Loading...
HomeMy WebLinkAboutJohn A. Hedeen Construction; 1980-03-03; 1070CITY OF CARLSBAD SAN DIEGO COUNTY CALIFORNIA CONTRACT DOCUMENTS & SPECIFICATIONS FOR CONSTRUCTION OF WATERLINE IMPROVEMENTS IN BEECH AVENUE, GARFIELD STREET, CYPRESS AVENUE, PALM AVENUE AND IN AN EASEMENT FROM ALDER AVENUE TO SUNNYHILL DRIVE CONTRACT NO. 10?0 FEBRUARY, 1980 1200 ELM AVENUE If JS& M TELEPHONE: CARLSBAD, CALIFORNIA 92008 wLJlWl r^M (714)438-5621 Cttp of Cartebafc JANUARY 22, 1980 ADDENDUM NO. 1 PROJECT: CONSTRUCTION OF WATERLINE IMPROVEMENTS IN BEECH AVENUE, GAR- FIELD STREET, CYPRESS AVENUE, PALM AVENUE AND IN AN EASEMENT FROM ALDER AVENUE TO SUNNYHILL DRIVE - CONTRACT NO. 1070 Due to a recent construction and paving project, which has occurred on Beech Avenue and Garfield Street in the general location of the proposed waterlines, the following note should be placed on Sheets 2 and 3 of the contract plans: "The contractor shall verify the location of the existing edge of pavement. If any pavement cuts are required, the contractor shall replace the paving with a minimum of 3?" of asphalt con- crete on 6" aggregate base." If you have any further comments or questions, please feel free to call me at (714) 438-5541. r- -.„ David A. Hauser Civil Engineering Associate DAH:VEB 1200 ELM AVENUE CARLSBAD, CALIFORNIA 92008 TELEPHONE: (714) 438-5621 Cttp of Cartefcab FEBRUARY 6, 1980 ADDENDUM NO. 2 PROJECT: WATERLINE IMPROVEMENTS IN CYPRESS AVENUE, GARFIELD STREET, BEECH AVENUE, PALM AVENUE AND ALDER AVENUE EASEMENT - CONTRACT NO. 1070 Eliminate Section 7 of the "Special Provisions" and replace with: "The City will provide one set of alignment stakes at 50-foot on center and quarter delta stakes on curves." Larry C. Dossey Principal Civil Engineer LCD-.VEB TABLE OF CONTENTS PAGE 'ITEM Hbtu-r ««• if, « „ Hi ORIGINAL 1 . NOTICE INVITING BIDS 3 PROPOSAL •6 BIDDER'S BOND TO ACCOMPANY PROPOSAL 7 DESIGNATION OF SUBCONTRACTORS 9 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 10 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE 11 CONTRACT - 14 LABOR AND MATERIAL BOND 16 PERFORMANCE BOND t ' V 18 t GENERAL PROVISIONS 23 SPECIAL PROVISIONS Page 1 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS f^^ i A I UH ilil\A\J t I i \J! MM/ I L, Sealed bids will, be received at the Office of the City Clerk, City Hall, 1200 Elm Avenue, Carlsbad, California, until 4:00 p.m. on the 6th day of February , 19 _80 » a^ wliich time they will be opened and read for performing the work as folloivs: CONSTRUCTION OF WATERLINE 'IMPROVEMENTS IN BEECH AVENUE, GARFIELD STREET, CYPRESS AVENUE, PALM AVENUE AND IN AN EASEMENT FROM ALDER AVENUE TO . SUNNYHILL DRIVE - CONTRACT NO. 1070 Said work shall be performed in strict conformity with the specifications therefor as approved by the City Council of the City of Carlsbad on file in the Engineering Department. Refer- ence is hereby 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 furnished 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 ten percent (10%) of the amount of bid; said guaranty to be for- feited 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 for by the bid re- quirements. ' . t The documents included within the sealed bids which require completion and execution are the following: 1. Proposal (Pages 3-5) 2. Bidder's Bond to Accompany Proposal (Page 6) 3. Designation of Subcontractors (Pages 7-8) 4. Bidder's Statement of Financial Responsibility (Page 9) 5. Bidder's Statement of Technical Ability and Experience (Page 10) Said documents shall be affixed with the appropriate nota- rized signatures and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the presi- dent or vice-president and secretary or assistant secretary are required and the corporate seal shall be affixed to all docu- ments requiring signatures. In the case of a partnership, the notarized signature of at least one general partner is required. All bids are to be compared on the b'asis 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 A\'ho has not been licensed in accordance with the provisions of Chapter 9, Divi- sion 3 of the Business and Professions Code. The contractor shall state his/her license number and classification in the pro- posal. The estimated cost of the work is $68,140.00. Page 2 ORir-llNAL Plans, special provisions and contract documents may be obtained at the Engineering Department, City Hall, Carlsbad, California, at no cost to licensed contractors for the first set. Additional sets are available for a non-refundable fee of $12^75 Per set. The City of Carlsbad reserves the right to reject any or •all bids and to waive any minor irregularity or informality in such bids. . The general prevailing rate of wages for each craft or type of workperson 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, Chap- ter 1, Article 2, Sections 1770, 1773 and 1773.1. Pursuant to Section 1773.2 of said Labor Code, a current copy of applicable wage rates are on file in the 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 workpersons employed by him/ her in the execution of the contract. • • Also, the prime contractor shall be responsible to insure compliance with provisions of Section 1777.5 of the California 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 (20) working days or for specialty contractors not bidding for work through a -general .or prime contractor involving more than two thousand dollars ($2,000) or more than five (5) \vorking days. • The amount of the bond to be given for the faithful perform- ance of the contract for said work shall be one hundred percent (100%) of the contract price therefor, and an additional bond in the amount equal to fifty percent (50%) 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 for any work or labor of any kind done thereon. . '• Partial and final payments on this contract shall be in ac- cordance with Section 9 of the 1979 edition of "Standard Specifi- cations for Public Works Construction." • Approved by the City Council of the City of Carlsbad, Cali- fornia, by Resolution No. 6034 adopted "on the _2nd___ day of Januar > 1° 80 • SKJJ&ASJ -3 /9fQ tO^ fa. -KfVrfSr^*'A * • I - 1 - t-J-U. -- —y-^—-— -- „ - _./ ^ .m 1 h fr\ ' • ALIiillA L. KAU Ih V V • Page 3 CITYOF CARLSBAD CONTRACT NO. 1070 PROPOSAL /"\ !""» * *»>""* . «BOHIbli'ML City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 iO The undersigned declares he/she 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. 1070 in accordance with the plans and specifications of the City of Carlsbad, and the special provisions^ and that he/she will take in full payment therefor the following .unit prices for each item complete, to wit: Article with Unit Price or Luiiro Sum Written in Words Approximate Unit Quantity 5 Unit Price.TOTAL Furnish materials § construct 8." Class 150 asbestos cement water main including fittings,' blow-offs, reconnection of ser- vices, thrust blocks, trenching and backfill complete in placefor ; • £-~;*A~tr-.->s,.-- Dollar's Cents^ £~, ///- per linear foot7 Furnish materials §-construct/ 6" Class 150 asbestos cement water i?,ain including fittings, blow-offs, reconnection of ser- vices, thrust blocks, trenching and backfill complete in place for Dollars Cents per linear foot . Addend urn(a) No(s). ' is/are included in This proposal 1785 L.F. 1413 $ has/have been received and Page 3A Item Article with Unit Price or No.inn Siim Written in Approximate Unit Quantity 6 Unit Price TOTAL Furnish materials and construct <"1" manual air release assembly v \ complete in place at 1 /•-/.- a/c "' ~fU'"" -^Ki-0/-$ per each ^Dollars Cents 8 EACH ORIGINAL }-°& $3^00-00 Furnish materials and construct 2" blow-off assembly complete . in place at '_'•'.''.''' ','_' _ "T"l\n'^f- ' '/-/'!<•'4K\-d Dollars § ,--• ' ' ' ' ' Cents per each Furnish materials and construct 2V x 4" fire hydrant assembly including tee, 6" gate valve, bury ell, pipe, thrust blocks and ap^purpenances at ''"'' Dollars Cents% -—•per each Furnish materials and construct 1" diameter copper water ser- vice complete in place at '_ _' /^ -V:://fc' </ Dollars § • • •/-.