Loading...
HomeMy WebLinkAboutJoe Openshaw and Son; 1978-07-21; 1047CITY OF CARLSBAD SAN DIEGO COUNTY "" California CONTRACT DOCUMENTS & SPECIFICATIONS • . . FOR V ..' . i CONSTRUCTION OF WATERLINE IMPROVEMENTS AT THE ELM RESERVOIR AND IN AN EASEMENT FROM PARK DRIVE EASTERLY TO EL CAMINO REAL Contract No. 1047 May, 1978 TABLE OF C O N T EN T S 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 AND1 MATERIALS 13 BOND FOR FAITHFUL PERFORMANCE . # • . 15 SPECIAL PROVISIONS Page 1 CITY OP CARLSBAD, CALIFORNIA ' NOTICE INVITING BIDS - . -t/"- . • ••-•'. v SEALED BIDS wo.ll be received at the Office of the City'-Clerk, City Hall, 1200 Elm Avenue, Carlsbad, California, until 3sOO p.m. on the 24th clay of May » ^3&» at which time they will be open- ed and read, for performing the work as follows*- -— CONSTRUCTION OF WATERLINE IMPROVEMENTS AT THE ELM RESERVOIR MID IN AN EASEMENT FROM PARK DRIVE EASTERLY TO EL CAMINO REAL^ _ „ :^,_ CONTRACT NO. 1047 ~ -- -^~"---' ^ Said work shall be performed in strict ce«f«rjBiSgfwirith tJie specifi——«^ cations therefor as approved by the City Council-of -the City of Carlsbad on file in the, Engineering...Dep^a^fcRtenl^.,.^Reference is here-?,_^ by made to said specifications for full particulaxs and descriptionf. • .. . *••...,,-;., -.. ..-^,---~^^^-^-^~^^^i»^3^^^'^'iK^^ttLs^^ ~-.-]ff'5r*i^ifffl^-"*?p^^ - -• — —---•. "" --,-*/^ssiof said work. •- - -•- •"- - ----- ---*-—^«.i-^—•— ~ ...... No bid will be received unless it is made on a psroposal form fur- nished by the Engineering Department. Each bid traast be accompanied by cash, certified check or bidder's bond made payable tso the City . of Carlsbad for an amount equal to at least "ten percent of the amount bid. Such guaranty to be forfeited jshould the bidder to whom the contract is awarded fail 1:o" furnish^the'^regtiiT^-iixmds mad to enter- into a contract with the City within,,the period sof 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, 4 & 5 r^ 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 $20,000.00 " ^- ' " '"•" .......... '•""""• '" ................ "" JTC1UU 4. . / ' - * " ' '• Plans, Special Pr >visions and Contract Documents may be obtained at the Engineering Department, City Hall, Carlsbad, t California, at no cost to licensed contractors. A nbn refundable charge of NONE ____ . will be required fox* 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 May 18, 1978 . The general prevailing rate of wages for each craft or type of work-- man needed to execute the contract shall be those as determined by the Director of Industrial Relations pursuant to the State of California Labor Code, Part 7, Chapter lr Article 2, Sections 1770, 1773 and 1773.1. ,^ ,s=^ Pursuant to Section 1733.2 of said Labor Code, a current copy of applicable wage rates are on file in th,e Office of the City Clerk of the City of Carlsbad. 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. 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 xrork 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 for any work or labor of any kind done thereon. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 5397 adopted on May 2, , 19 78 . DATED 3. /?7f /HAlGAM&T E. ADAMS, (City Clerk W- Page 3 • C-I TY OF CARLSBAD i CONTRACT NO. 1047 JV ~~ CONSTRUCTION OF WATERLINE IMPROVEMENTS AT THE ELM RESERVOIR AND IN AN EASEMENT FROM PARK DRIVE EASTERLY TO EL CAMINO REAL PROPOSAL To the City Council City of Carlsbad 1200 Elm Avenue Carlsbad, California Gentlemen: 92008 The undersigned declares that he has carefully examined the location of the work, read the Notice Inviting Bids, examined the plans and specifications, and hereby proposes to furnish all labor, materials, equipment, transportation and services required to do all the work to complete Contract No. 1047 in accordance with the plans, the specifications of the City of Carlsbad, and the special provisions, and that he will take in full payment therefor the following unit prices for each item complete, to wit: . Approximate Quantity & Unit Article with Unit Price or Lump Sum Written in Words Unit Price TOTAL 687 Lin. Ft'.Furnish materials and install 8" class 150 asbestos cement water- line including bends, thrust blocks, trenching and backfill ,cbmplete in place at 2.1 each Dollars and per Lineal Foot Cents Furnish materials and install 1" manual air release assembly with guard posts complete.in place at Dollars and Each" Cents Page 3a Ite"n Approximate Article with unit price or .' ... Unit Cj Quantity & Unit lump sum written in words -.-,.'' Price TOTAL 1 each Furnish materials and install fire hydrant assembly including tee, 6" gate valve, thrust blocks and appurtenances j:omplete place at Dollars and A&Q Cents Each 4. Lump Sum Furnish materials and construct all thrust blocks at the Elm Reservoir.site per sheet 3 complete in place at Dollars I and Afo ' Cents per Lump Sum e City of Carlsbad will furnish all materials for the following bid items. The Contractor install the bid items complete in place: . - 5. 88 Lin. Ft. ' Install 12" Class 150 asbestos cement water!ine including bends, manual air vents, blowoffs, connections, trenching and backfill complete in place at • Dollars and . AJo 'Cents per Lineal Foot 6. 