, loads, panelboards, and transfer switch. c. Use ½-inch letters for identifying the main switchboard, motor control centers, and large distribution switchboards. B. Labels 1. Embossed adhesive tape, with 3/16-inch black letters on clear background. Use only for identification of individual wall switches and receptacles, control device stations, and multi-outlet devices. 2. Thickness a. 1/16-inch for units up to 20 square inches or 8-inch length; 1/8- inch for larger units. 2.2 WIRE MARKERS A. Manufacturers 1. Brady 2. Thomas & Betts AUGUST 2021 3 of 6 SECTION 16196 Electrical Equipment Identification 3. 3-M Co. B. Description: Cloth, tape, split sleeve, or tubing type wire markers, self-adhesive. C. Locations: Each conductor at panelboard gutters, pull boxes, outlet and junction boxes, control panels, motor controllers and starters, and each load connection. D. Legend 1. Power and Lighting Circuits: Branch circuit or feeder number indicated on contract drawings. 2. Control Circuits: Control wire number indicated on shop drawings. 3. Neutral Conductors: Clearly indicate the branch circuit or feeder number the neutral serves. In multi-wire circuits where the neutral is shared, mark the neutral with the circuit number of the “A” phase. 2.3 CONDUIT MARKERS A. Provide manufacturer's standard preprinted, flexible or semi-rigid, permanent, plastic-sheet conduit markers, minimum of 3 mils thick and 1-1/2-inch wide extending 360 degrees around conduits; designed for self-adhesive attachment to conduit. Except as otherwise indicated, provide lettering that indicates the voltage of the conductor(s) in the conduit. Provide 8-inch minimum length for 2- inch and smaller conduit, 12-inch minimum length for larger conduit. B. Identify conduits containing conductors above 600-volts with the following alternating markers 1. DANGER - HIGH VOLTAGE 2. The voltage, as applicable (i.e. – 12-kV, 4.16-kV, 480-Volts, 240-Volts, etc.) C. Location: Furnish markers for each conduit longer than 10 feet. D. Spacing: 20 feet on center. E. Color: Unless otherwise indicated or required by governing regulation, provide orange markers with black letters. 1. Fire Alarm System: Red w/black letters. 2. Telephone System: Green w/yellow letters. 3. Data/Communication. System: White w/black letters. 4. Emergency System: Orange w/black letters. 2.4 FASTENERS A. Secure all labels and nameplates with self-tapping stainless steel screws. Use contact type permanent adhesive where screws cannot or should not penetrate the substrate. 2.5 LETTERING AND GRAPHICS A. Coordinate names, abbreviations and other designations used in the electrical identification work, with the corresponding designations shown, specified or AUGUST 2021 4 of 6 SECTION 16196 Electrical Equipment Identification scheduled. Provide numbers, lettering and wording as indicated or, if not otherwise indicated, as recommended by manufacturers or as required for proper identification and operation/maintenance of the electrical systems and equipment. 2.6 UNDERGROUND WARNING TAPE A. Three-inch minimum width, 5 mil thickness, foil bonded polyethylene tape, detectable type, with suitable continuous warning legend describing buried electrical lines. Tape color shall conform to APWA uniform color code using ANSI Z535.1 safety colors. Text shall be black, 2-inch minimum letters. PART 3 EXECUTION 3.1 PREPARATION A. Degrease and clean surfaces to receive nameplates and labels. B. Coordination: Where identification is to be applied to surfaces that require finish, install identification after completion of painting. C. Regulations: Comply with governing regulations and the requests of governing authorities for the identification of electrical work. 3.2 APPLICATION A. Install nameplate and label parallel to equipment lines. B. Secure nameplate to equipment front using screws, rivets, or adhesive. C. Secure nameplate to outside moveable surface of door on panelboard. D. Conduit Identification: 1. Where electrical conduit is exposed in spaces with exposed mechanical piping, which is identified by a color-coded method, apply color-coded identification on the electrical conduit in a manner similar to the piping identification. Except as otherwise indicated, use orange as the coded color for conduit. 2. Paint red band or provide red tape on each fire alarm conduit longer than 10 feet, minimum 20 feet on center. E. Cable/Conductor Identification: 1. Apply cable/conductor identification on each cable and conductor in each box/enclosure/cabinet where the wires of more than one circuit or communication/signal system are present, except where another form of identification (such as color-coded conductors) is provided. 