••—•-:.-—:.. .• • Cents per each Furnish materials and construct IV diameter copper water ser- vice complete in place at ' ' ' ' ;T7/W 66 ' ' 7/<-; >v r/'^,'- '</ Pol 1 ar s § '_ '• • ----- :_ T _ .- _ • .- • Cents per each 1 EACH 2 EACH 2 EACH •$ 3 oo. $ /ff 1 EACH c. $ 3 c- o - o TOTAL (IN WORDS) TOTAL (FIGURES) TT^ 'r"rt,'i~ Page 4 All bids are to be computed on the basis of "the given es- timated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a dis- crepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the cor- rected extension shall be calculated and the bids will be com- puted as indicated above and compared on the basis of the cor- rected totals. The estimated quantities of work indicated in this proposal are approximate only, being given solely as a basis for compari- son 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 poli- cies within twenty (20) days from the date of award of contract by 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, Li- cense No . 3« <3 Jt>^. <• _ » Identification _ . ~ The undersigned bidder hereby; represents as follows: (1) That no Councilpef son-, 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 of- ficers, agents or employees, has induced him/her to enter into this contract, excepting only those contained in this form of contract and the papers made a part hereof by its terms; and (2) that this bid is made without connection with any person, firm or corporation making a bid- for the same work, .and is in all respects fair and without co'llusion or fraud. Accompanying this proposal is (cash,certified check,bond or cashier's check) in an amount not less than ten percent (10%) 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 workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions- before commencing the performance of the work of this contract.- fW? <>"*», * *F ' ORIGINAL V .;'rf - C7A: / Phono W V Date Bidder's Address '• i Pag c. 5 _ Bidder' s tiame lio/i z e d /Sj/g'na t u r e "Authorized Signature Organization -(Individual, Corporation, Co- Partnership) List belov/ narr.es of President, Secretary, Treasurer and Manager if a corporation, and names of all co-partners if a co-partnership: , 7 ' P-184 8-71 INDIVIDUAL ACKNOWLEDGMENT State of California ....... County of ..... » } S'S- On this personally appeared proved to me on the oath of 19 . before me, ' a N°tary Public in md for «M be the Person whose name ........ {.£. .................... ..... ...... subscribed to the within acknowledged that ........ he ........ executed the same. hand and official seal. Public in and for said My commission expires ... . County and State STATE OF California County of San Diego On this 'J2 ) ss: jday of J9.80 before me Traci A. Rothwell _ aJtiotary Public in and for the said County of San Dieo State of Cal ifornia _ residing therein, duly commissioned and sworn, personally appeared Cathy M. Ratsell known to me to be the Attorney-in-Fact of the Balboa Insurance Company, the corporation that executed the within instrument, and acknowledged to me that he subscriSftTthe name of the Balboa Insurance Company thereto and his own name as Attorney-in-Fact. i &#. 1L002ZR776 ' \~f*tf>" ' • {.•"- •£•• '*•• A • 'T~ O A *"M -\^^^:jj;?-;S\ I rfAol A:; \J^Sfe;|^ i°^ll^(JBaC GAfc!'9fW!A !:? H*saM<n>s,h,^rf^v-fc«!aw»N ji ^*^^^^^^84 | ft Notary Public in and for the County of San Diego _ , State of California INDIVIDUAL ACKNOWLEDGMENT State of California County of On this (o^^ day of .&bCU.&LLj. 1910. before me, ft f^Oth (i^l ( , a Notary Public in and for said.^.fW.j2L^A. County,.,*..(, /_W.l_/. ,S.-f:--C-.t^-w-*-^L_--(>- -f- ' •* ij (SEAL)personally appeared proved to me on the oath of to be the person whose name subscribed to the within he executed the same. hand and official seal. OFFICIAL Kiostrumer$, and acknowledged that- TRACI A. ROTHW! NOTARY PUBUC-CAL's-'O PRINCIPAL OFFICE: i;- SAN DIEGO COUNTY My CofTtmiision H;;p:res Jan. 2, 1934 css***™^ ^^ .n ^ ^ sa.d ^^C :O.eg6 .^-,- County and State p-184871 My commission.expires '^AO^nJ. ^i 19. BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we, John A. Hedeen Construction ; .. > as Principal, and Balboa inauan^p nnmpa.ny „ ^ as Surety, are held and firmly bound unto the City of Carlsbad, California, in the sum±v% or amount bid not to exceed: of *Six Thousand Eight Hundred and no/lOOths* Dollars ($ 6.800.00 ) , lawful money of the United States for the pay- ment 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 IN BEECH AVENUE, GARFIELD STREET, CYPRESS AVENUE, PALM AVENUE AND IN AN EASEMENT FROM ALDER AVENUE TO SUNNYHILL DRIVE - CONTRACT NO. 1070 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 twenty (20) days from the date of award of, con- tract 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 any Principal above named executed this bond as an individual, it is agreed that the death of any such Prin- cipal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 6th day of February . , 19 8o'. ,1 • Corporate Seal (if corporation) John A/ Hedeen Construction • / t Principal • , Balboa Insurance Company ___'Surety 'it; frl /'/Tffaj {1.} John/A. Hedeen, Owner .Title. Cathy M. Batsell, Attylin-Fact (Notarial acknowledgement of e'exc rtm , , , , . r cutio'n by all PRINCIPALS and(Attach acknowledgement of QIIRFFY must he itt-ichod ^1Attorney in Fact) J>UKH Y must DC attached.; BALBOA INSURANCE COMPANY , S^WEWPORT CENTER DRIVE. NEWPORT BEACH. CALIFORNIA 92660 518 ORIGINAL GENERAL POWER OF ATTORNEY POWER OF ATTORNEY VALID ONLY IF NUMBERED IN RED Know All Men by These Presents, That BALBOA INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of California, and having its principal office in Newport Beach, Orange County, California, does by these presents make, constitute and appoint „ .CATHY M. BATSELL of.San Dieqo .and State nf California . its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver. CONTRACT BONDS (S.B.A. Guarantee'Agreement) - $200,000.00 - LICENSE & PERMIT BONDS - $50,000.00; MISCELLANEOUS - $50,000.00; CONTRACT BONDS - S50.000.00: COURT BONDS - $50.000.00; FIDUCIARY BONDS $50,000.00 . ' "THIS POVJER OF ATTORNEY SHALL TERMINATE AND BE OF NO FURTHER EFFECT AFTER DECEMBER 31. 1980" and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of the Balboa Insurance Company at a meeting held on the 22nd day of March, 1962. "Be It Resolved, that the President, any Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: "Section 1. Attorney-in-Fact. Attorney-in-Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." In Witness Whereof. Balboa Insurance Company has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed this 19th November day of State of California County of Orange On this William Palautt that he resides inVice President before me personally came to me known, who, being by me duly sworn, did depose and say, Mission Vie.io. California • that he is of BALBOA INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. OFFICIAL SEAL KIMBERLY A. FORREST NOTARY PUBLIC-CALIFORNIA PRINCIPAL OFFICE IN ORANGE COUNTY Commission Expires Aug. 22, 1983 Notary Public I, the undersigned Secretary of Balboa Insurance Company, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in force and effect. And I do hereby further certify that the Certification of this Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolution adopted by the Board of Directors of the Balboa Insurance Company at a meeting duly called and held on the 24th of March 1972, and that said resolution has not been amended or repealed: "RESOLVED, that the signature of the Secretary or any "Assistant Secretary of this Corporation, and the seal of this Corporation, may be affixed or printed by facsimile to any certificate to a Power of Attorney of this Corporation, and that such printed facsimile signature and seal shall be valid and binding upon this Corporation." GIVEN underxby hand and the seal of said .Company, at Newport Beach, California, this., day of IVTHIS POWER OF ATTORNEY EFFECTIVE ONLY IF ATTACHED TO BOND NO. /-QSH'VV-5 G^oJLi^ OCuJ2JL(UwvJ I I (/ Secretary CITY OF CARLSBAD CONTRACT NO. 1070 Page 7 •DESIGNATION OF SUBCONTRACTORS The undersigned certifies he/she has used the subbids of the following listed contractors in making up his/her 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 ^n accordance with applicable provisions of the specifications. No changes may be made in these subcontractors except upon the prior approval of the City Engineer of the City of Carlsbad. The following information is required for each subcontractor. Ad- ditional page can be attached if required. I tern (s) >f Work Full Company Name Complete Address t/h 7ir> foclf* Area CodePhone No ._-—11^. INDIVIDUAL ACKNOWLEDGMENT State of California ~ \ ......... / S"S'County of \ On this.