Loading...
HomeMy WebLinkAboutKoll/Hubbard; 1986-07-07; 3188Recording Requested By and Return To: 1200 klm Avenue Carlsbad, CA 92008 City Clerk ,-_ - 88 3528131 -I 1 . NOTICE OF COMPLETION :::-e G.8 Jy- 26 py 3 58 MUNICIPAL PROZECTS DEPARTMEN c$g;r, I *. i -t.,-:_i. NO F€P L -1( To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on June 29, 1988 the engineering project consisting of construction of College Boulevard between El Camino Real and Palomar Airport Road on which Koll/Hubbard, a Joint Venture was the contractor, and Insurance Company of the West was the surety, was completed. CITY OF CARLSBAD Municypal Projects Manager VERIFICATION OF CITY CLERK I the undersigned, say: I am the City Clerk of the City of Carlsbad; the City described work as completed and' ordered that a Notice of Completion be filed. Council of said City on Twcv 12 1 9 8F accepted the above I declare under penalty of perjury that the foregoing is true and correct. Executed on d& /3 /PJg' at Carlsbad, California. CITY OF CARLSBAD City Clerk 1 CHANGE ORDER Owner: City of Carlsbad Project: C68-015.019/21 Order No.: 9 (Closing Change Order) Date: March 24, 1988 Agreement Date: Sheet One of Seven Contractor: Assessment District 85-2, Schedules I & II Koll/Hubbard, a Joint Venture The following changes are hereby made to the Contract Documents: ITEM 1 CONCRETE AROUND ELECTRIC VAULTS Justification: SDG&E required that electric vaults and an extra work item. Attachment No. 1. concrete be placed between the the retaining walls. This is 500 SF@ $3.00/SF. See COST: $1,500.00 ITEM 2 INSTALL PERMANENT FENCES Justification: The City requested that permanent fences be in- stalled across College Boulevard at Aston Court and at Airport Road since the road will not be open for some time. See Attachment No. 2. COST: $6,530.00 ITEM 3 FINAL QUANTITY ADJUSTMENT Justification: The contract specifies that payment will be made based upon quantities actually constructed and not based upon the Engineer's original estimate. See Attachment No. 3 for breakdown. COST: ($4,954.33) ITEM 4 TRAFFIC STRIPING REVISION Justification: The City made last minute changes to the striping and signing on College Boulevard. See Attachment No. 4. COST: $8,432.00 la-015. 019/21 Order No.: 9 (Closing Change Order) Date: March 24, 1988 Agreement Date: Sheet Two of Seven ITEM 5 MEDIAN IRRIGATION REVISION Justification: Due to design problems the irrigation system in the median planters required re-design and re- work. The contractor was authorized to proceed on a "time and material" basis. See Attachment No. 5. COST: $22,460.30 ITEM 6 REPLACE RAISED SIDEWALK Justification: Due to expansive soils several areas of sidewalk needed replacement due to the possible trip hazard situation. See Attachment No. 6. COST: $2,625.00 ITEM 7 DEDUCTIONS TO CONTRACTOR FOR FAILING TESTS Justification: As specified in the Contract, any re-testing required due to failed tests will be charged to the contractor. See Attachment No. 7. COST: ($7,808.00) ITEM 8 IRRIGATION PLAN REVISIONS Justification: Due to plan changes, omissions, and deletions on the irrigation plans, the contractor is due reimbursement for the additional changes. See Attachment No. 8. COST: $3,311.00 ITEM 9 SUBSTITUTE RCP FOR CIPP Justification: In Change Order No. 2 the Contractor requested substitution of CIPP for the RCP storm drain. The contractor was then authorized to install RCP as originally planned. (See Change Order No. 3.) This is reimbursement for the earlier deletion. COST: $9,902.00 ' ' ITEM 10 MEDIAN CONCRETE REPAIR C68-015.019/21 Order No.: 9 (Closing Change Order) Date: March 24, 1988 Agreement Date: Sheet Three of Seven Justification: Due to expansive soils a portion of the median concrete required removal and replacement. See Attachment No. 10. COST: $31,250.00 ITEM 11 CULVERT REPAIR Justification: It was necessary to replace a of culvert at Airport Road in with the new drainage system. No. 11. COST: $1,287.00 ITEM 12 CHANGE WATER SERVICE corroded section order to tie-in See Attachment Justification: Due to a plan error it was necessary to replace a 1" water service with a 2" service. COST: $303.00 ITEM 13 SCHEDULE II REVISIONS Justification: Due to the unavailability of when the contract was signed unaware of several changes. No. 13. COST: $3,040.00 ITEM 14 ELECTRIC METER PEDESTALS the revised plans the contractor was See Attachment Justification: Due to changes in the irrigation system several electric meter pedestal locations were changed. In order to operate the median lights it is necessary to install two (2) additional pedestals (at $1,885.00/each) in the locations originally shown on the plans. See Attachment No. 14. COST: $3,770.00 ITEM 15 WATER METER ADJUSTMENT .15. 019/21 Order No.: 9 (Closing Change Order) Date: March 24, 1988 Agreement Date: Sheet Four of Seven Justification: Under Change Order No. 6 the contractor was paid for the purchase of 14 irrigation water meters at $420.00 each. Due to plan changes, only 13 were installed. Also the contractor's fee was inadvertently omitted in Change Order No. 6. Fee for 13 meters is $373.00 ($373 -$420= $47). TOTAL: ($47.00) ITEM 16 ADD 12 11 CMLC PIPE Justification: This is part of the final quantity adjustment. ITEM 17 Due to changes in the originally planned sequence of development a temporary water line was deleted and a 16" water line was relocated. A credit of ($13,200.00) is given for deletion of the 16" line in Item No. 3 of this change order. See Change Order No. 2 for details. Add 60 LF@ $57.00/LF. COST: $3,420.00 ADD 10" IRRIGATION SLEEVES Justification: Due to irrigation plan changes sleeve sizes and locations were changed. The total cost for the change is $3,063.25. The additional credit of ($9,636.75) is given in Item No. 3, the Final Quantity Adjustment (Bid Items 41 -44). See back-up for Item 3 of this change order for additional quantity changes. COST: $12,700.00 ITEM 18 TIME EXTENSION Justification: Due to changes in the striping, signal and the irrigation system, and the addition of the median lights it is necessary to extend the contract completion date forty-four (44) days, until March 25, 1988. Due to the late addition of two (2) more electrical meter pedestals, the median light- ing system will not be completed until approx- imately mid-April, 1988. TOTAL: +44 Days ITEM 19 MANUAL IRRIGATION OF SLOPES C68-015.019/21 Order No.: 9 (Closing Change Order) Date: March 24, 1988 Agreement Date: Sheet Five of Seven Justification: Due to requirements in the coastal permit, the slopes were hydroseeded before power was available to operate the irrigation controllers. The contractor incurred costs of approximately $22,731 for manual operation of the controllers over several months time. Availability of the power was out of the contractor's control. An agreement was made to settle the claim for $12,000.00. TOTAL: $12,000.00 • C68-015.019/21 Order No.: 9 (Closing Change Order) Date: March 24, 1988 Agreement Date: Sheet Six of Seven Contract Price Increase This Change Order: Schedule I Schedule II Item 1: Concrete @ Elec. Vaults 1,500.00 0.00 Item 2: Install Perm. Fences 6,530.00 0.00 Item 3: Final Quantities (4,954.33) 0.00 Item 4: Striping Revision 8,432.00 0.00 Item 5: Median Irrigation Revision 22,460.30 0.00 Item 6: Replace Sidewalk 2,625.00 0.00 Item 7: Test Failures (7,808.00) o.oo Item 8: Irrigation Revisions 3,311.00 0.00 Item 9: RCP for CIJ;>P 9,902.00 0.00 Item 10: Median Concrete Repair 31,250.00 0.00 Item 11: Culvert Repair 1,287.00 0.00 Item 12: Change Water Service 303.00 o.oo Item 13: Schedule II Revisions 0.00 3,040.00 Item 14: Elec. Meter Pedestals 3,770.00 0.00 Item 15: Adjustment for Water Meter Change (47.00) 0.00 Item 16: Add 1211 CMLC Pipe 3,420.00 o.oo Item 17: Add 1011 Irr. Sleeves 12,700.00 0.00 Item 18: Time Extension 0.00 0.00 Item 19: Manual Irrigation of Slopes 12,000.00 0.00 Subtotal: $ 106,680.97 $ 3,040.00 Total This Change Order: ~109,720.97 ================================================================ Original Contract Price: $6,801,836.31 $255,200.00 Previous Change Orders: This Change Order: Total Change Orders: New Contract Price including this Change Order: CHANGE TO CONTRACT TIME Contract Time +44 Days $7,057,036.31 223,006.05 109,720.97 332,727.02 $7,389,763.33 Completion Date for all work: March 25, 1988 0 Days January 21, 1988 APPROVALS REQUIRED • C68-015.019/21 Order No.: 9 (Closing Change Order) Date: March 24, 1988 Agreement Date: Sheet Seven of Seven To be effective, this Order must be approved by the Federal Agency if it changes the scope or objective of the Project, or as may otherwise be required by the Supplemental General Conditions. Recommended by: g£r~ Date: f-c:, -rf<t": NS/LOWRY, INC. Approved by: Date: ? ~G ·BB Approved by: ________________ Date: ________ W'~~ KOLL/HUBBARD, A JOINT VENTURE / E68-015.019/21 CHANGE ORDER Order No. ___ .8 ___ _ Date January 29, 1988 Agreement Date ____ _ Sheet 1 of 3 ---- Owner : ____ ~=C=i~t~y_,o~f==--C=a=r~l~s~b~a~d~--------------------- Project: ____ ,A=s~s~e~s~s~m~e~n~t-"'--~D~i~s~t~r~1~·c~t-==-~8~5~-~2~,,_~s~c~h~e~d~u~l~e~s=---=I~&,____,I~I=--------- Contractor : __ ~K=o~l=l=-/=H~u=b=b~a=r~d=-<-<--=a--=J~o~i=n~t=---V~e=n~t~u=r~e~-------------- The following changes are hereby made to the Contract Documents : ITEM 1 MEDIAN LIGHTING Justification : The Ownership of the Carlsbad Research Center has requested that median lights be added to the tree wells of the portion of College Blvd. abutting the Carlsbad Research Center property. The cost of the lighting system is to be assessed directly to the CRC ownership. The Assessment Engineer has determined that ample funds are available in the remaining contingency fund to cover the cost of this item . See Attachment No . 1 for more details . ITEM 2 TIME COST : $78,685.00 There is no time extension for this item. However, due to the late date of this change, the lights will be installed after the contract completion date but before March 1, 1988. EXTENSION Due to rain and adverse weather , the contractor was delayed 14 working days. The addition of the delay changes the contract completion date from January 21, 1988 to February 10 , 1988. See Attachment No . 2 for details. The days are as follows: Nov. 2 ' 1987 -1 day Dec. 16, 1987 -1 day Nov . 5 , 1987 -1 day Dec . 17 , 1987 -1 day Nov . 6 , 1987 -1 day Dec . 18 , 1987 -1 day Nov . 9' 1987 1 day Dec . 29 , 1987 1/2 day Nov. 10, 1987 -1 day Dec . 30 , 1987 -1 day Dec . 4, 1987 -1/2 day Jan . 18 , 1988 -1 day Dec . 7' 1987 -1 day Feb . 2' 1988 -1 day Feb. 3, 1988 -1 day ITEM 3 TRAFFIC SIGNAL E68-015.019 Change Order No.--~-- DATE January 29, 1988 Sheet _L of-~- Justification: At the request of the City of Carlsbad, the traffic signal at Palomar Airport Road and College has been deleted from the contract due to traffic safety considerations. COST: $(53,000.00) There is no time extension for this item. CHANGE TO CONTRACT PRICE Orig. Contract Price Previous Change Orders Contract Price Increase This Change Order: Item 1: Median Lights Item 2: Time Extension Item 3: Traffic Signal TOTAL THIS CHANGE ORDER Total Cost of Change Orders New Contract Price including this Change Order CHANGE TO CONTRACT TIME Contract Time Date for Completion of all work 1988 Schedule I $6,801,836.31 $ 197,321.05 $ 78,685.00 +14 working days $ (53,000.00) $ 25,685.00 $ 223,006.05 $7,024,842.36 $ $ Schedule II $255,200.00 $ - 0 - - 0 - - 0 - $255,200.00 +14 working days - 0 - February 10, 1988 January 21, t APPROVALS REQUIRED E68-015.019/21 Change Order No. _8 __ _ DATE January 29, 1988 Sheet 3 of 3 To be effective, this Order must be approved by the Federal Agency if it changes the scope or objective of the Project, or as may otherwise be required by the Supplemental General Conditions. ' Recommended by: tf;;.,, x/ ~ NB/LOWRY, INCORPORATED Approved b~ f✓~ CITY OF rJsiAD Approved by: T VENTURE DATE ,).-7-ff DATE 31=~ DATE NOTE: DUE TO DIFFICULTIES IN OBTAINING THE MEDIAN LIGHTING SYSTEM ON SHORT NOTICE, THE CONTRACTOR MAY NOT BE ABLE TO COMPLETE INSTALLATION OF THE MEDIAN LIGHTING WITHIN THE CONTRACT COMPLETION DATE. AN ADJUSTMENT WILL NEED TO BE MADE TO THE CONTRACT COMPLETION DATE WHEN THE DELIVERY DATE OF THE MEDIAN LIGHTING SYSTEM IS KNOWN. E68-015 .019 /21 CHANGE ORDER Order No . --'7 ____ _ Date Januar y 27, 1988 Agreement Date ____ _ Sheet 1 of 3 ---''----- Owner: ____ C_i_t~y_o_f _C_a_r_l_s_b_a_d ________________________ _ Project : ___ A_s_s _es_s_m_e_n_t_D_i_s_t_r_i_c_t_8_5-_2_:_,_S_c_h_e_d_u_l_e_s_I_&_II ____________ _ Contractor: Koll/Hubbard, a Joi nt Venture The following changes are hereby made to the Contract Documents: ITEM 1 MODIFICATION TO TRAFFIC SIGNAL AT EL CAMINO REAL Justification: The City requested the addition of an OPTICON system to the traffic signal at College Blvd . a nd El Camino Real and also to upgr ade the controller to operate using a 176 controller chip. OPTICON System 176 Chip TOTAL See Atta chment No . 1 for .detail s $7,403 .00 532 .00 $7 ,935.00 NOTE : DUE TO DIFFICULTY IN OBTAINING THE OPTICON SYSTEM ON SHORT NOTICE , THE CONTRACTOR MAY NOT BE ABLE TO COMPLETE THE INSTALLATION OF THE SIGNAL WITHIN THE CONTRACT COMPLETION DATE . · AN ADJUST.MENT WILL NEED TO BE MADE TO THE CONTRACT COMPLETION DATE WHEN THE DELIVERY DATE OF THE OPTICON COMPONENTS IS KNOWN . CHANGE TO CONTRACT PRICE Orig. Contract Price Previous Change Orders Contract Price Increase This Change Order: Item 1: TOTAL THIS CHANGE ORDER New Contract Price including this Change Order CHANGE TO CONTRACT TIME Contract Time Date for Completion of all work -E68-015.019 Change Order No. _7 __ _ DATE January 27, 1988 Sheet 2 of 3 Schedule I $6,801,836.31 $ 189,386.05 $ $ 7,935.00 7,935.00 $6,999,157.36 $ $ Schedule II $255,200.00 $ - 0 - - 0 - - 0 - $255,200.00 0 -- 0 - January 21, 1988 January 21, 1988 E68-015.019/21 Change Order No. -~7 __ _ DATE January 27, 1988 Sheet _3_ of _3_ APPROVALS REQUIRED To be effective, this Order must be approved by the Federal Agency if it changes the scope or objective of the Project, or as may otherwise be required by the Supplemental General Conditions. Recommended by: DATE_~;J __ /_-_fl ___ _ NBS/LOWRY, INCORPORATED Approved DATE B-r-rr Approved by: VENTURE Owner: CHANGE ORDER City o f Carlsbad E68-015 .019/21 Order No. ---:--6---::---:;-:::-::;-:;~ Date Novembe r 5 , 1987 Agreement Date __ -=--- Sheet 1 of 3 ---- ---------------------------------- Project: _____ A_s_s_e_s_s_m_e_n_t_D_i_·s_t_r_i_c_t_a_s_-_2_,_s_c_h_e_d_u_l_e_s_I_&_r_r _____ _ Contractor: Koll/Hubbard, a Joint Venture -------------------------------- The following changes are hereby made to the Contract Documents: ITEM 1 RETAINING WALLS FOR ELECTRICAL VAULTS Justification: Masonry walls are required by SDG&E around the electrical vaults before they will install power on College Boulevard. Since this was not included in the original contract, it must be added by change order (see Attachment No. 1). Masonry walls at 14 -- locations, total $17,558.00. There is no time extension for this item. ITEM 2 LANDSCAPE IRRIGATION WATER METERS Justification: In order to complete the irrigation system, the Contractor was required to purchase water meters from The City of Carlsbad. Since the meters serve four separate property owners, one being The City of Carlsbad, the meter costs should be paid by the Assessment District and then assessed to the property owners. (See Attachment No. 2). Cost: 14 meters@ $420.00 = $5,880.00 There is no time extension for this item. ITEM 3 TIME EXTENSION DUE TO RAIN Justification: Due to rain and the effects of rain, the Contractor's schedule was impacted, causing a total of 5 days delay. These dates are as follows: August 14, 1987: rain, Contractor lost 1/2 day. September 22, 1987: rain, Contractor lost 1/2 day. E68-015.019 Change Order No. DATE November 5, 1987 6 Sheet 2 of 3 October 13, 1987: rain, Contractor lost full day October 14,15,16, 1987: due to excessive mud, the Contractor was prevented from cutting fine grade on the north end of the project. Although other work was performed, the loss of fine grading was a major impact to a critical path item. (See Attachment No. 3.) CHANGE TO CONTRACT PRICE Orig. Contract Price Previous Change Orders Contract Price Increase This Change Order: Item 1: Retaining Walls Item 2: Water Meters Item 3: Time Extension TOTAL THIS CHANGE ORDER New Contract Price including this Change Order CHANGE TO CONTRACT TIME Contract Time Date for Completion of all work TOTAL: +5 days Schedule I $6,801,836.31 $ 165,948.05 $ $ $ $ 17,558.00 5,880.00 - 0 - 23,438.00 $6,991,222.36 .• c r '/ $ $ $ $ Schedule II $255,200~00 $ - 0 - -0 --0 --0 - -0 - $255,200.00 +5 working days +5 working days January 21, 1988 January 21, 1988 APPROVALS REQUIRED E68-015.019/21 Change Order No. 6 DATE November 5, 1987 Sheet ____l_ of _L . ~ - To be effective, this Order must be approved by the i.:.ed~gcne,r if it changes the scope or objective of the Project, or as may otherwise be required by the Supplemental General Conditions. Recommended by: DATE _ _,_/_/-~5=--~,S',::;...........17 __ NBS/LOWRY, INCORPORATED Approved by: DATE ~ Approved by: DATE i I -5" -B 7 Owner: Project: Contractor: E68-015.019/21 CHANGE ORDER Or der No. 5 --~-~-=----Date June 22, 1987 Agreement Date Sheet 1 of 4 ----- City of Carlsbad Assessment District 85-2, Schedules I & II Koll/Hubbard, a Joint Venture The following changes are hereby made to the Contract Documents: ITEM I IRRIGATION METER CONTROL PEDESTALS Justification: Five (5) sprinkler meter control pedestals are required on the northwest side of College Boulevard. They were not shown on the plans and are necessary for the operat- ion of the system. The addresses were obtai ned from the City of Carlsbad (see Attachment No. 1). Cost: 5 @. $1,795 = $8 ,975 + 5% (contractors overhead) Total = $9 ,42~.75 There is no time extension for this item . ITEM 2 STORM DRAIN CLEANOUT VAULT ENLARGEMENT Justificati on : The cleanout at station 31+64 is shown on the plans as a 5'x 5' concrete vault. It was found necessary to enlarge the box to '.a 5'x 8 ' box in order to accorriodate the t hree storm drains merging at that location from different angles. ( See Attachment No. 2) Cost: $1,100.00 There is no time extension for this item . ITEM 3 ADDITIONAL 16" ML&C PIPE Justification: 1¥11'/,. ,I . An additional 19 feet of 16" pipe was :r<IW.i:l!'ed to make the connecti on to the existin~ line on the slope at . station 19+15. /n orde,. fo .17 vr,:O,fc,J-.. tµ., <'orrec.~ t"Ol.AU/ ~ ~/1-;e, Cost : 19 @ $100/LF (Bid item 20) Total = $1,900.00 There is no time extension for this item. E68-015.019 Change Order No. 5 June 22, 1987 Sht 2 of _4_ ITEM 4 ADDITIONAL COSTS FOR TELEPHONE AND ELECTRICAL QUANTITY CHANGES Justification: Due to revision in the plans, the quantities for telephone and electrical have changed. Below is a breakdown of the estimated changes from the revised plans. See Attachment No. 3 for more detailed breakdown. Tele:ehone Quantities Bid Item Descri:etion Quantity Chg. Unit Cost Cost Change 96 Telco only trench 993 $ 4.00 $3,972.00 104 2-4" D.B. Conduit (1759) 3.00 (5,277.00) 105 4-4" D.B. Conduit 2863 6.00 17,178.00 108 12x6x7 Manhole ( 1) 4,400.00 (4,400.00) EW* 1-2" Conduit 805 2.50 2,012.50 EW* 2 I Sweep-2"Conduit 2 10.00 20.00 EW* Street Crossing 1 8,000.00 8,000.00 4-4" Conduit Total Telephone: $21,505.50 * Denotes Extra Work Item not on original bid items. Electrical Quantities Bid Item Descri:etion Quantity Chg. Unit Cost Cost Change 95 Main Trench 180 $ 4.50 $810.00 98 1-2" D.B. Conduit 1830 2.50 4,575.00 99 1-3" D.B. Conduit (50) 2.00 (100.00) 100 1-4" D.B. Conduit 765 1. 50 1,147.50 101 1-5" D.B. Conduit 680 2.00 1,360.00 102 2-5" E.B. Conduit 380 4.00 1,520.00 103 4-5" E.B. Conduit (325) 7.00 (2,275.00) 106 Transformer Pad 2 600.00 1,200.00 E68-015.019 Change Order No. 5 June 22, 1987 Sht 3 of 4 Electrical Quantities Bid Item Description Quantity Chg. Unit Cost Manhole (2) Switch Pad (3441) 2 107 EW EW 1-5" E.B. Conduit 205 $3,500.00 5,500.00 4.00 Note: D.B. = Direct Burial E.B = Encased Burial Total Electrical: Total Electrical and Telephone Quantity Takeoff, Item No. 4 = $34,563.00 There is no time extension for this item. CHANGE TO CONTRACT PRICE Orig. Contract Price Previous Change Orders Contract Price Increase This Change Order: Item 1: Meter Pedestals Item 2: Vault Enlargement Item 3: Additional 16" Pipe ITem 4: Teleco & Elect Qty Changes Increase this Change Order: New Contract Price including this Change ORder CHANGE TO CONTRACT TIME No Change to Contract Time Date for Completion of all Work Schedule I $6,801,836.31 $ 118,961.30 $ 9,423.75 $ 1,100.00 $ 1,900.00 $ 34,563.00 $ $46,986.75 $6,96:L:Z84.36 $ -0- January 14, 1988 Cost Change (7,000.00) 11,000.00 820.00 $13,057.50 Schedule II $255,200.00 $ -0- $ -0- $ -0- $ -0- $ -0- $ -0- $255,200.00 $ -0- January 14, 1988 E68-015.019/21 APPROVALS REQUIRED Change Order No. ·5 June 22, 1987 Sht 4 of 4 ~;;t-To be effective, this Order must be approved by the !-Ed Agency if it changes the scope or objective of the Project, or as may otherwise be required by the Supplemental General Conditions. Recommended by: Date Approved by: Date Approved by: Date 6 · oi· 87 I _ __.... 1·' ' ',._) E68-015 ;019/21 CHANGE ORDER Order No . 4-revised Date March 23, 1987 Agr eement Date Sheet 1 of 2 Owner : City of Carlsbad Project: Assessment District 85-2, Schedules I & II Contractor: Koll/Hubbard, a Joint Ventur e The following changes are hereby made to the Contract Documents : ITEM 1. UNSUITABLE MATERIAL REMOVALS The following bid quantity increases are her eby authorized for removal and replacement of existing unacceptable fill, alluvium, colluvium, and surficial soils in areas to receive fill : BID PREVIOUS QUANTITY NEW COST ITEM DESCRIPTION QUANTITY INCREASE QUANTITY INCREASE 1 Unclassified Excavation 1,401,000 92 ,874 1 ,493 ,874 $116 ,092 .50 2 Unclassified Fill 1 ,401,000 92 ,874 1 ,-493,874 37,149.60 TOTAL COST INCREASE: $153 ,242 .10 ITEM 2 . RAIN DELAYS For the period from February 23 , 1 987 to March 20 , 1987 construction has been halted o r impai red on the following dates due to rain : 02/23/87 through 02/27/87 and 03/06/87 , a loss of six (6) working days. A time extension is therefore authorized for eight (8) calendar days . There is no change in contract price for this item. JUSTIFICATION ITEM 1. Actual depths of unsuitable materials within area.s to receive fill have averaged 4½ feet deep . Included in this amount is buttressing of slide material at Station. 20+00 to 28+00 and recompaction of an existing fill areas at. Station 62+00 . Surficial, colluvial, and alluvial soils requiring removal ranged in depth from 2 feet on slopes to 9 feet in canyon bottoms. The bid quan- tities included 38 ,100 CY's. over the required design excavations. This represents removals under fill areas of approximately 1 1/3 foot deep . An additional 92,874 CY 's is required for a total of 130,974 Cy 's of unsuitable materials removal . JUSTIFICATION continued 68-015.019/21 Order No. 4-revised March 23, 1987 Sheet 2 of 2 ITEM 2. Adverse weather conditions (rain) necessitated cessation of the contractor's work. CHANGE TO CONTRACT PRICE Original Contract Price Previous Change Orders Contract Price by this Change Order will be Increased: 1. Unsuitable Material Removal 2. Rain Delays Increase This Change Order New Contract Price including this Change Order CHANGE TO CONTRACT TIME Contract Time will Increase Date for Completion of All Work Schedule I $6,801,836.31 $( 34,280.80) $ 153,242.10 $ 0. 00 $ 153,242.10 $6,920,797.61 8 Calendar Days January 14, 1988 Date Schedule II $ 255,200.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 255,200.00 8 Calendar Days January 14, 198~ Date APPROVALS REQUIRED To be effective, this Order must be approved by the ~~~y if it changes the scope or objective of the Project, or as may otherwise be required by the Supplemental General Conditions. Recommended by: Approved by: ,r Accepted by: Date Date Date VENTURE • --✓~-; -✓-/ :-,=, / s:-i-87 p E68-015.019/21 CHANGE ORDER Order No. 4 Date January 5, 1987 Agreement Date Sheet 1 of 2 ----- Owner: City of Carlsbad Project: Assessment District 85-2, Schedules I & II Contractor: Koll/Hubbard, a Joint Venture The following changes are hereby made to the Contract Documents: BID ITEM 1 2 QUANTITY CHANGES The following bid quantity increases are hereby authorized for removal and replacement of existing unacceptable fill, alluvium, ~alluvium and surficial soils in areas to receive fill: PREVIOUS QUANTITY NEW COST DESCRIPTION QUANTITY INCREASE QUANTITY INCREASE Unclassified Excavation 1,401,000 92,874 1,493,874 $116,092.50 Unclassified Fill 1,401,000 92,874 1,493,874 37,149.60 TOTAL COST INCREASE: $153,242.10 JUSTIFICATION Actual depths of unsuitable materials within areas to receive fill have averaged 4½ feet deep. Included in this amount is buttressing of slide material at Station 20+00 to 28+00 and recompaction of an existing fill area at Station 62+00. Surficial, colluvial and alluvial soils requiring removal ranged in depth from 2 feet on slopes to 9 feet in canyon bottoms. The bid quantities included 38,100 CY's over the required design excavations. This represents removals under fill areas of approximately 1 1/3 foot deep. An additional 92,874 CY's is required for a total of 130,974 CY's of unsuitable materials removal. E68-015.019/21 Change Order No. 4 -continued January 5, 1987 Sheet 2 of 2 CHANGE TO CONTRACT PRICE Original Contract Price Previous Change Orders Contract Price by this Change Order will be Increased New Contract Price including this Change Order CHANGE TO CONTRACT TIME Contract Time will not change Date for Completion of All Work APPROVALS REQUIRED Schedule I $6,801,836.31 $ (28,952.80) $ 153,242.10 $6,926,125.61 Calendar Days December 30, 1987 Date Schedule II $ 255,200.00 $ o.oo $ 0.00 $ 255,200.00 Calendar Days December 30, 1987 Date To be effective, this Order must be approved by the Federal Agency if it changes the scope or objective of the Project, or as may otherwise be required by the Supplemental General Conditions. Recommended by: ~___,u}, ~ , NBLOWRV, INC~ED Approved by : "'"c-1-T_,Y,.....-,,O .... F..