10 Lin. Ft. Install 12" cement lined and coated 10 gauge steel waterline including bends, connection, painting, trenching, and backfill complete in place at -. I . • ~~7///KT/ ^-fefel f Dollars' ! '• ' and A/& Centsiper Lineal Foot 7.41 Page 3b L£em t Approximate Quantity & Unit Article with unit price or lump sum written in words Unit Price TOTAL 7,1 each Install altitude valve vault, altitude valve, piping, fittings, couplings, supports, pressure^ sensing line, reducers, valves,' gauges, conduit, ladder, vent, sump and all other appurtenances as shown on Sheet 3 of the plans, including excavation, gravel base, and backfill complete in place at and Each Dollars - £>£> TOTAL BID ITEMS 1 through 7 (in figures) 3TAL BID.ITEMS 1 through 7 (in words) C . 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 "liscrepmicy 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 Council 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," 3>2.&£>£3r2-> Identification _ ^ _ . :. « iThe 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 (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. ' .Phone Number Date Bidder /s Address Page 5 Bidder ' s Name Signature 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: BOND-NUMBER 2681*636 BIDDER'S BOND TO ACCOMPANY PROPOSAL Page 6 KNOW ALL MEN BY THESE PRESENTS, • That we, i A? ^feM&^Kj and American Fidelity Fire Ins., Co. , as Principal, , as Surety, are held and firmly bound unto the City of Carlsbad, California, in the sum of Two thousand ' ' five hundred and no/100 Dollars ($ 2,500.00 ) , lawful money of " * 4 the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH: That if the proposal of the above-bounden principal for: CONSTRUCTION OF WATERLINE IMPROVEMENTS AT THE ELM RESERVOIR AND IN AN EASEMENT FROM PARK DRIVE EASTERLY TO EL CAMINO REAL. CONTRACT NO. 1047 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 hsrein. 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 day of Corporate Seal (if corporation) (Attach Acknowledgement of Attorney in Fact) American Fidelity Fire Ins., Co. Title Attorney-in-Fact (Notarial acknowledgement of execution by all PRINCIPALS and SURETY must be attached.) . . ' AMERICAN FIDELITY FIRE INSURANCE COMPANY WOODBURY, NEW YORK•'. " ; *;**•j r . • . . POWER OF ATTORNEY$ '< American Fidelity Fire Insurance Company, a n/»»t «*"fv—V~* ""»«!"—ST^"""* "" "«""">"y, State of New York, pursuant to the followingBoard of Directors of the said Company on the 18th day of February, 1969. to wit; "The President, or any Vice-President, or other officer designated . '%, severally, to make execute and deliver a power of attorney constitut ?v~ . as such officers may select from time to time," does hereby make, con ••'••'"'•* GARY R. PETERSON of LOS its true and lawful attomey(s)-in-fact, with full power and authorit execute, acknowledge and deliver in its behalf, and as its act and de« Any and all bonds and undertakings in an amount not exceeding company, in its business and in accordance with its charter, and to 1 and all of the acts of said Attomey-in-Fact, pursuant to these presents, IN WITNESSWHEREOF, the American Fidelity Fire Insurance Compand/or Vice-President, and its Corporate Seal to be affixed. Corporation in the State of resolution, adopted by the«um»«q oy me State of New York) > ss. , ' County of Nassau ) ,(. On this 24th day of January, 1977, before the subscriber, a Notai of Nassau duly commissioned and qualified, came Luther H. Williams personally known to be the individual and officer described herein, ai edged the execution of the same, and being by me duly sworn, deposed and that the seal affixed to the preceding instrument is the Corporate signature as an officer were duly affixed and subscribed to the said in. oration, and that the resolution of said Company, referred to in the pre< Jl ..»* XI t> *. - • .-..- • . IN TESTIMONY WHEREOF, I have hereunto set my hand, and aand year above written. ,:,• - •' fff. of New York County of Nassau ? ' ss. CERTIFICAT1 I, the undersigned, Assistant Secretary of AMERICAN FIDELITY I the State of New York, DO HEREBY CERTIFY that the foregoing and remains in full force and has not been revoked; and furthermore, that toe Certificate of Authority, are now in force. Signed and Sealed at the said Company, at Woodbury, New York, dated r M5SIMI•*it ,001 1C JO : ->.3o io*c ,- ! CO 1 2CO t.? v.: i --. •;' c ^2: <C JOE O^GNSHAW i SONS BALANCE SHEET UNAUDITED MARCH 31, 1076 ASSETS fTi'i ' T CA3H CASH .iN 3A ACCOUNTS R T?~Ai_ w/c ASSETS EQUIPMENT «. PIXTURFS MAC;-«!»«5F?Y S iOUIPMENT 27,457.04- 82,787,18 2,000.00 2,669.13 1,229.00 74,035,00 24,063.60 4 EQUIP P/.'----.;:;LL DEDUCT I c\'S T'l'TAL CURPt~\T LIAL? :-••'; or LC f.-> THRM L Eb -"' '-•'*'.) i.-.i^G—TEK'-S ,M ./>"•"••' •_'':>''- TOTAL LO-: LIABILITIES t EQUITY 248.29 45,474.36- R" OEr:T 60,005.19 51,160*40 111,185.59 243,29 45,474,36* 45,226.07. bt-. I. LI '->'"' ECU I TV ?.,000.00- 1,657,15 65,959.52- 111•185,59- COPY AUDITED ?3Y Uf, AND ACCORDINGLY WE 00 NOT EXPRESS ACCOMPANYING NOTES ARE AN INTEGRAL PART OF THIS 5/04/78 Page 7 i "' DESIGNATION OF SUBCONTRACTOR The undersigned certifins 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 bid, 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 1. 2. ' . . ;. - ' _, . 3. . 4. 5. 6. c Signature \ tiiType of Organization (Individual, CorPartnership or Corporation) Mdress -veoaa •c RECEIVED MAY 3 J 1978 GITY OF CARLSBAD Englrfeerlng Department; 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. W.*. S\jcam ConsVvifVIon Co. (gcn.