2. Match identification with marking system used in panelboards, shop drawings, contract documents, and similar previously established identification for project electrical work. AUGUST 2021 5 of 6 SECTION 16196 Electrical Equipment Identification F. Operational Identification and Warnings 1. Wherever reasonably required to ensure safe and efficient operation and maintenance of the electrical systems, and electrically connected mechanical systems and general systems and equipment, including the prevention of misuse of electrical facilities by unauthorized personnel, install self-adhesive plastic signs or similar equivalent identification, instruction or warnings on switches, outlets and other controls, devices and covers of electrical enclosures. Where detailed instructions or explanations are needed, provide plasticized tags with clearly written messages adequate for the intended purposes. G. Danger Signs 1. In addition to the installation of danger signs required by governing regulations and authorities, install appropriate danger signs at the locations indicated and at locations subsequently identified by the Installer of electrical work as constituting similar dangers for persons in or about the project. 2. High Voltage a. Install danger signs wherever it is possible, under any circumstances, for persons to come into contact with electrical power of voltages higher than 110-120 volts. b. Critical Switches/Controls c. Install danger signs on switches and similar controls, regardless of whether concealed or locked up, where untimely or inadvertent operation (by anyone) could result in significant danger to persons, or damage to or loss of property. H. Equipment/System Identification Signs 1. Install an engraved plastic-laminate sign on each major unit of electrical equipment in the building; including the central or master unit of each electrical system and the communication/signal systems, unless the unit is specified with its own self-explanatory identification or signal system. 2. Except as otherwise indicated or specified, provide single line of test, ½- inch high lettering on 1-1/2-inch high sign (2-inch high where two lines are required), white lettering in black field. 3. Provide text matching terminology and numbering of the contract documents and shop drawings. 4. Provide signs for each unit of the following categories of electrical work a. Major electrical switchboard b. Electrical substation c. Motor control center d. Fire alarm control panel and annunciators. I. Install signs at locations indicated or, where not otherwise indicated, at location for best convenience of viewing without interference with operation and maintenance of equipment. Secure to substrata with fasteners, except use adhesive where fasteners should not or cannot penetrate the substrata. J. Identify underground conduits using underground warning tape. Install one tape per trench at 3 inches below finished grade. AUGUST 2021 6 of 6 SECTION 16196 Electrical Equipment Identification END OF SECTION AUGUST 2021 1 of 4 SECTION 16500 Lighting SECTION 16500 LIGHTING PART 1 GENERAL 1.1 SECTION INCLUDES A. Site lighting fixtures. B. Lamps. C. Accessories. D. Disconnect plugs. E. Site Lighting Poles 1.2 RELATED SECTIONS A. Special Provisions B. Section 16050 - ELECTRICAL-GENERAL C. Section 16130 – BOXES & RACEWAY 1.3 REFERENCES ANSI/NFPA 70 National Electrical Code ANSI/NFPA 101 Life Safety Code NEMA WD 6 Wiring Devices-Dimensional Requirements 1.4 SUBMITTALS A. Submittals shall be made in accordance with the Special Provisions and Section 16050. B. Submit shop drawings for all light fixtures and poles specified in this Section and as scheduled on the Contract Drawings. Provide complete descriptive information including fixture accessories, luminaire disconnect plugs and installation instructions. C. Manufacturer’s Instructions - Indicate application conditions and limitations of use stipulated by product testing agency specified under regulatory requirements. D. Manufacturer’s Instructions - Include instructions for storage, handling, protection, examination, preparation, and installation of product. E. Submit warranty information for fixtures, ballasts, and lamps. AUGUST 2021 2 of 4 SECTION 16500 Lighting 1.5 PROJECT RECORD DOCUMENTS A. Submit under provisions of Division 1 Specifications. B. Update record drawings with actual locations of lighting as defined in Section 16050. C. For each type of fixture, provide name of manufacturer, fixture catalog number, operating voltage, lamp type, manufacturer catalog number, and wattage. D. Provide copies of warranties for each type of fixture, ballast, and lamp. 1.6 OPERATION AND MAINTENANCE DATA A. Submit under provisions of Division 1 Specifications. B. Maintenance Data - Include replacement parts list and maintenance instructions. 1.7 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site under provisions of Division 1 Specifications. B. Accept products on site. Inspect for damage. C. Protect poles from finish damage by handling carefully. 1.9 COORDINATION A. Furnish bolt templates and pole mounting accessories to installer of pole foundations. 1.10 EXTRA MATERIALS A. Furnish under provisions of Division 1 Specifications. B. Provide spare parts as listed below; new and in original packaging; prior to final completion of the work to be stored on site at the direction of the Owner. No spare lamps shall be used to equip lighting fixtures for final acceptance. C. Provide a total of two spare lamps to suit new floodlights. PART 2 PRODUCTS 2.1 LIGHTING FIXTURES A. Refer to drawings. AUGUST 2021 3 of 4 SECTION 16500 Lighting PART 3 EXECUTION 3.1 INSTALLATION A. Install in accordance with manufacturers’ instructions and as indicated in the drawings. B. Install accessories furnished with each luminaire. C. Make wiring connections to branch circuit using building wire with insulation suitable for temperature conditions within luminaire. D. Bond products and metal accessories to branch circuit equipment grounding conductor. E. Install specified lamps in each floodlight. F. Contractor shall provide increased wire and conduit sizes as required to accommodate for voltage drop per schedule in Section 16120. Contractor shall consider overall conductor path from panelboard (power source) through last fixture, including switch travelers. 