--,C=mr=--""'s-B=-AD"'"=' _______ _ Accepted by: ""'K-=o=L=-L--./"""H=u=B-=B"""ARD...,,..,.._,_A __ J ..... O_I __ N_T ___ V_E_N_T_U_RE __ Date Date () 8-015.019/21 RECEIVED CHANGE ORDER OCT 15 19!7 NISILOWIIY Order No. Revised-3 Date March 10, 1987 Agreement Date Sheet 1 of 3 Owner: City of Carlsbad Project: Assessment District 85-2, Schedules I & II Contractor: Koll/Hubbard, a Joint Venture ---------'------=------------------------ The following changes are hereby made to the Contract Documents: Item 1. .MONOLITHIC INLET TOPS The tops of the drainage inlets are to be poured monolithically to the full width of the adjacent sidewalks. The reinforcing steel is to be extended into the adjacent sidewalk. The follow- ing changes in bid quantities of work are made by this item: Bid Item 9 New New New New Description Concrete Sidewalk nonolithic Top B-2 Inlet Monolithic Top B-1 Inlet Monolithic Top B(5')Inlet Monolithic Top B(7')Inlet Item 1 Subtotal: Quantity + or - ( 52 2) SF 2 EA 16 EA 1 EA 1 EA There is no extension of time for this item. Item 2 RAIN DELAYS Unit Cost $ 1.40 80.00 83.00 10.00 15.00 Cost $( 730.80) 160.00 1,328.00 10.00 15.00 $ 782.20 As of February 22, 1987 construction has been halted or impaired on the following dates due to rain: 09/25/86, 10/10/86, 11/17/86 thru 11/20/86, 12/08/86, 12/09/86, and 01/05/87 thru 01/09/87, a loss of thirteen (13) working days. A time extension is therefore author- ized for eighteen (18) calendar days. These calendar days are not to include Christmas Day, December 25, 1987 nor New Year's Day, January 1, 1988. There is no change in contract price for this item. Item 3 ADDITIONAL SUBDRAIN Add 575 LF of subdrain per bid item 3 at $15.00 per LF. The addi- tional cost for this item is $8,625.00. There is no extension of time for this item. Item 4 REDUCE SIZE OF DIP FM i8-015. 019/21 Change Order No. 3(revised) March 10, 1987 Sheet 2 of 3 The size of bid item 18 is to be reduced from 14" to 12". All other specifications remain the same. The following changes in bid quantities of work are made by this item: Bid Item 19. Description Quantity + or - Unit Cost Cost .JA--14-inch DIP-CL 200 FM New 12-inch DIP-CL 200 FM (2960) LF 2960 LF $27.00 25.20 $(79,920.00) 74,592.00 Item 4 Subtotal: $( 5,328.00) There is no time extension for this item. Item 5 RCP AUTHORIZED It is hereby agreed that at the contractor's option RCP may be used instead of CIPP at the sizes and unit prices originally bid for this project. There is no time extension for this item. JUSTIFICATION Item 1. Item 2. Item 3. Item 4. Item 5. Inlet tops per design do not extend the full width of the sidewalk. The small strip of concrete sidewalk formed be- side the inlet top, when the sidewalk is poured, would be prone to cracking. This item expands the inlet top to the full width of the sidewalk eliminating these small sections of sidewalk. Adverse weather conditions (rain) necessitated cessation of work. Extensions of subdrains were necessary at various locations as the topography was changed by alluvium and other unsuit- able material removals. The pump station supplying this facility was designed and approved for a 12-inch force main, therefore this reduction was recommended by the design engineer, Rick Engineering and the ownership responsible, Carlsbad Research Center. The installation and approval of the CIPP constructed has taken longer than anticipated. This item allows the contractor to return to RCP if desired in order to exped- ite his construction schedule. I . . - CHANGE TO CONTRACT PRICE Original Contract Price Previous Change Orders Contract Price by this Change Order will be Increased: 1. Monolithic Inlet Tops 2. Rain Delays 3. Additional Subdrains 4. Reduce Size of DIP FM 5. RCP Authorized Increase This Change Order: New Contract Price including this Change Order CHANGE TO CONTRACT TIME Contract Time will be Increased: Date for Completion of All Work APPROVALS REQUIRED -015.019/21 Change Order No. 3 (revised) March 10, 1987 Sheet 3 of 3 Schedule I $6,801,836.31 $( 38,360.00) $ 782.20 $ 0.00 $ 8,625.00 $ ( 5,328.00) $ 0.00 $ 4,079.20 $6,767,555.51 18 Calendar Days January 6, 1988 Date Schedule II $ 255,200.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 255,200.00 18 Calendar Days January 6, 1988 Date To be effective, this Order must be approved by the Federal Agency if it changes the scope or objective of the Project, or as may other- wise be required by the Supplemental General Conditions. Recommended by: Date 3-/tJ-87 Approved by: Date r1 Accepted by: Date ~-'-/ -87 E68-015.019/21 CHANGE ORDER Order No. 3 Date January 5, 1987 Agreement Date Sheet 1 of 3 Owner: City of Carlsbad Project: Assessment District 85-2, Schedules I & II Contractor: Koll/Hubbard, a Joint Venture The following changes are hereby made to the Contract Documents: Item 1. MONOLITHIC INLET TOPS Bid Item 9 New New New New The tops of the drainage inlets are to be poured mono- lithically to the full width of the adjacent sidewalks. The reinforcing steel is to be extended into the adja- cent sidewalk. The following changes in bid quantities of work are made by this item: Quantity Unit Description + or -Cost Cost Concrete Sidewalk (-522 SF) $ 1.40 $(-730.80) Monolithic Top B-2 Inlet 2 EA 80.00 160.00 Monolithic Top B-1 Inlet 16 EA 83.00 1,328.00 .Monolithic Ton B(5')Inlet 1 EA 10.00 10.00 Monolithic Top B(7')Inlet 1 EA 15.00 15.00 Item 1 Subtotal: $ 782.20 There is no extension of time for this item. Item 2. RAIN DELAYS Item 3. As of December 23, 1986 construction has been halted or impaired on the following dates due to rain: 09/25/86, 10/10/86, 11/17/86, 11/18/86, 11/19/86, 11/20/86, 12/08/86, and 12/09/86. A tine extension is therefore authorized for eight (8) days. There is no change in contract price for this item. ADDITIONAL SUBDRAIN Add 575 LF of subdrain per bid item 3 at $15.00 per LF. The additional cost for this item is $8,625.00. There is no extension of time for this item. JUSTIFICATION E68-015 .019/21 Change Order No . 3 -continued January 5 , 1987 Sheet 2 of 3 Item 1. Inlet tops per design do not extend the full width of the sidewalk. The small strip of concrete sidewalk formed beside the inlet top , wh en the sidewalk is poured, would be prone to cracking. This item expands the inle t top to the full width of the sidewalk eli- minating these small sections of sidewalk. Item 2 . Adverse weather conditions (rain) necessitated cessation of work. Item 3 . Extensions of subdrains were necessary at various loca- tions as the topography was changed by alluvium and other unsuitable material removals . CHANGE TO CONTRACT PRICE Original Contract Price Previous Change Orders Contract Price by this Change Order will be Increased : 1 . 2. 3 . Monolithic Inlet Tops Rain Delays Additional Subdrains New Contract Price including this Change Order CHANGE TO CONTRACT TIME Contract Time will be increased : Date for Completion of all Work Schedule I $6 ,801 ,836 .31 $ (38 ,360 .00) $ 782 .20 $ 0 .00 $ 8 ,625 .00 $6 ,772 ,883 .51 8 Calendar Days December 30 , 1987 Date Schedule II $ 255 ,200 .00 $ 0 .00 $ 0 .00 $ 0 .00 $ 0 .00 $ 255 ,200 .00 8 Calendar Days December 30, 1987 Date APPROVALS REQUIRED E68-015.019/21 Change Order No. 3 -continued January 5, 1987 Sheet 3 of 3 To be effective, this Order must be approved by the Federal Agency if it changes the scope or objective of the Project, or as may otherwise be required by the Supplemental General Conditions. Recommended by, ~~-~ NB/LOW~INORPORATED Approved by: ~c=r-='I'=Y-O~F-C_A_R~L-S-B~A-D _____ _ Date I-b-~ Date Accepted by: Date VENTURE CHANGE ORDER Owner: City of Carlsbad '8-!)15. 019/21 RECEIV;-6 ~( OCT 15 1987 NBS/LOWRY Order No. 2 Date Octo~b_e_r___,2=7=-,----=-1~9~8~6--- Agreement Date Sheet 1 o-:::f--~4--- College Boulevard Project: Assessment District 85-2, Schedule I & II ----------------------------------- Contractor: Koll/Hubbard, a Joint Venture ------------------------------- The following changes are hereby made to the Contract Documents: Item 1. Bid Item 20 21 23 25 NOTE: RELOCATE 16" WATERLINE Autho~ization is hereby given to revise the alignment of the 16-inch water line between Station 19+15 and Station 27+68 in accordance with plans (4 sheets) marked CMWD 85-104, approved 10/02/86 by Costa Real Municipal Water District. ·A 12-inch steel temporary water line (bid i tern 21) between Station 19+15 and Station 23+50 is deleted on these plans as this relocation makes this temporary facility unnecessary. The following changes in bid quan- tities of work are made by this item.· There is no change in contract time for this item. Description 16" Stl. CML & C Pipe (Del~te Item) \),'1 , ,r,•~(J 16" ACP CL150 Pipe 12" ACF CL150 Pipe Quantity + or - · +21 LF '(-512 LF) +32 LF (-_68 LF) Unit Cost $100.00 30.00 32.00 32.00 Cost $ 2,100.00 (15,360.00) 1,024.00 ( 2,176.00) $(14,412.00) A temporary connection at Station 27+68 was authorized by Costa Real Municipal Water District at the contractor's request. This connection is not required but may be in- stalled temporarily as a convenience to the contractor during construction at his own expense. This connection is to be removed when the permanent connection at Station 31+00 is completed. It is the contractor's opinion that development within Carlsbad Research Center Phase 4 will make the connection at Station 31+00 unnecessary. In the event approval is obtained from Costa Real Water District by June 1, 1987 to eliminate this connection, the contractor intends to reauest a change order deleting it from this contract and orovide reimbursement for construction of 12" steel ML&C connection at Station 27+68 which served in its place. E68-015.019/21 Change Order No. 2 -continued October 27, 1986 Sheet 2 of 4 Item 1 (NOTE) continued Item 2. Bid Item 12 13 14 15 New New New New Item 3. The contractor has submitted a cost of (60 LF@ $57.00) $3,420.00 for construction of the connection at Station 27+68. The elimination of the"'connection at 31+00 would result in a savings of (132 LF@ $100.00) $13,200.00. A 16" butterfly valve at-Station 31+00 would also be eliminated for a savings of $2,600.00. The net savings would be $12,380.00. SUBSTITUTION OF PVC FOR VCP SEWER Use of SDR35 PVC sewer pipe is approved upon receipt of a written 5-vear unconditional ouarantee. SDR35 PVC sewer is to be substituted in ail locations where VCP sewer pipe is specified. There is no change in contract time for this item. The changes and additions to this contract authorized by this item are given below: .Quantity Unit Description + or -Cost Cost (Delete Item) (-4378 LF) $ 22.00 $(96,316.00) (Delete Item) (-2185 LF) ~ 17.00 (37,145.00) (Delete Item) (-35 LF) 17.00 E~J '\~pQ 200. 00 ( 595.00) (Delete Item) (-2 ( 2,400.oov 12" 8" 6" 6" PVC Pipe +4.~a Es~'l3'7f _.20.00 .87,560.00 olC- PVC Pipe +2185 LF--15. 00 32,775.00 PVC Pipe + 35 LF 15.00 525.00 PVC Laterals + 2 EA 1100.00 2,200.00 / $(13,396.00) or SUBSTITUTION OF CIPP FOR RCP Use of cast-in-place pipe (CIPP) is hereby authorized in selected locations for sizes 33" or larger where rein- forced concrete pipe (RCP) is specified. ·cIPP of equal size is to be substituted except 36" CIPP will be used where 33" is indicated . . The minimum concrete strength acceptable is 4000 psi. The cost of additional materials testing required by the use of CIPP will be paid by the contractor. There is no change in contract time for this item. The changes and additions to the contract authorized by this item are given below: E68-015.019/21 Change Order No. 2 -continued October 27, 1986 Sheet 3 of 4 Item 3 continued Bid Quantity Unit Item Descriotion + or -Cost Cost 45 (Delete Item) (-110 LF) $150.00 $(25,500.00) 48 (Delete Item) (-280 LF) 85.00 (23,800.00) 49 (Delet~ Item) (-490 LF) 65.00 (31,850.00) 50 (Delete Item) (-678 LF) 55.00 (37,290.00) 51 (Delete Item) (-1424 LF) 50.00 (71,200.00) . New 8 4 " CIPP Pipe + 170 LF 125.00 21,250.00 New 48 II CIPP Pipe + 280 LF 78.00 21,840.00 New 42 II CIPP Pipe + 490 LF 60.00 29,400.00 New 36 II CIPP Pipe + 678 LF 49.00 33,222.00 New 33 II CIPP Pipe +1424 LF 49.00 69,776.00 ;; $(14,152.00) JUSTIFICATION ' Item 1. Item 2. Item 3. The revised alignment for the new permanent 16" water line makes the use· of a temporary water line unnecessary. Water service is maintained through permanent facilities while construction takes place over the existing facilities. The use of PVC sewer is an economical.alternative to VCP. The use of CIPP is an economical alternative to RCP. CHANGE TO CONTRACT.PRICE Original Contract Price Previous Change Order(s) Contract Price by this Change Order will be (decreased) 1. Relocation of 16" Waterline 2. Substitute PVC for VCP 3. Substitute CIPP for RCP in Selected Locations New Contract Pric~ including this Change Order CHANGE TO CONTRACT TIME Contract Time will not change Date for Completion of all Work APPROVALS REQUIRED E68-015.019/21 Change Order No. 2 -continued October 27, 1986 Sheet 4 of 4 ·Schedule I $6,801,836.31 $ 3,600.00 $ ( 14,412.00) $ ( 13,396.00) $ ( 14,152.00) JlJ!~J. ( tf 1/1 6a,e,o) $6,763,476.31 Calendar Days_ December 17, 1987 Date Schedule II $ 255,200.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 255,200.00 Calendar Days December 17, 1987 Date To be effective, this Order must be approved by the Federal Agency if it changes the scope or objective of the Project, or as may otherwise be required by the Supplemental General Conditions. Recommended by,~~ · NBS OWRY, NCO RATED -Date//~~ Approved by: Accepted by: /J ' -r/_ PART I -PROCEDURAL DOCUMENTS SECTION 11 CHANGE ORDER Owner: City of Carlsbad Orde r No . Date Agreement Date Sheet ____ of Project: Assessment District 85-2, Schedule I & II Contractor: Koll/Hubbard, a Joint Venture .._,,. .,,,,. •vs _,,..,. ..-.. ;eo,-.~, ~'O i Dl~lt,;. ~\ ci<t 1 The following changes are hereby made to the Contract Docu- ments: Item 1. EFFLUENT DISPOSAL PIPELINE a) Replace Drawing No. 268-1 sheets 1, 2, 5, 6, 8, 9, 10, 12, and 15 of 16 sheets prepared by Fraser and Associates and entitled "Lake Calaveras Hills Effluent Disposal Pipeline" a s last dated and approved by the City Engineer on February 24, 1986 with a ttached Drawing No. 288-1 Sheets 1, 2, 5, 6, 8, 9, 10, 12 and 15 of 16 sheets prepared by Fraser and Associates and entitled "Lake Calaveras Hills Effluent Disposal Pipeline" as l ast revised on March 24, 1986. b) Modify Section 3.11.12 to provide that price bid per linear foot for pipe and conduit in place shall also include full compensation for all changes resulting from (a) above. Item 2. SURPLUS UNCLASSIFIED FILL Delete Section 2-23 of the Specifications. Delete Section 300-2 .6 of the Green Book and replace with the following: 300-2.6 Surplus Material: Material excavat ed from within the right-of-way, which is not used for fill within the right-of-way, shall be disposed of in accordance with the approved plans for such grading. The grading plans for the fill sites shall be as approved by the City of Carlsbad. • I-11.1 Grading permits are required for any fill site outside of the street right-of-way and shall be secured by the owner of said fill site. The extent of grading on these plans will be modified by the Engineer as required to conform to the amount of material available. Material other- wise considered unsuitable for fill will be placed within the area of ownerships to be graded as directed by the Engineer. Payment for placement of this surplus material as specified above shall be made at the unit price bid for unclassified fill. No other payments for work at fill sites, except for unclassified fill, will be made under this contract. Item 3. QUANTITY CHANGES Bid Quantity Ch~nges -The following changes in quantities of work to be performed by the Contractor are as follows: Bid Item No. & Description 2 Unclassified Fill 4 Untreated Base Previous Quantity 542,000 CY 54,900 CY Item 4. COMPLETION OF TIME New Quantity 1,401,000 CY 34,900 CY Net Change in Cost $343,600 ($340,000) $ 3,600 Change time of completion of the construction work for both Schedules I and II from 215 working days to 352 working days. JUSTIFICATION Item 1. Changes required due to conflict with various facilities. Item 2. It is in the public interest and more economical to do certain work (placing and compacting surplus excavation from project) on private property than to adjust the work on public property. Item 3. See justification for Item 2 above. Quantity of untreated base in error in bid schedule. Item 4. Changes made for the mutual benefit of the owner and contractor. I-11.2 CHANGE TO CONTRACT PRICE Schedule I Schedule II Original Contract Price $6,801,836.21 $ 255,200.00 Current Contract Price adjusted by Previous Change Order(s) $ 0.00 $ -------0.00 Contract Price by this Change Order will be increased or (decreased) 1. Effluent Disposal Pipeline $ 0.00 $ -------o.oo 2. Surplus Unclassified Fill $ 0.00 $ -------0.00 3. Quantity Changes $ 3,600.00 $ 0.00 ------- New Contract Price including this Change Order $6,805,436.21 $ 255,200.00 CHANGE TO CONTRACT TIME Contract Time will be increased or (decreased) Date for Completion of all Work APPROVALS REQUIRED See Item No. 4 (Calendar Days) (Calendar Days) (Date) (Date) To be effective, this Order must be approved by the Federal Agency if it changes the scope or objective of the Project, or as may otherwise be required by the Supplemental . General Conditions. Requested by: Date O.fJ.. st::. ¾In. Recommended by: Date Br;r~Inc. 7 Accepted by: Date ?/8!n f Carlsbad Accepted by: Date ·1 Je,/Eb I-11. 3 ORIGINAL CONTRACT DOCUMENTS and SPECIFICATIONS for COLLEGE BOULEVARD IMPROVEMENTS ASSESSMENT DISTRICT 85-2 Contract Number 3188 CITY OF CARLSBAD FEBRUARY, 1986 1200 ELM AVENUE _ ~^~ — TELEPHONE CARLSBAD, CA 92008,989 . l^f^l ^ SS£l v^ T«ff/ Jv ^m Office of the City Engineer Citp of Cartebab*• — * ~~ „.., ,1 — /. & I NOTICE TO PROCEED ROLL CONSTRUCTION COMPANY 7330 Engineer Road San Diego, California 92111-1464 RE: Assessment District No. 85-2 Contract No. 3188 Type of Contract: College Boulevard Improvements Amount of Contract: $7,057,036.31 You are hereby notified to commence work on the referenced contract on or before July 30, 1986, and are to fully complete the work within 352 working days thereafter. Your contract completion date is therefore December 17, 1987. The contract provides for assessment of the sum of $2,000 per calendar day as liquidated damages to the owner by reason of the failure of the contractor to complete the work within the time specified. Please note that no work shall be done in the disposal areas within the coastal zone until a coastal permit is secured for that portion of work. £^ PAT ENTEZARI, Project Manager Dated: PE:mja c : Assistant City Engineer Chief Inspector Neste, Brudin and Stone OWNER: DESCRIPTION OF CONTRACT! AMENDED CERTIFICATE OF INSURANCE CITY OF CARLSBAD RECEIVED SEP 11 1986 MUNICIf •PROJECTS DIVISION COLLEGE BOULEVARD IMPROVEMENTS FOR ASSESSMENT DISTRICT 85-2, SCHEDULE TYPE OF INSURANCE: WORKERS COMPENSATION INSURANCE THIS IS TO CERTIFY that the policies of insurance listed below have been issued by the company named below in confor- mance with the requirements set forth in the Owner's Con- tract Documents, and that said policies are now in force. Said company will give at least 45 days' advance written notice by registered mail to the Owner and Engineer prior to any material change or cancellation of said policies. Nothing contained in this Certificate of Insurance shall be construed as an amendment to an existing insurance coverage. Policy Effective Expiration Limits of Liability Number Date Date Bodily Injury Property Damage WSD0791517-00 8/15/86 7/20/87 STATUTORY AS TO WORKERS COMPENSATION BENEFITS AND EMPLOYERS LIABILITY IS- $2,000,000 ENDORSEMENT : ,^*"*-" W The Owner, the Owner's Representative, the Engineer and his consultants/ and each of their officers, agents, and em- ployees are included as additional insureds under these policies but only while acting in their capacity as such and only as respects operations of the original named insured, his subcontractors, agents, and employees in the performance of the above-referenced contract. This endorsement shall not operate to increase the Company's total limits of liability under the above-listed policies. The insurance company hereby waives its rights of subroga- , ' tion against the additional insureds. EFFECTIVE: 8/15/86 KOLL/HUBBARD, A JOINT VENTURE INSURANCE COMPANY OF THE WEST Named Insured Insurance Company 7330 ENGINEER ROAD 10140 CAMPUS POINT DRIVE Street Number Street Number SAN DIEGO, CALIFORNIA 92111-1464 SAN DIEGO, CALIFORNIA 92121 City and State City and State Insurance Company Agent for Service of process in Cali- fornia Representative) (Attach Acknowledgment) STEVEN P. MESSER (Name) ROBERT F. DRIVER CO., INC. (Company) 17898 CORAZON PLACE . - (Street Number) - 1620 FIFTH AVENUE _ (Street Number) SAN DIEGO , California „., ,- (City) - - - SAN DIEGO, CALIFORNIA 92101 (City and State)(619) 487-0875 _ (Telephone Number) (619) 238-1828 _ (Telephone Number) NOTICE: No substitution or revision to this certificate will be accepted. If the insurance called for is provided by more than one company, a separate certificate, using this format, shall be provided for each company. Page 2 of 3 1-8.9 ADDENDUM NO. 1 • to CONTRACT DOCUMENTS AND SPECIFICATIONS for the COLLEGE BOULEVARD IMPROVEMENTS ASSESSMENT DISTRICT 85-2 CONTRACT NUMBER 3188 for CITY OF CARLSBAD The following clarifications, revisions, replacements, additions, and/or deletions shall be made a part of the above-referenced plans and specifications. Receipt of Addenda shall be acknowledged by completing the Addenda portion of the Bid (Page 1-3.2). FEBRUARY 19, 1986 SPECIFICATIONS 1. Change Bid Opening Date The time set for opening of bids is hereby changed FROM 2 p.m., February 26, 1986 TO 2:00 p.m., March 19, 1986. The place for opening bids remains unchanged at the City of Carlsbad, Council Chambers. 2. Delete Earthquake arid Tidal Wave Insurance a. Schedule I, page 1-3.16 - Delete Bid Item No. 129, "Earthquake and Tidal Wave Insurance" and delete "TOTAL BID with Earthquake and Tidal Wave Insurance (includes Items 1 through 129, inclusive)." b.- Schedule II, page 1-3.18 - Delete Bid Item No. 9, "Earthquake and Tidal Wave Insurance" and delete "TOTAL BID with Earthquake and Tidal Wave Insurance (includes Items 1 through 9, inclusive)." 3. Revise Surveying Revise Section 3-29.2 Payment, page II-3.27, to read: a. Schedule I payment shall be made at the Lump Sum Price Bid for Bid Item 127 and shall include but not limited to the cost of all labor, materials and equipment required to perform the work. b. Schedule II cost for surveying shall be considered as included in the various items of work bid and no further compensation shall be allowed. Addendum No.* 1 .. Page i of 2 4. Schedule II - Effluent Disposal Line (EDL) a. Item No. 2 - change the quantitiy of 10 inch DIP from 550 L.F. to 3,850 L.F. b. Item No. 3 - delete 8 inch DIP 5. Sheet four of the Improvement Plans - change inlet Type "A" CMP to Type "B" CMP as shown on detail 6. Schedule I, Item No. 86 - change unit of slope anchors from 216 L.F. to 216 EA Page 2 of 2 ADDENDUM NO. 2 to CONTRACT DOCUMENTS AND SPECIFICATIONS for the COLLEGE BOULEVARD IMPROVEMENTS ASSESSMENT DISTRICT 85-2 CONTRACT NUMBER 3188 for CITY OF CARLSBAD The following clarifications, revisions, replacements, additions, and/or deletions shall be made a part of the above-referenced plans and specifications. Receipt of Addenda shall be acknowledged by completing the Addenda portion of the Bid (Page 1-3.2). MARCH 11, 1986 CONSTRUCTION DRAWINGS Changes to the improvement plans are as follows: 1. Sheet 12 of 33: Landscape and Erosion Control Drawings. Delete controller "C" at Station 89+25. 2. Sheet 31 of 33: Landscape and Erosion Control Drawings. Add the following irrigation note: 13. All remote control valves controlling median irrigation shall be 3/4" size. 3. Sheet 31 of 33: Landscape and Erosion Control Drawings. Detail E: Laterals remain installed at a 12-inch depth. Revise main line depth from 30-inch minimum to 18-inch minimum. 4. Sheet 32 of 33: Landscape and Erosion Control Drawings Hydroseed Mix A shall be modified to include the following: Pure Live Purity Germination Seed Count Lupinus nanus 95% 70% 67% "Lupine" Alyssum 95% 80% 76% •. "Carpet of Snow" Eschscholzia Californica 95% 75% 71% "California Poppy" Frifolum fragiferum 98% 85% 83% "O1Conners Legume" (INOCULATED SEED) 5. Sheet 33 of 33: Landscape and Erosion Control Drawings Specifications - Landscaping. Add the following to the sections indicated: a. 2.6 Fir bark Install only in median planted areas: b. 3.3.4 Hydroseeding .1 Hydroseeding materials shall be: Per Acre Wood Fiber 2000 Ibs. Fertilizer (16-6-8) 400 Ibs. Binder (Aztac or equal) 140 Ibs. c. 3.4 Herbicide application Apply per-emergent only in median planting area Addendum No. 2 Page 1 of 2 6. Plans for the "Grading and Improvement of College Blvd." Revise all street lighting from 16,000 lumen to 22,000 lumen lights. STANDARD DRAWINGS 7. Replace Costa Real Standard Drawing No. 2 with the attached Drawing No. 2R. SPECIFICATIONS 8. Section 3-27, LANDSCAPE AND EROSION CONTROL Renumber Section 3-27.3 to 3-27.4 and add new Section 3-27.3 as follows: 3-27.3 Water Meters for 2-inch Irrigation Service Connection. The Contractor is responsible for application and payment to the City for the installation of the water meters. The cost for installation of these meters is $1,420.00 for each meter, payable to the City of Carlsbad at the time of application. The cost for • making such application, including the cost for installation of the meters, shall be included in Bid Items 111, 112 and 113 and no further compensation shall be allowed therefor. 9. Add the following to the end of Section 3-27.4c. The cost of watering of all plants and trees for the 90-day plant establishment (maintenance) period will be included in the price bid for Bid Item No. 121. 10. Replace page 1-3.11 of this Bid Schedule with the attached Sheet 1-3.11R. This revises Bid Schedule Bid Item No. 86 to read: Bid Estimated Item Quantity Item Description with Unit Cost Total No. and Unit Prices Written in Words (Figures) (Figures) 86 26 EA Slope Anchor (Concrete Anchors) at Dollars each It should be noted that this also revises Addendum No. 1 Item No. 6. Addendum No. 2 Page 2 of 2 11. Modification of Section 3.6.2 Material. Class 2 aggregate base (IV maximum) conforming to Section 26-1.02B of the State of California Department of Transportation Standard Specifications dated July 1984 may be used in lieu of crushed aggregate base. Addendum No. 2 Page 3 of 2 Bid Item No. 81 82 83 84 85 86 87 88 Estimated Quantity and Unit 3 EA 1 EA 3 EA 120 CY 26 EA 14,200 LF Item Description with Prices Written in Words Wing Headwall (D = 18 inches) at Dollars each L Type Headwall (D = 27 inches) at Dollars each Inlet Apron at Dollars each 2 EA ABM Apron at Dollars each Rip Rap Energy Dissi- pator at Dollars per cubic yard Slope Anchor (Concrete Anchors) at Dollars each PCC Ditch at Dollars per lineal foot 3 EA Concrete Splash Wall at Unit Cost (Figures) Total (Figures) 89 Dollars each 2 EA Pavement Cut Off Wall (Std Dwg G-22) at 90 Dollars each 48 LF Barricade Type M-9.1 at Dollars per lineal foot Addendum No. 2 I.3-11R Bid Estimated Item Quantity Item Description with Unit Cost Total No. and Unit Prices Written in Words (Figures) (Figures) 81 3 EA Wing Headwall (D = 18 inches) at Dollars each 82 1 EA L Type Headwall (D = 27 inches) at Dollars each 83 3 EA Inlet Apron at Dollars each 84 2 EA ABM Apron at Dollars each 85 120 CY Rip Rap Energy Dissi- pator at Dollars per cubic yard 86 26 EA Slope Anchor (Concrete Anchors) at Dollars each 87 14,200 LF PCC Ditch at Dollars per lineal foot 88 3 EA Concrete Splash Wall at Dollars each 89 2 EA Pavement Cut Off Wall (Std Dwg G-22) at Dollars each 90 - 48 LF Barricade Type M-9.1 at Dollars per lineal foot Addendum No. 2 I.3-11R '•/*' r-17 X 30"METEP00X. \ 0000KS GG.5EKIES \ OP APPPOVEP EQUAL,\ re PIECE 3 METERS Crf LU 00G0LE 5TKAP 0PONZE SEPVICE CLAMP COPP STOP FLANQEI? 