-vnfy &xV.f)ns\n^l\\ic\£QrArrbHaSag.ljf\, ^Qmo\ Cf\\ e-~l^^^ . W.p. . ^^aT^.VoocC . ., Page 9- ££N T R.ACT_ * . . • • * ^kTHIS AGREEMENT, made and entered into this ^2-F" day- of-*-\ • ~ m •* 7% ' • ", 19 * f by and between the City of Carlsbadr . California, hereinafter designated as the City, party of the first; part, and Joe Openshaw & Son ^f hereinafter designated as the Contractor, party of the second part^- WITNESSETRr 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 Coit— tractor agrees with the City to furnish all materials and labor forrt CONSTRUCTION OF WATERLINE IMPROVEMENTS AT THE ELM RESERVOIR AND IN AN EASEMENT FROM PARK DRIVE EASTERLY TO EL CAMINO REAL.- - CONTRACT NO. 1047* and to perform and complete in a good and workmanlike manner all ther: .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 anyr as in the said specifications are stipulated to be furnished by the- • City)r 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 agreement* 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 Cityr 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. • o * • . 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 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.,, Joe Openshaw & Son (seal) Title by- Title CITY OF^GARLSBAD, CALIFORNIAj^"*"^ ,X y — - •" by /^f^W<^^Cx Mayor Approved as to formr-ATTESTS City Attorney City Clerk (Notarial acknowledgement of execution by all PRINCIPALS must be attached.) •APPROVED AS TO FORM'. ' VINCENT F.B10NDO, JR:,City Attorney ' . '* • ' - Paul S. Cook, Assistant STATE OF CALIFORNIA >. COUNT,Y OF, T ,re me, the undersigned, a Notary Public in and for < ~ known to me_lo^be the pef*5ru2) whose name, subscribed So—Tne wfthirXTbitrument and ackno\j^Te/iged to me )OFFICIAL SEAL STANLEY P. ARMSTRONG NOTARY PUBLIC - CALIFORNIA SAN DIEGO COUNTY My ccmm. expires APR 23, 1982 Name (T^ped or Printed)(This area for official notarial seal) 1CUTED IN FOUR COPIES BOND NUMBER 2681+786 ' • LABOR AND MATERIAL BOND. ' , fOW ALL MEN B\ THESE PRESENTS, THAT -•' Un|.(j|{|)|/\L WHEREAS, the City Council of the City of Carlsbad, State o£. jlifornia, by Res. No. 5436 adopted June 7. 1978 g awarded to Joe Openshaw & Son r ireinafter designated as the "Principal", a contract for: fISTRUCTION OF WATERLINE IMPROVEMENTS AT THE ELM RESERVOIR AND IN AN EASEMENT 0M PARK DRIVE EASTERLY TO EL CAMINO REAL. HTRACT No. 1047 i the City of Carlsbad, in strict conformity with the drawings and" Deifications and other contract documents on file in the Office 'of: ,e City Clerk. WHEREAS, said Principal has executed or is about to execute saidr~. intract and the terras thereof, require the furnishing of a bond with.- jid-contract, providing that if said Principal or any of his or its ^contractors shall fail to pay for any materials, provisions/ pro— . fnder or other supplies or teams used in, upon, for or about the irformance of the work agreed to be done, or for any work or labor ,jie thereon of any kind, the Surety .on this bond will pay the same-- , the extent hereinafter set forth: . .• NOW, THEREFORE, WE Joe Openshaw & Son . as Principal, hereinafter designated" as- ptractor and American Fidelity Fire Insurance Company as Surety, are held firmly bound unto- Nine Thousand Two Hundred Sixty e City of Carlsbad, in the sum of Four and 75/100 Dollars o2 6 4.75 ) , said sum being 50 per cent of the estimated amount yable by the City of Carlsbad under the terms of the contract,- for ich payment well and truly to be made we bind ourselves, our heirs, ecutors and administrators, successors, or assigns, jointly and verally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or p subcontractors fail to pay for any materials, provisions, provender other supplies, or teams used in, upon, for or about the performance : the work contracted to be done, or for any other work or labor thereon ! any kind, or for amounts due under the Unemployment Insurance Code th respect to such work or labor, that the Surety or Sureties will y for the same, in an amount not exceeding the sum specified in the pd, and also, in case suit is brought upon the bond, a reasonable 'torney's fee, to be fixed by the court, as required by the provisions Section 4204 of the Government Code of the State of California. r Page 1Z |iis bond shall inure to the benefit of any and all persons, companies M corporations entitled to file claims under Section 1192.1 of the Me of Civil Procedure so as to give a right of action to them or • heir assigns jn any suit brought upon this bond, as required by the- Lvis'ions of Section 4205 of the Government Code of the State o£ jilifornia. - ' '' ' i the said Surety, for value received, hereby stipulates and agrees iat no change, extension of time, alterations or additions to the:-. 3rms of the contract or to the work to be performed thereunder or ie specifications accompanying the same shall.in any wise affect ;s obligations on this bond, and it does hereby waive notice of 7y such change, extension of time., alterations or additions to the? 3rms of the Contract or to the work or to the specifications"- i the event that any principal above named executed this bond as an. Dividual, it is agreed that the death of any such Principal shalL. exonerate the Surety from its obligations under this bond- WITNESS WHEREOF, this instrument has been duly executed by the. rincipal and Surety above named, on the ggth day of june ' / 19 78 . . Contractor AmericaD-Jidelity Fire Ins., Co. By /, . Peterson, Attorney-in-Fact (Seal) (Seal) (Seal) STATE OF CALIFORNIA County of LOS ANGELES On this day of in the year 19 before me, a Notary Public in and for the County and State aforesaid personally appeared GARY R. PETERSON known to me to be the person whose name is subscribed to the within instrument and known to me to