3.2 FIELD QUALITY CONTROL A. Operate each luminaire after installation and connection. Inspect for improper connections and operation. B. Measure illumination levels for record. C. Take measurements during night sky, without moon or with heavy overcast clouds effectively obscuring moon. D. After new lighting installation is complete, operate each luminaire and inspect for improper connections and operation. While the lights are on, conduct a load test on each 120-volt lighting circuit. Report the circuit number, circuit breaker size, wire size, description of load, and result of the load test for each circuit. Bring to the attention of the field engineer any results which are not in accordance with the NEC. Demonstrate that disconnect plugs are provided for fluorescent fixtures as specified. 3.3 ADJUSTING A. Adjust work under provisions of Division 1 Specifications. B. Aim and adjust luminaires to correct position as directed. C. Relamp luminaires that have failed lamps at Substantial Completion. 3.4 CLEANING A. Clean work under provisions of Division 1 Specifications. B. Clean electrical parts to remove conductive and deleterious materials. C. Remove dirt and debris from enclosure. AUGUST 2021 4 of 4 SECTION 16500 Lighting D. Clean finishes and touch up damage. END OF SECTION AUGUST 2021 Page 1 of 4 SECTION 17150 Meters, General Section 17150 METERS, GENERAL PART 1 - GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall furnish and install all meters and flow measurement devices with associated instrumentation and controls as shown and specified herein, complete and operable, for functions including flow measurement, density determination, and batch metering of fluids including water, wastewater, chemicals, gases, and sludges, in accordance with the requirements of the Contract Documents. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. The requirements of the following sections and divisions apply to the Work of this section. Other sections and divisions of the Specifications, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. Section 09800, Protective Coating 2. Section 16050, General Electric 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. All Work specified herein shall conform to or exceed the applicable requirements of the referenced portions of the following publications to the extent that the provisions thereof are not in conflict with other provisions of these Specifications. B. Comply with the applicable editions of the following codes, regulations and standards. 1. Codes and Regulations: CCR California Code of Regulations, Title 24, Part 2, California Building Code (CBC) 2. Industry Standards: ASME B16.1 Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125, and 250) ASME G00079 Fluid Meters, Their Theory And Application, Report of ASME Research Committee, 6th Edition AWWA C207 Steel Pipe Flanges for Waterworks Service - Sizes 4 in. Through 144 in. (100 mm Through 3,600 mm) AWWA C701 Cold-Water Meters - Turbine Type for Customer Service AWWA C702 Cold-Water Meters - Compound Type AWWA C704 Propeller Type Meters for Waterworks Applications 3. Other Standards: HI Hydraulic Institute C. Comply with the applicable reference Specifications as directed in the General Requirements and Additional General Requirements. AUGUST 2021 Page 2 of 4 SECTION 17150 Meters, General 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the General Requirements, Additional General Requirements and as specified herein. B. Shop Drawings: The CONTRACTOR shall submit complete shop drawings of all meters for review in accordance with the General Requirements, Additional General Requirements and as specified herein. C. Manufacturer's Data: The CONTRACTOR shall also furnish certified curves indicating flow versus differential pressure with the shop drawings, and any other information called for in the individual meter specifications. D. O & M Manuals: The CONTRACTOR shall furnish to the ENGINEER copies of complete operation and maintenance instructions of all the metering systems including instrumentation and controls, in accordance with the General Requirements, Additional General Requirements and as specified herein. E. Spare Parts: The CONTRACTOR shall submit as part of the shop drawing submittal a list of recommended spare parts for each piece of equipment according to the provisions of the General Requirements, Additional General Requirements and as specified herein.. CONTRACTOR shall also furnish the name, address, and telephone number of the nearest distributor for each piece of equipment. 