0AU VALVE ANGLE METEI?5TOP FLAZE- ?'COPPEI? 5EPVICEPIPE- •METEP FLANGE (GASKET CVJ A 3000#CLASS ' STEEL COUPLING SHALL .,_ USED ON STEEL WATEP MAIN 4 INSULATED 0U5MING OF LEXAN OB OEU?IN. 2' CQBP.ZVz' COUPLING, pAJP f= QUAPTEI? 0EMI7 COUPL/NG! (SWEAT ELL MAY 0E USEI7= TO MAKE THIS ANGLE, 5ILVES 50U?EI?EW 113 Mo 31 TYPE j SIZES OF VALVE (FOB IV?" j 8' METE25) STOP -FOP.P F9-700 JONES J- 1 929 8' ANCLE STOP VALVE - FOPD JONES J-1585F(5LOTIEI7) JONES J-1913 NOTE : !. SEE PAGE 17 FOB 50LPEPING SPECIFICATIONS. Z. TAP MAIN TO 0E MINIMUM OF 18" FPOM NEAPPSr TAP OC2COUPLING. 5. NO TAPS ALLOWEI7 ON M.O.A.A.C PIPE. 4. ALL EXP05EI7 COPPED SHALL ^E W2APPEI7. (ALL VALVES JONES J-1913 APPPOVEP f76NOTE5 AREA TO SEE PAGE 16 F02 COSTA REAL MUNICIPAL WATER DISTRICT REVISION APPR.DATE PREPARE: BY: WOODS;:E-KUSOTA DETAIL OF 2" WATER SERVICE CONNECTION FOR 1 1/2"-8 2" METERS DATE' DECEMBER, IS32 DRAWING NC. ELECTION BY PROPERTY OWNERS WHEREAS, the CITY COUNCIL of the CITY OF CARLSBAD, CALIFORNIA, has conducted proceedings, confirmed assessments and awarded a construction for certain works of improvement in an assessment district pursuant to the provisions of the "Municipal Improvement Act of 1913", being Division 12 of the Streets and Highways Code of the State of California, said special assessment district known and designated ASSESSMENT DISTRICT NO. 85-2 (COLLEGE BOULEVARD) (hereinafter referred to as the "Assessment District"); and, WHEREAS, Section 20482 of the Public Contract Law of the State of California specifically provides that owners of 3/4 's of the area of land assessed or liable to be assessed, or their agents, may, within ten (10) days after the publication of the Notice of Award of a contract, elect to take the work and enter into a written contract to do the work at prices not exceeding the prices specified in the bid of the bidder to whom the contract was awarded; and, WHEREAS, the City Council of the City of Carlsbad has awarded a construction contract to OLSON CONSTRUCTION CO.; and, WHEREAS, at this time the owners of 3/4's of the area of land assessed are electing, pursuant to law, to take over the work and enter into a written contract to do the work, this election being filed with in the Office of the City Clerk within ten (10) days after the publication of the Notice of Award. NOW, THEREFORE, IT IS HEREBY STATED AND DECLARED AS FOLLOWS: SECTION 1. That the above recitals are all true and correct. SECTION 2. That the undersigned are the property owners and persons entitled to sign on behalf of the property as set forth on the attached, referenced and incorporated Exhibit "A". SECTION 3. That the owners do hereby elect to take the work and enter into a written contract to do the work at prices not exceeding the prices specified in the bid of the bidder to whom the contract was awarded. SECTION 4. The owners do hereby designate as their agent to perform the works of improvement KOLL/HUBBARD, a joint venture. DATED:/, CARLSBAD RESEARCH CENTER, A California General Partnership BY: Ko ^ad Associates, A California lership, Managing Partner CARLSBAD AIRPORT CENTER, A California Limited Partnership BY: Community Resources Corporation, General Partner DEAN 6REENBER6, President * * *L/* * * AGENT KOLL//nt venture * * * * I, the undersigned representative of the Engineer of Work, Neste, Brudin & Stone, Inc., do hereby CERTIFY under penalty of perjury as follows: 1. I have reviewed the above Election by Property Owners and have reviewed the signatures as contained therein. 2. That the Election has been signed by property owners representing more than 3/4's of the area of land as proposed to be assessed for the above-referenced assessment district. Executed this day of I\ji/*~xy , 1986, at San Diego, California. NESTE, BRJ^IN & STONE, INC. By: DIAGRAM OF ASSESSMENT DISTRICT NO. 85-2 (COLLEGE BOULEVARD) CITY OF CAHLSSAD SAN DIEGO COUNTY, STATE OF CALIFORNIA LE6CMD: DISTRICT BOUUDMTY P^MtCCL. eoUNDAKY ASSESSMENT NUMBER «/OP ASSESSMENT NUMBER, V/HEKEPARCELS ARE CONTICUDUS BENEFIT ZONE BOUNDARY LOCATION tf KEY MAP MOT TO CCAL.C FILtO IN THE OFFICE OF THE CITT CLEHIC OF THE CITY OF CAILSIAD THIS ^__^ BAT OF CITY CLtllK OF THE CITY OF CAKLSbJO KCOKBED IN THE OFFICE OF THE SUPEIIIMTENDENT OF STKEtTS OF THE CITT OF CAHLSIAD THIS SUFERIMTEHDEHT OF STREETS OF THE CITY OF CA»LS>IU> ' »H ASSESSMENT VAS LEVIED »T THE CITT COUNCIL OF THE CITY OF CAKLSMO ON THE LOTS, PIECES AND PAICELS OF LAND IMOKH ON THIS ASSESS- MNT DIAMAX. SAID ASSESSMENT VAS LEVIED ON THE BAY OF , Itlt; MID ASSESSMENT PIAWAM AM) THE ASSESSMENT •OLl «t« «ECO>OED IN THE OFFICE OF THE SUPERINTENDENT OF STIEETS OF SAID CITT ON THE '__ OAY OF l«!t KFEHENCE IS MADE TO THE ASSESSMENT «OLl «ECO«OEO IN THE OFFICE OF THE (UPEtlNTENDENT OF ittEETS POU THE CIACT AMOUNT OF tACH ASSESSMENT LEVIED ACAINST EACH PAICEL OF LAND SHOVN ON THIS ASSESSMENT BIACIAn. C^ITY CLEtK OF THE CITY OF CJULSIAD _, Ull, AT THE HOOT OFPILED THIS ___ DAY OF _______^^^• ISTP.KTS, PACE NOS. tMIOUCH T"AS INSTRUMENT NO. SAN O1ECO, STATE OF CALIFORNIA. _ O'CLOCK .M. IN tOOH OF HAPS OP ASSESSMENT _, IN THE OFFICE OF THE COUNTTUCO*DEI OF THE COUNTY OF COUNTT tCCOKDER Or YHF COWTV OF SAN DIEbO NEFEMENCr THE SAN DttbU COUNTY ACKSSOR UA^i FOR A PFIAILED DESCMPTION OF FAUCS- LICS AND MUEMMMS •HEET I OF 9 SHEETS ISS-Olf-OOt DIAGRAM OF ASSESSMENT DISTRICT NO. 85-2 (COLLEGE BOULEVARD) CITT OF CAHLSIAD • AN OltttO COUHTT, STATI OP CALIFORNIA BENEFIT2ONE 4 BENEFIT ZONE 2 BENEFIT ZONE 1 •KFMMICt THt «A» OUttO COUHTT A»M*«OII MAPI FO» A PtTAKJO PUCmmOU Of I>AHC«. UMH AMD OUtlltttO**. »Mt«T t OF 3 »MIITt . •••-cit-eet DIAGRAM OF ASSESSMENT DISTRICT NO. 85-2 (COLLEGE BOULEVARD) CITY OP CAMltCAD • AN DIIOO COUNTY. BTATI OF CALIFORNIA BENEFIT ZONE 5 BENEFIT ZONE 6 trifttwc* TM BAH MCOO oawmr HAP* POD A err ALB> OMOOTWN OP IAWII am* AND i »M»tT 3 OP 3 »MtITt •••-eit-oo« TUE, Oaf U, 1985, 1:27 PM NESTE, I..JDIN AND STONE INC _A S S EJS SH£N T_p/ 1I CT__N0. 85-2 CCOLLEG& -OULEVARD) c 7 GROSSr ASSMNT NO ASSESSOR'S NO ACRES 212-020-03 13.92 INITIAL LOAD AND EDIT OWNER'S NAME AND ADDRESS LAND IMPROVEMENTS PALOMAR LAND GROUP LTD $1,173,000 $0 C/0 JAMcS K STENOERUP 2299 CAMINO DEL RIO S SAN OIEGO CA 92108 212-020-25 __ .5.0..3 CARLSBAD PACIFIC BUSINESS. CENTER C/0 THE KQLL CO 7330 ENGINEER ROAD SAN. DIEGO ..CA_92111 212-020-27 L. \J". 61.56 CARLSBAD RESEARCH CENTER C/0 THE KCLL COKPANY_ 7330 ENGINEER RCAO SAN OIEGO CA 92111 .„ ^Q 212-020-35 212-020-36 65.10 CARLSBAD PACIFIC BUSINESS CENTER C/0 THE KOLL CO 7330 ENGINEER ROAD _ SAN OIEGO CA 92111 CARLSBAD PACIFIC_8USINES_S_ CENTER,c/o THE KOLL co7330 ENGINEER ROAD SAN OIEGO CA 92111 CARLSBAD PACIFIC BUSINESS CENTER C/0 THE KOLL CO"7330" ENGINEER" ROA'OSAN OIEGO CA 92111 [r-212-041-03 14.93 f'212-041-04 33.07 HUNTINGTON BEACH CO CCORP) C/0 CHEVRON.USA INC PROPERTY TAXES P 0 BOX 7611 " SAN FRANCISCO CA 94120 HUNTINGTON BEACH COMPANY<CORP)~ C/0 CHEVRON USA INC PROPERTY TAXES "P 0 BOX 7611 SAN FRANCISCO CA 94120 212-041-06 15.01 HUNTINGTON BEACH CO CCORP) C/0 CHEVRON USA INC .PROPERTY TAXES P 0 BOX 7611 SAN FRANCISCO CA 94120 W $133,977 $0 (457,414 $4,080,000 .$1,B65,407__ $2,193,000 $0 $0 $0 $0 $878,975 $0 $1,082,538 $806,822 *0 SO TUEi DEC Jli 1985, 1127 PM 'ASSESSMENT OI-.^ICT NO. 85-2 PACE 2 :'< NESTE, BRUOIN AND STONE INC ?=' GROSS* ASSHNT NO ASSESSOR'S NO ACRES 212-041-07 14.00 _ ' , 212-041-08 "" 14.00 -' ^ 212-041-09 13.77 c ; 212-070-01 4.03 •-' 212-070-02 4.81 <;] \7 G= 212-070-03 4.78 -1C + f « 212-070-04 6.21 212-070-05 3.83CE C" 212-070-06 3.90 as ' (COLLEGE BOULEVARD) CITY OF CARLSBAD INITIAL LOAD AND EDIT OWNER'S NAME AND ADDRESS ' LAND HUNTINGTCN BEACH CO (CORP) $579,425 C/O CHEVRON USA INC PROPERTY TAXES P 0 BOX 7611 SAN FRANCISCO CA 94120 HUNTINGTON BEACH co (CORP) " $878,975c/o CHEVRON USA INC PROPERTY TAXES P 0 BOX 7611 SAN FRANCISCO CA 94120 HUNTINGTON BEACH CO (CORP) $543,345 C/O CHEVRON USA INC PROPERTY TAXES P 0 BOX 7611 SAN FRANCISCO CA 94120 CARLS6AO PACIFIC BUSINESS CENTER $506,799 C/O THE KOLL CO . 7330 ENGINEER ROAD ' . SAN DIEGO CA 92111 CARLSBAD PACIFIC BUSINESS CENTER $605.857 C/O THc KOLL CO 7330 ENGINEER ROAD SAN DIEGO CA 92111 CARLSBAD PACIFIC BUSINESS CENTER • $604,355 C/O THE KOLL CD 7330 ENGINEER ROAD SAN DIEGO CA 92111 CARLSBAD PACIFIC BUSINESS CENTER $780,960 C/O THE KOLL CO 7330 ENGINEER ROAD SAN CIEGO CA 92111 CARLSBAD PACIFIC BUSINESS CENTER $481,784 C/O THE KOLL CO 7330 ENGINEER ROAD SAN DIEGO CA 92111 CARLSBAD PACIFIC BUSINESS CENTER $490,290 C/Q THE KOLL CO 7330 ENGINEER ROAD ';;- j:-:- IMPROVEMENTS U $0 V* $0 t -$0 ^ $0 * $0 i *i . $0 * * $0 t ; C$0 ! L $0 ; L Iv. SAN DIEGO CA 92111 t .""•"• TOE. DE' 1, 1935, 1:27 PM NESTE, w .JOIN AND'STONE INC" ASSESSMENT 01 1RICT NO. 85-2 CCCJLLEGfc jOULEVARO} CITt OF CARLSBAD PAGE 3 INITIAL LOAD ANO EDIT ASSHNT NO ...212-070-0 6 _2.14 CAULS3AO PACIFIC BUSINESS .CENTER C/Q THE KOLL CO 7330 ENGINEER ROAO SAN CIE_Gg_CA_92111 212-070-09 212-070-10 212-070-11 212-070-12 3.26 CARLSBAD PACIFIC BUSINESS CENTER C/0 THE KOLL CO _ 7330 ENGINEER ROAO SAN DIEGO CA 92111 3.15 CARLSBAD PACIFIC 3USINESS~CENTEH C/0 THE KOLL CO _ _ 7330 ENGINEER ROAO _ SAN DIEGO CA 92111 Ji-^J! CARLSBAD PACIFIC BUSINESS CENTER C/0 THE KOLL CO 7330 ENGINEER ROAO SAN DIEGO CAJ921J.1 '_ 1.91 CARLSBAD PACIFIC BUSINESS CENTER C/0 THE KOLL CO 7330'ENGINEER ROAO SAN DIEGO CA 92111 212-070-13 3.02 212-070-14 2.17 CARLSBAD PACIFIC BUSINESS CENTER C/0 THE KOLL CO 7330 ENGINEER ROAD SAN OIEGO CA 92111" CARLSBAD PACIFIC BUSINESS CENTER C/0 THE KOLL CO 7330 ENGINEER ROAO SAN OIEGO CA 92111 ,"•» ASSESSOR'S NO "212-070-07 GROSS ACRES 1.48 OWNER'S NAME ANO ADDRESS CARLSBAD PACIFIC BUSINESS CENTER C/0 THE KOLL CO 7330 ENGINEER ROAD LAND $189,110 IMPROVEMENTS $0 SAN CIEGO CA 92111 $267,159 $408.241 $392,733 $287,667 $240.642 $381,224 $273.661 $0 . $0 $0 $0 $0 $0 212-070-15 1.55 CARLS5AO PACIFIC BUSINESS CENTER C/0 THE KOLL CO "7330 ENGINEER ROAD SAN OIEGO CA 92111 $197,614 $0 •J U _TU£, DEC _^lt _19B5, 1!2J_ PM NESTE,"BRUOIN AND STONE INC~ ASSESSMENT ,*ICT NO, 85-2 PAGE 4 (COLLEGE BOULEVARD) CITY OF CARLSBAD..... INITIAL LOAD AND EDIT GROSS ASSMNT NO ASSESSOR'S NO ACRES 212-081-01 212-081-02 212-081-03 2.58 2.51 4. OS 212-081-04 1.86 212-081-05 2.39 to (3 to to 212-081-06 1.99 212-081-07 1.64 212-081-08 2.12 OWNER'S NAME AND ADDRESS CARLSBAD AIRPORT CENTRE CALIF LIMITED PARTNERSHIP C/0 MR GREENBERG 2204 GARNET AVE SAN DIEGO CA 92109 CARLSBAD AIRPORT CENTRE CALIF UMITcD PARTNERSHIP C/0 MR GREENSERG 2204"GARNET AVE SAN DIEGO CA 92109 CARLSBAD AIRPORT CENTRE CALIF LIMITED PARTNERSHIP C/0 MR GREENBERG 2204 GARNET AVE" " SAN DIEGO CA 92109 CARLSbAD AIRPORT CENTRE CALIF LIMITED PARTNERSHIP C/0 MR GREENBERG 2204 GARNET AVE SAN DIEGO CA 92109 LAND * IMPROVEMENTS * CARLSBAD AIRPORT CENTRECALIr LIMITED PARTNERSHIP C/D MR GREENBERG"2204 GARNET AVE~ SAN OIEGQ CA 92109 CARLSBAD AIRPORT CENTRE"""CALIF LIMITED PARTNERSHIP C/0 MR GREENBERG 2204 GARNET AVESAN DIEGO CA 92109 "CARLSBAD AIRPORT CENTRE"CALIF LIMITED PARTNERSHIP C/0 MR GREENBERG"2204 GARNET AVE" SAN DIEGO CA 92109 "CARLSBAD AIRPORT CENTRECALIF LIMITED PARTNERSHIPC/0 MR GREENBERG 2204 GARNET AVE SAN DIEGO CA 92109 * DECf , 19d5, 1:27 PM NESTE. 6k .IN AND STONE INC ASSESSMENT 01$ 'CT NO. 85-2 (COLLEGE . JLEVARO) CITY OF CARLSBAD AGE 5 INITIAL LOAP AND EDIT GROSS ASSHNT NO ASSESSOR'S NO ACRES 212-081-09 2.08 212-081-10 3.58 212-081-11 2.66 212-081-12 .57 OWNER'S NAME ANO ADDRESS CARLS3AO AIRPORT CENTRE " —" CALIF LIMITED PARTNERSHIP C/0 MR GREENSERG 2204 GARNET AVE SAN DIEGO CA 92109 CARLSBAD AIRPORT CENTRE CALIF LIMITED PARTNERSHIP C/0 MK GREEN8ERG_ _ "2204"GARNET AVE SAN DIEGO CA 92109 CARLSBAD AIRPORT CENTRE CALIF LIMITED PARTNERSHIP C/0 MR GRESNBERG 2204 GARNET AVE SAN DIEGO CA 92109 CARLSBAD AIRPORT CENTRE""" CALIF LIMITED PARTNERSHIP C/0 MR GREEN8ERG _ 2204 GARNET AVE"" SAN CIEGO CA 92109 LAND * IMPROVEMENTS * 212-081-13 1.48 CARLSBAD AIRPORT CENTRE CALIF LIMITED PARTNERSHIP C/0 MR GREENBERG 2204 GARNET AVE SAN CIEGO CA 92109 212-081-14 2.32 «r 9' 212-081-15 2.62 CARLSBAD AIRPORT CENTRE CALIF LIMITED PARTNERSHIP C/0 MR GREENBERG "2204 GARNET AVE SAN DIEGO CA 92109 CARLS3AD AIRPORT CENTRE CALIF LIMITED PARTNERSHIP C/0 MR GREENSERG ~2204 GARNET AVE SAN DIEGO CA 92109 * * - 212-081-16 1.42 CARLSBAD AIRPORT CENTRE * * •: CALIF LIMITED PARTNERSHIP •' C/0 MR GREENBERG '•' 2204 GARNET AVE " SAN DIEGO CA 92109 . a a TUE, Oi Jlt 1985. 1:27 PM~NESTE. BRUOJN'AND STONE INC ASSESSMENT C RICT NO. 85-2 PACE 6 V ASSMNT NO ASSESSOR'S NO 212-081-17 212-081-21 GROSS ACRES 6.55 .52 212-082-01 2.73 212-082-02 3.11 V fcr 212-082-03 2.10 212-082-0* 212-082-05 3.16 2.74 212-032-06 2.75 CCOLLEGE BOULEVARD) CITY OF CARLSBAD INITIAL LOAD AND EDIT OWNER'S NAME AND ADDRESS CARLSBAD AIRPORT CENTRE CALIF LIMITED PARTNERSHIP C/0 MR GREENBERG 2204 GARNET AVE SAN OIEGO CA 92109 KELLY ROBERT P KELLY RICHARD C PO 6CX 175 _CARLSBAD CA 92008 CARLSBAD AIRPORT CENTRE CALIF LIMITED PARTNERSHIP C/0 MR GREENBERG 2204 GARNET AVESAN OIEGO CA 92109 CARI.S3AD AIRPORT CENTRECALIF LIMITED PARTNERSHIP C/0 MR GREENBERG2204 GARNET AVE SAN DIEGO CA 92109 CARLSBAD AIRPORT CENTRE CALIF LIMITED PARTNERSHIP C/0 MR GREENBERG 2204 GARNET AVE SAN OI5GO CA~921~09~ CARLS3AO AIRPORT CENTRE _ CALIF LIMITED PARTNERSHIP C/0 MR GREEN3ESG 2204 GARNET AVE SAN OIEGO CA 92109 """ " CARLSBAD AIRPORT CENTRECALIF LIMITED PARTNERSHIP C/0 MR GRcENBERG 2204 GARNET AVE"SAN "OIEGO CA "92109 CARLSBAD AIRPORT CENTRE _ CALIF LIMITED PARTNERSHIP " C/0 MR GREENBERG2204 GARNET AVESAN OIEGO CA 92109 LAND * IMPROVEMENTS * *- * * •Q 1.1 - _.. i. ._ :..;.. v • ''i~3pz?'~Z£>Zv!:!7m%{£3F? ^-'v;^:^v;oKw?fz^£'^rr?;KiSrs^ •"•• • • " •• •'"."•'' •• '•- -•• s~- ••••'''* rr-? • • J, TOE, Off U, 1985, 1:27 PH _,_ : , NESTE, V .JOIN AND STONE INC ASSESSMENT Dl RICT NO. 85-2 ': PAGE 7 CCOLLEGt aOULEVARD) CITY OF CARLSBAD INITIAL LOAD AND EDIT ASSHNT NO ASSESSOR'S NO 212-082-07 212-082-08 212-082-09 212-082-10 GROSS ACRES 8.56 4.19 12.70 20.27 OWNER'S NAME AND ADDRESS CARLS8AO AIRPORT CENTRE CALIF LIMITED PARTNERSHIP C/0 MR GREENBERG 2204 GARNET AVE SAN DIEGO CA 92109 CARLStJAD AIRPORT CENTRE CALIF LIMITED PARTNERSHIP C/0 MR GREENBcRG 2204 GARNET AVE SAN CIEGO CA 92109 LAND * IMPROVEMENTS * 212-091-01 2.71 212-091-02 3.13 212-091-03 212-091-04 4.73 4.75 CARLSBAD AIRPORT CENTRE CALIF LIMITED PARTNERSHIP C/0 MR GREENBERG 2204 GARNET AVE SAN DIEGO CA 92109 CARLSBAD AIRPORT CENTRE CALIF LIMITED PARTNERSHIP C/0 MR GREENBERG ____ 2204 GARNET AVE ~~ SAN DIEGO CA 92109 CA*LSBAD"AIRPORT CENTRE CALIF LIMITED PARTNERSHIP C/0 MR GREENBERG 2204 GARNET AVE SAN CIEGO CA 92109 CARLSBAD AIRPORT CENTRE CALIF LIMITED PARTNERSHIP C/0 MR GREENBERG _ 2204 GARNET AVE SAN DIEGO CA 92109 CARLSBAD AIRPORT CENTRE CALIF LIMITED PARTNERSHIP C/0 MR GREENBcRG 2204 GARNET AVE SAN OIEGO CA 92109 CARLSBAD AIRPORT CENTRE CALIF LIMITED PARTNERSHIP C/0 MR GREENBERG '2204 GARNET AVE SAN OIEGO CA 92109 TU6i DECi , 19U5t_ 1:27 PH NfcSTE, ttV JIN'AND STONE~INC~ ASSESSMENT Olf SCT NO. 85-2 ASSMNT NO ASSESSOR'S NO 212-091-05 212-091-06 212-091-07 212-091-08 212-091-09 212-092-06 GROSS ACRES 4.31 4.46 1.44 1.50 65 PARCELS .24 2.88 638.13** CCOLLEGE\ .4JLEVARO) CITY OF CARLSBAD INITIAL LOAD AND EDIT OWNER'S NAME AND AOOREiS CARLS3AO AIRPORT CENTRE CALIF LIMITED PARTNERSHIP C/0 Mk GREEN8ERG _ _ 2204 GARNET AVE SAN OIEGO CA 92109 CARLSdAD AIRPORT CENTRE CALIF LIMITED PARTNERSHIP C/0 MR oREENBERG 2204 GARNET AVE SAN DIEGO CA 92109 CARLS3AO AIRPORT CENTRE CALIF LIMITED PARTNERSHIP C/0 MR GRcENBERG . 2204 GARNET AVE SAN DIEGO CA 92109 CARLSBAD AIRPORT CENTRECALIF LIMITED PARTNERSHIP C/0 MR GREENBERG2204 GARNET AVE SAN OIEGO CA 92109 f \AGE_8 CARLSbAO AIRPORT CENTRE CALIF LIMITED PARTNERSHIP C/0 HR GREENBERG 2204 GARNET AVE SAN DIEGO CA 92109 CARLSBAD AIRPORT CENTRE CALIF LIMITED PARTNERSHIP C/0 MR GREEN3ERG 2204 GAKNET AVE" SAN DIEGO CA 92109 LAND * IMPROVEMENTS * r-'"'^&1?W$P^^^ V ; C 6/25/86 CITY OF CARLSBAD "ASSTsSMENT'ofSTRICf" NO. 85-2 CCOLLEGE BOULEVARD) .0. PAGE 1 f*& 4 ( n^OLS/N 8ID 7i I PUBLIC WORKS OF CONSTRUCTION 3 SCHEDULE I _ _ _ 1 1 O' C "! BID i2; i *V •" ' i i C v c 2 '•2 ( :3 3 4 ITEM 5 NO. 6 7 1 2 9 ••;:'•. . 3 - 4 '5 Jl 6 7 8 5. 9 3 10 I "1 12 13 o 14 31. 15 \' 32, 16 33 17 ^i""~18" C --•; i?; 20 C C c> 21 22 23 : 24 25 26 " 27 23 :' 29 3i "30 7! 31 32 33 o 34 '• 35 ;.~ 36 ITEMS DESCRIPTION UNCLASSIFIED EXCAVATION 1 UNCLASSIFIED FILL C-o.*\ \HO\,QOO SUBDRAINS t-.o-*f UNTREATED BASE C.O-=«r\ 3<+,9oo ASPHALT CONCRETE PAVEMENT ASPHALT CONCRETE B5RM (6") CURB AND GUTTER TYPE G CURB TYPE 8-1 CONCRETE SIDEWALK CONCRETE DRIVEWAY C7 1/2" THICK) PEDESTRIAN RAMP 12" VCP SEWER MAIN 8" VCP SEWER MAIN 6" VCP SEWER MAIN 6" VCP LATERAL C75») MANHOLES DROP ACCESSHOLE CONNECTION 14" DIP-CL 200 FORCE MAIN 10" DIP-CL 200 FORCE MAIN 16" STEEL C.M.L £ C WATER MAIN 12" STEEL TEMPORARY WATERLINE 18" ACP CL150 WATERMAIN 16" AC? CL1SO WATERMAIN 14" ACP CL150 WATERMAIN 12" ACP CL150 WATERMAIN 10" AC? CL150 WATERMAIN 8" AC? CL150 WATER SERVICE 18" BUTTERFLY VALVE 16" BUTTERFLY VALVE 14" GATE VALVE 12" GATE VALVE 10" GATE VALVE 8" GATE VALVE 2" SLOW-OFF ASSEMBLY 2" AIR VACUUM ASSEMBLY 2" MANUAL AIR RELEASE ASSEMBLY QTY 401000 2840 20110 5277 13738 13154 93691 660 5 4378 2135 35 2 25 1 2960 479 132 512 1349 5339 ~ 2914 227 35 267 4 14 4 3 1 4 6 3 ~ 6 * =3•w * • • • * • • * • • • • • • • • • • • • • • • • • » • * • • • * • 0 =& 0nU 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 UNIT CY CY LF CY TN LF LF LF SF SF EA LF LF LF EA EA LS LF LF LF LF LF LF LF LF LF LF EA EA EA EA EA EA EA EA EA * UNIT * COST 1 15 17 36 2 5 5 1 3 125 ~ ~22 17 17 12TTO 1600 1200 27 30 100 30 47 32 " 25 32 28 27 3400 2600 2200 1000 900 "700 750 1300 '""" 900 • • * • • • * • * » • • * • * * * * • * * * • • • • • * • • • • • • * • 25 40 00 00 00 50 50 00 40 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 TOTAL * COST * 1751250 t < t o n n•t'l'wo U U ^,426 00^98. 2«O 723960 13192 103059 90770 131167 1980 625 96316 37145 595 .':..; 2400 40000 1200 79920 14370 13200 15360 63403 186848 72350 7264 2380 7209 13600 36400 8800 3000 900 2300 4500 3900 5400 .00 » WU .00 .00 .00 .50 .00 .00 .40 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 c c '» c c I c e; c - r1.c A G r c ( c. <• < 6/25/86 CITY OF * ASSESSMENT DI •t CCOLLEGE mtf •» OLS s e 7 I PUBLIC WORKS OF CONSTRUCTION a i 91 SCHEDULE I 0 BID ITEMS 2 3! ITEM NO. DESCRIPTION 5 ~ 37 1" MANUAL AIR RELEASE ASSEMBLY 38 FIRE HYDRANT ASSEMBLY ? 39 2" SERVICE CONNECTION -= 40 CNOT USED) 41 12" PVC SLEEVE -- 42 8" PVC SLEEVE 3! 43 4" PVC SLEEVE w 44 2" PVC SLEEVE :=i 45 84" RCP 1400-D is- 46 60" RCP 1350-D g^ 47 54" RCP 1350-D ™ 48 48" RCP 1350-D 49 42" RCP 1500-D :•-- 50 36" RCP 1350-D 51 33" RCP 1350-D 22' 52 30" RCP 1350-D 33 53 27" RCP 1500-D 54 27" RCP 1350-0 55 24" RCP 1350-D 56 21" RCP 1350-D 57 18" RCP 1350-D 58 48" CAP 59 24" CSP -i 60 24" CAP -..! 61 18" CAP ••* 62 CURB INLET TYPE 8 WITH 71 X 7' 63 CURB INLET TYPE B 64 CURB INLET TYPE -B-l -.' 65 CURB INLET TYPE 8-2 66 CSP INLET t7i 67 CATCH 3ASIN TYPE F •-•.•I 68 MEDIAN INLET TYPE J ~ 69 STORM DRAIN C1~£ANOUT~TYPE "A~4 o 70 STORM DRAIN CLEANOUT TYPE AS ::' 71 STORM DRAIN CLEANOUT TYPE A6 72 STORM dRAIN CLEANOUT TYPE A7 CARLSBAD STRICT NO. 85-2 BOULEVARD) ^N BID QTY UNIT 2.0 EA 9.0 EA 18.0 EA 520.0 LF 714.0 LF 459.0 LF 255.0 LF 170.0 LF 252.0 LF 95.0 LF 280.0 LF 490.0 LF 678.0 LF 1424.0 LF 353.0 LF 106.0 LF 193.0 LF 731.0 LF 450.0 LF 1672.0 LF 22.0 LF 20.0 LF ~ "186.0 LF 1046.0 LF BO 1.0 EA 1.0 EA 16.0 EA 2.0 EA 2.0 EA 3.0 EA 1.0 EA 19.0 EA - 5.0 EA 1.0 EA 1.0 EA * UNIT * COST 600.00 1800.00 1000TOO 11.00 8.00 4.75 4.00 150.00 120.00 110.00 85.00 65.00 55.00 50.00 70.00 42.00 57.00 39.00 35.00 ~~30.00 '" 65.00 35.00 ""30.00 33.00 2700.00 2600.00aoocTioo 3700.00 550.00 4200.00 2200.00 2400.00 2800.00 2900.00 3400.00 PAGE 2 TOTAL * COST * 1200.00 16200.00 18000.00 5720,00 5712.00 2180.25 1020.00 25500.00 30240.00 10450.00 23800.00 31850.00 37290.00 71200.00 24710.00 4452.00 11001.00 " 28509.00 15750.00 50160.00 1430.00 700.00 5580.00 " 34518.00 2700.00 2600.00 " 48000.00 7400.00 1100.00 12600.00 2200.00 45600.00 14000.00 2900.00 3400.00e 6/25/86 CITY OF CASLS3AO "ASSESSMENT "DISTRICT N07~85-T (COLLEGE BOULEVARD) __ •'''• 0 __„_;„ OLS£N~BIO~ PAGE 3 17 • ~n>' U 3 LI C~WO R KS~~0 FT £JN STR U CTIO N Ch " ': '• i'- SCHEDULE I f c (ti. I (' ': BID 13l '*; ITEM 1= NO. 16 73 IE 74 »»'••:,••.:• 75 20 76 21 77 2=1 7 8 23 79 24 80 J23. . 81C^«'• 82r83 84c c &* c (." '- .- ( ;' V . 85 --; 86 87 7.=: S3 33- 89 90 91 92_ -93 r.<;. 94 r- 95 ~. 96 97 98 _ ^ 100 101 — 102 103 ,,: 104 103 =c 106 z; 107 -"" 108 ITEMS ********* DESCRIPTION STORM DRAIN CLEANOUT TYPE 39 CURB OUTLET TYPE A OUTLET DS-3 CONCRETE PIPE COLLAR (0=12" THRU CONCRETE PIPE COLLAR (D=3SM THRU CONCRETE LUG STRAIGHT HEADWALL TYPE 3 (0=18") U TYPE HEADWALL (0=60") WING HEADWALL (D=18«) L TYPE HEADWALL (0=27") INLET APRON ABM APRON RIP RAP ENERGY OISSIPATOR SLOPE ANCHOR (CONCRETE ANCHORS) PCC DITCH CONCRETE SPLASH WALL PAVEMENT CUT OFF WALL BARRICADE TYPE M-9.1 CITY MONUMENTS PRESSURE REDUCING STATION AT STA PRESSURE-REDUCING STATION AT STA — - STREET LIGHTS MAIN TRENCH (ELEC»CSL TV) TRENCH (TELCO) TRENCH (GAS) 1-2" DIRECT BURIED ELECTRIC CONOU 1-3" DIRECT "BURIED ELECTRIC CONDU 1-4" ^DIRECT BURIED ELECTRIC CONOU 1-5" DIRECT BURIED ELECTRIC CONDU 2-5" ENCASED BURIED ELECTRIC COND ~ 4-5" ENCASED BURIED ELECTRIC COND 2-4" DIRECT BURIED TELEPHONE COND 4-4" "DIRECT~BURIED TELEPHONE COND "" .TRANSFORMER CONCRETE PAD (SOG&E 3 ELECTRIC HANOHOLE (SOGtc 3316) TELEPHONE MANHOLE C12*X9I X7 ') QTY 1. 1. 1. 1. 1. 2. 3. 1. 3. 1. 3. 2. 120. 26. 14200. 3. 2. 48. 21. 1. 1 * 50. 10600. 4945. 225. 425. 50. 10400. 860. "3520. 6030. 1399. 2865. 6. 19. 9. UNIT 0 0 0 0 0 0 0 0 0 0 0 0 0 0u 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 u 0 0 0 EA EA EA EA EA EA EA EA EA EA EA EA CY EA ""LF EA EA Lh EA EA EA EA LF LF LF LF LF LF LF LF LF LF Lh EA EA EA * UNIT * COST 3900. 1300. 115. 150. 300. 450. 1300. 3400. 1500. 1700. 900. " "600. 57. 650. 7. 115. 225. 27. 430. 50000. 53000. 2200. 4. 4. 3. 2.2. 1. 2. 4. 7. 3. 6. 600. 3500. " 4400. 00 00 00 00 00 00 00 00 00 00 00 00 00 00 bU 00 00 00 00 00 00 00 50 00 50 50 00 50 00 00 00 00 (JO 00 00 00 *********** TOTAL COST 3900 1300 115 150 300 900 3900 3400 4500 1700 2700 1200 6840 16900 " 106500 345 450 1296 9030 50000 -"53000 110000 47700 19780 787 1062100 15600 1720 14080 42560 5697 " "17190 3600 66500 39600 • • * • • • * • * * * « • • * • * • « • • • • * • * • • • • • * * • • * * * 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 oo — 00 00 00 50 50 00 00 00 00 00 00 00 "" 00 00 00 6/25/36 CITY OF CARLSBAD "ASSESSMENT ~DISTRICT~NO."~8 5^2" CCOLLEGE BOULEVARD) O •'"" : '..':..' OLSJJN BID PAGE 4 r~p u"grnmro Rfs~&F~c o NTTWCT i o w SCHEDULE IeiBID ITEMS jut ;''•••;: .-:•; C"'-* ITEM |i3! NO. DESCRIPTION £* C -:i c 109 TRAFFIC SIGNAL CEL CAMINO REAL) 110 TRAFFIC SIGNAL <PALOMAR AIRPORT) """I'll TEMPORARY IRRIGATION 112 PERMANENT IRRIGATION 113 TREE WELL IRRIGATION 114 HYDROSEED 115 SHRUBS <5 GAL) 116 SHRUBS Cl GAL) 117 GROUND COVER 118 TREES C36" BOX) 24~ .119 TREES C24" BOX) R 120 TREES U 5 GAL) "~ 121 PLANT ESTA3LISHMENT-90 DAYS 122 EXPOSED AGGREGATE CONCRETE CMEOIA 123 IKAhhiC SIGNING 124 MARKER TYPE G ' 125 TRAFFIC STRIPING AND MARKERS ' -. 126 ADDITIONAL SEDDING ( - 127 CONSTRUCTION SURVEYING .70 123 SHEETING, SHORING & BRACING '37.. | ;4r if 129 ITEM UtLtlcU TOTAL CONSTRUCTION COSTS FOR SCHEDULE SCHEDULE II 1 12-INCH 01? CL 50 EFFLUENT PIPE 2 10-INCH DIP CL 150 EFFLUENT PIPE 3 ITEM DELETED i 4 12-INCH ACP CL 150 EFFLUENT PIPE 5 ACCESS HOLE 4 FT DIAMETER 6" LINc "TAPPING S LEAVE T24" X~~10") 7 EFFLUENT TURN OUT 3 SHEETING, SHORING L BRACING 9 ITEM DELETED !• TOTAL CONSTRUCTION COSTS FOR SCHEDULE QTY 1.0 1.0 1.0 1.0 1.0 "952283.0 7796.0 1750.0 44000.0 I 204.0 587.0 """247.0 992267.0 80000.0 1.0 6.0 1.0 100.0 1.0 1.0 I 10.0 3350.0 6020.0 1.0 1.0 3.0 1.0 II * UNIT UNIT * COST EA EA LS LS LS SF EA EA SF EA EA EA SF SF US EA LS CY LS IS LF LF LF EA EA EA LS 58000.00 53000.00 57000VOO " 57000.00 22000.00 .03 11.00 4.50 .10 400.00 160.00 65.00 .01 1.75 2700. "00 50.00 11000.00 22.00 ~ 37000.00 1000.00 6, 165.00 31.00 20.00 1600.00 4500.00 " 2400.00 500.00 TOTAL * COST * 58000.00 53000.00 57000.00 57000.00 22000.00 "28568/49" 85756.00 7875.00 4400.00" 81600.00 93920.00 "16055.00 ~ 9922.67 140000.00 2700.00 300.00 11000.00 2200.00 '" 87000.00 1000.00 l 301,836.31 1650.00 119350.00 120400.00 1600.00 4500.00 7200.00 500.00 255,200.00 TOTAL CONSTRUCTION COSTS 7,057,036.31 TABLE OF CONTENTS PAGE PART I Section 1 2 3 4 5 6 7 8 9 10 11 PROCEDURAL DOCUMENTS Advertisement for Bids Information for Bidders Bid - Bid Bond - Agreement Payment Bond Contract Performance Bond Certificates of Insurance and Endorsements Notice of Award Notice to Proceed Change Order 1-1.1 1-2.1 1-3.1 1-4.1 1-5.1 1-6.1 1-7.1 1-8.1 1-9.1 1-10.1 1-11.1 i PART II Section 2 3 SPECIAL PROVISIONS General Construction Materials and Methods II-2. 