Loading...
HomeMy WebLinkAboutAsphalt Service Company; 1976-08-19; 1032CITY OF CARLSBAD SAN DIEGO COUNTY California CONTRACT DOCUMENTS & SPECIFICATIONS FOR CONSTRUCTION OF STREET, SEWER AND DRAINAGE IMPROVEMENTS IN ELM AVENUE FROM VALLEY STREET TO DONNA DRIVE Contract No, 1032 May, 1976 TABLE OF CONTENTS f 1 NOTICE INVITING SEALED PROPOSALS 3 PROPOSAL 6 BID BOND 7 DESIGNATION OF SUBCONTRACTORS 8 STATEMENT OF FINANCES 9 AGREEMENT AND CONTRACT 11 BOND FOR LABOR AND MATERIALS 13. BOND FOR FAITHFUL PERFORMANCE /' 15 SPECIAL PROVISIONS Page 1 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the Office of the City Clerk, City Hall, 1200 Elm Avenue, Carlsbad, California, until 3": 00 p.m. on the 7th day of July, 1976, at which time they will be opened and read, for performing the work as follows: Construction of street, sewer and drainage improvements in Elm Avenue from Valley Street to Donna Drive. Contract No. 1032 Said work shall be performed in strict conformity with the specifi- cations therefor as approved by the City Council of the City of Carlsbad on file in the Engineering Department. Reference is here- by made to said specifications for full particulars and description of said work. No bid will be received unless it is made on a proposal form fur- nished by the Engineering Department. Each bid must be accompanied by cash, certified check or bidder's bond made payable to the City of Carlsbad for an amount equal to at least 10 percent of the amount bid. Such guaranty to be forfeited should the bidder to whom the contract is awarded fail to furnish the required bonds and to enter into a contract with the City within the period of time provided by the bid requirements. The documents included within the sealed bids which require comple- tion and execution are the following: 1. Proposal - Page 3. 2. Designation of Subcontractors - Page 7. 3. Bidder's Bond - Page 6. 4. Contractor's Financial Status - Page 8. Said documents shall be affixed with the appropriate notaried signa- tures and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice-President and Secretary or Assistant Secretary are required and the corporate seal shall be affixed to all documents requiring signatures. In the case of a partnership, the signature of at least one general partner is required. All bids are to be compared on the basis of the Engineer's estimate. The estimated quantities are approximate only, being given solely as a basis for the comparison of bids. No bid will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division 3 of the Business and Professions Code. The contractor shall state his license number and classification in the proposal. The estimated cost of the work is $457,000.00, Alternate No. 1, and $186,000.00 for Alternate No. 2. Page 2 Plans, Special Provisions and Contract Documents may be obtained at the Engineering Department, -City Hall, Carlsbad, California, at no cost to licensed contractors. A nonrefundable charge of $20.00 will be required for each set of plans, special provisions and" con- tract documents for other than licensed contractors. It is requested that the plans and special provisions be returned within two weeks after the bid opening. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. A project tour will be conducted by the City of Carlsbad Engineering Department at 10:00 a.m. on June 24, 1976 . In accordance with the provisions of Sections 1770 to 1780 of the Labor Code of the State of California, the City Council of the City of Carlsbad has ascertained that the general prevailing rate of wages in the locality in which the work is to be performed for each craft or type of workman needed to execute the contract are as set forth in Resolution No. 3875, adopted by said Council and published in a newspaper of general circulation within said City on April 17 , 1976. c c A copy of said Resolution is on file in the Office of the City Clerk of the City of Carlsbad and is incorporated by reference herein. It shall be mandatory upon the Contractor to whom the contract is awarded to pay not less than the said specified prevailing rates of wages to all workmen employed by him in the execution of the contract. Also, the prime contractor shall be responsible to insure compliance with provisions of Section 1777.5 of the Labor Code of the State of California for all occupations with apprenticeships as required on public works projects above' thirty thousand dollars ($30,000) or twenty working days. The amount of the bond to be given for the faithful performance of the contract for the said work, shall be one hundred percent of the contract price therefor, and an additional bond in the amount equal to fifty percent of the contract price for said work shall be given to secure the payment of the claims for any material or supplies furnished for the performance of the work contracted to be done by the contractor or any work or labor of any kind done thereon. Approved by the City Council of the City of Carlsbad, California, by Resolution No. J £V4 adopted on -Jl'/Vf. / _• 1 DATED:I ? 7 1-MARGARET E. ADAMS, City Clerk Page 3 CITY OF CARLSBAD CONSTRUCTION OF STREET, SEWER AND DRAINAGE IMPROVEMENTS IN ELM AVENUE FROM VALLEY STREET TO DONNA DRIVE CONTRACT NO. 1032 PROPOSAL To the City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 Gentlemen: The undersigned declares that he has carefully examined the loca- tion of the work, read the Notice Inviting Bids, examined the plans and specifications, and hereby proposes to furnish all labor, ma- terials, equipment, transportation and services required to do all the work to complete Contract No. 1032 in accordance with the plans, the specifications of the City of Carlsbad, and the special provi- sions, and that he will take in full payment therefor the follow- ing unit prices for each item complete to wit: Alternate No. 1 Construction of Street, Sewer and Drainage Improvements in Elm Avenue from Valley Street to Donna Drive. Alternate No. 2 Construction of Street Improvements and appurtenances in Elm Avenue from Valley Street to Donna Drive. The contractor shall be required to submit a bid proposal for the construction of Alternate No. 1 and for Alternate No. 2. Page 3a ALTERNATE NO. 1 (with sewer and storm drain improvements) Item No. 1. Approx. Quantity All Unit Lump Sum Article with unit price or lump sum written in words Clearing & Grubbing at f-}\,'5 "7~/Jp US A rJ-D dollars and A/ O cents Unit Price TOTA ^--•5^ ALL Lump Sum per lump sum. t Approximately 9160 cubic yards of roadway excava- tion at & A AJ dollars 4. 5. ALL Lump Sum 2830 Tons 7120 Tons and A/0 cents per lump sum. /Approximately 2930 cubic yards of compacted fill at. and dollars cents per lump sum. Asphaltic concrete pave ment "; at and dollars cents per ton. Crushed aggregate base at and 5/rrVL dollars cents Page 3b ALTERNATE NO. 1 (with sewer and storm drain improvements) Item f Approx. . Article with unit Unit No, f Quantity Unit price or lump sum Price TOTA ' ' written in woi~ds 6. 2,722 Lin. Type "G" P.C.C. curb and Ft. gutter at dollars and f-eu/2_Ty cents per linear'!oof. ?> 13,570 Sq.Ft. Square feet P.C.C. sidewalk O,9O ft-,2/3 4" in thickness at A/' O dollars =—=—ij^ and /J IN-'g>~ V cents per squarefoot. 8. 100 Lin. Asphaltic concrete berm at Ft. dollars and 'FPt^.TV cents per linear foot. ' .... 2.78 Lin. 4^s foot concrete block re- Ft. taining wall per plan com- Ztf--1* £-/f//' plete at Vk/fcW ry~ ^cc'/2L. dollars and ^f=r~\ cents per linear f \y oot.4 10.. 