1. During the term of this Contract, the CONTRACTOR shall notify the ENGINEER in writing about any manufacturer's modification of the identified spare parts, such as part number, interchangeability, model change, or others. F. Special Tools: A list of special tools required shall be submitted to the ENGINEER for acceptance. After acceptance, the CONTRACTOR shall supply these tools suitably wrapped and identified for application. Special tools shall include substitute steel spools for each meter for maintenance purposes. Each spool shall be labeled to identify the meter for which temporary replacement is required. The label shall include the meter identification number, size, and service. 1.5 QUALITY ASSURANCE A. Contractor Qualifications 1. Comply with the requirements for the certifications, licenses, training, skills, experience, and other qualifications specified in Article entitled “Manufacturer's Service Representative” of this Specification. 2. Inspection and Testing Requirements: After installation, the CONTRACTOR shall obtain the services of an experienced factory service representative to inspect and test all meters for proper performance and installation. 1.6 MANUFACTURER'S SERVICE REPRESENTATIVE A. Erection and Startup Assistance: During erection and startup of the plant, the CONTRACTOR shall obtain all necessary assistance from an experienced factory service representative to ensure a correct and first class installation, in accordance with the manufacturer's instructions. AUGUST 2021 Page 3 of 4 SECTION 17150 Meters, General B. Instruction of City Personnel: After completion of the installation and during startup of the plant, the CONTRACTOR shall instruct CITY personnel in the proper operation, maintenance, and repair of all metering equipment. For this purpose, the CONTRACTOR shall obtain the services of an experienced factory service representative, who shall spend sufficient time on the site to fully instruct CITY operating personnel on all phases of its equipment. 1.7 WARRANTY A. Accuracy Requirements: Unless otherwise specified herein, the flowmeters shall be guaranteed to register flow to an accuracy of plus or minus 2 percent of actual flow throughout the range specified. 1. All density measuring equipment shall have a degree of accuracy within plus or minus 2 percent of actual solids content over the range specified for each density measurement system. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 INSTALLATION A. The CONTRACTOR shall assemble and install all equipment specified herein, in strict accordance with the manufacturer's published instructions, under the supervision of the manufacturer's representative, under the general review of the ENGINEER. All installations shall be accomplished by competent craftsmen in a workmanlike manner. B. The meters shall be installed in easily accessible locations for ease of reading and maintenance and, where shown, for balancing flow in several lines in conjunction with throttling and shutoff valves. Wherever possible, all meters shall be installed in such a way to provide the manufacturer's recommended straight approach and straight piping downstream and in relation to any control valves upstream or downstream. All meters and shutoff and balancing valves shall be firmly supported from the structure or from the floor with approved supports. All meter installations shall meet the seismic requirements for support and bracing as specified in the California Building Code. Inline meters shall be installed to provide full-line flow and not less than the manufacturer's recommended head at all times. 3.2 TESTING A. Equipment shall be prepared for operational use in accordance with manufacturer's instructions, including bench test and calibration, where required. B. Each item shall be subjected to an operating test over the total range of capability of the equipment. Where applicable, tests shall be conducted in accordance with the Test Standards of the Hydraulic Institute. The CONTRACTOR shall obtain copies of factory test certifications and shall notify the ENGINEER one (1) week in advance of all tests to be conducted onsite. 3.3 CLEANUP A. After completion and testing of its Work, the CONTRACTOR shall remove all debris from the site, clean all meters, controls, cabinets, and other metering appurtenances, to hand over each system in perfect operating condition. AUGUST 2021 Page 4 of 4 SECTION 17150 Meters, General 3.4 ACCEPTANCE BY CITY A. Final Acceptance of the equipment is contingent on satisfactory operation after installation. * * * * * * AUGUST 2021 1 of 6 SECTION 17448 Control Panels and Enclosures SECTION 17448 CONTROL PANELS PART 1 - GENERAL 1.1 RELATED WORK SPECIFIED ELSEWHERE A. Section 16050: General Electrical B. Section 17500: Programmable Logic Controllers 1.2 DESCRIPTION A. Provisions: The General Requirements from a part of this Section. B. Work Included: This Section covers control panels shown on the Electrical or Instrumentation Drawings, or as specified in either Division 16 or 17, and sets minimum standards for all packaged unit panels. C. Contractor to install new TESCO Control Panel with motor starter and distribution power and re-use equipment in existing TESCO PLC panel (see DWG E-601 and I-102). The existing parts are: D. The equipment listed above are operational and at service. E. Replace existing DIGI Gage with new DIGI Gage Plus. F. Install new model Flygt relay. G. New flowmeter to be installed. AUGUST 2021 2 of 6 SECTION 17448 Control Panels and Enclosures 1.3 REFERENCE STANDARDS A. National Electrical Manufacturers Association (NEMA) Publications: 1. ICS 1 General Standards for Industrial Controls and Systems 2. ICS 2 Standards for Industrial Control Devices, Controllers and Assemblies 3. ICS 4 Terminal Blocks for Industrial Control Equipment and Systems 4. ICS 6 Enclosures for Industrial Controls and Systems B. Underwriters Laboratories (UL) Publication: 1. 