1 II-3.1 APPENDIX A SDG&E SPECIFICATION PART I PROCEDURAL DOCUMENTS ( I PART I - PROCEDURAL DOCUMENTS SECTION 1 ADVERTISEMENT FOR BIDS City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 Separate sealed Bids for the "CONSTRUCTION OF COLLEGE BOULEVARD IMPROVEMENTS FOR ASSESSMENT DISTRICT 85-2" consisting of: Schedule I - Grading and Improvements of College Boulevard, El Camino Real, Offsite Storm Drain, and Pressure Reducing Station Schedule II - Lake Calavera Hills Effluent Disposal Pipe Line will be received by the City of Carlsbad at the Purchasing Office of the City until 2 p.m., February 26, 1986, and then at the Council Chambers of the City will be publicly opened and read aloud. The Work and Improvements hereinafter mentioned are author- ized pursuant to the provisions of the "Municipal Improvement Act of 1913", being Division 12 of the Streets and Highways Code of the State of California, and said project will be financed pursuant to bonds being issued according to the terms and provisions of the "Improvement Bond Act of 1915", being Division 10 of said Code. The Contract Documents and additional information for bidders may be examined at the following locations: City, of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 Daily Construction Reporter 1815 Hancock Street San Diego, CA 92110 EGCA 315 Laurel San Diego, CA 92101 McGraw-Hill Dodge 8745 Aero Drive Suite 108 San Diego, CA 92123 1-1.1 San Diego Daily Transcript Construction Department P.O. Box 81669 San Diego, CA 92138 Copies of the Contract Documents may be obtained at the office of the City, located at the above-referenced address. There will be a $50.00 non-refundable payment for each set and an additional charge of five dollars ($5.00) to cover wrapping, handling, and cost of postage for each set of Contract Documents mailed. Schedule II plans are not antici- pated to be available until the week ending February 15, 1986. Schedule II plans will be mailed or otherwise delivered to all planholders at no additional cost when they become available. All required monies must accompany the request for the Contract Documents. Bidders on this Work will be required to comply with the President's Executive Order No. 11246 (Equal Employment Opportunity clause), as amended, California Labor Code 1410 et. seq., California Labor Code 1777.6, and implementry regulations concerning equal opportunity for Apprentices. The Contractor will be required to submit a certificate of insurance which indemnifies the Owner for any damage to any portion of the work resulting from fire, explosion, hail, lightning, water, flood, vandalism, malicious mischief, wind, collapse, riot, aircraft, or smoke. The Contractor may or may not be required to obtain insurance to indemnify the Owner for any damage to the work caused by earthquake and tidal wave. The price bid for this insurance will be considered when evaluating the bids and a determina- tion made at the time of award of the agreement as to whether or not the Contractor is to furnish such insurance. All of the above Work is to be done under contract with the District in accordance with those certain Plans, Specifica- tions and Drawings contained in a "Report" contemplated by a Resolution of Intention considered and approved by the Board of Directors, to which "Report" and documents reference is hereby made for a description of said Work and Improvement. Progress payments will be made in cash to the Contractor in accordance with the provisions of the Specifications and on itemized estimates duly certified and approved by the Engineer submitted in accordance therewith, based on labor and materials incorporated in to said work during the pre- ceding month by the Contractor. The first progress payment will not be made until after delivery of bonds. All Bidders shall be required to hold their original bid prices, without change, for a period of one hundred twenty 1-1.2 days (120 days) from the date bids are opened except to the extent relief is available pursuant to Public Contract Code, Section 5100 et. seq. If the Contract cannot be awarded within this one hundred twenty days (120 days) period for any reason, the time to award by be extended by mutual agreement between the Owner and each bidder. Bidders electing not to extend their original bids more than thirty days (30 days) following a request for extension by the owner shall be treated as withdrawing their bid and will not be considered in the final award. The Director of the Department of Industrial Relations has ascertained the general prevailing rate of per diem wages and the general rate for holiday and over-time work in the locality in which the work is to be performed for each craft or type of workmen needed to execute the Contract or Work as hereinafter set forth (see Labor Code 1770 et. seq.). Copies of rates are on file at the office of the Owner, which copies shall be made available to any interested party on request. The successful bidder shall post a copy of such determination at each job site. Attention is called to the fact that not less than the minimum salaries and wages shall be paid on this Project by all Contractors and Subcontractors. Pursuant to Section 1740 of the California Labor Code, Bidders are notified that the said wage rates shall be subject to modification to comply with revisions in Federal Minimum Wage Schedules without necessity of republication. Each Bid or Proposal shall be made out or submitted on a form furnished as part of the Contract Documents, and must be accompanied by cash, a cashier's check, or a Bidder's Bond, in an amount not less than ten (10) percent of the amount of the Bid, made payable to the order of the Owner, and each Bid or Proposal shall be sealed and filed with the Owner at or before the time stated in this notice. The cash, check or bond shall be given as a guarantee that the Bidder will enter into a contract with the Owner if awarded the work, and will be declared forfeited if the successful Bidder refuses to enter into said contract. A Payment Bond and a Contract Performance Bond (on the required form), each in the amount of one hundred (100) percent of the Contract Price, shall be required by the successful Bidder. Pursuant to Government Code §4590, the Contractor may substi- tute equivalent securities for retention amounts which this Contract requires. However, the Owner reserves the right to solely determine the adequacy of the securities being pro- posed by the Contractor and the value of those securities. 1-1.3 PART I - PROCEDURAL DOCUMENTS SECTION 2 INFORMATION FOR BIDDERS Bids will be received by the City of Carlsbad, herein called the "Owner", at the Purchasing Office of the Owner, 1200 Elm Avenue Carlsbad, CA 92008, until 2:00 p.m., February 26, 1986, and then at the Council Chambers of the City will be publicly opened and read aloud. Each Bid must be submitted in a sealed envelope, addressed to the City of Carlsbad at 1200 Elm Avenue, Carlsbad, CA 92008. Each sealed envelope containing a Bid must be plainly marked on the outside as "BID FOR THE CONSTRUCTION OF COLLEGE BOULEVARD, ASSESSMENT DISTRICT 85-2" and the envelope should bear on the outside the name of the Bidder, his address, and his license number, if applicable. If forwarded by mail, the sealed envelope containing the Bid must be enclosed in another envelope addressed to the Owner at the above-referenced address. All Bids must be made on the required Bid form, an unbound copy of which is provided herein for that purpose. All blank spaces for Bid prices must be filled in, in ink or type- written, and the Bid form must be fully completed and exe- cuted when submitted. Only one copy of the Bid form is required. The Owner may waive informalities, irregularities or defects or reject any and all Bids. Any Bid may be withdrawn by written request prior to the above scheduled time for the opening of Bids or authorized postponement thereof with right of resubmittal. The request for withdrawal shall be executed in writing by the bidder or his duly authorized representa- tive. Any Bid received after February 26, 1986 at 2 p.m. shall not be considered. All Bidders shall be required to hold their original bid prices, without change, for a period of one hundred and twenty days (120 days) from the date bids are opened except to the extent relief is available pursuant to Public Contract Code, Section 5100 et. seq. If the Contract cannot be awarded within this one hundred and twenty days (120 days) period for any reason, the time to award may be extended by mutual agreement between the owner and each bidder. Bidders electing not to extend their original bids more than one hundred and twenty days (120 days) following a request for extension by the owner shall be treated as withdrawing their bid and will not be considered in the final award. 1-2.1 Bidders must satisfy themselves of the character of the Work to be performed by examination of the site and review of the Drawings and Specifications, including Addenda. After Bids have been submitted, the Bidder shall not assert that there was a misunderstanding concerning the nature of the Work to be done. Quantities set forth in the Bid Schedule are estimates of the amount of materials and equipment to be furnished and the amount of work to be done and are given only as a basis for comparison of bids. Final payment shall be made for the actual final quantities of the items at the unit prices bid in the proposal. The Owner shall provide to Bidders, upon their request, prior to Bidding, all information which is pertinent to, and delineates and describes, the land owned and rights-of-way acquired or to be acquired. The Contract Documents contain the provisions required for the construction of the Project. Information obtained from an officer, agent, or employee of the Owner or any other person shall not affect the risks or obligations assumed by the Contractor or relieve him from fulfilling any of the conditions of the Contract. Each Bid must be accompanied by a Bid Bond (on the required form) payable to the Owner for ten (10) percent of the total amount of the Bid. As soon as the Bid prices have been com- pared, the Owner will return the Bonds of all except the three lowest responsible Bidders. When the Agreement is executed, the bonds of the two remaining unsuccessful Bidders will be returned. The Bid Bond of the successful Bidder will be retained until all Contract Documents have been executed and approved, after which it will be returned. A cashier's check or cash may be used in lieu of a Bid Bond. Bonds and Insurance Certificates must be in the form required by the Owner (substitutions are not permitted) and the Company must be authorized to do business in the State of California. A Payment Bond and a Contract Performance Bond (on the required form), each in the amount of one hundred (100) percent of the Contract Price, with a corporate surety approved by the Owner, will be required for the faithful performance of the Contract. Attorneys-in-fact who sign Bid Bonds or Payment Bonds and Contract Performance Bonds must file with each Bond a certified and effective dated copy of their power of attorney. 1-2.2 The party to whom the Contract is awarded will be required to "***>' execute the Agreement and submit the Payment Bond, Contract Performance Bond, and Insurance Certificates on the required forms within ten (10) calendar days from the date of the Notice of Award. The Notice of Award shall be accompanied by the necessary Agreement, Bond, and Insurance Certificate forms. In case of failure of the Bidder to execute the Agreement, the Owner may at his option consider the Bidder in default, in which case the Bid Bond accompanying the proposal shall become the property of the Owner. Forfeiture of the bid bond, or any deposit in lieu thereof does not preclude the District from seeking all other remedies provided by law to recover losses sustained as a result of the Contractor's failure to execute a written agreement to perform the work at his bid price. The Owner, within ten (10) days of receipt of acceptable Labor and Material Payment Bond, Contract Performance Bond, Insurance Certificates, and Agreement signed by the party to whom the Agreement was awarded, shall sign the Agreement and return to such party an executed duplicate of the Agreement. Should the Owner not execute the Agreement within such period, the Bidder may by Written Notice withdraw his signed Agreement. Such notice of withdrawal shall be effective upon receipt of the notice by the Owner. The Notice to Proceed shall be issued within ten (10) days of the execution of the Agreement by the Owner. Should there be reasons why the Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between the Owner and Contractor. If the Notice to Proceed has not been issued within the ten (10) day period or within the period mutually agreed upon, the Contractor may terminate the Agreement without further liability on the part of either party. The Owner may make such investigations as he deems necessary to determine the ability of the Bidder to perform the Work, and the Bidder shall furnish to the Owner all such informa- tion and data for this purpose as the Owner may request. The Owner reserves the right to reject any Bid if the evidence submitted by, or investigation of, such Bidder fails to satisfy the Owner that such Bidder is properly qualified to carry out the obligations of the Agreement and to complete the Work contemplated therein. A conditional or qualified Bid will not be accepted. Award, if made, will be made to the lowest responsive and responsible Bidder, as determined by Owner. 1-2.3 p •k The work to be bid under these Contract Documents is set forth in more than one bid schedule. A Bidder may bid one schedule or more than one schedule. The Owner reserves the right to award a separate contract for each schedule or may award a contract to a single bidder for multiple schedules. All applicable laws, ordinances, and the rules and regula- tions of all authorities having jurisdiction over construc- tion of the Project shall apply to the Contract throughout. Each Bidder is responsible for inspecting the site and for reading and being thoroughly familiar with the Contract Documents. The failure or omission of any Bidder to do any of the foregoing shall in no way relieve any Bidder from any obligation in respect to his Bid. Further, the Bidder agrees, to abide by the requirements under Executive Order No. 11246, as amended. All Bidders shall supply the names and addresses of major material Suppliers and Subcontractors as set forth in the Bid. The Engineer is the City Engineer of Carlsbad. His address is 1200 Elm Avenue, Carlsbad, CA 92008, Telephone No. (619) 438-5541. 1-2.4 PART I - PROCEDURAL DOCUMENTS SECTION 3 BID Proposal of , hereinafter called "Bidder," organized and existing under the laws of the State of California, doing business as To the City of Carlsbad, hereinafter called "Owner": In compliance with your Advertisement for Bids and Informa- tion for Bidders, Bidder hereby proposes to perform all Work for COLLEGE BOULEVARD IMPROVEMENTS FOR ASSESSMENT DISTRICT 85-2: SCHEDULE I Grading and Improvements of College Boulevard, El Camino Real, Offsite Storm Drain and Pressure Reducing Station _ SCHEDULE II Lake Calaveras Hills Effluent Disposal Pipeline {check applicable Schedule [s] ) in strict accordance with the Contract Documents, within the time set forth therein, and at the prices stated below. By submission of this Bid, each Bidder certifies, and in the case of a joint Bid each party thereto certifies as to his own organization that this Bid has been arrived at independ- ently, without consultation, communication, or agreement as to any matter relating to this Bid with any other Bidder or with any competitor. Since time is of the essence, Bidder hereby agrees to com- mence Work under this Contract on or before a date to be specified in the Notice to Proceed and to fully complete the Project, within the following specified consecutive calendar days thereafter: SCHEDULE I 2*5- Working Days SCHEDULE II -45- Working Days SCHEDULE I & II -345- Working Days p££ (if awarded to same Bidder) " *Irisert "a corporation," "a partnership," "a joint venture," or "an individual," as applicable. 1-3.1 •m •m Bidder agrees with the Owner that if the project is not fully completed within said time, he shall pay as liquidated damages the sum of $2,000 for each consecutive calendar day thereafter until such completion and that this amount shall be presumed to be the amount of damages sustained by Owner in the event of such a breach by Bidder, as it would be imprac- ticable or extremely difficult to fix the actual damage. If awarded this contract, the Bidder agrees to execute the Agreement and submit the Labor and Materials Payment Bond, Contract Performance Bond, and Insurance Certificates on the required forms within ten (10) calendar days from the date of the Notice of Award. The Notice of Award shall be accom- panied by the necessary Agreement, Bond, and Insurance Certificate forms. In case of failure of the Bidder to execute the Agreement, the Owner may at his option consider the Bidder in default, in which case the Bid Bond or any deposit in lieu thereof accompanying the proposal shall become the property of the Owner. Forfeiture of the Bid Bond, or any deposit in lieu thereof, does not preclude the Owner from seeking all other remedies provided by law to recover losses sustained as a result of the Contractor's failure to execute a written agreement to perform the work at his Bid Price. Bidder acknowledges receipt of the following Addenda: Dated Dated Dated Bidder agrees to perform all the work described in the Con- tract documents for the following unit prices or lump sum: 1-3.2 Bid Estimated Item Quantity No. and Unit 1 1,401,000 CY 542,000 CY 2,840 LF 54,900 20,110 TON V 5,277 LF 18,738 LF 18,154 LF 93,691 SF BID SCHEDULE SCHEDULE I Item Description with Prices Written in Words Unclassified Excavation at Dollars per cubic yard Unclassified Fill at Dollars per cubic yard Subdrains at Dollars per lineal foot Untreated Base at Dollars per cubic yard Asphalt Concrete Pave- ment at Dollars per ton Asphalt Concrete Berm (6-inch) at -fccoc* Q/W Dollars per lineal foot Curb and Gutter-Type G \a •ft, ^b^/5Dollajrs per lineal foot Curb - Type B-l at Dollars per lineal foot Concrete Sidewalk at o dcl/ar- " ' "~ Dollags per square foot Unit Cost (Figures) Total (Figures) AIL 36.00 °° US -IQ3 ---- 1-3.3 Bid Item No. 10 11 12 13 14 15 16 17 18 19 Estimated Quantity and Unit 660 SF 5 EA 4,378 LF 2,185 LF 35 LF 2 EA 25 EA 1 LS 2,960 LF 479 LF Item Description with Prices Written in Words Concrete Driveway (7V Thick) at Dollars per square foot Pedestrian Ramp at n/<2 llaDollars each 12-inch VCP Sewer Main at 4-^LQgM r U 4"7V>i3o Dollars per lineal foot 8-inch VCP Sewer Main at Dollars per lineal foot 6-inch VCP Sewer Main at S3-Vt-?s\ •/•£Jj(r-? f\ Dollars per lineal foot 75-foot VCP Laterals (6" dia) at Dollars each Manholes at Dollars each Drop Accesshole Connec- tion at Dollars lump sum 14-inch DIP-CL 200 Force Main at -hX)^y\4-u Dollars per lineal foot 10-inch DIP-CL 200 Force Main at Dollars per lineal foot Unit Cost (Figures) Total (Figures, t>o $0*° 1-3.4 Bid Item No. 20 21 22 23 24 25 26 27 28 29 Estimated Quantity and Unit 132 LF 512 LF 1,349 LF 5,839 LF 2,914 LF 227 LF 85 LF 267 LF 4 EA 14 EA Item Description with Prices Written in Words 16-inch Steel CML&C Water Main at Dollars per lineal foot 12-inch Steel Temporary Water Line at -U^ir-^ui O Dollars per lineal foot 18-inch ACP CL 150 Water Main at -(-orHfu /T Dollars per lineal foot 16-inch ACP CL 150 Water Main at Dollars per lineal foot 14-inch ACP CL 150 Water Main at -fc Dollars per lineal foot 12-inch ACP CL 150 Water Main at -Vs>r-fcu. -j-UJo O Dollars per lineal foot 10-inch ACP CL 150 Water Main at ~tjjfa'/'l4-\ji (T Dollars per lineal foot 8-inch ACP CL 150 Water Service a1 Dollars per lineal foot 18-inch Butterfly Valvev \A Dollars each 16-inch Butterfly Valve \ Dollars each Unit Cost (Figures) Total (Figures) £& 1-3.5 Bid Item No. 30 31 32 33 34 ' 35 36 37 38 39 Estimated Quantity and Unit 3 EA 1 EA 6 EA 3 EA 6 EA 2 EA 9 EA 18 EA Item Description with Prices Written in Words 4 EA 14-inch Gate Valve at Dollars each 12-inch Gate Valve at ong, Dollars each 10-inch Gate Valve at Dollars each 4 EA 8-inch Gate Valve, at Dollars each 2-inch Blow-Off Assembly at S&terv DollarsQeach 2-inch Air Vacuum Assembly at i\<3 Dollars each 2-inch Manual Air Release Assembl at Dollars each 1-inch Manual Air Release Assembly at -Q-Ji Dollars each Fire Hydrant Assembly at Dollars each 2-inch Service Connec tion at Dollars each 1-3.6 Unit Cost (Figures) Total (Figures) \00tf? Q/SVO GO Bid Estimated Item Quantity Item Description with Unit Cost Total No. and Unit Prices Written in Words (Figures) (Figures) 40 Not Used 41 520 LF 12-inch PVC Sleeve at Dollars per lineal foot 42 714 LF 8-inch PVC Sleeve at 3 2>°? £7(2. Dollars per lineal foot 43 459 LF 4-inch PVC Sleeve atat a S€vA:Vlk>4. —r- 0 xl^ Dollars per lineal foot 44 255 LF 2-inch PVC Sleeve at Dollars per lineal foot 46 252 LF 60-inch RCP 1350-D at ^vi^ fru^nrea -fiu^on^. Dollars per lineal foot 47 95 LF 54-inch RCP 1350-D at Dollars per lineal foot 48 280 LF 487inch RCP 1350-D at PA Dollars per lineal foot 49 490 LF 42-inch RCP 1500-D atr,^ 4w? Dollars per lineal foot 50 678 LF 36-inch RCP_1350-D at •-Pi-C-U-;. -HW?. Dollars per lineal foot 1-3.7 Dollars per lineal foot 45 170 LF 84-inch RCP 1400-pjat "* . zs&>0 Bid Item No. 51 52 53 54 55 56 57 58 59 60 61 Estimated Quantity and Unit 106 LF 193 LF 731 LF 1,672 LF 22 LF 20 LF 186 LF 1,046 LF Item Description with Prices Written in Words 1,424 LF 33-inch RCP 1350-D at Dollars per lineal foot 353 LF 30-inch RCP 1350-D at Dollars per lineal foot 27-inch RCP 1500-D at ft Dollars per lineal foot 27-inch RCP 1350-D at -pi-T-f -fcjy ^CA/P/-^ _ T Dollars per lineal foot 24-inch RCP 1350-D at Dollars per lineal foot 450 LF 21-inch RCP 1350-D at Dollars per lineal foot 18-inch RCP 1350-D at^"V . — Dollars per lineal foot 48-inch CAP at Dolla^^per lineal foot 24-inch CSP at Dollars^ per lineal foot 24-j,nch CAP at Dollars^Tper lineal foot 18-ijich CAP, at -VV\ t r-Pu Unit Cost (Figures) Total (Figures SS&p Dollars riper lineal foot 1-3.8 Bid Item No. 62 63 64 65 66 67 68 69 70 71 Estimated Quantity and Unit 1 EA 2 EA 3 EA 1 EA 19 EA 5 EA 1 EA Item Description with Prices Written in Words Curb Inlet Type B with 7 foot x 7 foot Box at Unit Cost (Figures) Total (Figures) Dollars each 1 EA Curb Inlet Type .B at Dollars each 16 EA Curb Inlet Type B-l. at Dollars each 2 EA Curb Inlet Type B-2. at Dollars each CSP Inlets at Dollars/leach Catch Basin Type,F at 4rLt)O Dollars each Median Inlet Type.J at Dollars each Storm Drain Cleanout Type A4 at Dollars each Storm Drain Cleanout Type A5 at &&r6 Dollars each Storm Drain Cleanqut Type A6 at fli/j!^ Ku, Dollars each £&& 1-3.9 00 00 00 Bid Item No. 72 73 74 75 76 77 78 79 80 Estimated Quantity and Unit 1 EA 1 EA 1 EA 1 EA 1 EA' 1 EA 2 EA 3 EA 1 EA Item Description with Prices Written in Words Storm Drain Cleanout Type A7 at Unit Cost (Figures) Totallotax j«^ (Figures,^/ Dollars each Storm Drain Cleanout f Type B9 at Vftre? 4Wiic<A/i/i Dollars each Curb Outlet Type A at c<\&, Dollars each Outlet DS-3 at Dollars each Concrete Pipe Collar (D = 12 inches through 36 inches) at-ffirv Dollars^each Concrete Pipe Collar (D = 39 inches ^through 60 inches), at e,Q Dollars each Concrete .Lug at'yL O Dollars each Straight Headwall Type B (D = 18-inches) at in Dollars each «« / I U Type Headwall (D = 60-inches) at_ 4krex£> , A uTd r^" / Dollars each ISO 1-3.10 - Bid Item No. 81 82 83 84 85 86 87 88 89 90 Estimated Quantity and Unit 3 EA 1 EA 3 EA 120 CY 26 EA 14,200 LF 3 EA 2 EA Addendum No. 2 Item Description with Prices Written in Words Wing Headwall (D = 18 inqhes) at /fry? -\\\1£ Unit Cost (Figures) 00 Total (Figures) Dollars each L Type Headwall (D = 27 inches) at , /YlT Dollars each Inlet Apron at h Dollars each 2 EA ABM Apron at Dollars each Rip Rap Energy Dissi- pator at Dollars per cubic yard Slope Anchor (Concrete Anchors) at Dollars^ each PCC Ditch at ^>-u s Dollars per lineal foot Concrete Splash. Wall at Dollars each Pavement Cut Off Wall (Std Dwg G-22) at Dollars each 48 LF Barricade Type M-9.1 at %-" Dollars per lineal foot I.3-11R S7g- ^ Bid Item No. 91 92 93 94 95 96 97 98 99 Estimated Quantity and Unit 21 EA 1 EA 1 EA 50 EA 10,600 LF. 4,945 LF 425 LF 50 LF Item Description with Prices Written in Words Ci£y Monuments, at -KXx.r Dollars each Pressure Reducing Station at^S_tatiop 76+90 at Dollars each Pressure Reducing Station at Statio 29+24 at Dollars each7 StreetnLights at [nu -fcoO Dollars each Main Trench (Electric, Gas, Cable TV) at r- nnlln r-s MDollar^ per lineal foot Trench (Telco) at Dollars per lineal foot 225 LF Trench (Gas) at Dollar o /^V^ s/"per lineal foot One 2-inch Direct Buried Electric Conduit at / Gn-ftoo Dollar^ per lineal foot One 3-inch Direct Buried Electric Conduit at Dollars per lineal foot Unit Cost (Figures) Total A (Figures)^ \\OOGQ 3s? 2s?40G& \00 1-3.12 Bid Estimated Item Quantity Item Description with Unit Cost Total No. and Unit Prices Written in Words (Figures) (Figures) 100 10,400 LF One 4-inch Direct Buried Electric Conduit at » 104 itf~ Dollars per lineal foot 101 860 LF One 5-inch Direct Buried Electric Conduit at Dollars per lineal foot 102 3,520 LF Two 5-inch Encased Buried Electric Conduit at Dollars per lineal foot 103 6,080 LF Four 5-inch Encased Buried Electric Conduit at Dollars per lineal foot Dollars per lineal foot 105 72j86_5^LFi; Fpui^ IF^chfDirect Buried Telephone"Conduit at Dollars per lineal foot 106 6 EA Transformer Concrete Pad (SDG&E 342L) at Dollars each 107 19 EA Electric Handhole (SDG&E 3316) at Dollars each 1*0 6f* / 1-3.13 Bid Estimated Item Quantity Item Description with Unit Cost Total No. and Unit Prices Written in Words (Figures) (Figures 108 9 EA Telephohe^Manhole-i(12 Dollars each 109 1 EA Traffic Signal (El Camino ReaJ.) at 110 1 EA Traffic Signal^ _(Palomar Airport) al Dollars each 111 LS Temporary Irrigation atgaon a / -fy)rtu<yi/^7 Dollars lump sum 112 LS Permenant Irrigation at Dollars lump sum 113 LS Tree Well Irrigation at i^-Koo - " Dollars lump sum 114 952,283 SF Hydroseed at _3_ per square foot 115 7,796 EA Shrubs (5 gallons) at Dollars each 116 1,750 EA Shrubs (1 gallon) at/ (7 _ +^\ ('t _Dollar^/ each 117 ' 44,000 SF" Ground Cover at Dollars per square foot 1-3.14 •£> Q ^ 7 £&600 S6COODollars each 10 Bid Estimated Item Quantity Item Description with Unit Cost Total «**" No. and Unit Prices Written in Words (Figures) (Figures) 118 204 EA Trees (36-inch .box) at Dollars each 119 587 EA Trees (24-inch ±>ox) at Dollars each 120 247 EA Trees (15 gallons) atfr fi <f~ ~ Oollai'3 -per square foot 122 80,OOOSF Exposed Aggregate Concrete (Median) af. d:O/lQf- i --, Dollars er' square f oo€ 123 LS Traffic Signing Q nc aJt l Dollars each 124 6 EA Marker Type G at Dollars each 125 LS Traffic Striping & Markers at _,, tf\n Dollars lump sum 126 100 CY Additional Bedding at Dollars per cubic yard 127 LS Construction Surveying at Dollars lump sum 1-3.15 Dollars each 121 992,267 SF Plant Establishment - 90 Days at £?/?g. <^g/?-/o o' Bid Item No. 128 Estimated Quantity and Unit LS 129 LS Item Description with Prices Written in Words Sheeting, Shoring^ and Bracing at Dollars lump sum Earthquake and Tidal Wave Insurance Unit Cost (Figures) Total {Figures IT*** TOTAL BID with Earthquake and Tidal Wave Insurance (includes Items 1 through 129, inclusive) •SAX (words) Dollars (figures) TOTAL BID without Earthquake and Tidal Wave Insurance (includes Items 1 through 128 only, inclusive) tQ/ Dollars (figures) NOTE: .. Bid shall include sales tax and all other applicable taxes and fees. Quantities above are for the purpose of comparison only, and payments will be made on a basis of actual measurement of Work completed. When discrepancies occur between words and figures, the words shall govern. 