194 Lin. 3% foot concrete block re- J^'i-fr, Ft. taining wall per plan com- ' . plete at dollars and J>x*r-»/ cents per linear foot. rage J< ALTERNATE NO. 1 (with sewer and storm drain improvements) Item . Approx. Article with unit Unit No. Quantity Unit price or lump sum Price* TOT£ ' written in words 11. All Lump 4" asbestos cement side- Sum walk under drain and .catch basin per plan, complete at U_£AjJi\ dollars <T£> dollars dollars1 __.f-~iiV <£ dollars and /yjo cents each. and .' /^> Q cents per lump sum. pC> ^ 12. All Lump Redwood pedestrian stair- //CO "~ 11 CO" Sum way and steel handrail per plan complete at and J /\j Q cents • ' per lump sum. ^ 13, All Lump Removal of exist- /70>fO UO^ Sum ing asphalt driveway per plan complete at and _L_EL___cent9 ' per lump sum. 14» 5 Each Standard surveyors monu- * ^f>tpO ^TS tJ¥ ment complete in place at \ \/ dollars and ^J /^ ^cents each. 15. 4 Each Wooden barricade assem- /,/^^ *^ bly complete at ALTERNATE NO. 1 (with sewer and storm drain improvements) Page 3d Item Approx. No. Quantity Unit Article with unit price or lump sum written in words Unit Total Price 16.each 17 45 lin. ft. 18 each 19.27,000 sq.ft Adjust existing sewer manhole to grade at and _ each. dolJ ars cents 8 inch diameter E.S. vitrified clay pipe sewer on granular pipe bedding at ~/=i _dollars centsand per linear foot. Ornamental street lights in- cluding all necessary appur- tenant work at _dollars centsand _ each. The installation of hydroseed- ing and all appurtenant work at /D3 -ft. erf 20. /JO dollars centsand per square foot. all lump The construction of approximate- sum ly 942 lin. ft. of 36 inch R.C.P, storm drain 4,000-D load on Cone, cradle including 3 storm drain manholes and all necessary ap- purtenant work complete in place at dollars and per lump sum. cents Page 3e ALTERNATE NO.' 1 (with sewer and storm drain improvements) Item Approx. Article with unit Unit TOTAI No. Quantity Unit price or lump sum Price written in words 21. All Lump The construction of approxi- Sum mately 944 lin. ft. of 10" extra strength vitrified clay pipe sewer encased in concrete including 4 sewer manholes and all necessary appurtenant work complete in place at > dollars and </LJ Q cents per- lump sum. Total Amount of Alternate No. 1 Total in Figures bid written in words. $ A///v£TV- The undersigned representative of the bidder hereby declares that his firm has reviewed the City of Carlsbad "Soils Investigation Report for Elm Avenue", dated April 16, '1976, and is familiar with the contents thereof. Also, attached to the bid proposal is a detailed description of the construction method to be utilized for the sewer and storm drain systems installation. NAME - <rf DATE . Page 3f ALTERNATE NO. 2 (without sewer and storm drain improvements) Item Approx. No. Quantity Unit Article with unit price or lump sum written in words Unit Price TOTAL 1. 2. 3. 4. All Lump Sum All Lump Sum All Lump Sum 2830 Tons 7120 Tons Clearing & Grubbing at and O _dollars cents per lump sum. Approximately 9160 cubic yards of roadway excava- tion at U dollars and /J 0 cents per lump sum. Approximately 2930 cubic yards of compacted fill and A->O dollars cents per lump sum. Asphaltic concrete pave- ment at dollars centsand per ton. Crushed Aggregate base at and per ton. dollars cents &OQQ- SOOO Page 3g ALTERNATE NO. 2 (without sewer and storm drain improvements) Item Approx. Article with unit Unit No. " Quantity Unit price or lump sum Price TOTAL, ' written in words 6. 2,722 Lin. Type "G" P.C.C. curb and Ft. gutter at dollars 4" in thickness at dollars and AJ/AJ^-rV cents ^ dollars %„, • and . per linear foot. 2i7e> Lin. 4% foot concrete block re- Ft. taining wall per plan com- plete at __ _ _ _ dollars and f?IFT- cents' per linear feSot. • A94 Lin. 335 foot concrete block re-x • Ft. taining wall per plan com- plete at _____ _ _ dollars and Sf\Tr\/ cents per linear foot. and f^Pug-^-y cents per "linear foeft. 7. 13,570 Sq.Ft. Square feet P.C.C. sidewalk £ , J~ /7 /111 A „ 4-U-; ^.V^^r^r- -,J- ' per Square foc/t. _„• 8 100 Lin. Asphaltic concrete berm at 3^f& 3^0 - Ft. Page 3h ALTERNATE NO. 2 (without sewer and storm drain improvements) Item . Approx. No. Quantity Unit Article with unit price or lump sum written in words Unit Price TOTAL 11.All Lump Sum 12,All Lump Sum 13,All Lump Sum 14 Each 15 Each 4" asbestos cement side- walk under drain and catch basin per plan, complete at dollars c centsand per lump sum. Redwood pedestrian stair- way and steel handrail per.plan complete at dollars Ajp centsand _ per lump sum. Removal of exist ing asphalt driveway per plan complete at _ do liars centsand r per lump sum. Standard1 surveyors monu- ment complete in place at dollars centsand _ each. Wooden barricade assem- bly complete at dollars and each. Q cents 2COQ-260-0 yr-co Page 31 ALTERNATE NO./2 (without sewer and storm drain improvements) w,-tem Approx. Article with unit No. Quantity Unit price or lump sum ^ Unit written in words Price Total 16. 1 each Adjust existing sewer .manhole * ^^~ to grade at '_ #S;<?o &&/Vr"V - -f^l V& dollars and AJO' cents each. ' , >»- 17. 45 lin. 8 inch diameter E.S. vitrified 2.3-eO ft. clay pipe sewer on granular pipe bedding at ~ <S dollars and t^J C* ' cent_ per linear foot. • '18. 9 each Ornamental street lights includ- /3fe.t*o //l ing all necessary appurtenant work at Of^iS1 7~A/^ CA^-D dollars and _ /Q Q _ cents each. 19. 27,000 sq.ft. The installation of hydroseed- O-O'-f ing and all appurtenant work at _ AJ Q _ dollars and tf O/Z_, cents per square foot. Total amount of Alternate No. 2 Total in figures bid written in words. ? /> $ /&, 7.2$ - Page 4 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be .calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this proposal are 'approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or .. omissions on the part of the undersigned in making up 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 Counci of the City of Carlsbad, the proceeds of check or bond accompanying this bid shall become the property of the City of Carlsbad. Licensed in accordance with the Statutes of the State of California providing for the registration of contractors, License No, ,25*7 7A& Identification /^»^. / r The undersigned bidder hereby represents as follows: (a) That no Councilman, 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 induced him 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 (b) 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 $SD£)£s2' $ 8f>sJ /> (cash,certified check, cashier's check or bond) in an amount not less than 10 per cent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's 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. Page 5 7S7-V370 Phone Number Date A & L Asphalt Company dba ASPHALT SERVICE Bidder ' s Name (SEAL) Authorized Signature ASPHALT SERVICE P. 0. Box C Oceanside. California 92064 Bidder's Address Authorized Signature Type of Organization (Individual, Corporation, Co- partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co-partners if a co-partnership: D-D. J. g. dt.oe.ic.iJ Seer, Page 6 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, A & L Asphalt Company mv, 4- c"5a That we, ; ASPHAI j SERVICE , as Principal, and industrial indemnity Company , as Surety, are held and firm] bound unto the City of Carlsbad, California, in the sum of • TEN PERCENT (10%) OF AMOUNT BID Dollars ($__ ), lawful money of '-> the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these present THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH: That if the proposal of the above-bounden principal for: Construction of street, sewer and drainage improvements in Elm Avenue from Valley Street to Donna Drive. Contract No. 1032 • in the City of Carlsbad, is accepted by the City Council of said City, and if the above-bounden Principal