508 Industrial Control Equipment 1.4 SUBMITTALS A. The Control panel Submittal shall provide the panel layout, equipment list, wiring and loop diagram, and equipment cut sheets. 1.5 CERTIFICATION A. UL Label: 1. Each control panel and terminal cabinet shall bear the UL label except as noted in the following paragraph. The UL label shall apply to the enclosure, the specific equipment supplied with the enclosure, and the installation and wiring of the equipment within and on the enclosure. If required for UL labeling, provide ground fault interrupters, isolation transformers, fuses, and any other necessary equipment, even though such equipment is not indicated on the Drawings. The fabricator shall be an approved UL listed manufacturer. 2. Control panel enclosures containing instruments mounted through the enclosure walls or door shall meet all requirements for UL labeling as above, but no UL label is required. This exception applies only if UL Recognized instruments for the intended purpose are not made. 1.6 PRODUCT DELIVERY AND HANDLING A. Ship assembled control panels in one sections for installation. PART 2 - PRODUCTS 2.1 GENERAL A. Control Panel (PNL-A): 1. The Control panel shall be housed in a dead front, 316 stainless steel NEMA 4 enclosure, 72”H x 84” W x 24 ”D free standing pedestal enclosure, from Hoffman or approved equal. see DWG I-102 B. The existing PLC and I/O shall be used for signals from site, add new I/O modules incase required. C. A nameplate shall be mounted on the outside of the door of the enclosure as shown on the Drawings. AUGUST 2021 3 of 6 SECTION 17448 Control Panels and Enclosures D. Control panels shall be thoroughly cleaned and sand blasted per Steel Structures Painting Council Specification SSPC-SP-6 (Commercial Blast) after which surfaces shall receive a prime coat Amercoat 185 or approved equal, 3-mils DFT, for a total thickness of the prime plus finish system of 6 mils. The finished color of the outside surfaces shall be selected by the Engineer, unless otherwise indicated. Interior of the control panel, back-panel, and side-panels shall have a white finish coat. 2.2 CONTROL PANEL MATERIALS A. The following requirements apply to the front and rear face of the panel, both sides and the edges of all flanges, and the periphery of all holes or cut-outs. 1. All high spots, butts, and rough spots shall be ground smooth. 2. The surfaces shall be sanded or sandblasted to a smooth, clean bright finish. 3. All traces of oil shall be removed with a solvent. 4. Not applicable. B. Structural shapes and strap steel shall comply with ASTM A 283 – Low and Intermediate Tensile Strength Carbon Steel Plates, Grade C. 1. Bolting Material: Commercial quality carbon steel bolts, nuts, and washers shall be ½- inch diameter with UNC threads. Carriage bolts shall be used for attaching end plates. All other bolts shall be hex end machine bolts. All nuts shall be hot pressed hex, American Standard, heavy. Standard wrought washers shall be used for foundation bolts and attachments to building structures. All other bolted joints shall have SAE standard lock washers. C. Panels shall be of sufficient size to adequately enclose all instruments designated as “panel- mounted” plus ample interior clearance to allow for installation, general servicing, and maintenance of the instruments. Elevations and horizontal spacing shall be subject to Engineer’s approval. 2.3 CONTROL PANEL ELECTRICAL REQUIREMENTS A. Wiring Duct: Wiring duct shall be manufactured of Noryl and shall be of the restricted slot design, white in color. Panduit or approved equal. Size shall be based on actual wiring requirements. All duct shall be precisely cut for a precision fit. All covers shall be readily accessible. All analog signals shall be run in separate ducts. B. Cable Ties: Cable ties shall be self-locking with stainless steel locking tables as manufactured by Thomas & Betts. Adhesive backed type mounting bases shall not be used. C. Terminal Blocks: Terminal blocks shall be din rail mounted, 20A, and 300V. All terminals shall be complete with marking tags. Terminals shall be Allen Bradley 1492-W, ABB (Entrelec) Series M4/6.NC; or equal. D. Fuse Terminal Blocks: Fuse terminal blocks shall be the same profile, but different color as the feed through terminal blocks, and shall have blown fuse light indicator. Fuse terminal blocks shall be Phoenix Contact Type UK 4-TG, or equal. E. Disconnect Terminal Blocks: Disconnect terminal blocks shall be of knife disconnect type. The blocks shall have a universal foot for mounting on DIN rail and a width of the feed through block. Disconnect terminal blocks shall be Phoenix Contact Type UK 5-MTK-P/P. or equal. AUGUST 2021 4 of 6 SECTION 17448 Control Panels and Enclosures F. Wiring Methods: Wiring methods and materials for all panels shall be in accordance with the N.E.C. requirements for General Purpose (no open wiring) unless otherwise indicated. G. Signal and Control Circuit Wiring: 1. Wire type and sizes: Conductor shall be flexible stranded copper machine tool wire, UL listed Type MTW, and shall be rated 600-volts. Wires for instrument control circuits and alarm input circuits shall be No. 14 AWG. All other wires, including shielded cables, shall be No. 16 AWG minimum. 