-fe^ ...... . .......... day of ..f&hkU&lM... .... 19<3J. before me, * f\ ** :L .............. .......... , a Notary Public in and for saidj&ft .$.£&& - County, ( AL) personally appeared •N TP -\n ?> \" x- - - .. > proved to me on the oath of ..„. to be the person whose name /.^ subscribed to the within , and acknowledged that he executed the same. -, .WITNESS my hand and official seal. Public in and for said L.j/a County and State p-184 871 My commission expires (3$.;7Ls. .crs. 19?.. JT...... ORIGINAL .Page 8„ -=T~;~ m/:"iuyo DESIGNATION OF SUBCONTRACTORS (continued) The bidder is to 'provide the following information on the subbids of all the listed subcontractors as part of the sealed . bid submission. Additional page can be attached if required. Full : . Type of State Carlsbad Amount Company Contracting Business of Name . License & No. License No.* Bid (^ or tWMM *Licenses are renewable annually by January 1st. If no valid li- cense indicate "none." Valid license must be obtained prior to submission of signed contracts. • •. ,. • .. • / - ;——\ . Bidder>s Company Name »k der ' Bidder's Comply t: c /Add r e s s <?(NOTARIZE OR CORPORATE SEAL) - AutKoWzed /Signature INDIVIDUAL ACKNOWLEDGMENT State of California^ /\ loo ' r\ A f *~)Ct/ft 1 \^r^~ S*\ I S.S.County of ....^r^.^/.s .LJf.c^/cJ......) On this-....&—. day of .%&b£L>&/l.U^ 19 %b... before me, .3. ^.(L(l^...$...J££d?Mj£/..L , a Notary Public in and for said.S.df)...Dl£!l^>. County, personally appeared ^OJ^......fx^^^j2-~'J^U. , jgrgvegLtp me on the oath of ,. to be the person whose name /5>. subscribed to the within t, and acknowledged that he executed the same. WKTNESS my hand and official seal. OFFICIAL StAL ,i A. RCT *-*"V£3 NOTARY PUSLIC-C p-184 8-71 Notary Public in and for said .. ..£.(jL-t:l ...... £)j£(ZQ S~\ S~\ ^ f'My commission expires. ...CJil^/L..^..^. .................. 19 .:: County and State ORIGINAL . CITY "OF CARLSBAD CONTRACT NO. 1070 . Page J BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a notarized or sealed statement of his/her financial responsibility. ASSETS; ' • • Cash in bank . • • $20,000 Accounts Receivable _ $25,000 Equipment ' $72,000 Tools .& Misc. ' -;s'5,,OQO Real Estate :~$£25;000 ' TOTAL ASSETS $247,000 LIABILITIES: Contracts Payable . .' $8,000 .Real Estate Indebtness • $46,00 TOTAL 'LIABILITIES ' •NET- WORTH $54,000 $193000 TOTAL $#1,7 ,.000 (NOTARIZE OR CORPORATE SEAL) CITY OF CARLSBAD CONTACT NO. 1070 Page 10 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE The Bidder is required to state what, work of a similar character to that included in the proposed contract he/she has successfully performed and give references, with tele- phone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used if notarized or sealed. - It ) State of California ....... County of INDIVIDUAL ACKNOWLEDGMENT . ^ „ \ Q QM...^fQ ......... } S'S' On this ..... .. ........... day of ...Uj ........... 19 , , a Notary Public in and for said.S.CLtf Q... before me, i County, . (SEAL)1 l ;personally appeared proved to me on the oath of , to be the person whose name /.5. subscribed rpACi'-A Rof^l^menl and acknowledsed that he executed the same- NOTARY pijBLic-CALir-C'.vi^j-jjMESS my hand and official seal.PRINCIPAL OFKiCE IN { A. to the within OiTIClAL S£A1. SAM DIEGO COUNTY My Commission Expires Jan. 2, 1984- P-184 8-71 Notary Public in and for said . My commission expires .i C°Unty &nd (NOTARIZE OR CORPORATE'SEAL)V •, ORIGINAL Page 11|t -1 p - n ,T— - " •CONTRACT THIS.AGREEiMENT, made and entered into this __ day of _ , 19 _ , by and between the City of Carlsbad, California, hereinafter designed as "City", party of the first designated as "Contractor", party of the second part. WITNESSETH: The parties hereto do mutually agree as fol- lows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by City, the Con- tractor agrees with the City to furnish all materials and labor for: CONSTRUCTION OF WATERLINE IMPROVEMENTS IN BEECH AVENUE, GARFIELD STREET, CYPRESS AVENUE, PALM AVENUE AND IN AN EASEMENT FROM ALDER AVENUE TO SUNNYHILL DRIVE - CONTRA.CT NO. 1070 • and to perform and complete in a good and workpersonlike manner all the work pertaining thereto shown on the plans and specifica- tions therefor; to furnish at his/her own' proper cost and expense all tools, equipment, labor and materials necessary therefor (ex- cept such materials, if any, as in the said specifications are stipulated to be furnished by City), and to do everything required by this agreement and the said plans and specifications. . f2. For furnishing all said materials and labor, tools and equipment, 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 en- countered 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 borned 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 said Con- tractor to employ, and does hereby employ 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 in accordance with the conditions set forth in the * Page 12 .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, con- tractor's proposal, and the plans and specifications, and all amendments thereof, when approved by the parities hereto,'or when required by the City in accordance with the provisions of • the plans and specifications, are. hereby incorporated in and made a 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 worker needed to exe- cute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by ref- erence herein. 6. The Contractor shall assume the defense of and indemni- fy and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from 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. 7. Contractor shall cause the City to be named as an addi- tional insured on any policy of liability or property damage insurance concerning the subject matter or performance of this contract taken out by Contractor. 8. The Contractor shall cause the City to be named as an additional insured on any workers' compensation insurance policy taken out by Contractor concerning the subject matter of this contract. If Contractor has no workers' compensation insurance policy covering the subject matter of this contract, then Con- tractor shall either (1) acquire such a policy naming the City as an additional insured prior to the start of any work pursuant to this contract or (2) shall assume the defense and indemnify and save harmless the City and its officers- and employees from all claims, loss, damage, injury and liability of every kind, nature and description which would otherwise be covered by such workers' compensation insurance policy regardless of responsibility for negligence. 9. The Contractor shall submit to the City the policies mentioned in Paragraphs 7 and 8 or proof of workers' compensa- tion self-insurance prior to the start of any work pursuant to this contract. 10. Any controversy or claim in an amount up to $100,000 arising out of or relating to this contract or the breach thereof Page 13 shall be settled by arbitration in accordance with the con- struction industry rules of the American Arbitration Associa- tion and judgment upon the award rendered by the arbitrator(s) may be entered in any California court having jurisdiction thereof. The award of the arbitrator(s) shall be supported by 'law and substantial evidence as provided by the California Code of Civil Procedure Section 1296. IN WITNESS WHEREOF, the parties hereto have caused this con- tract to be executed the day and year first above written. (Notarial acknowledgement of execution by ALL PRINCIPALS must be John A. Hedeen Construction Contractor •BV qy/.