be the Attorney-in-Fact of AMERICAN FIDELITY FIRE INSURANCE COMPANY, and acknowledged to me that he subscribed the name of the said Company thereto as Surety, and his own name as Attorney-in-Fact. OFFICIAL SEAL I M. J. DIXON I NOTARY F'JBLIC CALIFORNIA f PP;NC:~AL OFFICE IN i LOS ANGELES COUNTY | | My Commission Expires October 21, 1979 I - A&fo- 346 GP (1/8) •5CUTED IN FOUR COPIES BOND NUMBER • 268UT86 PERFORMANCE BOND ORIGINALHOW ALL MEN BY THESE PRESENTS, that _• ... - WHEREAS, the City Council of the City of Carlsbad, State of ialifornia, by Res. No. 54-^ adopted June 7, 1978 • ^s awarded to Joe Openshaw & Son —<^- i ..... lereinafter designated as the "Principal", a contract for: INSTRUCTION OF WATERLINE IMPROVEMENTS AT THE ELM RESERVOIR AND IN AN EASEMENT, - (OM PARK DRIVE EASTERLY TO EL CAMIHO REAL. )NTRACT NO. 1047 the City of Carlsbad, in strict conformity with the drawings and >ecifications and other contract documents now on file in the Office • the City Clerk of the City of Carlsbad. I WHEREAS, said Principal has executed or is about to execute said jntract and the terms thereof require the furnishing of a bond for" Faithful Performance of said contract; . • • NOW, THEREFORE, WE, Joe Openshaw & Son ' ' as Principal, hereinafter designated as. ie "Contractor", and American Fidelity Fire Insurance Company t . ' • .. as Surety, are held and firmly bound- ito the City of Carlsbad, in the sum of Eighteen Thousand Five Hundred Twenty ie and 50/100 )llars ($ 18,529.50' ), said sum being equal to 100 per cent of e estimated amount of the contract, to be paid to the said City or s certain attorney, its successors and assigns;'for which payment, 11 and truly to be made, we bind ourselves, our heirs, executors d administrators, successors or assigns, jointly and severally, rmly by these presents. E CONDITION OF THIS OBLIGATION IS SUCH, that if the above-bounden incipal, his or its heirs, executors, administrators, successors or signs, shall in all things stand to and abide by, and well and truly ep and perform the covenants, conditions and agreements in the said . ntract and any alteration thereof made as therein provided on his their part, to be kept and performed at the time and in the manner • erein specified, and in all respects according to their true intent d meaning, and shall indemnify and save harmless the City of Carlsbad, s officers and agents, as therein stipulated, then this obligation all become null and void; otherwise it shall remain.in full force d virtue. d said Surety, for value received, hereby stipulates and agrees that change, extension of time, alteration or addition to the terms of e contract or to the work to be performed thereunder or the specifi- Page 14 ations accompanying the same shall in any wise affect its obligations n this bond, and it does hereby, waive notice of any change, extension : time, alterations or addition to the .terms of the contract or to the ork or to the specifications. . ' n the event that any Principal above named executed this bond as ait- idividual, it is agreed that the death of any such Principal shall ot exonerate the Surety from its obligations under this bond. N WITNESS WHEREOF, this instrument has been duly executed by ther rincipal and Surety above named, on the gftt.h day of . ' June i 19 78. Contractor BESTr\r^\r?^^ • America Fidelity Fire Ins., Co. (Seal) ORIGINAL '(Seal)____ . Peterson, Attorn ey-in-Fact __ (Seal) Surety STATE OF CALIFORNIA \ I ss. County of LOS ANGELES ) On this 28th day of June in the year 19 78 , before me, a Notary Public in and for the County and State aforesaid personally appeared GARY R. PETERSON known to me to be the person whose name is subscribed to the within instrument and known to me to be the Attorney-in-Fact of AMERICAN FIDELITY FIRE INSURANCE COMPANY, and acknowledged to me that he subscribed the name of the said Company thereto as Surety, and his own name as Attorney-in-Fact. jluiiimmmimmtummMuiimmmumuiiimimmuMmummtmimniTmi OFFICIAL SF M. J. D;XON NOTA"Y F-..I2L.C. Ci'L', ORNiA LOS ANGELES CGU 'ITY | My Commission Expires October 21, 1979 1 NOTARY pfjpuc 346 GP (1/8) AMERICAN FIDELITY FIRE INSURANCE COMPANY WOODBURY, NEW YORK POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That American Fidelity Ere Insurance Company, a Corporation in the State of New York, having its principal office in Woodbury, State of New York, pursuant to the following resolution, adopted by the Board of Directors of the said Company on the 18th day of February, 1969, to wit: "The President, or any Vice-President, or other officer designated by the Board Executive Committee shall have authority, severally, to make execute and deliver a power of attorney constituting as Attomey-in-Fact such persons, firms or corporations as such officers may select from time to time," does hereby make, constitute and appoint: GARY R. PETERSON of LOS ANGELES, CALIFORNIA its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf, and as its act and deed, as follows: Specifically and only on bonds executed having Guarantee indemnification of the SMALL BUSINESS ADMINISTRATION in an amount not exceeding $200,000.00, as to any one project, for or on behalf of this Company, in its business and in accor- dance with its charter, and to bind AMERICAN FIDELITY FIRE INSURANCE COMPANY thereby, and all of the acts of said Attomey-in-Fact, pursuant to these presents, are hereby ratified and confirmed. IN WITNESS WHEREOF, the American Fidelity Fire Insurance Company has caused these, presents