1-3.16 BID SCHEDULE Bid Estimated Item Quantity No. and Unit 1 10 LF aaso S5S LF 6,020 LF 1 EA 1 EA 3 EA LS SCHEDULE II Item Description with Prices Written in Words 12-inch DIP CL 50 Lined and Encased for Effluent, Disposal at one. Dollar^ per lineal foot 10-inch DIP CL 150 Lined and Encased for Effluent Disposal at Dollars per lineal foot 8-inch DIP CL 50 Line* and Encased fqr^JSffiuent Disposal per lineal foot 12-inch ACP CL 150 for Effluent Pipe Disposal at Dollars per lineal foot Force Main Terminal Access Hole, 4-foof. Diameter at T/X llDollars each Effluent Line Tapping Sleeve 24"xlO" with Valve at Dollars each 2-inch Effluent Tur/io^t at inch Eff-1 -fu33 -Ki Dollars each Sheeting, Shoring and Bracing at -Cu^ hundf&f Dollars lump sum Unit Cost (Figures) Total (Figures) »o 500*° 1-3.17 Estimated Quantity and Unit LS Item Description with Prices Written in Words Unit Cost (Figures) Total (Figures Earthquake and Tidal Wave Insurance at Z<0eX>,<ZiO AC? Dollars lump sum TOTAL BID with Earthquake and Tidal Wave (includes Items 1 through 9, inclusive Insx Dollars- (words) (figures) TOTAL BID without Earthquake and Tidal Wave Insurance (includes Items 1 through 8 only, inclusive) ,(figutes) NOTE: Bid shall include sales tax and all other applicable taxes and fees. Quantities above are for the purpose of comparison only, and payments will be made on a basis of actual measurement of Work completed. When discrepancies occur between words and figures, the words shall govern. If awarded the Contract for both Schedules I and II, deduct the lump sum of $ ($ ) from the total of Bids, Schedules I and II. The total price bid for all Bid Items other than Earthquake and Tidal Wave Insurance of a multi-schedule award will be adjusted by the amount of the deduction indicated above, if any. The deduction made will be prorated to the total amount bid for each Bid Item" of such award in proportion to its share of the sum of the prices bid for all Bid Items other than Earthquake and Tidal Wave Insurance included in that award. New unit costs for each Bid Item will be calculated ^g^^* 1-3.18- based upon the adjusted total price bid for that item and the estimated quantity shown in the Bid Schedule for that item and rounded to the nearest one cent ($0.01). The total amount bid for each of the adjusted bid items will be readjusted to reflect the rounded unit prices. The price bid for each of the shoring and bracing items will be propor- tionately increased or decreased as may be required to maintain the appropriate adjusted total amount bid for all schedules after this deduction. In lieu of entering into an agreement for any schedule or any combination of schedules which may be awarded to him, the Bidder may elect to bid more than one schedule yet restrict his award to certain schedules or combination of schedules. If you have bid more than one schedule, please check below those individual schedules or those combination of schedules you do not wish to be awarded. I will not accept an award of: Schedule I, only Schedule II, only BID BOND There is enclosed herewith cash, a cashier's check or bidders surety bond in the sum of ten (10) percent of the base bid of ($ ), made payable to the City of Carlsbad, and the undersigned agrees that in case of his failure to execute the necessary Contract and furnish the required bonds and insurance certificates, the cash, the cashier's check or Bidders surety bond and the money payable thereon shall be and remain the property of the City of Carlsbad. WITHDRAWAL OF BID Bidder understands and agrees to hold his original bid prices, without change, for a period of one hundred and twenty days (120 days) from the date bids are opened except to the extent relief is available pursuant to Public Contract Code, Section 5100 et. seq. If the Contract cannot be awarded within this one hundred and twenty day (120 day) period for any reason, Bidder under- stands and agrees that the time to award may be extended by mutual agreement betv/een the owner and each bidder. Bidder understands and agrees that Bidders electing not to extend their original bids more than one hundred and twenty days (120 days) following a request for extension by the owner shall be treated as withdrawing their bid and will not be considered in the final award. 1-3.19 VISITING THE SITE The undersigned has thoroughly examined the Plans and Specifications and Addenda (if any), has visited the site, and is thoroughly familiar with the contents and all of the conditions thereof. DESIGNATION OF SUBCONTRACTORS In compliance with the provisions of Section 2.3 of the Standard Specifications, the Bidder shall set forth below the name and location of the mill, shop or office of each subcontractor and the portions of the work which will be done by that subcontractor. % of Work Trade To Be Done Subcontractor Address SCHEDULE I SCHEDULE II LISTING OF MANUFACTURERS The Contractor shall submit this sheet with his Bid, com- pleted, to list the manufacturers of materials he intends to use. It shall be understood that where the Contractor elects to not use the material manufacturers called for in the Specifications he will substitute only items of equal 1-3.20 quality, durability, functional character and efficiency as determined by the Engineer. The Contractor should ascertain '*• prior to bidding the acceptability of substitutes. Only one ,— manufacturer shall be listed for each item. "» Item or Material Manufacturer m SCHEDULE I ** Reinforced Concrete Pipe m Vitrified Clay Pipe Ductile Iron Pipe -«• Asbestos Cement Pipe Butterfly Valves Gate Valves ^ Pressure Reducing Valves Precast Electric Handhole «*« Precast Telephone Manhole Traffic Signal Controller '"* Irrigation Controller m Irrigation Remote Control Valves SCHEDULE II Ductile Iron Pipe Asbestos Cement Pipe Tapping Sleeve and Valve No change shall be allowed of any material manufacturer listed after receipt of Bids unless the manufacturer so listed cannot furnish materials meeting the Specifications. Should such change be allowed, there will be no increase in the amount of the Bid originally submitted. 1-3.21 ANTI-TRUST CLAIM v.,*. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the Agency all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code) , arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the Agency tenders final payment to the contractor, without further acknowledgement by the parties. RESPECTFULLY SUBMITTED: Signature Address ?itle Date Contractor's License Mo. Type of License Federal I.D. No. (SEAL-if Bid is by a corporation) ATTEST 1-3.2: CERTIFICATION LABOR CODE SECTION 1861 I, the undersigned Contractor, am aware of the provi- sions of Section 3700 et. seq. of the Labor Code which requires every employer to be insured against liability for Worker's Compensation or to undertake selfinsurance in accordance with the provisions of that Code, and I, the undersigned Contractor, agree to and will comply with such provisions before commencing the performance of the Work of this Contract. CONTRACTOR: Firm Name By By Second Party 1-3.2; CERTIFICATE OF NONDISCRIMINATION On behalf of the Bidder making this proposal, the under signed certifies that there will be no discrimination in employment with regards to ethnic group identification, color, religion, sex, age or physical or mental disability, or national origin; that all Federal, State, and local directives and executive orders regarding nondiscrimination in employment will be complied with; and that the principle of equal opportunity in employment will be demonstrated positively and aggressively. DATED : (Name of Bidder) (Signature) (Typed Name and Title) 1-3.24 PART I - PROCEDURAL DOCUMENTS SECTION 4 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal, and as Surety, are hereby held and firmly bound unto City of Carlsbad as Owner in the penal sum of for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this day of , 19 The Condition of the above obligation is such that whereas the Principal has submitted to the City of Carlsbad a certain •«• Bid, attached hereto and hereby made a part hereof to enter into a contract in writing for the "COLLEGE BOULEVARD "• IMPROVEMENTS FOR ASSESSMENT DISTRICT 85-2," SCHEDULE a* NOW, THEREFORE, *** —" a. If said Bid shall be rejected, or "** b. If said Bid shall be accepted and the Principal m shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in ™*> accordance with said Bid) and shall furnish Bonds ^ for his faithful performance of said Contract and for the payment of all persons performing labor or „ furnishing materials in connection therewith, the required Insurance Certificates, and shall in allm other respects perform the agreement created by the acceptance of said Bid, M then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood •wi and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount *** of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees •«* that the obligation of said Surety and its Bond shall be in no way impaired or affected by any extension of the time **" within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. 1-4.1 IN WITNESS WHEREOF, the Principal and the Surety have here- unto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Two Witnesses PRINCIPAL: (If Individual) : ATTEST (If Corporation): By By Title Title (Corporate Seal) SURETY: ATTEST: By By Title _ Title (Corporate Seal) IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the Project is located. THIS IS A REQUIRED FORM. \^^ff 1-4.2 ,«,, Any claims under this bond may be addressed to: W (Name and Address of Surety) m M m urn (Name and Address of Agent or Representative for ser- vice of process in Cali- fornia, if different from above) (Telephone Number of Surety and Agent or Representative for service of process in California) 1-4.3 PART I - PROCEDURAL DOCUMENTS SECTION 5 AGREEMENT THIS AGREEMENT, made this day of ^j _ , 19 by and between the City of Carlsbad^ hereinafter called "Owner," and Koll/Hubbard, a Joint Venture _ _ , doing business as a Joint Venture ,* hereinafter called "Contractor." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, it is agreed that: 1. The Contractor shall commence and complete the COLLEGE BOULEVARD IMPROVEMENTS FOR ASSESSMENT DISTRICT 85-2, SCHEDULES I AND II. 2. The Contract Documents include Exhibit "A" attached (submitted by the Contractor and accepted by the Owner). 3. The Contractor shall furnish all of the material, supplies, tools, equipment, labor and other services necessary for the construction and completion of the Project described herein. 4. Since time is of the essence, the Contractor shall commence the Work required by the Contract Documents on or before the date specified to commence Work in the Notice to Proceed and will complete the same within two hundred fifteen (215) working days after the date specified in said notice unless the period for comple- tion is extended otherwise by the Contract Documents. 5. Owner and Contractor have discussed the provisions of Civil Code 1671 and the damages which may be incurred by Owner if the Work is not completed within the time specified in this Agreement. Owner and Contractor hereby represent that at the time of signing this Agreement, it is impracticable and extremely difficult to fix the actual damage which will be incurred by Owner if the Work is not completed within the number of working days allowed. Accordingly, Owner and Contractor agree that the sum of $2,000 per calendar day is a reasonable sum to assess as damages due to Owner by reason of the failure of Contractor to complete the Work within the time specified. *Insert "a corporation," "a partnership," "joint venture," or an individual," as applicable. 1-5.1 1 2 , dated , dated , dated , dated , dated , dated February February 20 19 , 1986 , 1986 , 19 / 19 , 19 , 19 (Cover Letter) .<""*••• 6. The Contractor agrees to perform all of the Work ''*•*»'• described in the Contract Documents and comply with the terms therein for the sum of $ 7,057,036.31 or as shown in the Bid Schedule attached as an Exhibit hereto. 7. The term "Addenda" referred to as a part of the Contract Documents means: Addenda: No No No No No No 8. The Owner will pay to the Contractor in the manner and at such times as set forth in the Standard Specifica- tions. 9. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. 10. Should any litigation or arbitration be commenced between the parties hereto concerning said project, any •••*"*" provision of this Contract, or the rights and obliga- "*»' tions of either in relation thereto, the party, Owner or Contractor, prevailing in such litigation shall be entitled, in addition to such other relief as may be granted, to a reasonable sum as and for his attorney's fees in such litigation, and costs. 11. The Director of the Department of Industrial Relations has ascertained the general prevailing rate of per diem wages and the general rate for holiday and overtime work in the locality in which the work is to be per- formed for each craft or type of workmen needed to execute the Contract or Work as hereinafter set forth (see Labor Code 1770 et. seq.). Copies of rates are on file at the office of the Owner, which copies shall be made available to any interested party on request. The successful Bidder shall post a copy of such determina- tion at each job site. Attention is called to the fact that not less than the minimum salaries and wages shall be paid on this Project by all Contractors and Subcon- tractors. 12. Contractor warrants that he is duly licensed in the State of California as a General Engineering Contractor (Business and Professions Code Section 7056). 1-5.2 r IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in three copies each of which shall be deemed an original on the date first above written. OWNER: CITY OF CARLSBAD Name (Please Type) Title (SEAL) CONTRACTOR: KOLL^jIUBB JOINT VENTURE By Name ORRIN W. MILLER (Please Type) Address 7330 Engineer Road San Diego, CA 92111 Contractor's License No. 494603 1-5.3 STATE OF CALIFORNIA ss COUNTY OF SAN DIEGO On July 7, 1986 , before me, the undersigned, a Notary Public for the County of San Diego and State of California, personally appeared Orrin W. Miller , proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument as the authorized agent of The Koll Construction Company and the person who executed the within instrument on behalf of said company, and acknowledged to me that such company executed the same. WITNESS MY HAND AND OFFICIAL SEAL. OFFICIAL SEAL SUSANNE SVATKO NOTARY PUBLIC - CALIFORNIA SAN DIEGO COUNTYMy comm. expires DEC 18, 1987 CERTIFICATE OF CONTRACTOR ORRIN W. MILLER Senior Vice President , certify that I am g/the [designate sole proprietor, partner in partnership, or specify corporate office, e.g., secretary] in the entity named as CONTRACTOR in the fore- going contract. I hereby expressly certify that the name of the entity to which I am associated is Koll/Hubbard, a Joint Venture ; that this entity is in good standing and has complied with all applicable laws and regulations, and that I have been expressly authorized by the proper parties in this entity to execute this contract on behalf of the above-named entity. ATTEST: Name (Please Type) Title STATE OF CALIFORNIA COUNTY OF SAN DIEGO ss On July 7, 1986 , before me, the undersigned, a Notary Public for the County of San Diego and State of California, personally appeared Orrin W. Miller , proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument as the authorized agent of The Roll Construction Company and the person who executed the within instrument on behalf of said company, and acknowledged to me that such company executed the same. WITNESS MY HAND AND OFFICIAL SEAL.OFFICIAL SEAL SUSANNE SVATKDNOTARY PUBLIC - CALIFORNIA SAN DIEGO COUNTY My comm. expires DEC 18, 1987 1-5.4 EXECUTED IN TRIPLICATE H0. Premium charged for this bond is included in that shown on the Performance Bond, PART I - PROCEDURAL DOCUMENTS SECTION 6 PAYMENT BOND (CALIFORNIA PUBLIC WORK) KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, the CITY OF CARLSBAD (referred to hereinafter as "Obligee") has awarded to Koll/Hubbard, a Joint Venture __^ , (hereinafter designated as the "Contractor") ,an agreement dated July 7, 1986 _, for work described as follows: COLLEGE BOULEVARD IMPROVEMENTS FOR ASSESSMENT DISTRICT 85-2, SCHEDULES I AND II (hereinafter referred to as the "Public Work Contract"); and WHEREAS said Contractor is required to furnish a bond in connection with said Public Works Contract, providing that if said Contractor, or any of his or its Subcontractors, shall 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 owrk or labor done thereon of any kind, or for amounts due under the Unemployment Insurance Code, or for any amounts required to be deducted, withheld, and paid over to the Contractor and his Subcontractors pursuant to Section 18806 of the Revenue and Taxation Code with respect to such work or labor, that the Surety on this bond will pay the same together with a reasonable attorney's fee in case suit is brought on the bond; NOW, THEREFORE, we, Koll/Hubbard, a Joint Venture f the undersigned Contractor, as Principal, and SAFECO INSURANCE COMPANY OF AMERICA , a corporation organized and existing under the laws of the State of WASHINGTON , and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the City of Carlsbad and to any and all materialmen, persons, companies or corporations furnishing materials, provisions, provender or other supplies used in, upon, for or about the performance of the said Public Work, and all persons, companies or corporations renting or hiring teams, or implements or machinery, for or contributing to said Public Work to be done, and all persons performing work or labor upon the same and all persons supplying both work and materials as aforesaid, excepting the said Contractor, in the sum of SEVEN MILLION FIFTY SIX THOUSAND THIRTY SIX AND 31/100 Dollars ($7,056,036.31 ), said sum being not less than 100 percent of the total amount payable by the said Obligee under the terms of the said Public Work Contract, for which payment well and truly to be made, we 1-6.1 BOND NO: 5293465 Page 2 of 4, L/M bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if said Contractor, his or its heirs, executors, administrators, successors or assigns, or Subcontractors, shall fail to pay for any materials, provisions, implements or machinery used in, upon, for or about the performance of the Public Work contracted to be done, or to pay for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of said Contractor and his Subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor as required by the provisions of Section 3247 through 3252 of the Civil Code, the Surety or Sureties hereon will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void. In case suit is brought upon this bond, the said Surety or Sureties will pay a reasonable attorney's fee to be fixed by the Court. In addition to the provisions hereinabove, it is agreed that this bond will inure to the benefit of any and all persons, companies and corporations entitled to serve stop notices under Section 3181 of the Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or additions to the terms of the said Public Work Contract or to the work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the Specifications. No final settlement between the Obligee and the Contractor hereunder shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. Principal and Surety agree that if the Owner is required to engage the services of an attorney in connection with the enforcement of this bond, the Principal and Surety shall be jointly and severally liable for all of the Owner's costs and reasonable attorneys' fees, whether or not litigation or arbitration is actually commenced to enforce the bond. 1-6.2 BOND NO: 5293465 Page 3 of 4, L/M IN WITNESS WHEREOF, we have hereunto set our hands and seals this 7th day of July , 19 86. C _ OO\HT PRINCIPAL: Koll/Hubbard, a Joint Venture BY: TKCC> INC-» a California Corporation dba ROLL CONSTRUCTION COMPANY JOHN L SURE^P™""* SAFECO INSURAgCEjggQMPANY OF AMERICA By, Attornev^Tn-Fact F.E. Legvrand IMPORTANT; Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located. Any claims under this bond may be addressed to: (Name and Address of Surety SAFECO INSURANCE COMPANY OF AMERICA 17570 Brookhurst St., (Name and Address of Agent or Representative for ser- vice of process in Cali- fornia, if different from above) Fountain Valley, CA 92708 ALEXANDER & ALEXANDER OF CALIFORNIA, INC, 3233 PARK CNTR DR. STE 500 COSTA MESA, CA. 92626 (Telephone Number of Surety and Agent or Representative for service of process in California). (714) 963-0900 Surety 714) 957-6005 Agent THIS IS A REQUIRED FORM. 1-6.3 t Hs \ I CAT. NO. NN00636 TO 21954 CA (1-83) (Corporation as a Partner of a Partnership) STATE OF CALIFS COUNTY OF } TICOR TITLE INSURANCE ss. before me, the undersigned, a Notary Public in and forOn said State, personally appeared personally known to me or proved to me on the basis of satisfactory evidence to be the person who executed the within instrument as the &- V£' /2^^-TI c/£- t//<5f-President. and personally known to me or proved to me on the basis of satisfactory evidence ________________ Secretary ofperson.IL the corporation that executed the within instrument on behalf of J~O// I MdJjbftlC£l(.^ .^.^_£'JO.J the partnership that executed the within instrument, and acknowledged to me that such corporation,.executed, the .same as such nunnir and thatt. ^JDJ O "M. -yen ru. *"£-,such paftngrgbtp executed the same. WITNESS my hand and official seal. C--7,, Signature^ .(This area for official notarial seal) BOND NO: 5293465 Page 4 of 4, L/M STATE OF CALIFORNIA ORANGECOUNTY OF ) ) ss.) On this 7th day of July_ , in the year 1986 , before me, Catherine L. Rhoads _ , a Notary Public in and for said state, personally appeared F.E. Legrand _ personally _ , known to me, or proved to me on the basis of satisfactory evidence, to be the person whose name is subscribed to the within instrument as the Attorney- in-Fact of the SAFECO INSURANCE COMPANY OF AMERICA _ (Surety) and acknowledged to me that He subscribed the name of the SAFECO INSURANCE COMPANY OF AMERICA _ (Surety) thereto and his own name as Attorney-in-Fact. (SEAL) OFFICIAL SEAL CATHERINE L. RHOADS NOTARY PUBLIC CALIFORNIA PRINCIPAL OFFICE IN ORANGE COUNTY MY COMMISSION_EXPIRESAPR. 4, 1988 Notary Public in and for said. State w Commission expires APRIL 4> 1988 NOTE: A copy of the power of attorney to local representa- tives of the bonding company must be attached hereto. CERTIFICATE OF CONTRACTOR I, , certify that I am HZZIZIZZ!ZZIIIZZ [specify either partner or specific corporate office] of the Contractor named as Principal on the above-referenced bond. I further certify that the Principal is an entity in good standing having complied with all applicable laws and regulations and that I have been given the express power on behalf of the Principal to execute this bond. NAME OF ENTITY: TITLE OF SIGNING PARTY: By (CORPORATE SEAL) 1-6.4 POWER OF ATTORNEY SAFECO SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 No.13 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA.each a Washington corporation, does each hereby appoint -F. E. LEGRAND, Santa Ana, California- its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF. SAFECO INSURANCE COMPANY OF AMERICA andGENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this_30th day of June 80 CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. — FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By-Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, W.D. Hammersla, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation 7th _, , July 1Q 86thisday of , 19- S-974 R9 9/81 PRINTED IN U.S.A. EXECUTED IN TRIPLICATE BOND NO: 5293465 Initial Premium charged for this bond is $38,0051.00 sub- ject to adjustment upon com- pletion of contract at applic- PART I - PROCEDURAL DOCUMENTS able rate of final contract price. SECTION 7 CONTRACT PERFORMANCE BOND (CALIFORNIA PUBLIC WORK) KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, the City of Carlsbad (sometimes referred to hereinafter as "Obligee") has awarded to Koll/Hubbard, a Joint Venture , (hereinafter designated as the "Contractor"), a contract for the work described as follows: COLLEGE BOULEVARD IMPROVEMENTS FOR ASSESSMENT DISTRICT 85-2, SCHEDULES I AND II (hereinafter referred to as the "Public Work;" and WHEREAS, the work to be performed by the Contractor is more particularly set forth in that certain contract for the said Public Work dated July 7, 1986 , (hereinafter referred to as the "Public Work Contract"), which Public Work Contract is incorporated herein by this reference; and WHEREAS, the Contractor is required by said Public Work Con- tract to perform the terms thereof and to provide a bond both for the performance and guaranty thereof. NOW, THEREFORE, we, Koll/Hubbard, a Joint Venture the undersigned Contractor, as Principal, and SAFECO INSURANCE COMPANY OF AMERICA , a corporation organized and existing under the laws of the State of WASHINGTON , and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto MILLION Canted in4-V-,~ ~,,T« ^f DavaiN nxmrrcrn r J.r 11 j J.A—j.uuuj.tt.mj-^1 T __._ T£T—;TP7—<7T7—^— \the sum of THIRTY six AND imoo Dollars ($7,056,036.31 ) , said sum being not less than 100 percent of the total amount payable by the said Obligee under the terms of the said Public Work Contract, for which amount well and truly to be made, we bind ourselves, our heirs, executors and adminis- trators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the bounden Principal, his or its heirs, executors, administra- tors, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the cove- nants, conditions and agreements in the said Public Work Contract and any alteration thereof made as therein provided, on his or its part, to be kept and performed at the time and in the manner therein specified, and in all respects accord- ing to their intent and meaning; and shall faithfully 1-7.1 BOND NO: 5293465 Page 2 of 4, F/P fulfill the guarantee of all materials and workmanship; and indemnify and save harmless the Obligee, its officers and agents, as stipulated in said Public Work Contract, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. In case suit is brought upon this bond, the said Surety will pay to Obligee a reasonable attorney's fee to be fixed by the Court. The said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Public Work Contract or to the work to be performed thereunder or the Specifications accom- panying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the Specifica- tions. No final settlement between the Obligee and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. Principal and Surety agree that if the Owner is required to engage the services of an attorney in connection with the enforcement of this bond, the Principal and Surety shall be jointly and severally liable for all of the Owner's costs and reasonable attorneys' fees, whether or not litigation or arbitration is actually commenced to enforce the bond. IN WITNESS WHEREOF, this document has been executed this 7th day of July , 19 86 PRINCIPAL: Koll/Hubbard, a Joint Venture BY: TKCC, INC., a California Corporation dba KOLL CONSTRUCTION COMPANY By r^fe^-^lxlX^ ^ JOHN L. WILLS - EXECUTIVE VICE PRESIDENT SURETY: COMPANY OF AMERICA Attorney-in-Fact F.E.x^egrand The rate of premium on this bond is 8.50 per thousand., first 500M, 6.00 next 2,000,000., 5.00 next 2,500,000., 4.50 balance The total amount of premium charged, $ 38,00^.00 . (The above must be filled in by corporate surety.) 