shall duly enter into and execute a contract including required bonds and insurance policies within (20) twenty days from the date of award of contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any Principal above named executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 7TH day of JULY , State of California County of SAN DIEGO OFFICIAL SEAL MARGARET E. McCOBB NOTARY PUBLIC - CALIFOrtNIA PRINCIPAL OFFICE IN SAN DIEGO COUNTY My Commission Expires November 24.1979 On JULY 7TH. 1976 , before me, the undersigned, ss. .a Notary Public of said county and state, personally appeared WILLIAM E. SPICER known to me to be the Attorncy-in-Fact ol industrial indemnity Company the Corporation that executed the within instrument, and known to me to be the person who executed the said instrument on behalf of the Corporation therein named, and acknowledged to me that such Corporation executed the same. NOTARY PUBL.IC IY060 Jj»4 19/72) Page 7 DESIGNATION OF SUBCONTRACTOR The undersigned certifies that he has used the subbids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they i>id, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications, No change may be made in these subcontractors except upon the .prior approval of the City Council of the City of Carlsbad. ITEM OF WORK SUBCONTRACTOR ADDRESS 2._ 3. 6?t-£CT~&.lcft-L- .$<*£'T^J&e-.NJ- G<?jJV. fMfQ /fM/gCf.3 4« &Lc£i<C iJALL. *J/>y\ .Sy>n \Tf4- \Ji gTVf 5. . 6. A & L Asphalt Company dba ASPHALT SERVICE Bidder's Name Authorized Signature Type of Organization (Individual, Co-Partnership or Corporation) ASPHALT SERVICE P. 0. Box C Oceanside, California 92054 Address Page 8 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY TECHNICAL ABILITY AND EXPERIENCE (The Bidder is required to state what work of a similar character to that included in the proposed contract he has successfully performed and give reference which will enable the City Council to judge his responsibility/ experience, skill and business standing.) The undersigned submits herewith a statement of his financial respon- sibility. The undersigned submits below a statement of the work of similar character to that included in the proposed contract which he has successfully performed, / /£3. ^#3 ' /37, Signed Page 9 CONTRA'CT THIS AGREEMENT, made and entered into this I 9 tfl day of V**;,, ' $fj G> us.T / 19 7£ , by and between the City of Carlsbad, California, hereinafter designated as the City, party of the first part, and Asphalt Service Company , hereinafter designated as the Contractor, party of the second part. WITNESSETH: that the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements • hereinafter mentioned to be made and performed by the City, the Con- tractor agrees with the City to furnish all materials and labor for: Construction of street, sewer and drainage improvements in Elm Avenue from Valley Street to Donna Drive. Contract No. 1032 and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the plans and specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor and materials necessary therefor, (except such materials, if any, as in the said specifications are stipulated to be furnished by the City), and to do everything required 'by this agreement and the said ^ plans and specifications. 2. For furnishing all said materials and labor, tools and equip- ment, and doing all the work contemplated and embraced in this agreemei also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecution of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said specifications are expressly stipulated to be borne by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said plans and specifications, the City will pay and the Contractor shall receive in full compensation therefor the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the specifications, named in the bidding sheet of the proposal, as the case may be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid and hereby conditions set forth in the specifications; and the said parties for themselves, their heirs, executors, administrators, successors and r*^ assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the plans and specifications, and all amendments thereof Page 10 when approved by the parties hereto, or when required by the City in accordance with the provisions of the plans and specifications, are hereby incorporated in and made part of this agreement. 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the City Engineer, and their officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence.* IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. A& LAsphalt Company dba ASPHALT SERVICE Cont (seal) /! Title -M» Title LSBAD, CALIFORNIA AApproved Mayor ATTEST: City Clerk ( (Notarial acknowledgement of execution by all PRINCIPALS must be attached.) W TO 1945 CA (8-74) (Corporation) STATE OF CALIFORNIA t uj X u-Ia. wI COUNTY OF_ On San Diego ss. TITLE INSURANCE ANDTRUST ATICOR COMPANY August 19. 1976 State, personally appeared known to me to be the known to me to be City Clerk before me, the undersigned, a Notary Public in and for said Robert C. Frazee , Mayor and Margaret E. Adams of the corporation that executed the within Instrument, known to me to be the persons who executed the within Instrument on behalf of the corporation therein named, and acknowledged to me that such corporation executed the within instrument pursuant to its by-laws or a resolution of its board of directors. WITNESS my hand and officia.l seal. Signature OFFICIAL SEAL NORA K. GARDINER NOTARY PUBLIC-CAUF. PRINCIPAL OFFICE IN SAN DIEGO COUNTY ' V \ 1 MY COMMISSION EXPIRES JAN. 29, 1980 7 (This area for official notarial seal) STATE OF CALIFORNIA COUNTY OF San Diego On August 12, 1976 ss. before me, the undersigned, a Notary Public in and for said County and State, personally appeared C. H. LaWTenO6 , known to me to he the_President, and- John G. Aldrieh , known to me to be Secretary of the corporation that executed the within Instrument, known to me to he the persons who executed the within Instrument on behalf of the corporation therein named, and acknowledged to me that such corporation executed the within instrument pursuant to its by-laws or a resolution of its board of directors. Signature-v Joe D» Blackburn Name (Typed or Printed) Notary Public in and for said County and State FOR NOTARY SEAL OR STAMP OFFICIAL SEAL JOE D. B1ACKBURN NOTARY PUBLIC-CALIFORNIA SAN DIEGO COUNTY My Commiwton Exph»»Jun» 4, t978 Page 11 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, THAT WHEREAS, the City Council of the City of Carlsbad, State of California, by Res. No. 3976 adopted August 1, 1976 has awarded to Asphalt Service Company ___ hereinafter designated as the "Principal", a contract for: Construction of street, sewer and drainage improvements in Elm Avenue from Valley Street to Donna Drive. Contract No. 1032 in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents on file in the Office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors shall fail to pay for any materials, provisions, pro- vender or other supplies or teams used in, upon, for 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 Asphalt Service Company Contractor and as Principal, hereinafter designated as .INDUSTRIAL IWD^MTY COMPANY as Surety, are held firmly bound unto One Hundred Ninety-six Thousand the City of Carlsbad, in the sum of Eight Hundred Sixty-four ---- Dollars ($ 196,864,10 _ ) , said sum being 50 per cent of the estimated amount payable by the City of Carlsbad under the terms of the contract, 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 person or his subcontractors fail to pay for any materials, provisions, provender or other 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 thereo of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the ^ bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the court, as required by the provisions of Section 4204 of the Government Code of the State of California. Page 1 This bond shall inure to the benefit'of any and all persons, companies and corporations entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the provisions of Section 4205 of the Government Code of the State of California. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the .terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the I P- day of ^'^ — ' / 19Jkg_- dba -A3PHALX-SERV.1CE.Contractor IKDUSTR! _ -..MI-TV rnMPANYiiTRIAL INDLWiiMi 11 '-(Seal) (Seal) (Seal) State of California County of SAN DIEGO OFFICIAL SEAL MARGARET E. McCOBB NOTARY PUBLIC - CALIFORNIA PRINCIPAL OFFICE IN SAN DIEGO COUNTY My Cwnmtsskw Expires November 24,1979 On • ss. -a \\tQCsJL7gCTn tp. before me, the undersigned, Notary Public of said county and state, personally appeared _ WILLIAM E. SPICER _ , known to me to be the Attorney-in-Fact of Industrial Indemnity Company - — - - - > the Corporation that executed the within instrument, and known to me to be the person who executed the said instrument on behalf of the Corporation therein named, and acknowledged to me that such Corporation executed the same. NOTARY PUBLIC 1 Y060 R4 (9/72) STATE OF CALIFORNIA COUNTY OF San Diego August 12, 1976 ss. On AUgUSt ±4t JLV7D before me, the undersigned, a Notary Public in and for said County and State, personally appeared G. H. known to me to 1)6 the_President, and- , known to me to be Secretary of the corporation that executed the within Instrument, known to me to be the persons who executed the within Instrument on behalf of the corporation therein named, and acknowledged to me that such corporation executed the within instrument pursuant to its by-laws or a resolution of its board of directors. Signature (£Joe D. Blackburn Name (Typed or Printed) Notary Public in and for said County and State FOR NOTARY SEAL OR STAMP OFFICIAL SEAL JOf O MACKBURM NOTARY PUBUC-CAUFORNtASAN DIEGO COUNTY My Commission Expire* June 4. 1973 Page 13 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, that WHEREAS, the City Council of the City of Carlsbad, State of California, by Res. No. 3976 adopted August 1, 1976 has awarded to hereinafter designated as the "Principal", a contract for: Construction of street, sewer and drainage improvements in Elm Avenue from Valley Street to Donna Drive. Contract No. 1032 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. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the Faithful Performance of said contract; Asphalt Service CompanyNOW, THEREFORE, WE, as Principal, hereinafter designated as the "Contractor", and ivn'""r"" "''"""' " COMPANy unto the City of Carlsbad, in the sum of Dollars ($ 393,728. 20 _ j f said sum being equai to 100 per cent of the estimated amount of the contract, to be paid to. the said City or its certain attorney, its successors and assigns; 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 Principal, his or its 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 said contract and any alteration thereof made as therein provided on his or 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 and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And sa.id ^Surety, for value received, hereby stipulates and agrees that no chan "7 extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifi- Page 14 cations accompanying the same shall in any wise 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. In the event that any Principal above named executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been du Principal and Suretyabove named, on the uly ^ J-l executed by the day of A & L Asphalt Company ASPHALT SERVICE Contractor INDUSTRIAL INDEMNITY COMPANY 0. Box 80965 , California WILLIAM C. QPiCCrL Attorn!" "ZimC^L- \L MlSurety (Seal) (Seal) (Seal) STATE OF CALIFORNIA COUNTY OF San Diego August 12. 1976 ss. On AUgOSt X*, J.V7D before me, the undersigned, a Notary Public in and for said County and State, personally appeared C. H. known to me to be the_President, and- , known to me to lie Secretary of the corporation that executed the within Instrument, known to me to be the persons who executed the within Instrument on behalf of the corporation therein named, and acknowledged to me that such corporation executed the within instrument pursuant to its by-laws or a resolution of its board of directors. Signature. Joe D. Blackburn Name (Typed or Printed) Notary Public in and for said County and State FOR NOTARY SEAL OR STAMP OFFICIAL SEAL JOB 0. MACKMfflN State of Calif oml» County of SAN DIEGO OFFICIAL SEAL MARGARET E. McCOBB NOTARY PUBLIC - CALIFORNIA PRINCIPAL OFFICE IN SAN DIEGO COUNTY My Commission Expires November 24,1979 0. , before me, the undersigned, ss. .a Notary Public of said county and state, personally appeared WILLIAM E. SPfCER , ' known to me to be the Attorney-in-Fact of Industrial Indemnity Company the Corporation that executed the within instrument, and known to me to be the person who executed the said instrument on behalf of the Corporation therein named, and acknowledged to me that such Corporation executed the same. NOTARY PUBLIC 1 Y060 R4 (9/72) Page 15 CITY OF CARLSBAD Elm Avenue From Valley Street to Donna Drive Contract No. 1032 Special Provisions I. GENERAL REQUIREMENTS A. Alternate Proposals Alternate proposals for construction of Elm Avenue shall be submitted by the contractor. Alternate No. 1 will include storm drain and sanitary sewer systems from Valley Street to Monroe Street. Alternate No. 2 will not include storm drain and sanitary sev/er systems from Valley Street to Monroe Street, The City Council may award the contract on either one of the two alternate proposals. B. Work to be Done The work to be done consists of furnishing all labor, equip- ment, ludtexials and performing all operations for street, sewer and drain improvements and other appurtenant work in Elm Avenue from Valley Street to Donna Drive. C. Plans and Specifications The specifications for the work consist of the Standard Specifications of the City of Carlsbad, the 1973 edition of Standard Specifications for Public Works Construction (here- inafter designated S.S.P.W.C.) as issued by the Southern California Chapters of the American Public Works Association, and these contract documents and specifications. The construction plans consist of seven sheets designated as City of Carlsbad Drawing No. 132-4D. The standard drawings utilized for this project are City of Carlsbad drawings and .. drawings from the Regional Standard Drawings of the San Diego Area. Copies of pertinent standard drawings are enclosed with these documents. D. Construction Schedule and Time of Completion A construction schedule is to be submitted by the contractor per Section 6-1 of the S.S.P.W.C. Coordination with the re- spective utility company for removal or reloca'tion of con- flicting utilities shall be required prior to commencement of work by the contractor. The contractor shall begin work after being duly notified by an issuance of a "Notice to Proceed" and shall diligently Page 16 prosecute the work to completion within (150) consecutive calendar days from the date of receipt of said "Notice to Proceed". E. Non-Conforming Work The contractor shall remove and replace any work not con- forming to the plans or specifications upon written order by the City Engineer. Any cost caused by reason of his non- conforming work shall be