to be signed by its President and/or Vice-President, and its Corporate Seal to be affixed. ~~ AMERICAN FIDELITY FIRE INSURANCE COMPANY Luther H. Williams, President State of New York County of Nassau ss. On this 24th day of January, 1977, before the subscriber, a Notary Public of the State of New York in and for the County of Nassau duly commissioned and qualified, came Luther H. Williams of the American Fidelity Fire Insurance Company, to me personally known to be the individual and officer described herein, and who executed the preceding instrument, and acknowl- edged the execution of the same, and being by me duly sworn, deposed and said, that he is the officer of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and signature as an officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corp- oration, and that the resolution of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my official seal at Woodbury, New York the day and year above written. ELIZABETH M. ROSELLE NOTARY PUBLIC, State of New York No. 30-8643115 Qualified in Nassau County Commission Expires March 30,1978 State of New York County of Nassau CERTIFICATE I, the undersigned, Assistant Secretary of AMERICAN FIDELITY FIRE INSURANCE COMPANY, a stock corporation of the State of New York, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Resolution of the Board of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the said Company, at Woodbury, New York, dated this 28th day of June.19 351 200 GP (1/7) Page 15 CITY OF CARLSBAD CONSTRUCTION OF WATERLINE IMPROVEMENTS AT THE ELM RESERVOIR AND IN AN EASEMENT FROH PARK DRIVE EASTERLY TO EL CAMINO REAL Contract No. 1047 SPECIAL PROVISIONS A. GENERAL REQUIREMENTS 1. Work to be Done The work to be done on this contract consists of the construction of an altitude valve vault and appurtenances at the Elm Avenue Reservoir site and construction of an 8" waterline and appurtenances in a (20* ) wide waterline easement from Park Drive to El Camino Real as set forth below: a. Elm Avenue Reservoir Site ; The work to be done consists of furnishing all labor and installing an altitude valve vault and appurtenances complete in place per Sheet 3 of the improvement plans. The City of Carlsbad will furnish all materials for the work to be performed. However, the contractor will furnish the materials for the thrust blocks. After construction, the testing of the altitude valve and appurte- nant facilities will be coordinated with the City of Carlsbad Water Department. b. Waterline Construction in City Easement The work to be done consists of furnishing all labor, equipment, materials, and performing all operations for construction of an 8" Class 150 asbestos cement waterline and appurtenances in a (201) wide waterline easement per Sheet 2 of the improvement plans. 2. Plans and Specifications The specifications for the work consist of the Standard Specifications of the City of Carlsbad, the 1976 edition of Standard Specifications for Public Works Construction (hereinafter designated S.S.P.W.C.) as issued by the Southern California Chapter of the American Public Works Association, and these contract documents and specifications. Page 16 The construction plans consist of 3 sheets designated as City of Carlsbad Drawing No. 189-10. The standard drawings utilized for this project are City of Carlsbad drawings. Copies of pertinent standard drawings are enclosed with these documents. 3. 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 respective utility company for removal or relocation of conflicting utilities shall be required prior to commencement of work by the contractor. The contractor shall begin work within (15) days after being duly notified by an issuance of a "Notice to Proceed" and shall diligently prosecute the work to completion within (60) consecutive calendar days from the date of commencement of said work. 4. Nonconforming Work =^ The contractor shall remove and replace any work not conforming to the plans or specifications upon written order by the City Engineer. Any cost caused by reason of his nonconforming work shall be borne by the contractor. 5. 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. 6. Water for Construction The contractor may obtain City of Carlsbad water for use on this project at locations approved by the City Engineer and coordinated with the Utilities/Maintenance Department. There will be no charge to the con- tractor for City water utilized directly in completing his work. 7. Surveying Surveying service for this project shall be performed by the City of Carlsbad or their authorized agent. Requirements of the contractor pertaining to this item are set forth in Section 2-9 of the S.S.P.W.C. 8. Traffic Control . Traffic shall be maintained in accordance with Section 7-10 of the S.S.P.W.C. 9. Measurement and Payment Quantities shall be measured on the basis of actual lengths and units installed. No additional payment shall be made for trenching, backfill, or pavement repair. Page 17 B. ASBESTOS CEMENT PRESSURE PIPE . ' "*** The installation of the asbestos cement pressure pipe shall v* be in accordance with Section 207-7 of the Standard Specifi- cations for Public Works Construction, 1976 edition, as modified by the following: 207-7 ASBESTOS CEMENT PRESSURE PIPE AND APPURTENANCES - COATING . - All flange bolts and nuts shall be lubricated and coated with No-ox-id rust protection coating as manu- factured by Dearborn Chemical Company or equal. Fittings and valves shall be securely wrapped in