1-7.2 t H I CAT. NO. NN00636 TO 21954 CA (1-83) (Corporation as a Partner of a Partnership) STATE OF CAL1F£JRN4A. COUNTY OF TICOR TITLE INSURANCE SS. *->before me, the undersigned, a Notary Public in and forOn said State, personally appeared . personally known to me or proved to me on the basis of satisfactory evidence to be the person who executed the within instrument as the E^y <?' dt^-'h' J£~ t//<^_President. a*d to be the personally known to me or proved to me on the basis of satisfactory evidence who,executed the within instrument as the Secretary of/) >2jf.i" id ithe corporation that executed the within instrument on behalf of k-Olf I M^L>h^/CD ; CL O O- EJ > l/erf ~tti K€— the partnership that executed the within instrument, and acknowledged to me that such corporation fixecuted the same as such pai'Linr and thati N.J C • JLJT * ' V v *\ T^V- I^'Tsuch pafoJfiiitHp executed the same. WITNESS my hand and official seal. Signature OFFICIAL SEAL NANCY DIXON NOTARY PUBLIC-CftUfOW PRINCIPAL OFFICE II ORANGE COUNTY (This area for official notarial seal) BOND NO: 5293465 Page 3 of 4, F/P IMPORTANT; Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located. THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and Address of Surety SAFECO INSURANCE COMPANY OF AMERICA 17570 Brookhurst St., Fountain Valley, CA 92708 (Name and Address of Agent or Representative for ser- vice of process in Cali- fornia, if different from above) ALEXANDER & ALEXANDER OF CALIFORNIA, INC. 3233 PARK CNTR PR, STE 500 COSTA MESA, CA. 92626 (Telephone Number of Surety and Agent or Representative for service of process in California). Surety; (714) 963-0900 Agent: (714) 957-6005 1-7.3 BOND NO: 5293465 Page 4 of 4, F/P STATE OF CALIFORNIA ORANGECOUNTY OF ) ) ss,) On this before me, Catherine L. Rhoads 7th day of July in the year 1986 , a Notary Public in and for said state, personally appeared F.E. Legrand personally , known to me, or proved to me on thebasis ofsatisfactory evidence, to be the person whose name is subscribed to the within instrument as the Attorney- in-Fact of the SAFECO INSURANCE COMPANY OF AMERICA (Surety) and acknowledged to me that he subscribed the name of the SAFECO INSURANCE COMPANY OF AMERICA (Surety) thereto and his own name as Attorney-in-Fact. (SEAL) OFFICIAL SEAL CATHERINE L RHOADS NOTARY PUBLIC CALIFORNIA PRINCIPAL OFFICE IN ORANGE COUNTY MY COMMISSION EXPIRES APR. 4, 1988 Notary Public in and for said State Commission expires APRIL 4, 1988 NOTE: A copy of the power of attorney to local representa- tives of the bonding company must be attached hereto. CERTIFICATE OF CONTRACTOR I, , certify that I am [specify either partner or specific corporateoffice]ofthe Contractor named as Principal on the above-referenced bond. I further certify that the Principal is an entity in good standing having complied with all applicable laws and regulations and that I have been given the express power on behalf of the Principal to execute this bond. NAME OF ENTITY: TITLE OF SIGNING PARTY: By (CORPORATE SEAL) 1-7.4 PART I - PROCEDURAL DOCUMENTS SECTION 8 CERTIFICATES OF INSURANCE AND ENDORSEMENTS The Contractor shall not commence any Work under the Contract Documents until he obtains, at his own expense, all required insurance. The required insurance, as follows, shall be provided by the Contractor in conformance with the require- ments of Section 2-8 of the Special Provisions of these Contract Documents: Worker's Compensation Insurance Comprehensive General Liability Insurance Builders' Risk "All Risk" Insurance Earthquake and Tidal Wave Insurance The insurance company or companies utilized by the Contractor shall be authorized to transact business in the State of California and to issue policies in the amounts required in said Section 2-8 of the Special Provisions of these Contract Documents. No substitutions or revisions to the certificates and endorsements which follow will be accepted. If the insurance called for is provided by more than one company, a separate certificate, using the format presented, shall be provided for each company. 1-8.1 CERTIFICATE OF INSURANCE OWNER:CITY OF CARLSBAD DESCRIPTION OF CONTRACT: COLLEGE BOULEVARD IMPROVEMENTS FOR ASSESSMENT DISTRICT 85-2, SCHEDULE TYPE OF INSURANCE: WORKERS COMPENSATION INSURANCE THIS IS TO CERTIFY that the policies of insurance listed below have been issued by the company named below in confor- mance with the requirements set forth in the Owner's Con- tract Documents, and that said policies are new in force. Said company will give at least 45 days' advance written notice by registered mail to the Owner and Engineer prior to any material change or cancellation of said policies. Nothing contained in this Certificate of Insurance shall be construed as an amendment to an existing insurance coverage. Policy Number Effective Date Expiration Date Limits of Liability 27-59-10 07/20/86 07/20/87 STATUTORY AS TO WORKERS COMPENSATION BENEFITS AND EMPLOYERS LIABILITY IS $2,000,000 1-8- C ENDORSEMENT: The Owner, the Owner's Representative, the Engineer and his consultants, and each of their officers, agents, and em- ployees are included as additional insureds under these policies but only while acting in their capacity as such and only as respects operations of the original named insured, his subcontractors, agents, and employees in the performance of the above-referenced contract. This endorsement shall not operate to increase the Company's total limits of liability under the above-listed policies. The insurance company hereby waives its rights of subroga- tion against the additional insureds. EFFECTIVE:7/20/86 KOLL/HUBBARD, A JOINT VENTURE Named Insured 7330 ENGINEER ROAD Street Number SAN DIEGO, CA. 92111-1464 City and State Insurance Company Agent for Service of process in Cali- fornia STEVEN P. MESSER (Name) 17898 CORAZON PLACE (Street Number) SAN DIEGO , California (City) (619) 487-0875 (Telephone Number) EMPLOYEE BENEFITS INSURANCE CO. Insurance Company 10140 CAMPUS POINT DRIVE Street Number SAN DIEGO. CA. 92121 City and State By '(Authorized Representative) (Attach Acknowledgment) ROBERT F. DRIVER CO., ING. (Company) 1620 FIFTH AVENUE (Street Number) SAN DIEGO. CA. 92101 (City and State) (619) 238-1828 (Telephone Number) NOTICE: No substitution or revision to this certificate will be accepted. If the insurance called for is provided by more than one company, a separate certificate, using this format, shall be provided for each company. Page 2 of 3 1-8.3 STATE OF COUNTY OF ) ss. On this day of 19 before me personally came known to me or proved, to me on the basis of satisfactory evidence, who being duly sworn, did depose and say: that is an authorized representative of the and acknowledged to me that executed the within instrument on behalf of said insurance company. IN WITNESS WHEREOF, I have signed and affixed my Offi- cial Seal on the date in this certificate first above written. Notary Public in and for said County and State State of California County of *»•« ss. OFFU3AL8EAL BETTIE L. GARCIA NOTARY-PUBLIC. CALIFORItt* PRINCVAL OFFICE W SAN DIEOO COUNTY 1Y318 (1/83) G«n«r«l - C« On July 17, 1986 L. Garcia within instrument, and acknowledged that. WITNESS my hano>ncV6fficial seal. he Notary's Signature , before me, the undersigned Notary Public, personally appeared g<-QirQn P. T^esser 0 personally known to me Q proved to me on the basis of satisfactory evidence to be the person($) whose name(s) is . subscribed to the executed it. Page 3 of 3 1-8.4 CERTIFICATE OF INSURANCE OWNER: CITY OF CARLSBAD DESCRIPTION COLLEGE BOULEVARD IMPROVEMENTS FOR OF CONTRACT: ASSESSMENT DISTRICT 85-2, SCHEDULE TYPE OF INSURANCE: COMPREHENSIVE GENERAL LIABILITY INSURANCE THIS IS TO CERTIFY that the policies of insurance listed below have been issued by the company named below in confor- mance with the requirements set forth in the Owner's Con- tract Documents, and that said policies are new in force. Said company will give at least 45 days' advance written notice by registered mail to the Owner and Engineer prior to any material change or cancellation of said policies. Nothing contained in this Certificate of Insurance shall be construed as an amendment to an existing insurance coverage. Policy Effective Expiration Limits of Liability Number Date Date Bodily Injury Property Damage ADD272596 07/20/86 07/20/8? $1,000,000 COMBINED SINGLE LIMIT BODILY INJURY AND PROPERTY DAMAGE The following types of coverage are included in this policy (indicated by "X" in space) : Manufacturers' and Contractors' Yes X No Owners' and Contractors' Protective Yes X No Blanket Contractual Yes X No Completed Operations Yes X No ^HI Owned Automobiles * Yes No X Hired Automobiles * Yes No X Non-Owned Automobiles Yes A No Broad Form Property Damage Yes A NO "XCU" Exposure Yes ~T" NO See separate Automobile Liability Certificate Of Insurance Page 1 of 3 1-8.5 ENDORSEMENT: The Owner, the Owner's Representative, the Engineer and his consultants, and each of their officers, agents, and em- ployees are included as additional insureds under these policies but only while acting in their capacity as such and only as respects operations of the original named insured, his subcontractors, agents, and employees in the performance of the above-referenced contract. This endorsement shall not operate to increase the Company's total limits of liability under the above-listed policies. The insurance company hereby waives its rights of subroga- tion against the additional insureds. EFFECTIVE:07/20/86 j;. KOLL/HUBBARD, A JOINT VENTURE Named Insured 7330 ENGINNEER ROAD Street Number SAN DIEGO, CA. 92111-1464 City and State Insurance Company Agent for Service of process in Cali- fornia STEVEN P. MESSER (Name) 17898 CORAZON PLACE (Street Number) SAN DIEGO California (City) (619) 487 - 0875 (Telephone Number) INSURANCE COMPANY OF THE WEST Insurance Company 10140 CAMPUS POINT DRIVE Street Number SAN DIEGO, CA. 92121 City and State (Authorized Representative) (Attach Acknowledgment) ROBERT F. DRIVER CO., INC. (Company) 1620 FIFTH AVENUE (Street Number) SAN DIEGO, CA. 92101 (City and State) (619) 238-1828 (Telephone Number) NOTICE: No substitution or revision to this certificate will be accepted. If the insurance called for is provided by more than one company, a separate certificate, using this format, shall be provided for each company. Page 2 of 3 1-8.6 STATE OF COUNTY OF ") ss. On this day of 19 before me personally came known to me or proved to me on the basis of satisfactory evidence, who being duly sworn, did depose and say: that Tianauthorizedrepresentativeofthe and acknowledged to me that executed the within instrument on behalf of said insurance company. IN WITNESS WHEREOF, I have signed and affixed my Offi- cial Seal on the date in this certificate first above written. Notary Public in and for said County and State State of California County of San Diego •ss. 1Y318 (1/83) General • Ca On July 17.1986 Bettie L. Garcia , before me. the undersigned Notary Public, personally appeared Steven P. Messer £jj personally known to me D proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) within instrument, and acknowledged that WITNESS my handed jjfficial seal. is he Notary's ^Signature . subscribed to the executed it. Page 3 of 3 1-8.7 CERTIFICATE OF INSURANCE AND ENDORSEMENT._-.*&&*> OWNER: CITY OF CARLSBAD DESCRIPTION COLLEGE BOULEVARD IMPROVEMENTS FOR OF CONTRACT: ASSESSMENT DISTRICT 85-2, SCHEDULE TYPE OF INSURANCE: BUILDERS' RISK "ALL RISK" INSURANCE THIS IS TO CERTIFY that the policies of insurance listed below have been issued by the company named below in confor- mance with the requirements set forth in the Owner's Con- tract Documents, and that said policies are now in force. Said company will give at least 45 days' advance written notice by registered mail to the Owner and Engineer prior to any material change or cancellation of said policies. Deductible Amount Policy Effective Expiration Limits of (Not to Exceed Number Date Date Liability $5,000.00) 680207 07/20/86 07/20/87 $7,500,000 $5,000 Page i of 3 1-8.8 ytf*. w ENDORSEMENT: The Owner, the Owner's Representative, the Engineer and his consultants, and each of their officers, agents, and em- ployees are included as additional insureds under these policies but only while acting in their capacity as such and only as respects operations of the original named insured, his subcontractors, agents, and employees in the performance of the above-referenced contract. This endorsement shall not operate to increase the Company's total limits of liability under the above-listed policies. The insurance company hereby waives its rights of subroga- tion against the additional insureds. EFFECTIVE: 7/20/86 KOLL/HUBBARD , A JOINT VENTURE Named Insured 7330 ENGINEER ROAD Street Number SAN DIEGO, CA. 92111-1A64 City and State Insurance Company Agent for Service of process in Cali- fornia STEVEN P. MESSER (Name) 17896 CORAZON PLACE (Street Number) SAN DIEGO , California (City) (619) 487-0875 (Telephone Number) ATLAS ASSURANCE COMPANY "Insurance Company 7750 DAGGET ST., STE 20? Street Number SAN DIEGO, CA. 92111 ~City and State By^ (Authorized Representative) (Attach Acknowledgment) ROBERT F. DRIVER CO., INC. (Company) 1620 FIFTH AVENUE (Street Number) SAN DIEGO, CA. 92101 (City and State) (619) 238-1828 (Telephone Number) NOTICE: No substitution or revision to this certificate will be accepted. If the insurance called for is provided by more than one company, a separate certificate, using this format, shall be provided for each company. Page 2 of 3 1-8.9 STATE OF COUNTY OF ) ss. On this day of 19 before me personally came _ known to me or proved to me orT~the balsis "of satisfactory evidence, who being duly sworn, did depose and say: that is an authorized representative of the and acknowledged to me that executed the within instrument on behalf of said insurance company. IN WITNESS WHEREOF, I have signed and affixed my Offi- cial Seal on the date in this certificate first above written. Notary Public in and for said County and State State of California County of San Dieg° OFFBMLKM. BETTIE L GARCIA NOTARY PUBLIC-CALIFORNIA PRINCIPAL OFFICE IK SAN DIEGO COUNTY My CommHstoa Exp. iHM 5,19t9 •SS. 1Y318(1/83) Central - Ca On July 17, 1986 Bettie L. Garcia LX) personally known to me D proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) 1S within instrument, and acknowledged that WITNESS try-hand and official seal. he Notary's Signature , before me, the undersigned Notary Public, personally appeared Steven P. Messer . subscribed to the executed it. Page 3 of 3 1-8.10 CERTIFICATE OF INSURANCE OWNER: CITY OF CARLSBAD DESCRIPTION COLLEGE BOULEVARD IMPROVEMENTS FOR OF CONTRACT: ASSESSMENT DISTRICT 85-2 , SCHEDULE TYPE OF INSURANCE: UMBRELLA LIABILITY INSURANCE THIS IS TO CERTIFY that the policies of insurance listed below have been issued by the company named below in confor- mance with the requirements set forth in the Owner's Con- tract Documents, and that said policies are new in force. Said company will give at least 45 days' advance written notice by registered mail to the Owner and Engineer prior to any material change or cancellation of said policies. Nothing contained in this Certificate of Insurance shall be construed as an amendment to an existing insurance coverage. Policy Effective Expiration Limits of Liability Number Date Date Bodily Injury Property Damage MA000607 07/20/86 07/20/8? $1,000,000 COMBINED SINGLE LIMIT BODILY INJURY AND PROPERTY DAMAGE The following types of coverage are included in this policy (indicated by "X" in space) : Manufacturers' and Contractors' Yes x No Owners' and Contractors' Protective Yes x No Blanket Contractual Yes x No Completed Operations Yes x No Owned Automobiles * Yes No Hired Automobiles AND NON-OWNED AUTOMOBILES Yes X No Non-Owned Automobiles Yes X No Broad Form Property Damage Yes X No XCU" Exposure Yes X Non * The insured has no owned vehicles Page 1 of 3 ENDORSEMENT: The Owner, the Owner's Representative, the Engineer and his consultants, and each of their officers, agents, and em- ployees are included as additional insureds under these policies but only while acting in their capacity as such and only as respects operations of the original named insured, his subcontractors, agents, and employees in the performance of the above-referenced contract. This endorsement shall not operate to increase the Company's total limits of liability under the above-listed policies. The insurance company hereby waives its rights of subroga- tion against the additional insureds. EFFECTIVE: 7/20/86 KOLL/HUBBARD , A JOINT VENTURE Named Insured 7330 ENGINEER ROAD Street Number SAN DIEGO, CA. 92111-1464 City and State Insurance Company Agent for Service of process in Cali- fornia STEVEN P. MESSER (Name) 17398 CORAZON PLACE (Street Number) MISSION AMERICAN INSURANCE CO. ; Insurance Company 4025 CAMINO DEL RIO SOUTH, STEi 328 Street Number SAN DIEGO, CA. 92108 "City and State SAN DIEGO California (City) (619) 487-0875 (Telephone Number) (Authorized Representative) (Attach Acknowledgment) ROBERT F. DRIVER CO.. INC. (Company) 1620 FIFTH AVENUE ' . (Street Number) SAN DIEGO, CA. 92101 (City and State) (619) 238-1828 <—_ (Telephone Number) NOTICE: No substitution or revision to this certificate will be accepted. If the insurance called for is provided by more than one company, a separate certificate, using this format, shall be provided for each company. Page 2 of 3 State of California County of San Deigo OFFICIAL KAL BETTIE L GARCIA NOTARY PUBLIC-CALIFORNIA PRINCIPAL OFFICE IN SAM DIEGO COUNTY My Commiaion Exp. ivi» 5,1989 1Y318 (1/83) General • Ca •ss. On July 17. 1986 , before me. Bettie L. Garcia the undersigned Notary Public, personally appeared Steven P. Messer }Q personally known to me O proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) within instrument, and acknowledged that WITNESS my hand and official seal. is he Notary's Signature . subscribed to the executed it. C CERTIFICATE OF INSURANCE OWNER: CITY OF CARLSBAD DESCRIPTION COLLEGE BOULEVARD IMPROVEMENTS FOR OF CONTRACT: ASSESSMENT DISTRICT 85-2, SCHEDULE TYPE OF INSURANCE: COMPREHENSIVE AUTOM3BILE LIABILITY INSURANCE THIS IS TO CERTIFY that the policies of insurance listed below have been issued by the company named below in confor- mance with the requirements set forth in the Owner's Con- tract Documents, and rhat said policies are new in force. Said company will give at least 45 days' advance written notice by registered mail to the Owner and Engineer prior to any material change or cancellation of said policies. Nothing contained in this Certificate of Insurance shall be construed as an amendment to an existing insurance coverage. Policy Effective Expiration Limits of Liability Number Date Date Bodily Injury Property Damage ADD 272596 07/20/86 07/20/87 $1,200,000 COMBINED SINGLE LIMIT BODILY INJURY AND PROPERTY DAMAGE The following types of coverage are included in this policy (indicated by "X" in space): Manufacturers' and Contractors' Yes No Owners' and Contractors' Protective Yes No Blanket Contractual Yes No Ccnpleted Operations Yes No Owned Automobiles * Yes ^^ No Hired Automobiles AND NON-OWNED AUTOMOBILES Yes T" No Non-Owned Automobiles Yes No Broad Form Property Damage Yes No "XCU" Exposure Yes No The insured has no owned vehicles _ , _ ,Page 1 of 3 ENDORSEMENT: The Owner, the Owner's Representative, the Engineer and his consultants, and each of their officers, agents, and em- ployees are included as additional insureds under these policies but only while acting in their capacity as such and only as respects operations of the original named insured, his subcontractors, agents, and employees in the performance of the above-referenced contract. This endorsement shall not operate to increase the Company's total limits of liability under the above-listed policies. The insurance company hereby waives its rights of subroga- tion against the additional insureds. EFFECTIVE:7/20/86 KOLL/HUBBARD. A JOINT VENTURE Named Insured 7330 ENGINEER ROAD Street Number SAN DIEGO, CA. 92111 - 1464 City and State Insurance Company Agent for Service of process in Cali- fornia STEVEN P. MESSER (Name) 17898 CORAZON PLACE (Street Number) INSURANCE COMPANY OF THE WEST Insurance Company 10140 CAMPUS POINT DRIVE Street Number SAN DIEGO, CA. 92121 ~~ City and State SAN DIEGO California (City) (619) 487-0875 (Telephone Number) (Authorized Representative) (Attach Acknowledgment) ROBERT F. DRIVER COMPANY, TNG. (Company) 1620 FIFTH AVENUE (Street Number) SAN DIEGO CA. 92101 (City and State) (619) 238-1828 (Telephone Number) NOTICE: No substitution or revision to this certificate will be accepted. If the insurance called for is provided by more than one company, a separate certificate, using this format, shall be provided for each company. Page 2 of 3 State of California County of OFFKMLKM. BETTIE L GARCIA KQTARVPUBUC-miFORHIA PKlJieif-'Al. OFFICE IN SAN DIEGO COUNTY My Commission Exp. J«!» 5, 1S89 1Y318 (1/83) General - Ca •ss. On July 17. JJettie L. Garcia to be the person(s) whose name(s) within instrument, and acknowledged that WITNESS my handed official seal. is Notary's/Signature , before me. the undersigned Notary Public, personally appeared Steven P. Messer X2 personally known to me D proved to me on the basis of satisfactory evidence . subscribed to the executed it. CERTIFICATE OF INSURANCE AND ENDORSEMENT OWNER: CITY OF CARLSBAD DESCRIPTION COLLEGE BOULEVARD IMPROVEMENTS FOR OF CONTRACT: ASSESSMENT DISTRICT 85-2, SCHEDULE TYPE OF INSURANCE: EARTHQUAKE AND TIDAL WAVE INSURANCE THIS IS TO CERTIFY that the policies of insurance listed below have been issued by the company named below in confor- mance with the requirements set forth in the Owner's Con- tract Documents, and that said policies are now in force. Said company will give at least 45 days' advance written notice by registered mail to the Owner and Engineer prior to any material change or cancellation of said policies. Deductible Amount (Not to Exceed Policy Effective Expiration Limits of 5% of the Number Date Date Liability Contract Amount) Page 1 of 3 1-8.11 ENDORSEMENT: The Owner, the Owner's Representative, the Engineer and his consultants, and each of their officers, agents, and em- ployees are included as additional insureds under these policies but only while acting in their capacity as such and only as respects operations of the original named insured, his subcontractors, agents, and employees in the performance of the above-referenced contract. This endorsement shall not operate to increase the Company's total limits of liability under the above-listed policies. The insurance company hereby waives its rights of subroga- tion against the additional insureds. EFFECTIVE: Named Insured Insurance Company Street Number Street Number City and State City and State Insurance Company Agent for Service of process in Cali- fornia By (Name] (Authorized Representative) (Attach Acknowledgment) (Company) (Street Number) (Street Number) California (City) (City and State) (Telephone Number) (Telephone Number) NOTICE: No substitution or revision to this certificate will be accepted. If the insurance called for is provided by more than one company, a separate certificate, using this format, shall be provided for each company. Page 2 of 3 1-8.12 STATE OF ) ) ss. COUNTY OF ) On this day of , 19 before me personally came known to me or proved to me on the basis of satisfactory evidence, who being duly sworn, did depose and say: that is an authorized representative of the and acknowledged to me that executed the within instrument on behalf of said insurance company. IN WITNESS WHEREOF, I have signed and affixed my Offi- cial Seal on the date in this certificate first above written. Notary Public in and for said County and State Page 3 of 3 1-8.13 PART I - PROCEDURAL DOCUMENTS SECTION 9 NOTICE OF AWARD To : OLSON CONSTRUCTION COMPANY POST OFFICE BOX 87483 SAN DIEGO CA 92138 Project Description: COLLEGE BOULEVARD IMPROVEMENTS FOR ASSESSMENT DISTRICT 85-2, SCHEDULE The Owner has considered the Bid submitted by you for the above described Work in response to its Advertisement for Bids dated March 19 _ , 19J36, and Information for Bidders. You are hereby notified that your Bid has been accepted in the amount of $ 7,057,036.31 _ and the Extract of Public Works Contract Award (page 1.9-3 and 1.9-4) has been forwarded to the California Department of Industrial Relations. You are required by the Information for Bidders to execute the Agreement and furnish the required Contractor's Labor and Material Payment Bond, Contract Performance Bond, and Certificates of Insurance within ten (10) calendar days from the date of this Notice. If you fail to execute said Agreement and to furnish said Bonds and Insurance Certificates within ten (10) days from the date of this Notice, said Owner will be entitled to consider all your rights arising out of the Owner's acceptance of your Bid as abandoned and as a forfeiture of your Bid Bond. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the Owner. 