borne by the contractor. F. Guarantee All work shall be guaranteed for one year after completion and any faulty work or materials discovered during the guarantee period shall be repaired or replaced promptly. G. Specifications; General The contractor, due to the magnitude of this contract, will obtain a copy of the aforementioned 1973 edition of Standard Specifications for Public Works construction and familiarize himself with the contents thereof. H. Water for Construction The contractor shall obtain a construction meter and pay all fees and deposits for water utilized during construction of this contract. The contractor shall contact the City Water Department for requirements. Compensation for water fees shall be included in the various contract unit prices and lumps sum prices of the construction work and no additional payment shall be made. II. CLEARING AND GRUBBING Clearing and grubbing shall conform to Section 300-1 of the S.S. P(.W.C. including removal of berm, salvaging of barricades, removal of 14" steel water reservoir line, removal of concrete slab in slope easement, removal of curb, gutter and sidewalk as shown on the plans and all other items included under said Section 300-1. Payment for the above work shall be included in the lump sum bid item for clearing and grubbing and no other compensation will be made. III. STREET LIGHTING Street lighting installation shall conform to Section 307 of the S.S.P.W.C. and these Special Provisions. A. Standards shall be prestressed concrete marbelite with a 30' mounting height with a two inch standard galvanized steel or Page 17 x aluminum pipe bracket for luminaire. . Hand hole to face street minimum 3" x 5" with cover plate. Type of standard to be approved by City Engineer prior to installation. The pole top shall be made of galvanized steel or cast from #214 aluminum alloy. The cover shall be secured to the pole top or bracket by a minimum of two screws. B. Luminaires shall be 4€0 watt mercury vapor lamps of the hor- izontal burning type with integral ballast and provision for individual photoelectric cell. Luminaire ballast fusing shall be as shown on Standard Drawing E-5, attached hereto. Luminaire bracket shall have a minimum five inch straight por- tion to mount a tvo inch slipfitter type luminaire. The in- terior shall be free of sharp edges or projections. Steel arms shall be made of pipe conforming to ASTM Designation A- 120-47. Aluminum arms shall be made of 6063-T6 aluminum pipe. Steel brackets shall be hot dipped galvanized. Aluminum brackets shall be furnished with no finish. C. Foundation shall conform to Section 307 of the S.S.p.W.c. to- gether with the Type I street light foundation as shown on standard drawing E-2, attached hereto. Four anchor rods for Type I street lights shall be furnished. The lower end of the rod shall be formed to produce an ell (L) bend. The upper end shall be threaded a minimum of 6" and fitted with two hex nuts per rod. Rod and nuts shall be hot dipped galvanized to A.S.T.M. Designation A 152-49. D. Pull box installation shall conform to Section 307 of the S.S. P.W.c. Pull box details shall be Type 5 as shown on stand- ard drawing E-4, attached hereto. A pull box shall be located at each light standard. However, the maximum allowable dis- tance between pull boxes shall be 200 feet. E. Conduit installation shall conform to Section 307-2.5 of the S.S.P.W.C. conduit crossing of Elm Avenue shall be perpendi- cular to the center line of street. F. Circuitry: Street lighting circuits will be 240 volt or 480 volt multiple. Other voltages may be used if 240 volt on 480 volt multiple cannot be provided by the utility. The contractor shall inform the City Engineer of the circuit voltage prior to installation of the street light system. Circuits shall be in steel or PVC conduit. Conductors shall be copper with TW insulation. Where possible, circuits shall be limited to the length which will permit 1" conduit and #8 conductors, with a voltage drop of no more than 5% at any light. If longer circuits are necessary, conductors shall be large enough to limit the voltage drop to 5%. Page 18 Pull boxes shall be installed at the base of eaqh standard, and shall contain a fuse in each underground conductor. Each light shall be individually switched by a photoelectric control on top of the luminaire. G. Service Points: The contractor shall contact the San Diego Gas & Electric Company for service point•locations. The contractor will be responsible for all fees arid requirements of said utility company. H. Payment: Compensation for the installation of street lights, all o appurtenant work and utility company fees for a street light sys- tem in Elm Avenue shall be included in the ornamental street light bid item, and no other compensation shall! be made. IV. ASPHALT CONCRETE PAVING A. Asphalt concrete paving shall conform to Section 302-5 of the S.S.P.W.C. Asphalt concrete paving viscosity grade shall be AR 400p. B. Section 302-5 is modified to require that a 3 or 3% inch thickness of the asphalt concrete pavement be placed in two courses, being 2 or 2\ inches thickness of base course and 1 inch thickness of sur- face course. Mixture of each course to be approved by the Engineer, C. The asphalt tonnage quantity in the bid proposal includes approx- imately 210 tons of concrete overlay with tack coat,- minor paving for driveway replacement and catch basin as shown on the plans. D. Tack coat where required, shall be furnished and applied as pro- vided in Section 302-5. All new asphalt concrete pavement shall be fog seal coated with asphalt emulsion as directed by the Engin- eer and as set forth in Section 37-1 of the California Division of Highways Standard Specifications. E. Payment: Compensation for asphalt concrete pavement including overlay, miscellaneous paving, tack coat and fog seal coat shall be included in the asphaltic concrete pavement bid item, and no .other compensation shall be provided. V. EXCAVATION, FILL, CONCRETE WORK, RETAINING WALLS AND OTHER STREET CONSTRUCTION ITEMS. A. Further reference is hereby made to the plans, standard drawings, and the Standard Specifications for Public Works construction for all other street construction items not modified by these special provisions. VI. CRUSHED AGGREGATE BASE A. Crushed aggregate base materials shall conform to the requirements of Section 200-2.1 through Section 200-2.2.2 of the S.S.P.W.C. B. Measurement and payment for crushed aggregate base shall conform to Section 301-2 of the S.S.P.W.C. Page 19 Sewer and Storm Drain A. General Requirements 1. Due to the excessive depth of sewer and storm drain construction, the City of Carlsbad obtained a "Soils Investigation Report", dated April 16, 1976. The report is on file in the office of the City Engineer of the City of Carlsbad. Each contractor shall be required to review the report and indicate so by date and signature on the bid proposal before submitting his bid. 2. The report contained two suggested alternatives for construction of the sewer and storm drain. However, the contractor is not limited to these two methods. The method of construction the contractor plans on using for sewer and storm drain installation shall be set forth in detail and attached to the bid proposal. 3. If the City Council awards the contract for Alternate No. 1 to the successful qualified low bidder, the contractor shall be required to submit a detailed method of construction plan for review and approval by the City Engineer. The method of construction shall meet the requirements of the State of California. Department of Industrial Relations, Division of Industrial Safety. Compensation for the requirements of Article 3 of these general requirements shall be included in the lump sum bid items for sewer and storm drain construction and no other compensation will be provided. 