plastic sheeting not less than 8 mils thick. GENERAL - Unless otherwise specified, all pipe appurte- nances shall comply with the appropriate standard drawing of the City of Carlsbad. GATE VALVES - Gate valves shall equal or exceed the requirements established fay American Water Works Associ- ation Specification C-500. They shall be Mueller A 2380, Clow List 14, or American Darling #50. All gate valves shall be of the same size as the mains in which they are installed, unless otherwise indicated on the plans. Valves four inches (411). and over shall be iron bodied, solid bronze internal working p>arts, parallel faced, double disc with non-rising stem, and shall open by turning counter-clockwise. • . The valves shall be furnished with *OW_ ring stem seal, with cadmium plated bolts, operating nut, and the ends may be rubber ring, hub or flanged. Rubber ring ends shall conform to the pipe manufacturer's specifications- Where hub and flange valves are designated on the plans, the contractor may of his option install flanged valves with hub and flange adaptors, Smith-Blair or approved equal. Valves installed at end of mains shall be capped or plugged after test. a) Three Inch (3") and Smaller Gate Valves; The body and all interior working parts, except the stem, shall be constructed of A.S.T.M. B-62 C85% copper, 5% tin, 5% zinc, 5% nickel) bronze. The stems shall be of bronze and have the additional strength requirements as specified below: Minimum tensile strength . 60,000 psi Minimum yield strength 43,000 psi Minimum % elongation in 2" 10% C Page 18 k) Four _I_nch_ (4") and Larger Gate Valves: Valves shall be iron body, bronze mounted, double disc, parallel seat with non-rising stera and shall open by turning counter-clockwise. Bronze for interior parts of valves shall be A.S.T.M. B-62 (85% copper, 5% tin, 5% zinc, 5% nickel) bronze and shall contain not more than two percent (2%) aluminum nor more than seven percent (7%) zinc. Stems shall meet the strength requirements specified below: Minimum tensile strength 60,000 psi Minimum yield strength 32,000 psi Minimum % elongation in 2" VALVE BOXES - Valve boxes shall be Brooks Products, Inc., Valve Box No. 4TT or approved equal. All buried valves not in vaults shall be provided with valve boxes. THRUST BLOCKS - Concrete thrust blocks shall be in- stalled in every instance where the direction of the pipe changes 11% degrees or more at any joint or fitting, at all fire hydrants, at stub-ends of pipes and at other locations as shown on the plans and standard drawings. Bearing areas of thrust blocks shall normally be computed on the basis of a 22~5 psi internal pipe pressure and a soil bearing valve of 2000 psf. The dimensions of all thrust blocks shall be subject to the approval of the Engineer. All concrete thrust, blocks shall be constructed in such a manner that concrete does not cover any joint or bear against any adjacent pipe. Thrust blocks shall be placed against undisturbed soil. Concrete for thrust blocks shall be 5-B-2000 and shall be cured a minimum of three days before any loads are applied. 211-2 COMPACTION TESTS 211-2.1 LABORATORY MAXIMUM DENSITY - Add the following to the first paragraph: The test method shall be modified by using 3 layers instead of 5 layers to provide a compactive effect of 33.750 ft.-lbs./cu. ft. 306-1 TRENCH EXCAVATION AND BACKFILL " , ' Page 19 306-1.1.3 MAXIMUM AND MINIMUM WIDTH OF TRENCH - Add the following: Unless specifically•authorized by the Engineer, trench width, measured at the top of the pipe, shall not ex- , ceed the outside diameter of the pipe plus 24 inches, nor shall it measure less than the outside diameter . plus 12 inches. 306-1.3.6 BACKFILL PLACEMENT REQUIREMENTS - Add the following: The top five feet of all trench backfill and all bedding shall be compacted to 90 percent minimum relative compaction except that the top six inches of subgrade material shall be compacted to 95 percent minimum relative compaction. Backfill below five feet shall be compacted to 85% minimum relative compaction. 306-1.2 INSTALLATION OF PIPE ' 306-1.2.2 PIPE LAYING - Add the following; When installing asbestos cement pipe, fittings shall be supported independently of the pipe. Half-lengths (M.E.E.) of pipe shall be used in and out of each fitting and wherever pipe passes through a rigid structure.. At least two lengths of pipe shall be placed between any two fittings' not directly connected. Pipe may be cut by means of saws, power-driven abrasive wheels, or pipe cutters which will produce a square cut. No wedge-type roller cutters will be permitted. ,. All exposed piping shall be adequately supported with devices of appropriate design. CONNECTIONS TO EXISTING WATER MAINS - Unless other-, wise specified, all connections to existing water mains will be made by the Contractor. Before beginning any work, the Contractor shall contact the Water Superin- tendent of the City of Carlsbad Public Works Department . for permission and any special requirements. Dry connections to existing facilities shall be made at times which will cause the least inconvenience to the water consumers , and shall be planned in such a manner that the duration of any shutdown will be kept to a minimum. No additional compensation will be paid for overtime which may be necessary in making connections to existing facilities. When a dry connection to the existing main is made, at least two ounces of HTH (Calcium Hypochlorite) shall be placed in the pipe at each joint where the existing main is