2. Wire Insulation Colors: Conductors supplying 120 VAC power on the line side of a disconnecting switch shall have a black insulation for the ungrounded conductor. Neutral circuit conductors shall have white insulation. Equipment ground conductors shall have green insulation. Insulation for ungrounded 120 VAC control circuit conductors shall be red. All wires energized by a voltage source external to the control panels shall have yellow insulation. Insulation for all DC conductors shall be blue. 3. Signal Cable – Non Computer Use: a. Signal wire shall be twisted pair or triads in conduit or troughs. Cable shall be constructed of No. 18 AWG copper signal wires with THWN or THHN insulation. b. Color code for instrument signal wiring shall be as follows: Postiive (+) – White; Negative (-) - Black. c. A copper drain wire shall be provided for the bundle with a wrap of aluminum polyester shield. The overall bundle jacket shall be PVC. 4. Industrial Ethernet Cable: a. Shielded (STP) Ethernet Cable shall be used to connect the PLCs and radios to the Industrial Ethernet Switches. See Section 40 96 10 for requirements. 5. Wire Marking: Wire numbers shall be marked using white numbered wire markers make from plastic-coated cloth, Brady Type B-500 or approved equal, or shall be heat-shrink plastic. 6. Flexible conduit is not acceptable except when specifically approved by the Engineer in writing. 7. Conduit fittings shall be Crouse-Hings cast fittings or approved equal. 8. Panels shall be provided with two separate ground bars, one for power ground and one for signal ground. Provide the ground bars with tapped holes to accommodate ground connections from various devices in the panel. Provide insulator kit for signal ground bar. Connect all signal shield grounds within the panel to the signal ground bar. Suggested ground bar and insulator kit: Square D Part #PK12GT and #PKGTAB. 9. For case grounding, panel shall be provided with a ¼-inch by 1-inch copper ground bus complete with solderless connector for one No. 4 AWG bare stranded copper cable. The copper cable shall be provided by the Contractor and be connected to a system ground loop. H. Panel Lights and Receptacles: Panels shall be internally lighted by fluorescent lamps, provided with guards and a toggle switch located convenient to each access door. One duplex GFI type receptacle shall be provided in each panel section. The lights and receptacles shall be wired to outgoing terminal blocks for dedicated 120 volt, 60 Hertz, single-phase supply. I. Power Supply Wiring: 1. Unless otherwise indicated, all instruments and motor controls shall operate on 115 volt, 60 Hz circuits. 2. When instruments do not come equipped with integral fuses, provide fuses as required for the protection of individual instruments against fault currents. Fuses shall be mounted on the back of the panel in a fuse holder, and each fuse shall be identified by a service name tag. Fuses shall be manufactured by Bussmann Manufacturing Division, Type KAW TRON or approved equal. AUGUST 2021 5 of 6 SECTION 17448 Control Panels and Enclosures J. 24 VDC Power Supply: Panels shall be equipped with a linear 24 volt D.C. power supply for driving current loops and other D.C. powered equipment. It shall be solidly mounted, labeled and located in plain view oriented for ease of maintenance. Unit shall be sized based on 200% of load requirements of equipment actually furnished. 24 VDC power supply shall be manufactured by Power One or approved equal. K. DIN Rail Mount Circuit Breakers: Circuit breakers shall be 115 VAC, single pole as manufactured by Allen Bradley Series 1492-CB1; or approved equal. L. Relay Sockets: Sockets for control relays shall be rated 5 amperes. Terminal screws shall be on the “Pressure Screw” type. Sockets shall be mounted via DIN rail and related hardware. Sockets shall be as manufactured by Allen Bradley Series 700-HN101; or approved equal. M. Control Relay: Magnetically held relays shall have one spare contact. Control relays shall have contacts rated for 10-ampere inductive load, 125 volts, with coil voltage, number of poles, and pole arrangement as indicated on the plans. Relays shall be of the indicating type. Provide Allen Bradley Series 700-HA; or approved equal. N. Push Buttons, and Indicating Lights: 1. Type: Heavy duty, oil tight. 2. NEMA 12 rated to match panel in which mounted. 3. Push Button Contacts: a. Provide one normally open and one normally closed contact. b. Type: Double break, silver contacts with moveable contact blade providing scrubbing action. c. Rating: Compatible with AC or DC current with devices simultaneously operated by the switch contacts but not less than 10 Amps resistive at 120 VAC/VDC continuous. 4. Indicating Lights: a. Type: 120 VAC. b. Lamps: High visibility LED type, long life (20,000 hours minimum). c. Indicating lights shall be push-to-test. O. Uninterruptible Power Supplies: Powerware (Part #FC010BB2A0A0A0A); or approved equal. 