^ / ^ (seal) Title By APPROVE!) AS 'TO FORM: Title CITY OF CARLSBAD, CALIFORNIA City Attorne^/ Daniel's. Herlf/chke, Assistant OR!GliW\ INDIVIDUAL ACKNOWLEDGMENT State of California ^ A ----- County of <S>d/l ..U.U2&Q....} S.S. (SEAL) personally appeared _____________ to me on the oath of dayof a Notary Public in and for said OFFICIAL SEAL TRACI A. NOTARY PUBLIC CALIF PRINCIPAL OFFICE l' SAN DIEGO COUNTY My Commission Expires Jan. 2. 1984 aii id fe the person whose name J 5 subscribed to thg ^ acknowledged that ....he........ executed the same. my hand and official seal. P-184 8-71 r Notary Public in and for said My commission expires County and State ., EXECUTCDm_ £c>0^ • Page 14 I -I . <U ^ — COUNTERPARTS 7^-7 A 0| - | (< *• I h 1 A I LABOR AND MATERIAL BOND / Q 6- &*/ 7© 76r\ ' i -v i| 1ti> M IS i J w,! I\i i \ L. . ' ' KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. gag* adopted has awarded to hereinafter designated as the "Principal", a contract for: CONSTRUCTION OF WATERLINE IMPROVEMENTS IN BEECH AVENUE, GARFIELD STREET, CYPRESS AVENUE, PALM AVENUE AND IN AN EASEMENT FROM ALDER AVENUE TO SUNNYHILL DRIVE - CONTRACT NO. 1070 / 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/her or its subcontractors shall fail to pay for any ma- terials, provisions, provender 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 the-reon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: % I /"\T»T ' T'TT'C Ti 1"? T"^\ T5 T? T(TC " '*' as Principal, hereinafter designated as Contractor, and _ _ Balboa Intur«nc« Company _ _____ _ as Surety, are held firmly bound unto the City of Carlsbad in the sum of T*o Thouttnd Hint Hundred Sixty i«i §j/100»<^*«^*»«*«r*<M'Do liars ($a .said sum being fifty percent (50%) 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, succes-sors, or. assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/her 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 thereon cf 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. This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Section Page 15 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 42CS of the Gov- ernment 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 ad- ditions to the terms of the contract or to the work to be per- formed thereunder or the specifications accompanying the same shall, in any way, affect its obligations on.this bend, 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 any Contractor above named executed this bond as an individual, it is agreed the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this ^strument has been duly executed by the Contractor and Surety above named, on the ^^Q day of 19 Pft> *-y fi^-l... '' '"" \^ " ' (NOTARIZE OR CORPORATE SEAL FOR EACH SIGNER) f. ///. , */1v v-JUU /y- Contractor BALBOA INSURANCE COMPANY ffi A/ r ORIGINAL STATE OF_j2aliforxii& County of San Diego On this ss: n. -day of J9.before me _, a Notary Public in and for the said County of San and sworn, personally appeared f!a-hhy M, Balboa that he su : .Gim.qmm.iw.''•.•JiKmi >• -wires.4&m. State of fal ifnrn-ia , residing therein, duly commissioned known to me to be the Attorney-in-Fact of the• "™ ' ._-___- _____ ^ __ f_ executed the within instrument, and acknowledged to me tsuraace Company thereto and his own name as Attorney-in-Fact. 1L002ZR776 Notary Public in and for the County of San Diego State nf California State of Californi County of (SEAL) P-184 8-71 INDIVIDUAL ACKNOWLEDGMENT _ _ S'S' On this ... <vJL ..... day of .// JU/Uifs^ ....... ...... 19 Of^ before me, , a Notary Public in and for saidSltf. personally appeared proved to me on the oath of . ~to be the person _________ whose name ...... /,~2 ............ ....... subscribed to the within instrument, and acknowledged that ________ he ________ executed the same. WITNESS my hand and official seal. Notary Public in and for said My commission expires County and State ORIGINAL " ....... _.. COUNTERPARTS " Page 16 / ', PERFORMANCE BOND . . A O<5- KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. gpg§ adopted February 19, TQQQ > has awarded to __ John A. Hm%»n instruction _____ » hereinafter designated as the "Principal", a contract for: CONSTRUCTION OF WATERLINE IMPROVEMENTS IN BEECH AVENUE, GARFIELD STREET, CYPRESS AVENUE, PALM AVENUE AMD IN AN EASEMENT FROM ALDER AVENUE TO SUNNYHILL DRIVE - CONTRACT. NO. 1070 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; NOW, THEREFORE, WE, John A. Hedoen Construction _ '. _ • as Principal, hereinafter designated as the "Contractor", and _ Balboa Insurance Company __ - _ as Surety, are held and firmly bound unto the City of Carlsbad, in the sum • f\ f tf* * T\-V "1 *| « « Q ($,6S.920,Qn • ) > said sum being equal to 100 percent (100%) 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 Contractor, his/her or its heirs, executors, adminis- trators, successors or assigns, shall in all things stand to and abide by, and well- and truly keep and perform the covenants, con- ditions and agreements in the said contract and any alteration thereof made as therein provided on his/her or their part, to be .kept and performed at the time and in the manner therein speci- fied, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carls- bad, 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 said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall not affect its obligations on this bond, and it does hereby waive Page i7: notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifica- tions. In the event that any Contractor above named executed this bond as an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. • IN WITNESS WHEREOF, this instrument has been duly executed by theTontractor and Surety above named on the ^^ ^L day of (NOTARIZE (TR CORPORATE SEAL FOR EACH SIGNER) ..Contractor BALBOA COMPA1ST SUr 0" r\ i A'!" *•' fcj RIGINAL State of California ^- County of INDIVIDUAL ACKNOWLEDGMENT ooS'S' (SEAL) On this. ^2 day of Jl(Ud&>]>L*- 19 ^... before me, U^iA....... , a Notary Public in and for saiox5^Jjg<gp.. County, personally appeared \J.O.tLJl....f4. /Xc-^Zj2xLj^— » proved to me on the oath of .., to be the person whose name (. 5 subscribed to the within 352*1*insttttffl*Berarrci"ac%iowledged that he executed the same. land and official seal. P-184 8-7 and for said My commission expires (Lj^L^L/.....^. 19 County and State STATE OF County of On t/iis Pal i •Fonvi a San Diego ^^ 7?- ) ) ss: ) day of Traci A. Bothwell County of San . State of J9_before me , a Notary Public in and for the said _ residing therein, duly commissioned and sworn, personally appeared Pa-Hiy M , Ra-hj^p-l 1 _ known to me to be the Attorney-in-Fact of the Balboa Insurance Company, the corporation that executed the within instrument, and acknowledged to me that he subs< ^/KSSnW^ft^til'ii^i^St Company thereto and his own name as Attorney-in-Fact. 1L002ZR776 TRACI A. ROTHWELL NOTARY PUBLIC-CALIFORNIA PRINCIPAL OFFICE IN SAN DIEGO COUNTY My Commission Expires Jan. 2, 1984 Notary Public in and for the County of San Diego State of California Page 18 CITY OP CARLSBAD CONTRACT WO! 1070 General 'Provision:; •"-* Scope of VTork • .-.-'•' The work covered by these "specif ica'tS.pns consists of fur- nishing all labor/'equipment,materials and performing all xorn-rk -1 nrl i r a tf>d in this contract. ••.'-. . -\7ork indicated in this contract. f". > r « .^-x '( '-' . 2. . Plans and Specifications . A. Provisions: Provisions which form a part of • •• • .;. . the contract documents consist of PaSes . listed in . . : ;' .. ;'.: the Table of Contents in. the for.epart of these contract • •" ,; . ' ''...' - documentSv-. • , • ._ . " : •-.•'-. - . . ' ' f. "'•"'•• ' ' j$ Reference to 'Drawing: VTliere the words "shown", "5.n~ •-.. • .."'