cut. All connections shall be made in the presence of the Engineer. Page 20 306-1.2.8 FIELD JOINTING OF PIPE - Except as modified herein, all joints shall be installed in strict accordance with the manufacturer's recommendations and the special provisions, and shall be provided with a protective coating at least equal to the protective coat on the pipe being joined. All flange bolts and nuts shall be lubricated and coated with No-ox-id rust protective coating as manufactured by Dearborn Chemical Company. -=-' 306-1.2.8 FIELD JOINTING OF ASBESTOS CEMENT PIPE - Add the following: The maximum allowable deflection at any . joint shall be 2°. • 306-1.4.5 WATER PRESSURE TEST - Delete the entire section and substitute with the following: - After the pipe has been laid, the pipe line or any valved section of it shall be subjected to a hydro- static pressure test of 225 psi or fifty pounds per square inch (50 psi) in excess of the designated working pressure for the class of pipe being tested, whichever is greater, gauged at the low point of the line; Rubber gasket joints need not be exposed. The duration of the pressure test shall be four (4) hours and the test shall be conducted in the presence of the Engineer in the following manner: • All air shall be expelled from the pipe. To accomplish this, if air valves or hydrants or other outlets are not available, taps shall be made at the high points in the pipe line to expel the air, and these taps shall be tightly plugged afterwards. The pressure in the pipe line shall then be pumped up to the specified test pressure. When the test pressure has been reached, the pumping shall be discontinued until the pressure in the line has dropped 25 psi, at which time the pressure shall again be pumped up to the specified test pressure. This procedure shall be repeated until four (4) hours have elapsed from the time the specified test pressure was first applied. At the end of the four (4) hour period, the pressure shall be pumped up to the test pressure for the last time. The leakage shall be considered as the total amount of water pumped into the pipe line during the four (4) : hour period, including the amount required in reaching the test pressure for the final time. The water used shall be measured through a meter or by other means satisfactory to the Engineer. Leakage shall not exceed the rate of twenty (20)gallons per inch of diameter per mile of-pipe per twenty-four (24) hours. f \, „ Page 21 Any noticeable leak shall be stopped and all de~ fective pipe, fittings* valves and other accessories discovered in consequence of the test shall be removed and replaced by the Contractor with sound material, and the test shall be repeated until the total leakage during a test of four (4) hours duration does not exceed the rate specified above. All thrust blocks and mortared joints shall be allowed to cure for at least three (3) days prior ...... to testing. Large mains equipped with butterfly valves shall be tested at full test pressure with the valves open. and closed. v All labor, materials, tools and equipment for the testing shall be furnished at the expense of the Contractor. WATERLINE STERILIZATION— The Contractor shall dis- infect the lines by chlorination after the lines have been tested for leakage and flushed before they have been connected to the existing system. The lines may be disinfected during the leakage test, providing satisfactory means, acceptable to the Engineer, are provided to protect against chlorine damage in ease of a leak. Chlorinated water shall be retained in the pipe line for at least 24 hours. After the chlorine treated water has been retained for the required time, the chlorine residual at the pipe extremities and at other representative points shall be at least 25 ppm. This procedure shall be repeated, if necessary, until samples of water show the mains to be in a sterile- - condition. During the chlorination, all valves and other appurtenances shall be pperated while the pipe line is filled with heavily chlorinated water. All disinfecting procedures, unless otherwise specif iedrshall be in accordance with the AWWA, C-601, "Standard Procedure for Disinfecting Water Main." Following chlorination, all treated water shall be thoroughly flushed from the pipe line at its extremities. Page 22 c- TRENCHING. BACKFILL AND RESURFACING~ — - " — "• '""-- Trenching, backfill and resurfacing shall be done in accordance with Section 306-1 of the Standard Specifications. Excess excavated material shall be disposed of off-site. If disposal site is within the City, the site must be approved by City Engineer. J-3700R-950 FIRE HYDRANT OR APPROVED 18* EQUAL SIDEWALK 3' MINI. RADIUS FOf "J-EAR- AIV BACK OF CURBOR SIDEWALK -- v •^-X _jNCRETE THRUST BLOCK HYDRANT INSTALLATION SIDEWALK CONTIGUOUS TO GATE VALVE PER. STD SPECS BREAK OFF SPOOL (6) BOLT HOLES. CAST IRON 6' CAST IRON HYDRANT BURY - TOP FLANGED BOTTOM jA.C iz"MIN. CURB PARKWAY—^^\ *%$&*• TYP. TRENCHCLEARANCE 1. HOSE AND STEAMER CONNECTIONS SHALL HAVE NATIONAL STANDARD THREADS. ' • . ' 2. LOCATE ADJACENT TO CURB JF, SWK.IS NOT CONTIGUOUS, 3. ALL FIRE'HYDRANTS SHALL HAVE PLASTIC OR BRONZE CAPS, PAINTEDACCORDING TO STD. PAINTING SPECSAS FAR DOWN TO 6* BELOW FINISHED GRADE AS POSSIBLE. HYDRAHT 0A/A/T SHALL BE PROUNE 1014 MARltfS TX/M <f £>eCK MEDIUM JRICKS HYDRANT INSTALLATION IN PARKWAY AREA REVISED-BY -APPROVED 4. HYDRANT VALVE STEMS AND HOSE . CAPS TO HAVE STANDARD PENTAGON NUTS. 3/4' SIDES, 5. ALL CAST IRON FITTINGS TO BE FACTORY CEMENT LINED AND ASPHALT COATED 7. ALL BOLTS 8, NUTS WILL BE 3/4" 8, LUBRI- CATED WITH NO-OX-ID RUST PROTECTIVE COATING AND ASPHALT COATED WITH NO MORE THAN 2 THREADS EXTENDED BEYOND THE NUT. • a ALL BUSIED COKZODIBL6 FITT/UGS SHALL B£ P0LY£rHYL€ME 6#EE7IMS,\ 9. ffrr/A/& 'sup&oers ^ALL. ae DATE. CTTYENGR. 