4. The City Engineer's approval shall be obtained by the contractor for any design change requested by the contractor to implement his method of construction, B . Special Excavation and Backfill for Sewer and Drainage Improvements 1. The S.S.P.W.C. standard specifications for excavation and backfill are hereby modified by the "Soils Investi- gation Report", dated April 16, 1976, on file in the office of the City Engineer. The contractor shall meet the requirements for excavation and backfill as Page 20 specified in said "Soils Investigation Report". C. Surveying for Sewer and Drainage Improvements 1. The contractor shall be responsible for necessary surveying to transfer surface conduit grades to the bottom of his trench. Special surveying for line and grade in the trench shall be the responsibility of the contractor. Compensation for the above described surveying shall be included in the lump sum bid items for sewer and storm drain construction and no other compensation will be provided. D. Water Line Removal and Replacement 1. If the contractor's approved method of construction requires the removal of the 14" class 150 asbestos cement water line located approximately ten feet south of the center line of Elm Avenue, he shall be responsi- ble for the removal and replacement of said water line. 2. The construction of a new 14" class 150 asbestos cement water line will be constructed in a location approved by the Engineer after completion of the storm drain and sewer construction. 3. All materials and construction methods shall meet the requirements of the City of Carlsbad water department specifications and standards. Copies of said water- line specifications are available on request at the Office of the City Engineer of the City of Carlsbad. 4. All work in connection with the removal and replacement of the 14" water line shall be coordinated with the Carlsbad Water Department. 5. Compensation for the removal and replacement of the 14" water line shall be included in the lump sum bid items for sewer and storm drain construction and no other compensation will be provided. * Page 21 VIII. Hydroseeding A' General Requirements • 1. The surface of cut and fill slopes shall be finished in such a manner to provide two to three inch grooves on a horizontal plane on the cut slopes. All fill slopes shall be left in a 'rough sheeps-foot rolled condition with pockets undisturbed. 2. The hydroseeding shall be applied in the form of a slurry consisting of Cellulose Paper Fiber, the desig- nated seedmix supplied by the_ City.__of_Carlsbad, or- gan ic~sTTabil ants , comifiercTaT" fertilisers, humectant, earthmaster egg castings, and water. When hydrauli- cally sprayed on the soil surface, the hydroseeding shall form a blotter-like matting fully covering the entire soil surface so that no soil is exposed. The matting will be impregnated uniformally with seed fertilizer, soil stabilizer, hurnectant and earthmaster eggcastings. The blotter-like matting cover of hydro- seeding materials shall allow for the absorption of moisture while also allowing for maximum circulation of air exchange to the underlying soil. 3. The contractor shall coordinate his hydroseeding operation with the City of Carlsbad. The City shall provide the seed, irrigation system and the required maintenance watering of the acceptable hydroseeded slopes. B. Materials and Application 1. The following materials and additives are specified on a per acre basis. They shall be applied via a 2,500 gallon Finn, Bowie or approved equal, Hydromul- cher. a. 2,000 pounds, Cellulose Paper Fiber b. 1,000 pounds, Earthmaster CPF (3-3-3) Organic Poultry Fertilizer or approved equal. c. 50 pounds, Terra Tack III Soil Stabilant Chemical or approved equal. d. 30 gallons, "HL-80 Humectant" (moisture absorbing chemical), or approved equal. e. Seed mixture to be supplied by the City. 2. Water thoroughly to a depth of two to three inches. (Cut slopes should be watered twice). Page 22 3. Let the slopes dry sufficiently so that the top % inches of the soil surface is dry. 4. Apply hydroseeding slurry mixture evenly to the soil surface. 5. After the preceding work has been accomplished by the contractor, the City of Carlsbad Parks Department will maintain the accepted hydroseeded slopes. C. Slurry Mixture Time Limit 1. All slurry mixture that has not been applied to the slopes within four hours after mixing will be rejected and removed from the project at the contractor's ex- pense. D. Protection Special care shall be exercised by the contractor in pre- venting slurry mixture from being sprayed or spilled onto permanent improvements. The contractor shall cleanup at his expense any restricted areas where slurry mixture has been sprayed or spilled. E. Reseeding All bare spots shall be reseeded by the contractor im- mediately, so that no soil is left exposed. F. Payment Compensation for the installation of hydroseeding and all appurtenant work shall be included in the square foot bid item for hydroseeding, and no other compensation shall be made. lj^^ \ 8CL7 SPACING AS REQUIRED FINISHED GRADE CONDUIT ANCHOR BOLTS — ..CLASS "A". PORTLAND ,'CEMEST CONCRETE 5" . CONDUIT SHOWN' FOR REFERENCE OKLY. »•• ' EACH ANCHOR BOLT SHALL BE PROVIDED WITH 2 HUTS AKD 2 WASHERS,GALYAH1ZED. ; COMPLETED INSTALLATIONS WHEREIN EtfOS OF ANCHOR BOLTS ARE EXPOSED SHALL HAVE.'; ', BOLT EHDS CUT AHD GROUND DOWN TO MAXIMUM EXPOSED LENGTH OF I/M-INCH ABOVE ANCHOR' mm. P^YEL :HARP EDGES OF BOLTS. SQUARE .FOUNDATIONS SHALL BE INSTALLED iH RON-GRANULAR CLAY SOILS, 'CIRCULAR FOUNDATIONS MAY BE INSTALLED IK COARSE GRANULAR SOIL. 'STREET LIGHTING |MAST ARMS SHALL B! . ' PERPENDICULAR TO CENTER LINE OF ROAD UNLESS OTHERWISE NOTED ON PLAN: • OR DIRECTED BY FIELD ENGINEER. W ELEVATION TYPE OF . STANDARD TYPE 1 r T%,'nr i iMIL II T v n r tit— t Y r b-.l T 1 — DIMENSIONS'- ANCHOR BOLTS (MIN.) NO.-DIAxbG.xHOOK H W - ELn AW6 • -ST.-HGHT5 5'-0" 2'-6'' SQ. -eft-fK 4-1"x36!lx^" r, n,, B'O" SO. OR ' - .' t 1..-V" -it" •y. "^ 3 '-6" 0 f , « fu 01 t'l on DP rt • /i I 1 I' v? A" vft"• *l t) / " D i>y . UH KJ '1 1 "X^O Xcf ' • • * THE TOP 8" OF ALL ANCHOR BOLTS AND ALL NUTS • ' SHALL BE GALVANIZED. *--*-TOP OF ANCHOR DOLTS FOR RESIDENTIAL CONCRETE STANDARDS SHALL BE 5/0"±l/-4" BELOV/ FINISHF.D GRADE. AND GROUTED OVER UNLESS OTHERWISE NOTED ON PL ANS. SEE STD. DVVG.E-4. ' '. 1 DATE. STREET LIGHTING FOUNDATIONS ENGINEERING DEPT.' CITY OF CARLSBAD SCALED STANDAf DV-/G. E-2 NOTES' (. GROUND ftOD MAY BE INSTALLCO IN 'ADJACENT F-ULLBOX IF AVAILABLE. • 2. The detoils shown sholl opply to both so'efy light ond traffic signal standards. 5. Ths top 8" of anchor bolts ond nuts i shol! be golvonized. • "v- GROUND ROO- ' ' • . X3/M"xO'-{)" COPPERV/ELD STEEUROO !'-D" FROM FOUNDATION APPROVED NON-METALLIC •/ CONDUIT • •STREET ILIGHT STANDARD BASE is* r—I6?o.- S/4" perforated copper strop with 1/4" holes.(TYP. BOTH DETAILS) 12x24 iiRASS MACHINE SCREY; (TYP.) GROUND WIRE 'nCTflll "fl"(BARE) IN 1/2" "°- STEF.L CONDUIT. STttL CONDUIT (TYP DETAIL "B" 1/2" RIGID STEEL CONDUIT GROUND'ROD ITYR) •STANDARD - V^ ATTACH GROUND-HI RE . »' --UNDER FOUNDATION ' " ANCHOR NUT r1i i -fcl"! h ii | e= >< i /SEE DETAIL "A APPROVED - NON-METALLIC ' CO HO Oil . •• (TYP.) Anchor rods Foundation -S'eel conduii (TYP.) CONCRETE STANDARD . (VITH APPROVED NON-METALLIC CONDUIT) CONCRETE STANDARD ' rtfUll STEEL CONDUIT). i $I \ i DATE.