. '• dTcated7^ fidetaiiedfr, "noted", • "scheduled11, °~ words '• - " of similar import are used, it shall be understood f'v • . . •. • ' that reference 5.s made to the drawing accompanying ^. these provisions unless stated otherwise. • • • , .-•''•••'. • • '. : '••'.* ••" • . C^ pirect'ionsr Where the words "directed", "designated", \ . . . ''• "selected"," or'words of similar import are used, it •"• . ./ * '• shall be understood that the direction, designation,- • •• ••.'••; selection, or similar import, of the architect is in— ' •.' ,'' ' .tended, unless stated otherwise. The word "required" • • ; ' " exnd^worcls .of similar import shall be understood to .-..".' ._ mean "as required to properly complete the work as re— -.'•'..• '' • quired and. approved by the City Engineer, unless stated . , ' otherwise. - , • * " ' . r " '. • • . D. Equal's and Approvals^: \^here the words "equal", "ap— iproved equal", "equivalent" and such words of similar import are used, it shall be understood sxich words are • followed by the expression "in the opinion of the ar- » chitect", unless otherwise stated. Where the words "approved", "approval", "acceptable", "acceptance", or" words of similar import.are used,.it shall be under-' stood that the approval, acceptance, or similar import," of the architect is intended.. ' . * * * ' . E. Perform and Provido^: The word '"perform" shall be under- stood to mean that the contractor, at his/her expense, C . ' shall perform all operations, labor, tools and equipment, ' , " , ;• • Page 19 t- ' ' . . ' . Gn(j further, including the furnishing and installing ' • of materials that: are. indicated, specified, or re- • • .. quired, to complete such performance. The word "pro- vide" shall be understood to mean that the contractor, at his/her expense, shall furnish and install the work, •' complete in place and ready for use, including furnish- inq*" of necessary labor, materials, tools, equipment • . .and transportation. • '". • .' -_• . ••'•."•• F Language and Intent: The provisions are • ' • • -• • • wfitt e n~in a modified, brief style consistent with. .. clarity. In general, the word's "the", "shall", "will" "•• and "all" are not used. VJhere' such words as "perform", "install", "erect", "test", or•words'of similar import ' . ' • • are used, it shall .be understood that such words in— "* .elude the meaning of the phrase, "the .contractor shall".. • . . The requ5.rements indicated and specified apply to v?ork • -' .'of the same kind, class and type, even though" " """"all" is not stated. ,• ; ' 3. Code s and. 51 and ar ds ' • ..' .. ... , . ,< -.'"-A. Reference to codes, ordinances, regulations arid standard .*..' specifications refer to editions in effect as to date' .. ' .of proposals. •'-Abbreviations.are "used for agencies" is— ' ' . • suing standard specifications as follows: • . " "- . ..'"•"•""» ••"'• ' _ • .-', '- "•. . -••;- Agency ' . Abbr e vi at ion ' . • ".*'.- *'*• .> '._';• American Society for Testing Materials ASTM ... t . _ -.-.... •.•* •. . U.S. Government ' .> . Fed. 'Spec- ' •'•"•' . . . National Board of Fire Underv;riters KBFU. _ - . . V American Institute of Steel Construction AISC . . ; - . ; American Standards Association . ASA . . - •" . • Underx~7riters Laboratories, Inc. . . .: . Ui»" . . ' .'•• Department of Commerce Standards . CS American Concrete Institute ACI B. Standard specifications incorporated in the requirements of the specifications by reference .shall be those of the v latest edition at the time of receiving bids. It shall "be understood that the manufacturers or producers, of ma- terials so required either have sxich specifications ' • avciilable for reference or are fully familiar with their requirements as pertaining to their product or material*. * • 4. Manufacturer*s Instructions Where installation of work is required in accordance with the product .manufacturer's directions, the contractor shall obtain cmd dir.tribxvte the necessary copies of such instruc- tion-.;, including tv/o copier;, to the City Engineer. '. '•'.'.'• . ' \ .,- "• ) [j Page 20 5 -• Internal Combustion Engines . .-, fjj j; [-, J J\| A ! All internal 'combustion engines -used in the construction shall be. equipped with mufflers in good repair when in use on.the project .{with special attention to. City Noise Control Ordinance No. 3109/ Carlsbad Municipal Code, Chapter 8.48.) ^* 'Occupancy ' • •• '"• • ' ' . . •• . *•-•••.".::V--;: City reserves the right to occupy buildings at any time . t'\ V.- ' ' ' before completion, and such occupancy • shall not constitute . . •'/'• final acceptance of any part of the work covered by this " •••/•••:". contract. • • " '. ...:•" •.>.-"- - . • '• " ' •.'••' '' ""'..''.'.' ' *•" ""• 7. , City Inspectors • .-. - . ^ .';••' . • ''.•'*; ... • :"'" y * ' " ' All v?ork shall be under the observation'of a City. Construction In- • .Inspectors-shall have free access to any or all parts "of spec-ten ..'•'. work at any time. .Contractor shall furnish .inspectors with such information as may be necessary to keep him/her fully .- *• • .informed regarding progress and manner of work and character ; ..'of materials. Inspection of v;ork. shall not relieve contract-- '•••" or from any obligation, to fulfill this contract. .. ' .. :> ; 8. Provisions Required by Law Peenfed Inserted " ', • . . ' " Each and every provision of law and clause required by lav? • : " to be inserted in this contract shall be deemed to be:.-in- serted herein and the contract shall be read and enforced '• . ;as though it were .included herein and, if through mistake ••" .or otherwise .any such provision is not inserted, or. is not " • .-, .. correctly inserted,: then upon application of either party ' 'the contract shall-forthwith be physically amended to make such insertion, or correction. • ..'...'.•'•' '..:.-'• ' • ' ' ••'..'•" • : • : ' .-••- .'..'•'•.•' - '; • •'• •'-. - ''''•-. "9. Intent of Contract'Documents '•" ' ..-V :' ' ••* -.'": ••-..'*."*>'•• 'The contractor, his/her subcontractors and materials sup- .- •" pliers, shall provide and install the work, as indicated, •-..•'* specified and implied by the contract documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the con 'tractor's expense to fulfill the intent of said documents. - In all instances throughout the life of the contract, the " . City will bo the interpreter of the intent of the contract documents and the City's decision relative to said intent will be final and binding. Failure of the contractor to • " apprise his/her subcontractors and materials suppliers of • -this condition of the contract will not relieve him/her of ;V>., • the responsibility of compliance. . 10. Substitution of Materials • .c . • • ^ ~~~~~ - • • • •. The proposal of the bidder shall be in jjtrict conformity with tVio clrnwiwj and sped Hi cations and based xioorx the • Page 21 . .items indicated or specified. The contractor may offer a substituticn for any material, apparatus, equipment or pro- cess indicated or specified by patent or proprietary names • or by names of manufacturer, which he/she considers equal in every respect to .those indicated or'specified. The of- fer made in writing shall include proof of the State Fire Marshal'c approval (if -required) , all necessary informa- ...... tion, 'specifications and data. If required, the contractor, • .' at his/her ov;n. expense, shall hctve the proposed substitute ". • material, apparatus, equipment or process, tested as to its :._"• quality and strength, its physical, chemical or other char— - acteristics, and its durability, finish, or efficiency, by- a testing laboratory as selected by the City. If the sub-. stitute offered is not deemed to be equal to that so indi— . cated or specified, then the contractor shall furnish, erect, .or install the material, apparatus, equipment or process in- dicated or specified. Such substitution proposals shall be made •prior to beginning of 'construction, if possible; but in no. case less XI. Record Drawings ' than 10 days prior to actual' installation ; — — — to the City Engineer. Contractor shal3. provide and maintain at the project site • one complete set of white background prints of all mech.an5.cal •'_•-' and electrical drawings which form a part of the contract. ' "Immediately after,the work is installed, contractor shall carefully draw."on these prints all-work which is installed at variance with the work, as indicated on the drawings and .' . locate by measured dimensions to building corners or to . other permanent monuments, the location and depth of ...a 11 •••underground utility distribution. Upon completion of the • work, contractor shall deliver.the set of correct prints to the City in good condition with every change in the work in- dicated thereon. . . ^ ' '..