2.4 SPARE PARTS A. The Contractor shall furnish to the Engineer all necessary spare parts of components required to maintain the system. Prior to final acceptance of work, the Contractor shall provide a spare parts listing of all necessary spare parts and quantities for review by the Owner’s Representative. The spare parts shall include, but not be limited to, the following minimum requirements: DESCRIPTION QUANTITY 24 VDC Power Supply 1 Control Relay 2 B. The Contractor shall deliver to the Owner all the required spare parts upon final acceptance of the work. The spare parts shall not be used as replacement parts during the guarantee period. AUGUST 2021 6 of 6 SECTION 17448 Control Panels and Enclosures PART 3 - EXECUTION 3.1 INSTALLATION A. Installation, testing, calibration, validation, startup and instruction shall be in accordance with Section 16950 and manufacturer test procedure. B. Install each control panel level and plumb, and secure by the favorably reviewed seismic mounting method. Doors shall swing freely and close tightly. C. Provide a 3-inch-high concrete pad for each field-mounted, freestanding control panel. Provide a 3-1/2-inch-high I-beam kick panel for each control-room mounted, freestanding panel. D. Carefully repair any damage to the structure, components or finish to the satisfaction of the Engineer. Clean all nameplates. E. Exercise care at all times after installation of control panels to keep out foreign matter, dust, dirt, debris, or moisture. Use protective sheet metal covers, canvas, heat lamps, etc., as needed to ensure equipment protection. F. Not applicable. END OF SECTION AUGUST 2021 1 of 5 SECTION 17500 Programmable Logic Controllers SECTION 17500 PROGRAMMABLE LOGIC CONTROLLERS PART 1 - GENERAL 1.1 SUMMARY A. This Section includes Programmable Logic Controller (PLC) hardware for control and interface of process and measurement equipment, control systems and ancillary systems. B. Use existing PLC and I/O and communication hardware and controller and install in the new control panel. C. Programming of the PLC will be done by city, Contractor to coordinate activities. 1.2 RELATED WORK A. Section 16050: General Electrical B. Section 16120: Conductors C. Section 16100: Grounding D. Section 16130: Raceways and Boxes E. Section 16196: Electrical Equipment Identification 1.3 REFERENCES A. Instrumentation, Systems, and Automation Society (ISA): 1. S5.1, Instrumentation Symbols and Identification. 2. PR12.6, Installation of Intrinsically Safe Systems for Hazardous Locations 3. S5.4, Standard Instrument Loop Diagrams. 4. S20, Specification Forms for Process Measurement and Control Instruments, Primary Elements and Control Valves. 5. S50.1, Compatibility of Analog Signals for Electronic Industrial Process Instruments. B. National Electrical Manufacturers Association (NEMA): 1. ICS 1, Industrial Control and Systems: General Requirements. 2. ICS 2, Industrial Control Devices, Controllers and Assemblies. 3. ICS 3, Industrial Control and Systems: Factory Built Assemblies. 4. ICS 4, Industrial Control and Systems: Terminal Blocks. 5. ICS 5, Industrial Control and Systems: Control Circuit and Pilot Devices. 6. ICS 6, Industrial Control and Systems: Enclosures. 7. 250, Enclosures for Electrical Equipment (1000 Volts Maximum). 8. IA 2.2, Programmable Controllers - Equipment Requirements and Tests. 9. IA 2.3, Programmable Controllers - Programming Languages. AUGUST 2021 2 of 5 SECTION 17500 Programmable Logic Controllers 1.4 DEFINITIONS A. Analog Signals: 4-20mA DC two-wire circuits conforming to ANSI/ISA S50.1 B. Control Loop: The control scheme describing the control of a single process variable or a group of related process variables. The control loop includes the relevant part of the process, the process variable sensor and associated transmitter(s), the input signals, the controller, the control output signal, and the actuator. C. Controller: A primary element that functions to provide loop control. Controllers have provisions for a process variable input signal, a control output signal, setpoint adjustment, tuning of the PID control parameters and provide for an interface of the values within the process variables and the setpoints. They are panel mounted programmable logic controllers, which are microprocessor-based systems having provisions for multiple inputs and outputs for both discrete and analog control capability, with the ability for advanced Human Machine Interface. D. Dead-time Compensation: A time based offset algorithm derived value used to predicatively control systems that have a delayed feedback process variable. E. Discrete Signals: Two state based logic signals that are either DC or 120-Vac. F. HART: Highway Addressable Remote Transducer (Communications Protocol). G. HMI: Human Machine Interface. H. Loop Tuning: Part of the control system startup and commissioning process and includes the process of adjusting the gain, reset and rate parameters to obtain effective and stable response of the system to changes in the setpoint or external disturbances. I. PID: Control action, Proportional-Integral-Derivative. Control feed-back or feed-forward algorithm used as a mechanism to tune a system for intended operation. 1. Proportional determines the reaction to the error. 