•• . GROUNDING OF STREET LIGHTING STANDARDS ENGINEERING DEP7.CITY OF CARLSBAD SCALE. STANDARCDWG. ' E-3 . ; MXD-OOWN BOLT /WITH HEXAGQKAL W»ASS HUTS.BRASS J-BOLT WITH I" DIA.9CNQ 2" ON TYPE 3'/z BOX OM.Y •.t'-• ^4|>" ' •; • '•': .•.' '=^jov.":m ,PRECAST REINFORCED CONCRETE •NO. 8 IRON WIRE HOOPS 7' TYPICAL CLEAN CRUSHED ROCK KiXIKUM) I t —MOLDED LETTERS .1 ' —L-t-Y PLAN STREET n lighting ~*^_J Ct n 4". ^-4 .. . ["oT^-—D—fi VZCI,ir ~' ~ \^ '^ OEF. STgEL BARS =^ 3<l00.UJ VI COVER REINFORCING FLAN TYFE 5'/2 5 A 19^ 25" 8 13" 13" C M%,' 2.V D sv; "V E IS" 23" F 10" 13" C 13" 20" H 7" L_1£!L NOTE.: FOR STREET LIGHTING INSTALLATIONS LETTERS IN COVER SHOULD READ "STREET LIGHT HIGH VOLTAGE" OMIT -KICK VOLTAGE' HOTUIOM FCU ,LC» 'VCLTAGE CIRCUITSCOMPACT EARTH UNDER ANCJ ARCUNO PULL BOX T.'l "•«•»• ACCORDANCE WITH STANDARD SPECIFICATIONS. DATE. CONCRETE PULL BOXES- FOR . STREET LIGHTING! CITY OF .CARLSBAD SCALE STANDARD DWG. E-4 FOUNDATIONS 1. Top of foundations for standards shall be level with top of curb in curbed areas or surrounding.grade in other areas. . -..".. ... 1 W LUHINAIRE .BALLAST .FUSING ' • ; Primary lines of multiple ballasts shall be provided with fused connectors. Connectors for luminaires with integral ballasts shall be installed in the' nearest pull box. Fuse ratirujs shall be as -noted: below_.__ 1 VOLTAGE | ' - ..1j Y) 120 V 3 240 V 3 480 V FOSE VOLTAGE RATING 250 V 250 V 500-600 V *FUSE CURRENT RATING MERCURY-VAPOR LAMP BALLASTS nw 3 3 ^ 3 25CH 6 3 3 40CW 700W 6 10 3 6 3 3 MJLTIPLS TO 1-ULTIPIE TRANSFORMERS 1 KVA' 15 10 6 2 KVA 25 15 6 3 KVA 30 25 10.jl : l_T_ a NOTE: • • . ' - . • I Fuses for integral, high reactance ballasts for 175-watt 1 soffit lights shall be .6-amperes on 120-volt and 3-amperes ! on 240-volt circuits. i *A11 120 V neutral disconnects, if of the fusible type, h shall be furnished with shoring bar or 30 amp fuse. 1"*,<-• FUSS RATIXGS FOR' FUSED COt^KCTORS '' '' . ^ •'• SY1-1BOLS .// CONDUIT Unless otherwise indicated, conduit shall be 1 inch. Conduit shall bo installed 18" minimum below curb grade in side- walk areas and 30" minimum below grade or finished surface in all other areas except that conduit installed within curbed dividing strips constructed on existing pavement may be laid on and secured to the pavement. Conduit runs parallel to curbs shall be placed adjacent to back of curb, except where in conflict with existing facilities. Minimum depth shall be 12 inches. Existing underground conduit to be incorporated into new systems shall be cleaned with a mandrel and blown out with compressed air. Conduit terminating in standards and pedestals shall extend 2" max. above finished top of foundation and shall slope toward the handhole. Service risers shall be teimin?.ted with a.service head and shall be sealed to prevent the entrance of water, as approved by the serving utility. • '\ PROPOS EXISTING K). A- : I standard .-"'.' Type II standard unless otherwise specified Type Jtt standard . . upright.type . . one pole er pole ting beacon, one-way • hydrant • conductor Lighting conduit pull box ox ' k DATE. •SPECIFICATIONS &~SYM30LS7 FOR .STREET LIGHTING r\r- r»-r r~ \ Ol oo A r\ SCALE STANDARD # 4 fe' G'bolli ways rB •Manhole frame and cover. Sec drawing M-2. Elev shown on plans - Rounded pipe ends See drawing D-61 — -12:1- •11" unless shown otherwise on plans 4-#4 around pipe Slope floor 12:1 towards outlet L Elev shown on plans t SECTION A-A 4-#4 around opening SECTION B-B PLAN NOTES 1. See Standard Drawing 0-11 for additional notes and details. 2. When V exceeds 4' steps shall be installed. See Standard Drawing D-11 for details. 3. Exposed edges of concrete shall be rounded with a radius of 1/2". 4. Openings on both sides unless otherwise shown on plans. 5. Maintain 1 1/2" clear spacing between reinforcing and surface. Revision'By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING CATCH BASIN - TYPE F RLCOMMINIHO BY 1HI SAN DILCO RICIONAL S1ANUAHOS COMMIT!!) DRAWING NUMBER bars placed diagonally Manhole frame and cover see drawing M-1 or M-2 PLAN For step detail, see drawing D-11 Bend Down 15" (Typ) Rounded pipe ends see drawing D-61 Elev. shown on plans. TYPE B5 B6 B7 B8 BS PIPE DIA up to 51" 54" to 60" 63" to 69" 72" to 81" 84" to 90" X 4' 4' 4' 4' 4' Y 5' 6' 7' 8' 9' Z 5' 6' 7' 8' 9' Bend Down 15" (Typ) NOTES 1. See Standard Drawing D-11 for additional notes and details. 2. All joints shall be set in Class C mortar. 3. All precast components shall be reinforced with 1/4" diameter sieei wound spirally on 4" centers. 4. Maintain 1 1/2" clear spacing between reinforcing and surface. 5. Concrete base shall be 564 - C - 3000. 6. Exposed edges of concrete shall be rounded with a radius of 1/2". 4 - # 4 around pipe Slope floor 12:1 towards outlet STEPS i»o SECTION A-A RECOMMENDED BY THE SAN DICGO REGIONAL STANDARDS COMMITTEE B.C I I380J DRAWING NUMBER D-10 SAN DIEGO REGIONAL STANDARD DRAWING STORM DRAIN CLEANOUT - TYPE B Revision By Approved Date H . >- h > _ 1 *- ' Vertical reinforcing # 4 @ 18" max., for horizontal reinforcing, see table. — 1 1/2" clearance typical , . . 2" Typical —-*• i ' • '1 •1TYPICAL BOX SECTION 10" 14" 3/4" i steel bars, hot dipped galvanized STEP DETAIL BOX SECTION REINFORCEMENT MAXIMUM SPAN ' X 01 Y 3'--0" to 4'-0" 4'- 1" 10 7' -0" 7'-1" to B'-O" 3' - 0" to 4' - 0" 4'-1" to 5'-0"| 5'-1" to G'-O" G'-1" to 8'-0" 3' - 0" to 4' • 0" 4'-1" to 5' - 0" 5'-1" to G'-O" 6'-1" to 8'-0" 3' - 0" to 4' - 0" 4'-1" to 5'-0" 5'-1" to 6'-0" 6'-1" to 7'-0" 7' • 1" to 8' • 0" 3'-0" to 4'-0" 4'-1" to 5'-0" 5'-T' to 6' - 0" 6'-1" to 7'-0" 7'-1" to 8'-0" 3' - 0" to 4' - 0" 4'-1" to 5'-0" 5* 1 " * - *•»' H"• I tu u • u 6' - 1" to T • 0" 7'-1" to 8'-0" DEPTH V 4'- 0" 4'- 1" to 8'- 0" C' - 1" to 12' • 0" 12'- 1" to 16'- 0" 16'- 1" to 20'- 0" 20' - 1" to 24' 0" THICK- NESS T 6" 6" 6" - 6" 6" 6" 6" 6" 8" 8" 8" 6" 8" 8" 8" 8" 8" 10" 10" 10" 10" 8" 10" . iQ." .. 10" 12" HOP. & FLR. RFINF. ti 4 & 18" # 4 <5> 12" H 4 @ 8" # 4 @ 18" # 4 <5> 12" ft 4 &> 8" # 4 @ 6" # 4 <a 15" # 4 @ 12" // 4 @ g" # 4 @ 6" # 4 @ 12" # 4 e> 12" )? 4 @> 8" ? 4 @ 6 ' i" 5 (a 8" * 4 @ 12" i- 4 @ 12" # 4 @> 8" # 4 @ 6" # 5 @ 8" # 4 @ 12" # 4 @ 12" i?' 4 (?) 8" i"'.f ~4 feV" g»— j # 5 @ 8" 1 NOTES 1. Concrete shall be 564 - C • 3000 unless otherwise noted. 2. Reinforcing steel shall comply with this drawing unless otherwise specified. 3. Reinforcing steel shall be intermediate grade deformed bars conforming to latest ASTM specifications. 4. Bends shall be in accordance with latest ACI code. 5. Minimum splice length for reinforcing shall be.30 diameters. 6. Floor shall have a wood trowel finish and, except where used as junction boxes, shall have a.minimum- slope of 1" per foot toward the outlet. 7. Depth V is measured from the top of the structure to the flowline of the box. 8. Wall thickness and reinforcing steel required may be decreased in accordance with table above. 9. Wall thickness shall be stepped on the outside of the box. 10. When the structure depth V exceeds 4', steps shall be cast into the wall at 15 inch intervals from 15" above floor to within 12 inches of top of structure. Where possible place steps in wall without pipe opening, otherwise over opening of smallest diameter. Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING INLETS AND CLEANOUTS NOTES AND DETAILS KtCOMMlNOtn BY Hit SAN OlfCO RIGIONAl STANDARDS COMMlim 0«e DRAWING NUMBER D-11 • k;-/" ~r~r^ • ci: o>c13 £Oio.o du > ci— B . -T « - ^ • itir y * s s s *? / »r—'.*• ~ »'^v « ;. - : <'-'.- . 'B A"^n ^ TJ• • • i r A^S-J -^ PLAN .5_i O3 •5o — — — ' ^____- — =] B FT I_j V- Gutter \ / •*•*•.. ••*••"'SECTION ' — IU^c: LJ *£nC5 -i^A /^ "' n<iu|u-' Weakened Plane Joint — 1'4 ^ — Gutter . , ^~£ • — 'v-v^ 1 o \u 1 ' * 1 ( m'n sl6 .J '••f-lJ.! SECTION B-B . . - SE X 3" 4" G" \PPROVED DRAI PIPE SIZES 6" to 8" CURB ff 8" CURB F/ 10" CURB ff • M . ^CE ^CE ^CE S cr 'E 2 Sidewalk—/rs, /\ '•"*'• 'h-« ''•'*' *•« ••;•''*:'.'