--. '- • '• • • • • • " •'' ' .;•'." 12. -Permits §" License's '•••'"« ' \ . .'..'. • • *''• •*'""••' '.Che general construction, electrical and plumbing permits • •* •'• will be issued by .the City of Carlsbad at no charge to the contractor. The contractor is responsible for all other re- quired licenses and fees. The ^contractor and subcontractor's are . . • "required to obtain City Business. Licenses prior to start of work. ... 73 Page 22 13. QUANTITIES IN THE SCHEDULE The quantities given in the schedule, lor unit price items, are for comparing bids and may vary from the actual final quantities. Some quantities may be increased and others may be decreased or entirely eliminated; no claim shall be made against the City for damage occasioned thereby or.for loss of anticipated profits; the Contractor being entitled only to compensation for the actual work done at the unit prices bid. • The ;City reserves and shall have -the right, when confronted -with unpredicted conditions, unforeseen events, or emergencies to increase or decrease the quantities of work to -be performed under a scheduled unit price item or to entirely omit the per- formance thereof and upon decision of the- City -to so do, the -City Engineer will direct the Contractor to proceed with the said work as'-so. modified. If an increase in the quantity of work so ordered should result in a delay to the work, this Contractor will , be given an equivalent extension of time. Page CITY OF CARLSBAD CONSTRUCTION OF WATERLINE IMPROVEMENTS IN ' BEECH AVENUE, GARFIELD STREET, CYPRESS' AVENUE, PALM AVENUE AND IN AN EASEMENT FROM ALDER AVENUE TO SUNNYHILL DRIVE CONTRACT NO. 1070 SPECIAL PROVISIONS 1. Location and Project Description This project consists of the furnishing and installation of asbestos cement water pipe in the following streets: a. 6" line in Beech Avenue, Carlsbad Boulevard to Ocean Street; b. 8" line in Garfield Street, Beech Avenue to Cypress Avenue; c. 8" line in Cypress Avenue, Ocean Street to Carlsbad Boulevard; d. 8" line in easement from Alder Avenue to intersection of Sunnyhill Drive and Monroe Street; e. 6" line in Palm Avenue from Pio Pico Drive to Adams Street; and f. 6" line in Garfield Street from Grand Avenue to Elm Avenue. 2. Plans and Speci f ications The specifications for the work consist of the Standard Specifications of the City of Carlsbad, the 1979 edition of Standard Specifications for Public Works Construction (hereinafter referred to as SSPWCT)as issued by the South- ern California Chapter of the American Public Works Asso- ciation, and these contract documents and specifications. In case of conflict between the Standard Specifications and " these Special Provisions, the Special Provisions shall have precedence over and be used in lieu of such conflicting por- tions of the Standard Specifications. In the case of work on structures under the jurisdiction, of other agencies, the standards established by such other agencies shall govern except for payment provisions. The construction plans consist .of seven sheets designated as City of Carlsbad Drawing No. 195-3. The standard draw- ings utilized for this project are.City of Carlsbad draw- ings. Copies of pertinent standard drawings are attached with these documents. 3. Construction Schedule Coordination and Time of Completion A construction schedule is to be submitted by the contractor per Section 6-1 of the SSPWC. Coordination with the respec- tive utility companies for removal or relocation of conflict- ing utilities shall be required prior to commencement of work, The contractor shall schedule the work in such a manner as to include the construction of 6" waterline in Beech Avenue from Carlsbad Boulevard to Ocean Street at the beginning of the construction schedule. 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 v;ithin 60 consecutive calendar days from the date of commencement of said work. No extension of time will be allowed except on written approval of the City Construction Inspector. 4. Nonconforming Work The contractor shall remove and replace any work not con- —— forming to the plans or specifications upon written order CD by the City Engineer. Any cost caused by reason of con- . pr^I* tractor's nonconforrcing work shall be borne by the con- ^*- tractor.CD • ' - . • • . . . 5. Guarantee All work shall be guaranteed, for one year after completion, and any faulty work or materials discovered during the guar- antee period shall be repaired or replaced promptly. 6. Wat er fo r Construction The contractor shall obtain a construction meter for water ****" utilized during the construction of this contract. The con- tractor shall contact the appropriate water agency for re- quirements. Contractor shall include cost of water and meter rental within appropriate items of proposal. No separate pay- ments will be made. . . 7. Surveying Surveying service for this project shall be performed by the con- tractor. Requirements of the contractor pertaining to this item are set forth in Section 2-9.5 of the SSPWC. Contractor shall include cost of surveying service within appropriate items of proposal. No separate payments will be made. 8. Traffic Control . Traffic shall be maintained in accordance with Section 7-10 of the SSPWC. 9. Measurement, and Payment Quantities shall be measured on the basis of actual lengths and units installed. Payment for excavating, trenching, and furnish- ing and placing backfill, bedding, base material and repavement . shall be included in price bid for each installation and no sep- arate or additional payment shall be made for these items. 10. Installation of Asbestos Cement Water Pipe The installation of the asbestos cement pressure pipe shall be in accordance with applicable sections of the SSPWC, as modified by the following. Page 25 11. Coating of Flange Bolts All flange bolts and nuts shall be lubricated and coated with No-ox-id rust protection coating as manufactured by Dearborn Chemical Company or equal. Fittings and valves shall be securely wrapped in plastic sheeting riot less than 8 mils thick* 12• Gate Valves Gate valves shall equal or exceed the requirements estab- lished by American Water Works Association 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 other- wise indicated on the plans. Valves four inches (4") and over shall be iron bodied, solid bronze internal working parts, parallel faced, double disc with non-rising stem, and shall open by turning counter-clockwise. The valves shall be furnished with "0" ring stem seal, with cadmium plated bolts, operating nut, and the ends may be rubber ring, hub or flanged. Rubber ring ends shall con- form to the pipe manufacturer's specifications. Where hub and flange valves are designated on the plans, the contract- or may of his/her option install flanged valves with hub and flange adaptors, Smith-Blair or approved equal. Valves in- stalled at end of mains shall be capped or plugged after test. : a- Three Inch (5") arid Smaller Gate Valves ,= The body and all interior working parts, except the stem, shall be constructed of A.S.T.M. B-62 (85% 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% Four Inch (4") and Larger Gate Valves Valves shall be iron body, bronze mounted, double disc, parallel seat with non-rising stem 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 seven percent (7%) zinc. Stems shall meet the strength requirements as specified below: MiniTT.un: tensile strength 60,000 psi Minimum yield strength 32,000 psi Minimum % elongation in 2" • 10% All labor, material and equipment necessary to install the gate valves complete and in place shall he included in the price bid for the waterline construction and no additional payment will be made therefor. e 26 13.. 