6-769 • •25-7I S 2-lS 0.5.CKA RP FIRE HYDRANT INSTALLATION ENGINEERING DEPT CITY .OF CARLSBAD NONE W-3STD. DWG. > Ato. 4TT WELL* Ca\/£K Oft A/VWJA CAST IRON COVER: NQN - SK IP LlfT HOLE, MARKED TOP DETAIL OF STEM WREMCU D/A. VARIES • THAN I.D. -S£C.T/o*J 2x2x2 '& "DIA. i HQL& \ \fj£LD To a- D. /Da A. ASPHALT COATED srezc P/f>£ RISER OfiQ"Ci..lSO ROUGH E0c.es S Be /?&*iov£O /T?O /?/s£-/? PA/OX To /A/S.rA£.{-AT/OA/. (.ifJSTALL \dlTH T£t*)f*O/ Beroxs A/or A-A C-C /. GATE VALVES Se STEM WRENCHES SHALL BE COATED WITH ASPHALT ALL OVER THEIR SURFACES, THE. LATTER REQUIRING TWO COATS. 2. THE CONTRACTOR SHALL LEAVE- TUG WELL COVER UNSTAINED AtJO HEADY' TO BE PA/MTED. 3- PROVIDE WRENCH £XT£NS/OM IF YOLV£fJUT /S DGEpCfrTHAM 3'-O*J=FQM f/M GRADE. DATE VALVE WELL ASSEMBLY AND STEM WREMCH EXJEN5DN CITX ENGR.ENGINEERING DEPARTMENT CITY OF CARLSBAD SCALE NONE W-6 STD. DWG. DAYTOU FOUUDKY CO. 12'CAST IRON VALVE BOX COVER MARKED /MS TALL AT/ON BEH/MQ S/D£WALtf i£. „ /y*ty '*U VARIES DOUBLE STRAP SERVICE CLAMP CORP STOP: 2 " J - /93/ OR APPROVED * EQUAL TYPE ' K 'COPPERSERVICE PIPE QUA ere e. BEUD COPPER SWEATELL: ~ C-C9O°ELL -jyf NOTES: I SERVICE CLAMPS SHALL BE DUCTILE IRON FOR STEEL PIPE AND BRONZE FOR A-C-PIPE. 2. THE CONTRACTOR SHALL LEAVE THE BOX COVER UNSTAINED AND READY TO BEPAINTED. 3. BLOW-OFFS SHALL BE INSTALLED BY THE CONTRACTOR AT TWE LOCATIONS SUOWN ON PLANS OR AS REQUIRED IN THE FIELD. 4* ALL PIPE F/TTINIGS "INSIDE THE VALVE BOX SMALL BE OF BRASS- 51 ALL UUTS 4 BOLTS SHAH BE UJB£ 1C A TED WITH " HO - OXID - Gee*6£. &. VA.LVS BOX SfiA-LL, &£ , » M^2&OCT % f If/STAL CA7VOV 5lD£ REV. BY APR 4-17-60 9-3-7S THREAD CAP.-TYR —2-^ " MALE HOSE ^ THREAD X 2 " MIP ADAPTER /&" DESSANO NO. 7G> ROR APPROVED EQUAL-TYR 2"FOBD WELD ON BLACK OOUPL'NGI / 45° ELL \ CORR STOP USE 2" J-NJ93/ OR APPROVED EGMJAL -12 /.D..X.ZO' *1OSA. STL. PIPEASPHALT COATEDTYP 2"MIP-C ADAPTER ._ <f 2" BLOW-OFF ASSEMBLY :ITY ENGR.ENGINEERING DEPARTMENT CITY OF CARLSBAD NONE W-7 STD. DWG. " /"A/ft V£Mrs Use BROOKS MARKED " WATER" See Box DAYTOU 12' C.\. VALVE BOX COVER MARKED "WATER*- I2*X 20' 10 GA. STEEL PIPE ASPHALT COATED, CORP STOP! ruSE J-150S-* l'/2* AND 2* USE J-50 OR APPROVED EQUAL BEHIND GUTTER ~-BRASS HOSC 7»/f£A£» CM> '™* BRASS MALE /"HOSE NIPPLE X \'ni.R DesswoADAPTER OR VARIES BRASS ST. 90* E.LL. .ANGLE STOP V USE MUELLER H-l4-E65fOR I* DIA- FORD FV-7 FOR 1 '/£" AND 2" OlA. OR FOR T'DIA.USE AV-5W. IP- C ADAPTER COMMON - TYPE "Kp COPPER BEHIND SIDEWALK SMITH BLAIR ^323 DOUBLE 'STRAP BROWZE S* ©^3/3 • SERVICE" CLAMP FOR A. C. PIPE. USE DUCTILE IRON FOR STEEL PIPE! COA7MTH ASPHALT 2 WXAP /*«r-/5oo C/J££> . /A/TO O REV. BY APR 9-3-7S CXA R.Ff *+* 1. THE CONTRACTOR SHALL LEAVE THE VVELL COVER UWSTAINED AND READY TO BE PAINTED, ' 2. COP PER" TO COPPER JOINTS SHALLBE SWEATED CONNECTIONS. C-SWEAT 3. USE C-C 90° ELL FOR l!^"AND 2" COPPER PIPE. . X-ALL tSl/TS, A fifiLTS SfMU. DATE MANUAL AIR RELEASE ASSEMBLY SCALE CnYENGR.ENGINEERING DEPARTMENT CITY . OF CARLSBAD W-12 STD. DWG. MOTES: • I. G. V. ANCHOR BLOCK WINGS ON OVEfVDUG. TRENCHES SHALL BE EXTZMDED ': - /6> " BEYOWD THE UNDI$TUF(BED SO/L. :..' ,..-.. .- - 2._ BLOCK F=OR 1^'AND LARGER PLAN £• SPECIAL D&&IGM 7» BE APPROVED BY THE C/TY ENG/UEEH-3. THE BRfCKS TUATIN/TIALUYSUP/=^>PT ~TH& P/PE APPURTENANCE SHALL REST Cfi/LY ON <S UfJDISTURBED S&/L. . 4-. PRIOR. TO CONC'RETIMG ALL ffSAG&&M&LY SHALL &EWRApT^E.£> /V. f>oL.Y£~7"HYt.&ve WRAP PRODUCEDa? UMDISTURBEO . . MIM.-TYB CARDBOARD SEPARATOR ~ COMMOU ELEVATION ALL FITTINGSBLK. JV/A/G.-*ALL NUTS 4 &OLTS S//ALL Q£TRENCH W/OTH COATED .NO COWC6ETE S^ALL BE IKl A.C. PIPE/ DATE CITYENGR. CONCRETE VALVE ANCHOR AND BLOCK . ENGINEERING DEPARTMENT - CITY OF CARLSBAD SCALE W-13 STD.DWG .... = • ••»-,., ., CARDBOARD SEPARATOR* DIAMETER 4"AKJD 6" &" IO" 12" peAWNC . AREA (FT* 2.50 4-50 8-00 10.00 LEJJG.TH(L) zo" 30" 40" 40" DEPTH (Dj IS" 24" 30" 3£>" * L.AR&ERTHAN 12" DtA- RCQUIR& SPSIJAU DESIGN. * TME ABOVE FIGURES /»^ STILL 5URJECTT33 cHAsk&e DEPENDING ow THE SOIL. CHARACTERISTICS AK10 Pft»FSATISraCTOWTOTHECITVeW&!WEER TO JUSTIFV THEALTCRWIC3NJ SHALL BE SUBMITTED FOR APPROVAL.. •K (JO CONIC RETE SMALL BE |W CONTACT A-C.PtPE. NORMAL TRENCH*/', WALL (SEE W--A '^ ELEVATION —CARDBOARD SEPARATORTVP UKic?efl AUL npe APPURTEN AMCPS AS R6G?UIREDBYTHP UDATER SUPT- \ THE VOLUME OF COMC. TO RESIST UPUPT m THE ABOVE ASSEMBLY TO BE CALCULATED FOR APPROVAL BV THE C/TY ENGINEER. DATE. CITY ENGR. CONCRETE THRUST BLOCKS ENGINEERING DEPARTMENT CITY OF CARLSBAD SCALE _L W-14 STD.DWG, 1 *.*' f. f ' I QL O I U U] L- * C 1 FIN. GRADE s ... ... . ..-:-.)•u - -__ UPPER ZONEU)2 CN 0a 2 •uPIPE ZONEI ino> 0 V t<| W11I o0) TRENQ Q SEE T>> p H i H WIDTHre> . c l-CTMIN. i 5ii £'•"': : '•'..'• t • i ff ,| / \ I/ to * A SECTION NTS ^^^^^^S- ^MIN' . . » SCHEDULE OF TRENCHES DJA. OF PIPE -4 "AND SMALLER G"AKID 8" |6"THRU ZZ" 24" AND LARGER MINIMUM WIDTH OF TRENCH 2O" PIPE O.D. PLUS 16" PIPE O. D- .PLUS |&" PIPE O. D. PLUS 24" B.P '7S HATP CITY ENQR. IVER SAND IN PLACESHERE NEEDED AS DIRECTED / THE CITV ENGINEER. NOTES'- 1. COMPACTION MAYBE 5% LESS ON UNDEVELOPED AREAS AND EASEMENTS NOT SUBJECT TO VEHICULAR TRAFFIC. PIPE BEDDING AND TRENCH SCALE' BACKFILL FOR WATER. MAINS ^V-|6 ENGINEERING DEPARTMENT CITY OF CARLSBAD STD.DWG. •