.•••^. . •*. • : .' ACTION A-A euc ^ . c, >~ .Er ~CU . nO. *- 0 =(£ ° r — \^ Ji Vvy KI K^^7 "K>^ y - 32' _ NOTES Drajn shall not occupy 1. Pipe shall be one continuous length from property line to curb line. ^ hajchotj area 2. Multiple pipes to be set a minimum distance of D/2 apart. 3. Concrete shall be G17-C-2500. . BLOCK CORNER 4. Pipe shall be circular asbestos cement. Revision By ftapproved Date SAN DIEGO REGIONAL STANDARD DRAWING SIDEWALK UNDERDRAIN PIPE niCOMMlNOfn BY 1HL SAN OK GO RLGIUNAL SIANOAROS COUMIIICl (t&*/tf &*{£»*/" <&/-C. /ffS Cooidiruloi R.C(. 13807 Out DRAWING n O7NUMBER U-Z/ r l 1/2" except where elevations shown indicate otherwise. TYPE G & H CURB NOTES: 1. Concrete shall be 517 - C - 2500. 2. See Standard Drawing G-1 Of or joint details. TYPE W 24" H 30" 1.61 *AREA SQ. FT. 1.34 with 6" Curb Face RECOMMENDED BY THE SAN OIEGO REGIONAL STANDARDS COMMITTEE Co«r*M1o> R.C E. I980J Dm DRAWING NUMBER G-2 SAN DIEGO REGIONAL STANDARD DRAWING CURB AND GUTTER - COMBINED Revision By Approved Date Expansion Joint filler material • 1/4" R v>. ...-^ ^\\\\\\>•;:.v ^...g U— 1/2" 1/4" R # 4 x 22" Bar x 30" C.C. EXPANSION JOINT CONTACT JOINT -1/4" R >•' •'.•.'•'•"?•" > -,>v-X. ' *: i' ^. •."•.".- 7 / — rreiormeo joini TNI / Iy-t-v?^-""" "%i •5 '" —1/4" • ^••.•- . . /;> > >":f; ...t >•;" ".-"* • *• . • -* * • l:?'"~ 1_J.•n..,. —I -3/16" WEAKENED PLANE JOINT PAVEMENT WEAKENED PLANE JOINT SIDEWALK -1/4" R ^••'••^.*I fcAA r JJ s CM ^. ''< KEYED JOINT RECOMMENDED BY THE SAN D'EGO REGIOHAL STANDARDS COMMITTEE R.C.E 19801 DRAWING NUMBER G-10 SAN DIEGO REGIONAL STANDARD QRAWING CONCRETE JOINT DETAiLS Revision By Approved Date finished surface 26 1/2" dia. 24 1/2" dia. 22" dia.1/4" 3 1/2" 0 /WVi " ; * LYS "l~iVA -1 I L 2' 23 3/4" - 6 3/4" 1 ti/ 'v' 1" R •*^' dia" . 1 dia. r— iv\ -*» 1/4" 3 1/2" MANHOLE COVER FRAME CAST IRON WT. 175 LB. DETAIL 1" finished smface JL 1/4" I 3/4"! 31/2' |3/4"L1/4"|— M h»-H H«— 23 1/2" dia.— 1/4 MANHOLE COVER CAST IRON WT. 155 LB. ® NOTES 1. Frame and cover shall be cast iron. 2. Weights: Frame 175 Ibs. Cover 155 Ibs. FOR Sewer Projects Storm Drain Projects Water Projects MARK Sewer Storm Drain Water Revision BY Approved Date SAN DIEGO REGIONAL STANDARD DRAWING 24" MANHOLE FRAME AND COVER HEAVY DUTY RECOMMENDED BY TH6 SAN DIEGO REGIONAL STANDARDS COMMITTEE Cooidiiutoi R.C.E. 19807 Din DRAWING NUMBER 3/4" radius lug slot in both sides of rim 3/4" dia. pick hole Open position mark, 1/8" deep groove in both .' sides of rim and cover '*'f"x 1" diamond mat, 1/8" deep 1/16" <~1 -—1/8" \ (AGENCY) STORM DRAIN^,. n/4"\ 15" TOP OF FRAME & COVER exposed surfaces' ri i22" dia. clear opening ' Letters 1" high, no other inscription to appear on SECTION THROUGH RIM 23 5/8" outside dia. of cover SECTION THROUGH FRAME & COVER SECTION THROUGH LUG finished surface I/////////same angle throughout -/-\ ' \/ /;' ' ' Outline where rib joins rim Outline where ribs. 3/8 join—^ \—O 3/8" J fc]- 3/8" Lug, both sides 5/8" R BOTTOM OF COVER NOTES 1. Frame and cover shall be cast iron. 2. Frame and cover for use in non-traffic area only. 3. Weights: Frame 30 Ibs Cover 100 Ibs SECTION THROUGH RIB AT MID RADIUS FOR Sewer Projects Storm Drain Projects Water Projects MARK Sewer Storm Drain Water Rt COMHt NDf D BY THf SAN OlfCO RtCIONAL S1ANDAROS COMMITTEE It.C.i. 1MO' Out DRAWING NUMBER M-2 SAN DIEGO REGIONAL STANDARD DRAWING 24" MANHOLE FRAME AND COVER LIGHT DUTY Revision By Approved Date Frame or outer cover- lifting hole DETAIL PLAN Two locning screws per manhole cover Drill and tap hole, install 5/8"x 1 1/2" stainless steel, hexagons! socket head cap screw (2 required), Unified National Coarse Thread - 11 per inch — with 1 1/2" O.D. x 11/16" I.D. x .078" thick stainless steel washer. Use 18-8 stainless steel, A.S.T.M. Standard Specification A-276,Type 300 series.- NOTE For manhole frame and cover details, see Standard Drawing M-1 (single cover). si 5/8" dia. hole\\\\\\\ MV1ANHOLE COVER Dashed line indicates outline of outer cover when two concentric covers are to be used. NOTE For manhole frame and two concentric covers, see detailed Standard Drawing M-3. SECTION A-A RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE CM>*«IIOC RC.E. 1980) Uin DRAWING NUMBER M-4 SAN DIEGO REGIONAL STANDARD DRAWING MANHOLE COVER LOCKING DEVICE Revision BY Approved Date 24" min -6" thick grout pad PLAN-IN UNPAVED AREA NOTE Slope nirf?ce of grout pad to rfrgin away from covsr, and to meet existing grade. 2" min 14" 1/4" C.I. RISER RING Grout around box- C.I. Frame Brick support all around on 2" sand base. 564 - C - 3000 concrete TYPICAL MONUMENT SECTION IN PAVED AREA NOTES 1. Cover and frame to be cast integrally with pipe box. 2. Monument base may be cast in place or precast. 3. Form and taper exposed upper 6" of cast in place base to a top diameter of 5". 4. Monument marker shall be the size and type as specified by the Agency. RECOMMENDED 'v THE SAX DIEGO REGIONAL STANDARDS COMMITTEE act. DRAWING NUMBER M-10 SAN DIEGO REGIONAL STANDARD DRAWING STREET SURVEY MONUMENT Revision By Approved Date SECTION B-B Road Surface Manhole Frame and Cover, see drawing M-1. • Level • SECTION A-A NOTE: Notch as necessary -Concrete Encasement or Backfill HALF SECTION SHALLOW MANHOLE * Either Concentric or Eccentric Cone may be used. SECTION C-C \^1>'»A 2/3 Inside dia of Pipe ~T 3/4" Round Wrought Iron Bar y ^ STEP DETAiL j for 2' dia. rings, 3 1/2' for 4' dia. rings. NOTES 1. Manhole frame and all joints shall be set in Class "C" mortar. 2. All precast components shall be manufactured in accordance with ASTM C-478 except step spacing. 3. Vertical wall of cone shall be en the upstream side cf the manhole. 4. Concrete basa shall be 564-C-3009. 5. Approved water stop required for plastic pipe connections. 6. Flexible pipe joints shall be required within 12" of inside face of manhole. w CQIOTEACT Revision By Approved Date SAN REGIONAL STANDARD DRAWING MANHOLE - 4' DIAMETER (FOR 21" MAX. DIA. PIPE) RECOMMENDED IY THE SAN DIECO REGIONAL STANDARDS COMMITTEE CwnhnMR R.C.E. IS*!? DRAWING NUMBER S-1 N o Trench Width 6" mimum • 8" maximum 4" to 18" pipe 470 - C - 2000 Concrete Concrete Block SECTION. »<i*M«tCOMHfNDtD BY THE SAN DIEGO RCGIONAl STANDARDS COMUintl DRAWING NUMBER SAN DIEGO REGIONAL STANDARD DRAWING CONCRETE CRADLE Revision BY Approved Date \in" I -Concrete Block SECTION 6" minimum - 8" maximum 4" to 18" pipe Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING CONCRETE ENCASEMENT RECOMMENDED (Y THE SAN CIEGO REGIONAL STANDARDS COMMITTEE e. /J75 Uo.d~.to. R.C.E. IN87 DRAWING NUMBER S-7 »CE DETAIL A- til DETAIL 0- THE LCKOilurxxJo. DIUIMAOC - SMALL t>c MOT 1.1.;.} THAN z x COT SLOPE DETAIL A TYPICAL PAVED BROW DITCH TYPICAL • CUT SLOPE ALL FILL UUST CE COUPtCTEO TO A MINIUUM OF 90%OF THE LfiXlliUM OEHSITY WITH THE EXCEPIOK OF THEOUTER C' OF THE SLOPE SURFACE WHICH HAY OF.GRID fiOLLEO TO OS% OEHSITY. SEE DETAIL B CEKCHES REOOIRED FORHATuhAX GKOUNO SLOPEGREATER TH/.I. 5:1 30' SLOPED \ c ^ JL MINIMUM "BEMCH V/ -* /•— -FILL SLOPE DETAIL C TYPICAL CERM AT TOP OF ALL FILL 4LOPES TYPICAL FILL SLOPE MINIMUM H IH FEET 0 10 1 1 - 30 31 and Over a 3' (H/2)' 15' b 0' 3' 3' e 3' (H/2)' 15' tf 5' . 7' . 10' THE" LOHCITUOIKAL DftAJNAOE SCOPESHALL BE NOT LESS THAN Z % CUT OR FILL SLOPC 'mln. depth '•••Reinforced Co nereis Povtng SETBACKS "6UHITE OR 5' CONCRETE ItL 8) DETAIL B TYMCAL TER»UCE OKAIM KOTE: ALL SLOCE sunrACts TOMOTECTtD BIT »^CROSIOW CONTROL DATE/-/?1- UTYLKGINTiER GRADING OF SLOPES AND REQUIRED SETBACKS ENGINEERING DEPT. CITY OF CARLSBAD STANDARD DWG.