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. 14. Thrust Blocks Concrete thrust blocks shall be installed in every instance •where the direction of the pipe changes 11% degrees or more j ... 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 225 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. 15. Compaction Tests ' • All backfill material and bedding material shall be com- pacted to the minimum percentage of maximum density as determined by ASTM Test Method #D1557-58T, •"' 16. Maximum and Minimum Width of Trench In lieu of the provisions of Sections 306-1.13 of the SSPWC, the following provision shall apply. Unless spe- cifically authorized by the Engineer, trench width, mea- sured at the top of the pipe, shall not exceed the outside diameter of the pipe plus 24 inches, nor shall it measure : less .than the outside diameter plus 12 inches. 17. B acki i 11 P1ac emen t Re qui r emen ts The top five feet of all trench backfill and all bedding shall be compacted to a minimum of 90 percent of maximum density except that the-top twelve inches of subgrade ma- terial shall be compacted to a minimum of 95 percent. 1 ^ • Pipe Laying^ 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 wher- ever 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, pov/er-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 sup- ported with devices of appropriate design. Page 27 19. Connections to Existing Water Mains Unless otherwise specified, all connections to existing ' water mains will be made by the City. 20. New Copper Water Services The prices bid for the copper water services shall include all labor, material and equipment necessary to install the water services complete and in place including the trench- ing, backfill and resurfacing of the streets necessary for the installation of the services and no additional payment will be made therefor. 21. Reconnecting Existing Water Services • All labor, material and equipment necessary to reconnect the existing water services to the new water mains shall be in- cluded in bid price for the waterline construction and no additional payment will be made therefor. 22. Field Jointing of Pipe Except as modified herein, all joints shall be installed, in strict accordance with the manufacturer's recommenda- tions 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 \tfith No-ox-id rust protec- tive coating as manufactured by Dearborn Chemical Company or approved equivalent. . 23.J . Field Jointing of Asbestos 'Cement PipeT CD O The maximum.allowable deflection at any joint shall be 2 degrees,•.••••. '." • '\ •' • Water Pressure Test The provisions of Section 306-1.4.5 of the SSPWC shall not apply. The following water pressure test shall be per- formed by the contractor under the supervision of the En- gineer. . . After the pipe has been laid, the pipeline shall be sub- jected to a hydrostatic 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, which- ever is greater, gauged at the low point of the line. The test pressure at the highest point of the section being tested shall not be less than 200 psi., 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 En- gineer in the following manner. Page 28 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 pipeline to expel the air, and these taps shall be tightly plugged afterwards. The pressure in the pipeline shall then be pumped up to the specified test pressure. When the test pressure has been reached, the pumping shall be dis- continued 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 pipeline 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 C2°) gallons per inch of diameter per mile of pipe Any noticeable;! leak shall be stopped and all defective 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. All labor, materials, tools and equipment for the testing shall be furnished at the expense of the contractor. 251 Waterline Sterilization The contractor shall disinfect the lines by chlorination after the lines have been tested for leakage and flushed before they have been connected to the existing system. Chlorinated water shall be retained in the pipeline 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 operated while the pipeline is filled with heavily chlorinated water. All disinfecting procedures, unless otherwise specified, shall be in accordance with the AWWA, C-601, "Standard Pro- cedure for Disinfecting Water Main." Page 28A Following chlorination, all treated water shall be thoroughly flushed from the pipeline at its extremities. All labor, material and equipment necessary to sterilize the waterline shall be included in the price bid for the water- line construction. i ' ' 26. Trenching, Backfill and Resurfacing Trenching, backfill and resurfacing shall be performed in accordance with Section 306-1 of the Standard Specifications. .Asphalt concrete paving shall conform-to Section 203-6 of the . SSPVfC and shall be of Type I-C-AR4000. Aggregate base materi- . als shall conform to the requirement of Section 301-2.1 through 301-2.4 of the SSPWC. Excess excavat.ed material shall.be disposed of off-site. If disposal site is within the City, the site must be approved by the City Engineer. t' ' •~r ft?/:••:'_:•• /*:•:';. \'-~"f*V«'"\*'- '•'•'•I'.: +-KZ~'»,~ •"-• " • • .'1 • .»-.-* * wy» 9 * k^iii2ij£i -*•— ^" TVF /O" sy;-;, — * >- •.:^ .» — ... l» ^.i-v?:i:-^^^^«. ._ 1 • , * •- \ - \:'.. •^ 2"TYR \J H^9~=~ * • • \ .-.•.-"•. • p • M. . M,..T^| [••••• •••».»: '• * • .' » . -vl '* •|^£v*.-- ..•-.,-•• 1 a" Ir Page 29 WATER MAIN iii r•3'."^ .. '"-_.*"'.-:"". j. f •" v:-'l:;--.v-/ STOP '-"-."- -' WATER METER- TO BE iKISTALLED BY THE CJTV. |"AWGLE METTER STOP. - J-1525 OR FORD KVC 3W JONES J 1500 '.- MUELLER H.-I5QO CURB STOP JONES J 15CS Y FOf\C?B!5.332 TYPE K SOFT COPPER MINIMUM RADIUS METER PIPE - CORP STOP AMSL.E STOP CURS STOP METER BOX TEMR SPACERS 5/8" 1" 1" -. 1" i^l __jBROODSMas B3/e>" TOQX>" 3/a" ' . .1"1"ju •S/W BROOKSNO. 3O 5J/&i* / 1" 1" 1" r •r BROOKS KXi38 IO!/z" TO . lO^S1" 1. • 2. 3.' Saddless if. used, shall .be Smith-Blair No. -323 bronze, double strap for'asbestos cement 'pipe and No. 313 for steel: .pipe.-.— ; - Corporation stops shall, be. installed in M.E.E. sections of Asbestos "cement pipe only. •' Fittings shall not- be placed under curb, side .walk, of other concrete. . '- • , /'; - f "^WKJ- ' <ff fe_^ .. • . • • . 4. Meters shall not .be placed in driveways. Installa.tion i.n driveways may be allowed only by specific approva-T- of the Water Superintendent and in such, cases -cast .iron meter box ^ids'shall ,be used. 5. '%". black felt shall be placed around meter" boxes Installed in sidewalks 'or other concrete. 6. Water, services behind "curb shall be installed above gas mains arid electrical cables. • " 7. Flare fittings shall not be- used between angle meter stop and 12" bend. •• .-•'"'• ... • ' • . • 8.' Meters shall not be installed on private property _ t . ClTYENGR.:- ' ;';:'. /K-COPPER. WATER SERVICE ;'/:;'/' ENGINEERING .DEPARTMENT '"' - '•.^••- ' CITY OF CARLSBAD'" SCAL£ NO'Ixr .;:-'W-.J STD. DWG. Page 30 METER BOX:SIDEWALK Brooks No. 38-S for IV Service Brooks No. 66-S for 2" Service E- STOP-see wore- r. .V- -M1P-C ;G-C "COUPLING FUN SEX BALL VALVE! M1P-C 45° ELL WATER METER TO E3EBY THE CITY. C-C 9OELL^-TYPE K-COP PER CORP STOP •'-. .-••- fviSS J-J93I •' " • WATER MAIN DOUBLE STRAPSEP.V/CE: CLAMP ORIGINAL 2. 3. 4. 5. 6. 7. k 8. Saddles shall be Smit.h-Blair No. .323 Bronze .Double Strap service -clamps for asbesto.s cement pipe and No. 313 for steel- pipe. Clamp threads and'nuts shall -be coated with •'no-o'xid1 grease.. • Corporation, stops shajl be installed in M'.E.E. sections of asbestos.cement-pipe only. ". - ; Meters shall riot be placed in driveways. Installation in driveways may be allowed only by specific-approval of .the - Water Superintendent and in such cases.cast .iron meter box lids shall be tused. ' . r V black felt shall be placed around meter boxes-installed in sidewalks or other concrete'." _•.