1-9.1 Dated this 25th day of June , 19 86. CITY OF CARLSBAD Owner By Pat Entezari Title Associate Civil Engineer ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by This the day of , 19 Contractor By Title 1-9.2 GUI* ol Calllornlt D»partm»nl of Industrie! FUlatloni Division of Apprenticeship Standard* EXTRACT OF PUBLIC WORKS CONTRACT AWARD TO: California Department of Industrial Relations Division of Apprenticeship Standards P.O. Box 603 San Francisco, CA 94101 FROM: AWARDING AGENCY DAS USE ONLY P/W # _ Log date N/C Norm "W m m Address City A CONTRACT TO PERFORM PUBLIC WORKS UNDER LABOR CODE SEC. 1777.5 HAS BEEN AWARDED TO: Name of General Contractor Contractor i LlnconM Number Mail Addr»M (Str*tt No. or P.O. Boi) Address or location o( Public Wortul Silo (includt tip mnd/or councy) City Zip Coda Telaphona Contract or Pf0|oct Number Dollar amount of contract award Starting data Completion date Number of working dayt Type of construction (W/j/iw.y, ictioot. hsapuil, tic.) New construction [ | Alterations ( 1 Classilicalion or type of workman (C*rp*m*r. flumbtr. tic.) Ii language included in the Contract Award to effectuate the provisions of Section 1777.5 as required by the Labor Code? YES [~] NO [""] Ii language included in the Contract Award to effectuate the provisions of Section 1776. as required by the Labor Code? YES [ | NO | ] Signed by.Titlo Date Duplication of this lorm is permissible. DAS 13 (Rv. «/81) 1.9-3 NOTICE V Ik Labor Code, Division 2, Part 7, Chapter 1, Article 2, Section 177,73.3 states: "An awarding agency whose public works contract falls within the jurisdiction of Section 1777.5 shall, within five days of the award, send a copy of the award to the Division of Apprenticeship Standards. When specifically requested by a local joint apprenticeship commit- tee, the division shall notify the local joint apprenticeship committee regarding all such awards applicable to the joint apprenticeship com- mittee making the request. Within five days of a finding of any discrepancy regarding the ratio of apprentices to journeymen, pur- suant to the certificated fixed number of apprentices to journeymen, .the awarding agency shall notify the Division of Apprenticeship Standards." (Added by Stats. 1978, Ch. 1249.) Submission of the "Extract of Public Works Contract Award" (see reverse side of this Notice) will satisfy the above noted requirement. Also note Labor Code Sections 1776(g). 1777.5 and 1777.7. DAS 13A (New)1.9-4 PART I - PROCEDURAL DOCUMENTS SECTION 10 NOTICE TO PROCEED To: Project Description: COLLEGE BOULEVARD IMPROVEMENTS FOR ASSESSMENT DISTRICT 85-2, SCHEDULE You are hereby notified to commence Work in accordance with the Agreement dated , 19 , on or before , 19 , and you are to complete the Work within ( ) working days after the date. The date of completion of all Work is therefore , 19 . You are required to return an acknowledged copy of this Notice to Proceed to the Owner. Dated this day of , 19 Owner By Title ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by , this the day of , 19 Contractor By Title 1-10.1 PART I - PROCEDURAL DOCUMENTS SECTION 11 CHANGE ORDER Order No. Date Agreement Date Sheet of Owner: Project: Contractor: The following changes are hereby made to the Contract Docu- ments: JUSTIFICATION 1-11.1 p in CHANGE TO CONTRACT PRICE Original Contract Price Current Contract Price adjusted by Previous Change Order(s) Contract Price due to this Change Order will be (increased) (decreased) New Contract Price including this Change Order $. $ $ CHANGE TO CONTRACT TIME Contract Time will be (increased) (decreased) Date for Completion of all Work (Calendar Days) (Date) APPROVALS REQUIRED To be effective, this Order must be approved by the Federal Agency if it changes the scope or objective of the Project, or as may otherwise be required by the Supplemental General Conditions. Requested by: Recommended by: Ordered by: Accepted by: Federal Agency approval: (where applicable) Date Date Date Date Date 1-11.2 PART II SPECIAL PROVISIONS SECTION 2 GENERAL - -. PART II - SPECIAL PROVISIONS *%^#" " GENERAL 4* SECTION 2 2-1 STANDARD SPECIFICATIONS (Green Book) .m Where reference is made to Standard Specifications or green book it shall refer to "Standard Specifications for * Public Works Construction - 1985 edition". Copies may be purchased from Building News, Inc., 3055 Overland Avenue, Los *" Angeles, California 90034, Telephone (213) 202-7775. .«• » 2-2 STANDARD PLANS *** Where reference is made to Standard Drawings it shall refer to the current edition of the "San Diego Area Regional Standard Drawings". « 2-3 STANDARD SPECIAL PROVISIONS m Where reference is made to the Standard Special ^ Provisions it shall refer to the Standard Special Provisions for use with the "Standard Specifications for Public Works ""* -*•*' Construction (1982 edition)" as prepared by the County Department of Public Works, October 1982. KM 2-4 REFERENCED PLANS AND SPECIFICATIONS °m. 2-4.1 City of Carlsbad. Where reference is made to the —' City of Carlsbad Supplemental Standard Drawing it shall refer ^ to the current supplemental standard of the City of Carlsbad. *• 2-4.2 Costa Real Municipal Water District. Where ref- erence is made to the Standard Plans (Drawing) or Speci-m fications of the Costa Real Municipal Water District it shall — refer to the Costa Real Municipal Water District Standard Plans and Specifications for construction of water mains m dated December 1982. m 2-5 GENERAL PROVISIONSMl m 2-5.1 General. The general provisions of Part 1 of the green book (except for those portions thereof modified *» herein) shall apply to this project. II-2.1 2-5.2 Conflict. In case of conflict the following order of precedence shall apply: The Plans and Special Provisions Referenced Plans and Specifications Standard Plans and Specifications 2-6 DEFINITIONS Owner; District - Agency Advertisement For Bids - Notice Inviting Bids Information For Bidders - Instructions To Bidders Bidders Bond, Bid Bond - Bid Guaranty Carlsbad City Council - Board 2-7 PLANS The location of the work, its general nature and extent, and the form and general dimensions of the project and appurtenant works are shown in the drawings which are part of the Contract Documents as listed herein. Drawing No Sheet No 239-1 1 thru 16 of 28 239-1 17 of 28 239-1 18 of 28 239-1 19 & 20 of 28 239-1A 21 of 28 List of Drawings SCHEDULE I Title Plans for the Grading and Improvement of College Boulevard; Assessment District 85-2 Plans for the Grading and Improvement of El Camino Real; Assessment District 85-2 Plans for the Grading and Improvement of Offsite Storm Drain; Assessment District 85-2 Plans for the Improvement of Pressure Reducing Station and Details; Assessment District 85-2 Plan for the Grading of College Boulevard Prepared By Rick Engr, Company Rick Engr, Company Rick Engr. Company Rick Engr, Company Rick Engr, Company II-2.2 Drawing No Sheet No 239-1 22 thru 25 of 28 239-1 26 & 27 of 28 239-1 28 of 21 239-1A 1A thru 33 of 33 239-1B 1 of 2 239-1B 2 of 2 1 thru 5 of 5 1 thru of 7 Title Plans for Striping and Signing College Boulevard Assessment District 85-2 Plans for Traffic Control at El Camino Real & College Boulevard; Assessment District 85-2 Plans for Traffic Control at Palomar Airport Road and College Boulevard; Assessment District 85-2 Plans for Landscape/Erosion Control of College Boulevard Traffic Signal Plan El Camino Real and College Boulevard Traffic Signal Plan Palomar Airport Road and College Boulevard South College Boulevard Assessment District Prepared By Rick Engr, Company Rick Engr. Company Van Dyke & Associates We ston, Pringle & Assocates Weston, Pringle & Associates Utility Specialists, Inc. Construction Order No. 2128000 SDG&E Drawing No 268-1 1 thru 7 College Boulevard Assessment of 7 District Gas Trenching and Distribution System SCHEDULE II Sheet No Title 1 thru 16 Lake Calaveras Hills Effluent of 16 Disposal Pipeline SDG&E Prepared By Fraser & Associates 2-7.1 Specification and Drawing Furnished to Contrac- tor. After award of contract, the Agency will furnish to The Contractor; upon request, 5 sets of specifications and 5 sets of full-size drawings. Additional quantities of specifica- tions and drawings will be furnished at reproduction cost. II-2.3 2-8 INSURANCE ^•*^, Delete Sections 7-3 and 7-4 of The Standard Specifica- "*""" tions and replace with following: 2-8.1 The Contractor shall not commence any work under the Contract Documents until he obtains at his own expense all required insurance. Such insurance must have the approval of the Owner as to Company, limits, form and amount. The Contractor shall not permit any Subcontractor to commence work on the Project until the Subcontractor has also complied with these insurance requirements. The types of insurance which the Contractor shall secure and maintain for the full Contract Time are Worker's Compensation Insurance, Comprehen- sive General Liability Insurance, Builder's Risk "All Risk" Insurance, and Earthquake and Tidal Wave Insurance as herein- after specified. Nothing contained in these insurance requirements is to be construed as limiting the extent of the Contractor's responsibility for payment of damages resulting from his operations under the Contract Documents. 2-8.2 Before commencing any work, the Contractor shall submit written evidence that he and all Subcontractors have obtained for the Contract Time full Worker's Compensation Insurance coverage, including occupational disease coverage, for all persons whom they employ or may employ in performing the Agreement. Such insurance shall at all times be main- ~ tained in strict accordance with the requirements of the ^ current California Worker's Compensation Insurance laws. In case any employees are to be engaged in hazardous work under the Contract Documents and are not protected under the Worker's Compensation Insurance laws, the Contractor and all Subcontractors under him who employ such persons, shall provide adequate insurance for the protection of such employees. 2-8.3 Before commencing any work, the Contractor shall procure for the entire Contract Time full Comprehensive General Liability Insurance and Vehicle Liability Insurance coverage as hereinafter . specified. Such insurance shall insure the Contractor and all Subcontractors for all claims for personal injury, including sickness and death, and all claims for destruction of or damage to property, including loss of use, arising out of or in connection with any opera- tions under the Contract Documents, whether such operations be by the Contractor or by any Subcontractor under the Con- tractor, or by anyone directly or indirectly employed by the Contractor or by any Subcontractor. Such general liability insurance shall be written with a limit of liability of not less than $2,000,000 for all dam- ages arising out of bodily injury, including sickness and death, at any time resulting therefrom, sustained in any one -**'% occurrence. Such general liability insurance shall also be II-2.4 written with a limit of liability of not less than $1,000,000 for all damages arising out of injury to or destruction of property of others, arising directly or indirectly out of or in connection with the performance of the Work under the Contract Documents and in any one occurrence, including explosion, collapse and underground exposure. Such vehicle liability insurance shall be written with a limit of liability of not less than $2,200,000 for all damages arising out of bodily injury, including sickness and death, at any time resulting therefrom, sustained by any one person in any one occurrence, and a limit of liability of not less than $2,000,000 aggregate for any such damages sustained by two or more persons in any one occurrence. Such vehicle liability insurance shall be written with a limit of liabil- ity of not less than $500,000 for all damages arising out of injury to or destruction of property of others, arising directly or indirectly out of or in connection with the per- formance of the Work under the Contract Documents and in any one occurrence, including explosion, collapse and underground exposure. The policy for such insurance shall include contractual coverage sufficiently broad to cover the Contractor's in- demnification agreement contained in Section 2-9 of these Special Provisions. Each person and entity indemnified by the Contractor shall be named in such insurance policy as an additional insured for whose benefit such coverage shall be primary without right of subrogation. 2-8.4 Before commencing any work, the Contractor shall procure "All Risk" Builder's Risk Insurance for the Work to be performed. Except for the deductible amount hereinafter allowed or as otherwise specifically authorized by the Owner, the amount of such insurance shall not be less than the Contract Price. The policy for such insurance shall cover at a minimum losses due to: fire; explosion; hail; lightning; water, flood coverage, or other direct or indirect water damage of whatever type or nature, or spray from any of the foregoing, all whether or not driven by the wind;_ vandalism, malicious mischief, wind, collapse, riot, aircraft, and smoke (excluding earthquake and tidal wave) through the Contract Time and until the Work is accepted by the Owner. The policy must specify that coverage is to include all materials and equipment to be incorporated in the Project while at the construction site and while in transit. Such policy shall name as the insured the Contractor, all Subcontractors, the Owner, the Owner's Representative, the Engineer, and their consultants and each of their officer, employees and agents. A deductible amount not to exceed $5,000 on all perils will be allowed. II-2.5 2-8.5 The Owner may require the Contractor to procure, before commencing any work, insurance to indemnify the Owner from any damage to the work caused by earthquake or by tidal wave or by both such occurrences. Such determination by the Owner will be made prior to the award of the Agreement to the Contractor and the Contractor will be notified of such determination concurrently with the Notice of Award. If the Owner determines not to require the Contractor to procure such insurance, the Contract Price shall be reduced by the amounts set forth in the bid items for the premium for such insurance. If the Owner determines to require the Contractor to procure such insurance, such insurance shall include as additional insureds the Owner, Owner's Representative, the Engineer and his consultants, and each of their officers, employees, and agents. The policy or policies for such insurance may provide for a deductible amount not to exceed five (5) percent of the Contract Price. 2-8.6 Prior to commencement of any work under the Con- tract Documents, the Contractor shall obtain and furnish to the Owner a Certificate of Insurance as to each type of insurance required by Sections 2-8.2 through 2-8.5 of these Special Provisions. The forms of Certificate of Insurance provided in Section 1.8 of the Procedural Documents must be used for the insurance required by Sections 2-8.2 through 2-8.5 of the Procedural Documents, and no substitutions will be accepted by the Owner. 2-9 INDEMNIFICATION 2-9.1 The Contractor and any Subcontractor, or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may. be liable, will indemnify, defend and hold harmless the Owner and the Engineer and any of their directors, independent contractors, agents and employees from and against all claims, damages, losses and expenses includ- ing attorney's fees arising out of or resulting from the performance of the Work, provided that any such claims, damage, loss or expense is attributable to personal injury, bodily injury, sickness, disease or death, or to injury to or destruction of tangible property including the loss of use resulting therefrom; and is caused in whole or in part by any act or omission of the Contractor, any subcontractor, any supplier, anyone directly or indirectly employed by any of them or anyone for whose acts or omissions any of them may be liable, regardless of whether or not it is caused in part by any act or omission (active, passive, or comparative negligence included), of a party indemnified hereunder. II-2.6 2-9.2 In any and all claims against the Owner or the Engineer, or any of their directors, independent contractors, agents or employees, by any employee of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any Subcontractor under workmen's compensation acts, disability benefit acts or other employee benefits acts. 2-9.3 The obligation of the Contractor under this para- graph shall not extend to the liability of the Engineer, his agents or employees arising out of the preparation or approval of maps, Drawings, opinions, reports, surveys, Change Orders, designs or Specifications. 2-9.4 The Contractor shall indemnify, defend and save the Owner, the Owner's Representative, the Engineer, their consultants, and each of their directors, independent con- tractors, officers, employees and agents harmless from all costs, losses, expenses, damages, attorneys' fees, and other costs, including all costs of defense, which any of them may incur with respect to the failure, neglect, or refusal of Contractor to faithfully perform the Work and all of Contractor's obligations under the Agreement, including but not limited to, Contractor's failure to complete any portion of the Work by the time specified in the Contract Documents. Such costs, expenses, and damages shall include all cost incurred by the Owner, the Owner's Representative, the Engineer, and their consultants to defend against any claims, stop notices, or lawsuits based thereon in which any of them is made a party. Each of the indemnified parties named in this section shall be entitled to designate the attorney of their choice and the indemnitor agrees to pay the fee of each such attorney so designated. 2-10 PAYMENT FOR ITEMS OF. WORK 2-10.1 General. Payment will be made in accordance with this section and in accordance with Section 9-3 of the Standard Specifications as may be modified herein. 2-10.2 Payment for the various items of work on the Bid Sheets shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations and incidentals appurtenant to the items of the work as specified and shown on the drawings, including all appurtenances thereto. II-2.7 2-10.3 No separate payment will be made for any item that is not specifically set forth in the Bid Schedule, and all costs therefor shall be included in the prices named in the Bid Schedule for the various appurtenant items of work. 2-10.4 The amount deducted from the final estimate and retained by the District, except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, and as specified herein or otherwise authorized by the contract to be further retained, will be paid to the Contractor at the expiration of 35 days from the date that the Notice of Completion is filed by the District with the Office of the County Recorder of San Diego County, California. 2-10.5 Pursuant to Government Code §4590, the Con- tractor may substitute equivalent securities for retention amounts which this Contract requires. However, the Owner reserves the right to solely determine the adequacy of the securities being proposed by the Contractor and the value of those securities. The Owner shall also be entitled to charge an administrative fee, as determined by Owner in its sole discretion, for substituting equivalent securities for retention amounts. The Contractor agrees that the Owner's decision with respect to the administration of the provisions of §4590 shall be final and binding and not subject to subsequent litigation or arbitration of any kind as to acceptance of any securities being proposed, the value of these securities, the costs of administration and the determination of whether or not the administration should be accomplished by an independent agency or by the Owner. The Owner shall be entitled, at any time, to request the deposit of additional securities of a value designated by the Owner, in Owner's sole discretion, to satisfy this requirement. If the Owner does not receive satisfactory securities within twelve (12) consecutive days of the date of the written request, Owner shall be entitled to withhold amounts due Contractor until securities of satisfactory, value to Owner have been received. 2-10.6 In accordance with Civil Code §1654, the Contractor shall not be entitled to any payment specified in his Contract which is undisputed until such time as the Con- tractor has executed the release form included in these contract documents releasing the Owner from all claims relating to the work for which the Contractor is being paid. The release form contains space for the Contractor to claim any disputed amount and to designate the retention amount for each period associated with the release. Contractor hereby expressly agrees that failure on his part to designate any disputed amount or to designate the correct retention amount for each release period on the release form shall constitute an express waiver of the right of the Contractor to claim any II-2.8 disputed amount or any retention amount at any later date. '-^^ The Owner shall have no obligation to pay the Contractor for any work done until a release in the form set forth on page II-2.10 of this document has been executed by the Contractor and submitted to the Owner. 2-11 PRECONSTRUCTION CONFERENCE 2-11.1 A preconstruction conference shall be held within 10 days of receipt of the construction schedule and all understandings, interpretations and agreements reached at said conference shall be reduced to writing by the Owner and mailed to all parties attending said preconstruction conference. The understanding, interpretations and agree- ments set forth therein shall hereinafter be considered as a part of the Contract Documents. The preconstruction conference shall be arranged by the Engineer between himself, the Contractor and other parties that may be deemed necessary by the Engineer. (Specifically included are the design consultants, the construction management, the City of Carlsbad, the Owner, Costa Real Municipal Water District, San Diego Gas & Electric Compnay, CATV, Pacific Bell Telephone Company.) II-2.9 RELEASE FORM NAME OF CONTRACTOR: PROJECT DESCRIPTION: PERIOD WORK PERFORMED: The above-name Contractor hereby acknowledges payment in full for all compensation of whatever nature due the Contractor for all labor and materials furnished and for all work performed on the above-referenced project for the period specified above with the exception of contract retention amounts and disputed claims specifically shown below. RETENTION AMOUNT FOR THIS PERIOD: $ DISPUTED CLAIMS DESCRIPTION OF CLAIM AMOUNT CLAIMED The Contractor further expressly waives and releases any claim the Contractor may have, of whatever type or nature, for the period specified which is not shown as a retention amount or a disputed claim on this form. This release and waiver has been made voluntarily by Contractor without any fraud, duress or undue influence by any person or entity. Contractor further certifies, warrants and represents that all bills for labor, materials and work due Subcontractors for the specified period have been paid in full and that the parties signing below on behalf of Contractor have express authority to execute this release. DATED: PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporate, etc.) By By II-2.10 2-12 GUARANTY 2-12.1 The Contractor shall guarantee all materials and equipment furnished and Work performed for a period of one (1) year from the date given by the Engineer for the completion of work when accepted by the Board in accordance with Section 6.8 of the "Green Book." The Contractor warrants and guarantees for a period of one (1) year from that date of that the completed system is free from all defects due to faulty materials or workmanship and the Contractor shall promptly make such corrections as may be necessary by reasons of such defects including the repairs of any damage to other parts of the system resulting from such defects. The Owner will give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs, adjustments, or other Work that may be made necessary by such defects, the Owner may do so and charge the Contractor the cost thereby incurred. The Performance Bond shall remain in full force and effect through the guarantee period. 2-13 SHOP DRAWINGS Section 2.5-3 of the Green Book shall be amended and supplemented as follows: 2-13.1 When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that he has reviewed, checked and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The following Contractor's certification shall appear on all submittals: "It is hereby certified that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this project, is in compliance with the contract documents, can be installed in the allocated spaces, and is submitted for approval. Certified By: Date " 2-13.2 A copy of each approved Shop Drawing and each approved sample shall be kept in good order by the Contractor at the site and shall be available to the Engineer. 2-13.3 The following procedures will apply to shop drawing submittals: II-2.11 a. The Contractor shall submit to the Engineer for approval, six (6) copies of all shop drawings. These drawings shall be complete, certified by the Contractor, and shall contain all required information in detail. The Contractor shall make any corrections to shop drawings required by the Engineer. b. The Engineer will submit 2 copies of the shop drawings to other agencies having jurisdiction (i.e. Costa Real Muncipal Water District for the water facilities) for their review and approval. c. When approved by the Engineer, each copy of the drawings will be stamped approved, signed, and dated by the Engineer. d. Two (2) sets of said approved drawings will be returned to the Contractor. e. The approval of the drawings shall not be construed as a complete check, but will indicate only that the general method of construction and detailing is satisfactory. f. Upon the Contractor's receipt of approved shop drawings, he shall furnish to the Engineer instruction and main- tenance manuals and parts lists of all major equipment furnished. Data in these manuals shall cover completely all items as specified and as supplied. 2-13.4 Revisions indicated on shop drawings shall be considered as changes necessary to meet the requirements of the contract plans and specifications and shall not be taken as the basis of claims for extra work. The Contractor shall have no claim for damages or extension of time due to any delay resulting from making required revisions to shop drawings. The review of said drawings by the Engineer will apply to general design only and will in no way relieve the Contractor of responsibility for errors or omissions con- tained therein nor will such review operate to waive or modify any provisions or requirements contained in these contract specifications or on the contract drawings. 2-14 COMPACTION TESTS Compaction tests will be performed by the Engineer as required. The Agency will be responsible for the cost of tests which meet the requirements of the Contract Documents. 