2. Integral determines the reaction based on the sum of the errors. 3. Derivative determines the reaction to the rate at which the rate has been changing. J. PLC: Programmable Logic Controller. K. Redundancy: Redundant configurations of systems and equipment are referred to using mathematical formulas based on the parameter “N”, such as; “N + 1” or “2N”. In this convention, N is the number of systems or pieces of equipment which must be operational to accomplish normal operation of the system. 1. N + X redundancy refers to a system configuration in which the total number of units provided is equal to the number needed to meet the load, N, plus some number of operationally redundant units, X. For example, if a system requires 1 PLC to normally function and another for hot standby, the system would be described as N + 1, where N = 1. 2. XN redundancy refers to a system configuration in which the total number of units provided is some multiple, X, of the number required to meet the load. For example, if a system requires 1 PLC to normally function and another is provided for hot standby, it would be described as 2N, where N = 1. L. SCADA: Supervisory Control and Data Acquisition. A SCADA System is a group of computers and servers running software dedicated for SCADA purposes. This SCADA software collects and exchanges data over industrial networks with PLCs, device level controllers, and all other AUGUST 2021 3 of 5 SECTION 17500 Programmable Logic Controllers connected or networked devices. The SCADA software will allow for control, trending, graphic display, alarming, alarm tracking, historical logging of values in a database and reporting of collected data. 1.5 SYSTEM DESCRIPTION A. Configuration: 1. Contractor to reuse existing equipment listed in drawing I-102 and provide the wiring as it is in existing PLC panel. 2. Contractor shall match existing conditions for hardware and settings to be reused in new stainless steel PLC panel. 1.6 SUBMITTALS A. Shop Drawings: Provide shop drawings indicating the arrangement and layout of panel, component spacing and enclosure size. Indicate electrical characteristics and connection requirements, including layout of completed assemblies, interconnecting cabling, dimensions, weights, and external power requirements. B. Test Reports: Indicate procedures and results for specified factory and field testing and inspection. C. Manufacturer's Field Reports: Indicate activities on site, adverse findings, and recommendations. 1.7 CLOSEOUT SUBMITTALS A. Project Record Documents: Record actual locations of controller cabinets and input and output devices connected to system. Include interconnection wiring and cabling information, and terminal block layouts in controller cabinets. Include copy of as-built drawings. B. Operation and Maintenance Data: Submit bound copies of operating and programming instructions, and include card replacement, adjustments, and preventive maintenance procedures and materials. 1. Provide 1 Compact Disk (CD) containing all programmable logic code to Owner upon project closeout for each unique program. 1.8 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum five (5) years documented experience. 1.9 ENVIRONMENTAL REQUIREMENTS A. Conform to specified service conditions during and after installation of programmable controllers. Maintain area free of dirt and dust during and after installation of products. AUGUST 2021 4 of 5 SECTION 17500 Programmable Logic Controllers 1.10 MAINTENANCE SERVICE A. Not applicable. 1.11 MAINTENANCE MATERIALS A. Not used. PART 2 - PRODUCTS 2.1 PROGRAMMABLE CONTROLLER A. Existing PLC and I/O. 2.2 SOURCE QUALITY CONTROL A. Test programmable controller in accordance with NEMA IA 2.2. PART 3 - EXECUTION 3.1 EXISTING WORK ( If apply) A. Not applicable. 3.2 INSTALLATION A. Install and connect control panel assembly. B. Connect and configure input and output devices. C. Establish network communications over SCADA network. D. Participate in commissioning activities that include testing and verify that all controls and systems function as intended. E. Perform loop tuning and PID control adjustments for intended operation. 3.3 FIELD QUALITY CONTROL A. Procedures, Forms, and Checklists: 1. Conduct all testing in accordance with, and documented on, Engineer accepted procedures, forms, and checklists. 2. Describe each test item to be performed. 3. Have space after each test item description for sign off by appropriate party after satisfactory completion. AUGUST 2021 5 of 5 SECTION 17500 Programmable Logic Controllers B. Perform operational testing on control systems to verify proper operation and field wiring connections to verify intended system function as part of the project commissioning. C. Calibrate connected devices and adjust programming characteristics, where required to provide a fully functional system. 3.4 INTEGRATORS FIELD SERVICES A. Not applicable. 3.5 DEMONSTRATION AND TRAINING A. Not applicable. 3.6 INPUT/OUTPUT SCHEDULE A. Contractor to verify and list all input/output to the existing PLC and fill in the following table. B. This table shall be used to rewire the signals to the new PLC panel. LOCATION: ENTER LOCATION CONTROLLER ID: ENTER PLC ID Point ID Tag ID Signal Type Scale Device ID Function Comm Protocol END OF SECTION