••• •' • . ' Water'services behind curb shall, be installed'above gas mains and electrical cables. "..'-...- Meters sfiall.,not be installed .on. private property. *'' • • f - - - • '"•Angle'meter stop, shall be Jones 0-1527 or Ford- FV-6 for V<4 meter'; 'Jones -J-1527F or" Ford FV-7 "for 2." meter.- The 2" - size shall be provided with elongated bolt holes: '. Copper to copper "joints shafl be silver soldered.' • ' DATE.• : • 1^ AND 2 COPPER • • ' • •://•- '}. V -. . '' WATER .ySERViCES'"1--•.;.;,..-*.rv E N G f N E E RIN G D E PA R TM E N T ". • - V "I Cl T Y O F IC-A RL5 BAD SCALE "°"f- Sf D. DWG 24' BACK OF CURB OR SIDEWALKx J-3700 R-950 • FIRE HYDRANT Page 31 V WATER SUPPLY -8* ,V!EW A-A '"• • .•" ., 'Wr.^'.*?.;-''";."1'* "*' "* "*' "*' •»'/^^*>^^-v»--*-VA- -^"«^,ffv ••'",*,,.•. ':•-.- -'•..- --*' •-*- •'- ' BREAK.OFF SPOOL: - ^^ i s (6) BOLT HOLES, CAST IF ~ ' " ' CAST IRON HYDRANT' • •-. ^ > BURY--'TOP FLANGED,; " "- "BOTTOM "lA.C. ~-"~^ STREET Short lenghts of pipe (3/311) shall be instal 'led. at each fitting. '-'-' CARDBOARD SEPARATOR 1: Threads on hose and -steamer conn- ections shall be National Standard. SIDEWALK CONTIGUOUS TO CURB.. '' ; '/Thread caps shall be bronze. £4V ' . - f YP." TREN'CH CLEARANCE ' '.-BRICK? I. . 2. Hydrant valve stems and thread caps shall have standard, pentagon nuts with 3/4" sides. • * ' -. 3... Hydr-ant and.break spool shall be painted to 6" below'finished, .grade • with "Proline" TOH marine trim and •\ deck medium yellow.' / 4. -All cast iron, fittings shall be factory cement.1ined and asphalt .• ' coated. " • . ;-'.-"-'•" 5V All ;boits shall be 3/4."': No more' than- two threads shall extend.beyond the nut after tightening. -All'nuts and bolts shall^be coated overall with 'No-Oxid1 grease. .' .-..'.* . , . • . 6. ;A11 "buried fittings shall .be wrapper • 'with 8 mil polyethylene sheeting anc • .- taped. •.••.--.•' .';•••••'• • « - -«»«.•»• - • i • • ^ • i 4 Ui * i\-*( \ ««J '»• • ••-• • • . - •«• - tr-.'.-.-V;.-•"•.., r^-- •=—.,-..„,-. .Xy. - " - ..".... -.7. The bury ell shall be supported.by . ' HYDRANT . INSTALLATION - .... ; ^- .; ;.'britks placed under-the shoe priori •".' :'•; .1M - PARKWAY ,AB^^ .,'. ' ' ' tT"" *"'^^ % ?• ' "'-the pouring of the thrust blo'ck. Tl .•:^''V1"""-'""•"'•*":~•;*;"""',•"•'•'-•-•>' ' L- i% r1*'" ij * • • gate Valve a.nd tee'-shall .be similar' •'":''-'.v^-^ • ' • ' ' rYP!^fM ^? '^ I- • supported^.- • ..... .'•••• ^--• ..-• < . '.•• UI HuMU-^f iL.-.•" ^-----•'•'-•••• '• •-• -. > ••-•••*'^' DATE. • j,^*.^'1.-'-- ' OTY ENGR.'v'. ' Fl RE, HYDR AN J._ INSTALL ATJ ON ;_ ".-.. - /i^irr^^feS^:! ^ENGINEERING ^DEPT. .-..,v,.;,:^.;^.:4fv'.^^r^;-CITY'. OF CARLSBAD Page 32 Brooks Ho 4TT valve well and c.ast iron cover marked "water". Frame and cover shall be cleaned tc bare ^metal. ." A5PMALT COLLAR - - ' TOP VIEW ./7A//SM5Z7 GRADE~ DETAIL QF:ST£M WREMCH- , -^ £X~FEt^StOh~J "I "---•',.::.„, '; DIA. VARIES - ' -L__ MfiKG 1/2)-" L.EB3 THAN I. D-OFC.AM 7'_ ips-fx- "REDWOODBLK. i •. : -PLACES -aE«—'/ a-o d/t\. 'HOLB.. •.} • • ; . •. . •. • r — ~\ r rVr;;/>!,v-;;;iJ>--rfcJ3Ji: '•*'i '• ' • " . •*' .'1 .'. • .* • .- 'i>£rX-- „'. COATED S re£L. P/ft0/?Q"CL./5C y- " ROUGH EDG. £$ Ss/ Be RKWOVZO too /?/$£/? 'Pfitfox- To MSTALL.AT/&fJ. (/A/STALL VI/TM • .. .-•. j -.. . , _. - . .. ...i/i," ; :y * •*•"-• "-"1-- Gate valves and stem wrench extensiot ' ^ : ^'Vi '"' shall be coated with asphalt. .:.^">i'" " " " " ' ""asphalt. .:.">i.-• ?• "^ "• ic.'tCT' "" •">•,••- VV'r-",:' ••v.'>/-''".-i "I/". CITjllNGR, ... VALVE WELL -AS'SEM E>LY AND -STEM' WRENCW...EXTENSION- MNG DEPARTMENT'•-•^^crfy "' ^_SBAD 5TD. DAYTOU FOUUDRV CO. ''i ;' - : ' :.';-^"-'N""*~'*;1*" - 12' CAST IRON VALVE BOX COVER , MARKED "WATER- — ^ / VAL</E Pae 33 "/ax 20' 10GA. STEEL PIPE ASPHALT COATED "" TV HOS£ MW. THREAD BRASS T• A/o. 7& "•-'"• 21/2* HOSE THREAD X 2"1.R THREAD • MALE BRASS HOSEr.;'.'_ ADAPTER ' BRASS 90°u// Z'.r.i.p. AJo. FORD F 2"/V//°- c7h~" " -'-"---""r^---- ••:-.' :- '...--x -•--:5 .-.-'•: : ••••>;•;:''••'•.•••!' - .'-v-V: .--, J COPPER TO COPPER JOINTS ...j'T-," ' ' -SHALL BE SWEATED".'-" : 1^ -' • ;;CONtslECTIOMS. . •../':: -,,.-.7 ;-:-, 2.-.THE LENGTH';QF PIPE- BEFORE-' ^; - .: THE END CAP. SHALL. BE ;I'-G"MIN4.,.:-:,'• -'AND 3'-3"MAX.l-'. • -" -',-... ;-;;^;-.- £M£ASED' PORTION OF COPPER Pi P£ SHALL BE UZAPPEP MTH ^0 MIL CALPtCQ ."_• " TAPE. •• .: . 2 M i p- c — --^= " 2TAPPED ECCENTRIG • " V. V-- EKDCAP •""- *j;;--^ *C • * t*'"'• \, "*-""^i *"->?"r^^ •-. G/*\| I" ***' v "— " ""-',•-, *' *'•• •• -~^ ^ '•• »';• : ' " • V ' '^.^r*::'v^;:¥v|>^v-"/;:?.^"^-;'' •-"••."."•->"••.'•".»".'-7, ^'';f:;^^V^^V^^^u."'"'?..i:,''"if- .„ ^. O /^/<^:4^ N_ . • r. •:-'i-.J,,s«,,».''>-"....T.. •-' :•• • ••7^;;^I^::;*;'i~i^-^:,i'! •"''''?'- • . . . DATE-. CITYENGR. . ••;;-. : V2*. •BLOW..-' OFF '•.' ASSEMBLY-' -• ; ^^^' .'. *„*•". "X**'V''"-V-*"•'"- - • • . ~ — ...... -_»- - -••»._. v^., »'— ...-- ..- - ENGINEERING DEPARTMENT: .a^-CITY- OF CARLSBAD STD.DWG VALVE WELL: Brooks 4TT for 1" air vent, Dayton Foundry Company 12" cast iron cover on 12".dia. steel pipe for IV & 2" air vent. Both covers marked "Water". BEHIND GUTTER \2"X 20' 10 GA. STEEL , . PIPE ASPHALT- COATEP_^ • FOR J'/z" 4 a"AIR. VE-MT i- f -- VARIES ".<- ..,' E3—-CORR STOP 1rfU5E J-1505 11/2" AND 2" USE J-50 MIP-C ' . 9O°ELL Brass 1" male hose nipple XI" MIP , adapter (Dessano No 76) - ". ...'". Brass street ell - -.,: • . .AMGLE STOP ' ' " . ;-"-y : • ' - . R3RD F15ZSAV-3VJ f^R l" DiA- FoflD FV-.l FOR Y/g* AMD 2" DJA. '" ADAPTER •'?•;>*•?•'••-£• •: i . 12" radius" bend for l"-air vent, C-C ell for.1V & 2" air vent -; TBErffND SIDEWALK ': .--/ '• ' • •'':'-/-- Smith' Blair #323 double strap bronze service clamp for .A.C. pipe, #313 ductile iron for steeTpip'e.-.- 1. 2. 3. 1" air vent only: "1" J-1BOG ccrp, stop may be tapped-directly Into M.E.E. section only of 8" and larger A.C. pipe. .'".-"" ' . .-. '. Service clamp threa'ds and nuts-shall be coated with "No-Oxid" "grease. Copper to copper joints shall' be sweat connections. . '. • ^. r .-\ -a DATE ::..;; ^ RELEASE:: ASSEMBLY-. ,,;:i^% ENGINEERING'DEPARTMENT. •'/: .CITY -OF-CARLSBAD STAI .p-' STD. DWG._ ___ _ _ _ ^__ __ 1.- All nuts and bolts shall be coated with ";:o-0xid" grease. 2. All valves and fittings shall be wrapped with 8 mil polyethylene sheeting and taped. . . . 3. All fittings shall be factory cement lined and asphalt coated; 4. Concrete shall not be .in contact with ••y;^.v.:^V- A.C. pipe. PLAM TRBNCW WIDTH CARDBOARD SEPARATOR / ' .'j3RlCf<§~- •.-,, ,.~-.. TV/? UNDER ALL' ELEVATION &LK, n, t ' ?-:'PLAN'--.r ..:.. ___ .... ..,. . .7 ^.•v:-.-' - -"- • DATE C.ITYENGR. ANCHOR •-:.-: ••;......''.•::.", AND BLOCK ^p-^v^vivi;^ ENGINEERING DEPARTMEI^f ^"I'^'CITY" OF ".CARLSBAD SCALE - PSTD;DWGx; CARDBOARD SEPARATOR Page 36 DIAMETER 4"AWD&" &" \O': 12." BSARINC 2AREA (FT- ,] 2.SO . 4-50 8-00 10.00 LEKJGTH(L) £0" 30" 40" 40" DEPTH ( O) .16" 2.4" 30" 3fr« L.AR&ER THAM 12" D1A- REQUIR& SPECIAL. DESIGN- Concrete shall not be in. contact with A.C. pipe. ELEVATION KlORMAL TRENCH -7^ WALL (SEE —CARDBOAFID SEPARATORTVf=: IJWDHR ALL PIPE APPUKTEW AKJCES •'The volume of concrete to resist upli assembly-.shall be calculated by the contractor and submitted to the City -Engineer for approval. DATE.CONCRETE THRUST .BLOCKS CITY ENGR.ENGINEERING DEPARTMENT ' •''"CITY OF CARLSBAD ' SCALE. .- W-14STD.DVVG. Page 37 FlSlv GRADE- ^=5J»fr. lit/ ^-- ' "\ rFWER SAND IN PLACES . WHERE NEEDED AS DIRECTED" SCHEDULE OF TRENCHES ; DJA.OF -4 "AMD PIPE SMALLER G"AKJD' S" . |6"TKRU 2" « ^ WIDTH. OF TRENCH * \ • '.sa--.. • :•' • • : _..«.. * . . OG> • . .' ; •«••.;/ ...:• MOTES''-, - 1. COMPACTION MAY BE-. " 5% LESS ON! UNDEVELOPEDAREAS AND EASEMENTS • NOT SUBJECT-TO VEHICULAR TRAFFIC. . . .' - - - DATE CITY ENOR. PIPE'BEDDING AND .TRENCH • BACKFILL FOR. WATER MAINS .'' ENGINEERING DEPARTMENT . CITY OF CARLSBAD SCALE • - W-16 STD.DWG. -