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.