2-15 COSTS FOR FAILING TESTS, INSPECTIONS AND INVESTIGATIONS. When any work is determined to be unsatisfactory, faulty II-2.12 or defective or does not conform to the requirements of the Contract Documents, the costs incurred by the Owner for any investigations, tests or inspections shall be reimbursed by the Contractor. Said Costs shall be paid by the Owner and deducted from the progress payments to the Contractor. 2-16 PUBLIC CONVENIENCE AND SAFETY Section 7-10 of the Green Book shall be amended and supplemented as follows: 2-16.1 Add the following to the end of the first paragraph of Section 7-10.1. "Traffic Control Plan for the Intersection of El Camino Real and College Boulevard and the intersection of Palomar Airport Road and College Boulevard are shown on Sheets 26, 27 and 28 of the plan". 2-16.2 Add to the first paragraph of Section 7-10.3 the following: "Traffic controls shall be in accordance with Section 8-550 of Division of Highways Planning Manual, Part 8. In the event that the contractor fails to install barricades or such other warning devices as may be required by the Engineer, the City may, at its sole option, install the warning devices and charge the contractor $10/day/warning device." 2-16.3 Add the following paragraph between the 3rd and 4th paragraph of Section 7-10-3. "Traffic Control Plan for the intersection of El Camino Real and College Boulevard and the intersection of Palomar Airport Road and College Boulevard are shown on Sheets 26, 27 and 28 of the plan". 2-16.4 Add the following as Section 7-10.5. "Hours of Work. All work shall normally be performed between the hours of 7:00 a.m. and sunset from Mondays through Fridays. The contractor shall obtain the approval of the Engineer if he/she desires to work outside the hours stated herein." -Work within El Camino Real and Palomar Airport Road is restricted to the hours of shown on the plans. 2-17 CERTIFICATES OF COMPLIANCE Upon request of the Engineer, the Contractor shall furnish certification of compliance that fabricated or manufactured products conform to the standards of the industry as specified in these Contract Documents and that said fabricated or manufactured products were fabricated or manufactured under the quality control standards of the stated specifications of these Contract Documents. II-2.13 2-18 LOADING OF STRUCTURES The Contractor shall not load nor permit any part of any structure to be loaded with any weights that will endanger the structure, nor shall be subject any part of the Work to stresses or pressures that will endanger it. 2-19 RETENTION OF IMPERFECT WORK If any portion of the work done or material furnished under this contract shall prove defective and not in accordance with the specifications and drawings, and if the imperfection in the same shall not be of sufficient magnitude or importance to make the work dangerous or undesirable, or if the removal of such work is impracticable or will create conditions which are dangerous or undesirable, the Engineer shall have the right and authority to retain such work instead of requiring the imperfect work to be removed and reconstructed, but he shall make such deductions therefor in the payments due or to become due the Contractor as may be just and reasonable. 2-20 SUBSURFACE CONDITIONS AND EXAMINATION OF CONTRACT DOCUMENTS Delete Section 2-7 of the Standard Specifications and replace with the following: 2-20.1 The Contractor represents that he has carefully examined the Contract Documents and the site where the Work is to be performed and that he has familiarized himself with all local conditions and Federal, State and local laws, ordinances, rules and regulations that may affect performance of the Work in any manner. The Contractor further represents that he has studied all surveys and investigation reports governing subsurface and latent physical conditions pertaining to the job site; that he has performed such addi- tional surveys and investigations as he deems necessary .to complete the Work at the Contract Price; and, that he has correlated the results of all such data with the requirements of the Contract Documents. The submittal of a Bid shall be conclusive evidence that the Contractor has investigated and is satisfied as to the conditions to be encountered and as to the character, quality and scope of the Work. 2-20.2 The Drawings for the work show conditions as they are supposed or believed by the Engineer to exist; but it is not intended or to be inferred that the conditions as shown thereon constitute a representation that such conditions actually exist. The Owner and the Engineer shall not be liable for any loss sustained by the Contractor as a II-2.14 result of any variance of the conditions as shown on the Drawings and the actual conditions revealed during the progress of the Work or otherwise. Where the Owner or the Engineer or their consultants have made investigations of subsurface conditions in areas where the Work is to be performed, such investigations were made only for the purpose of study and design. The conditions indicated by such investigations apply only at the specific location of each boring or excavation at the time the borings or excavations were made. Where such investigations have been made, the Contractor may inspect the records as to such investigations subject to and upon the conditions hereinafter set forth. The inspection of the records shall be made at the office of the Engineer. The records of such investigations are not a part of the Agreement and are shown solely for the convenience of the Contractor. It is expressly understood and agreed that the Owner, the Engineer and their consultants assume no respon- sibility whatsoever in respect to the sufficiency or accuracy of the investigations; the records thereof; or of the interpretations set forth therein or made by the Owner's consultants, the Engineer or his consultants in the use thereof by the Engineer, and there is no warranty or guaran- tee, either express or implied, that the conditions indicated by such investigations or records thereof are representative of those existing throughout such areas, or any part thereof, or that unlocked for developments may not occur, or that materials other than, or in proportions different from, those indicated may not be encountered. When a log of test borings showing a record of the data obtained by the investigation of subsurface conditions by the Owner, the Engineer or their consultants is included, it is expressly understood and agreed that said log of test borings does not constitute a part of the Agreement, represents only the opinion of the Owner or the Engineer or their consultants as to the character of the materials encountered by them in the test borings, is included in the Drawings only for the convenience of the Contractor, and its use is subject to all of the conditions and limitations set forth in this article. 2-20.3 The availability or use of information described in this article is not to be construed in any way as a waiver of the provisions of Section 2.20.1 hereof and the Contractor is cautioned to make such independent investigations and examination as he deems necessary to satisfy himself as to conditions to be encountered in the performance of the Work. 2-20.4 No information derived from such inspection of records of investigations or compilation thereof made by the Owner, the Engineer, or their consultants will in any way II-2.15 p •k relieve the Contractor from any risk or from properly ful- filling the terms of the Agreement. 2-20.5 A copy of each of the following documents prepared by San Diego Soils Engineering Inc., is available for inspection at the office of the Engineer. 1) Supplemental Preliminary Geotechnical Investigation Carlsbad Research Center Phases II and III, dated July 26, 1982 2) Supplemental Preliminary Geotechnical Investigation Carlsbad Research Center College Boulevard and "D" Street Alignments, Carlsbad, California dated August 31, 1982 3) Preliminary Geotechnical Investigation Proposed College Boulevard Extension Carlsbad Research Center to Palomar Airport Road, Carlsbad, California dated November 11, 1983 2-21 SURVEYING Section 2-03 of the Standard Specifications is modified to permit private engineers on the work to perform the services required by the Engineer in that Section. 2-22 FACILITIES FOR AGENCY Field office facilities, as specified in Sections 8-1 and 8-2 of the Green Book, are required of the Contractor except as follows: a portable toilet within 50 feet of the field offices may be substituted in lieu of a toilet and wash basin with hot and cold running water inside the field office. Field laboratories and bathhouse facilities as specified in Section 8.3 and 8.4 of the Green Book will not be required of the Contractor. 2-23 DISPOSAL OF SURPLUS MATERIAL Engineer has been informed that the property owner of certain properties will provide written consent, as required by Section 300-2.6 of the Green Book, to accept surplus material under certain terms and conditions. Plans for the placement of this surplus material are available for review at the office of the City Engineer, City of Carlsbad as Drawing Number 239-1A. This information is provided solely II-2.16 for the convenience of the bidders. Neither the owner, nor the Engineer, nor any of the agents make any representation regarding the possibility or acceptability of any disposal site and assume no responsibility for disposal of surplus material. The Contractor shall, at his expense, conform to the requirements of all agencies having jurisdiction over placement of surplus material. 2-24 STATE OF CALIFORNIA COASTAL REGIONAL COMMISSION 2-24.1 General. A permit for work within the jurisdic- tion of the Coastal Regional Commission has been applied for but not yet received. The Contractor will be required to conform to the provisions of this permit. It is anticipated the permit will not permit grading within their jurisdiction (from Station 15+20 to Southerly end of project) from October 1, to April 1. The Contractor, if required, shall perform the grading required by this contract within the Coastal Zone prior to October 1, 1986. No additional cost or time extension will be allowed due to such a condition in the permit. 2-25 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 2-25.1 General. The Contractor shall submit to the Engineer his construction schedule within ten calender days of the date of the Notice of Award along with his submittal of the necessary bonds, insurance certificates and executed agreement. The construction schedule for Schedule I shall provide for the completion of grading within the area of jurisdiction of the Coastal Regional Commission prior to October 1, 1986. Should both schedules not be awarded to the same contractor, the construction schedule for Schedule I shall outline the date at which The Contractor shall have completed rough grading and installation of those underground facilities which could be adversely impacted by the prior construction of Schedule II improvements. It shall also reflect the need and dates for the Schedule II Contractor to be provided with access and working area to construct his facilities and store his materials for the period required .to complete his portion of the work within the time allowed. The construction schedule for Schedule II as submitted will be based on accrued working days starting from zero rather than at a specific date. The dates, times, amount and manner in which the Schedule II Contractor's area of operations will be made available to him will be resolved at the preconstruction conference to be held within ten days after the owner executes the agreement. The date at which the Schedule II contract time shall commence will coincide with the date at which the area required for his operations becomes available to the Schedule II Contractor. The Schedule I contractor shall be responsible for any costs incurred by the Schedule II contractor if caused by an II-2.17 w to unauthorized delay in providing the Schedule II contractor with the area required. It shall be the responsibility of the Schedule II contractor to return to the Schedule I contractor his area of operations within the time allowed in a condition as near as practical to the condition in which it was made available to him. The Contractors shall be mutually cooperative in permitting access and concurrent construction within their respective areas. P M P Vin, m m 1 H II-2.18 PART II SPECIAL PROVISIONS SECTION 3 CONSTRUCTION MATERIALS AND METHODS .*. «, PART II - SPECIAL PROVISIONS W '- CONSTRUCTION MATERIALS AND METHODS m SECTION 3 3-1 EARTHWORK iM 3-1.1 General. Earthwork shall conform to Section 300 ** of the Green Book except as modified herein. tU 3-1.2 Requirements. Add the following to Section -» 300-1.3.2 of the Green Book. d. Pipelines - Where an existing abandoned pipeline is not otherwise removed by the grading operation, it shall be removed within 20 feet of street area and within all areas of *• excavation or fill and replaced with properly compacted soils. In all other areas, the pipe shall be completely "*" plugged with concrete or be removed. The removed portion of — the pipe line shall be salvaged to the yard of the owner of the utility when required by the Engineer. m 3-1.3 Unclassified Excavation. Add the following sub- ** sections to Section 300-2.2 of the Green Book. ** 300-2.2.3 Compressible Soil. Compressible soils m ^ such as existing uncontrolled or unacceptable fill, alluvium, and colluvium exist within portions of the project site. «• Where indicated on the plans or required by the Engineer, such compressible soils shall be removed from areas to receive fill or from areas upon which surface improvements „, are to be placed. *" The removal of such compressible soil shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered otherwise unsuitable by the Engineer in ^ which case it will be paid for in accordance with subsection 300-2.2.1 of the Green Book. 300-2.2.4 Surficial Soils. It is estimated that *" approximately the upper two feet of the existing ground will be required to be removed from areas to receive fill or upon which surface improvements are to be placed. The location «• and extent of such removal shall be as determined in the field by the Soil Engineer. The removal of such surficial soil shall be paid for at the Contract Unit Price for unclassified excavation unless it is otherwise considered unsuitable by the Engineer in which case it will be paid for in accordance with subsection *" 300-2.2.1 of the Green Book or unless it is required to be removed pursuant to subsection 300-4.4 of the Green Book in "*" which case the expense of such excavation shall be as *• directed therein. II-3.1 300-2.2.5 Instability of Cuts. The Contractor shall remove additional material as directed by the Engineer to improve the stability of excavated cuts. The removal of such excavated material shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered otherwise unsuitable by the Engineer, in which case it will be paid for in accordance with subsection 300-2.2.1 of the Green Book. However, if due to the character of the work such removal is not properly compensible at the Contract Unit Price for unclassified excavation, the work may be paid for in accordance with Section 3 of the Green Book. 3-1.4 Measurement (Unclassified Excavation). The quan- tities shown in the bid schedule for unclassified excavation is based upon a street structural section of 22 inches. Should the Contractor disagree with the existing ground elevations shown on the plans to the extent that such a discrepancy will be the basis of request for a change in the quantity for which payment is to be made, he shall notify the Engineer, in writing, 72 hours in advance of any disturbance of the original ground. Should such notice not be given, the quantity for which payment is to be made will be based upon the existing surface elevations shown on the plans. Such notice shall include the location and extent of the discrepancy and supporting evidence of the discrepancy. The Engineer will promptly review such notice and notify the Contractor of his findings within 72 hours of his receipt of such notice. 3-1.5 Payment (Unclassified Excavation). Payment, at the unit price bid, will be made for the quantity as adjusted to conform to the actual thickness of the structural section constructed, as determined by field "R" value tests. No compensation other than that for the modified quantity will be allowed for changes to conform to a different thickness of structural section as so determined. Payment shall include costs of constructing the bladed access road, shown on sheets 6 and 7 of the drawings, other than the lined ditch which will be paid for under the appropriate bid item and shall include the cost of the bladed swale shown on the Drawings. 3-1.6 Preparation of Fill Areas. Add the following to Section 300-4.2 of the Green Book. Areas to receive fill, including overexcavated areas pursuant to subsection 300-2.2 shall be scarified to a depth of 6 to 8 inches, brought to near optimum moisture conditions and compacted to at least 90 percent relative compaction. 3-1.7 Benching. Modify Section 300-4.4 of the Green Book as follows: II-3.2 For the purpose of this subsection, fill slopes or »»^ hillsides shall be defined as steeper than 5:1. Slopes 5:1 '"" or flatter shall be prepared in conformance with subsection 5- 300-4.2 of the Green Book. .« Add the following to Section 300-4.4 of the Green Book. m Benching shall conform to the City of Carlsbad Supple- mental Standard Drawing GS-14. m 3-1.8 Slopes. Add the following to Section 300-4.8 of the Green Book. m m Compaction of fill slopes should, as a preferred method, be achieved by overbuilding the slopes laterally and then ^ cutting back to the compacted core at design line and grade. However, should the compaction of slopes be not obtained in —' that manner, fill slopes shall be backrolled at intervals not greater than four feet as the fill is placed, followed by *** final compaction of the entire slope. The outer 8 inches of m the slope surface may be rolled to a relative compaction of 85 percent. Feathering of fill over the tops of slopes will •m not be permitted. The tops of slopes shall be rounded as detailed on City of Carlsbad Supplemental Standard Drawing "* GS-14. "*H 3-1.9 Measurement and Payment (Unclassified Fill). The *• <*•" quantity used in determining payment for unclassified fill shall also include the quantities of fill required to replace *• material removed pursuant to subsection 300-2.2 of the Green — Book. The quantity shown in the bid schedule for unclassi- fied fill is based upon a structural section of 22 inches. „, Payment, at the unit price bid, will be made for the quantity as adjusted to conform to the actual thickness of the ** structural section constructed, as determined by field "R" value tests. No compensation other than that for the modified quantity will be•allowed for changes to conform to ,«, different thicknesses of structural section as so determined. Should the Contractor-disagree with the existing ground elevations shown on the plans to the extent that such a discrepancy will be the basis of request for a change in the „„ quantity for which payment is to be made, he shall notify the Engineer, in writing, 72 hours in advance of any disturbance « of the original ground. Should such notice not be given, the quantity for which payment is to be made will be based upon *** the existing surface elevations shown on the plans. JOI Such notice shall include the location and extent of the *• discrepancy and supporting evidence of the discrepancy. The Engineer will promptly review such notice and notify the ***" ^ Contractor of his findings within 72 hours of his receipt of such notice. II-3.3 3-1.10 General (Earthwork for Channels). Channels for the purposes of Section 300-7.1 of the Green Book shall also include the construction of lined ditch according to San ~ m Diego Area Regional Standard Drawing D-75.1. 3-1.11 Measurement and Payment (Earthwork for Channels). Modify Section 300-7.6 of the Green Book as follows: Clearing, stripping, excavation, compacted fill and all costs involved in backfilling, grading and compacting shall "* be paid for in the Unit Price Bid for the channel and no ^ additional cost will be allowed therefore. Ml 3-1.12 Add subsection 300-8 to the Green Book as follows: ""* 300-8 TEMPORARY EROSION CONTROL " •M 300-8.1 General. Temporary erosion control shall conform to the requirements shown on the plans and as • elsewhere required by the Contract Documents. 300-8.2 Payment. Full compensation for any m required erosion control shall be considered as included in the price bid for other items of work and no additional ""* compensation will be allowed therefore. 3-2 SUBGRADE PREPARATION 3-2.1 General. Modify Section 301-1.3 of the Green Book to include the applicable portions of the Standard "*" Special Provisions relating thereto. 3-3 ALTERNATE ROCK PRODUCTS, ASPHALT, CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE W MATERIAL to 3-3.1 General. Modify -Sections 400-1 and 400-4 ,to p include the applicable portions of the Standard Special Provisions relating to those sections. "" 3-3.2 Combined Aggregates. Add the following to P Section 400-4.3 of the Green Book. "The exact percentage of m asphalt to be included in the mix shall be subject to the approval of the Engineer." a 3-4 ASPHALT CONCRETE ™ 3-4.1 General. Modify Section 203-6 of the Green Book «* to include the applicable portions of the Standard Special Provisions relating to that section. II-3.4 3-5 PORTLAND CEMENT CONCRETE 3-5.1 General. Modify Section 201-1 of the Green Book to include the applicable portions of the Standard Special provisions relating to that section. 3-5.2 Job Site Mixing. Job site mixing will not be permitted except as allowed pursuant to subsection 201-4.4 of the Green Book or as otherwise authorized by the Engineer. 3-6 UNTREATED BASE 3-6.1 General. Untreated base shall conform to Section 301-2 of the Green Book on a subgrade prepared in accordance with Section 301-1 thereof as amended herein. 3-6.2 Material. Untreated base shall be crushed aggregate base. 3-6.3 Payment. The quantity shown in the bid schedule for untreated base is based upon a seventeen inch (17") thickness. Payment, at the unit price bid, will be made for the quantity as adjusted to conform to the actual thickness of the structural section constructed, as determined by field "R" value tests. No compensation, other than that for the modified quantity, will be allowed for changes to conform to a different thickness of structural section from that shown on the plans. 3-7 ASPHALT CONCRETE PAVEMENT 3-7.1 General. Asphalt concrete pavement shall conform to Section 302-5 of the Green Book as modified to include those portions of the standard special provisions relating to that section. 3-7.2 Material. Asphalt concrete shall be B-AR-4000. 3-7.3 Payment. The contract price bid shall include the cost of furnishing and applying the seal coat. The quantity shown in the bid schedule for asphalt concrete pavement is based upon a five inch (5") thickness. Payment, at the unit price bid, will be made for the quantity as adjusted to conform to the actual thickness constructed, as determined by field "R" value tests. No compensation, other than that for the modified quantity, will be allowed for changes to conform to a different thickness of structural section from that shown on the plans. II-3.5 3-8 ASPHALT CONCRETE DIKES (BERMS) 3-8.1 General. Asphalt concrete dikes (berms) shall be Type A Section conforming to Standard Drawing No. G-5. Asphalt concrete shall conform to Section 400-4 of the Green Book as modified herein. The amount of asphalt binder used shall be increased one percent by weight of the aggregate over the amount of asphalt binder used in the asphalt concrete placed on the traveled way. 3-8.2 Measurement and Payment. Asphalt concrete dikes (berms) will be paid for at the contract price bid per linear foot (measured in the horizontal plane) of such dike installed in accordance with the Contract Documents or as directed by the Engineer. The unit price bid shall be considered to include full payment for all materials, labor, equipment and incidentals required to construct the dike (berm) in accordance with the Contract Documents. 3-9 CONCRETE CURB AND GUTTER, CURB, SIDEWALK, DRIVEWAYS, AND WHEELCHAIR RAMPS 3-9.1 General. The above items shall conform to the details shown on the plans and Section 303-5 of the Green Book as modified to permit the use of alternate rock material - Type S as specified in Section 400 of the Green Book as modified herein and as Section 303-5 of the Green Book is modified by the applicable portions of the Standard Special Provisions relating to that Section. 3-9.2 Driveways. Driveways are to conform to Standard Drawing G14-1 modified to a thickness of lh". 3-9.3 Measurement. The quantity of sidewalk to be paid for will be exclusive of driveways, wheelchair ramps and drainage facilities, such as curb inlets and outlets. 3-10 UNDERGROUND CONDUIT CONSTRUCTION 3-10.1 General. Modify Section 306 of the Green Book to include the applicable portions of the Standard Special Provisions relating to that section with the exception of revisions to subsections 306-1.4.8 and 306-1.4.5. 3-10.2 Compaction Requirements. Delete Section 306-1.3.4 of the Green Book and replace with the following: "Trench backfill shall be densified to a minimum of 90 percent relative compaction." II-3.6 3-10.3 Water Pressure Test. Testing for water main and water line shall not be performed until all other underground utilities have been laid and backfilled unless otherwise approved by the Costa Real Municipal Water District. Delete contents of Section 306-1.4.5 of the Green Book and replace with the following: "After the pipe and all appurtenance to be tested have been laid and backfilled and the required compaction obtained and approved, the pipe shall be subjected to a four-hour hydrostatic pressure test. This test shall consist of subjecting the pipe line to a hydrostatic pressure of 75 psi in excess of the designated working pressure specified for the class of pipe at the low point in the section being tested. The maximum length of pipe to be included in any one test shall be not more than 2500 feet or the distance between valves, whichever is greater. The difference in elevation between the high and low points of test section shall not exceed 58 feet. Steep pipeline gradients may necessitate the use of additional valves to maintain test pressures within allowable limits. When such valves are used, they shall remain with and become part of the pipeline after the test. Temporary dead ends shall not be used for this purpose. The line shall be filled with water at least 72 hours prior to testing. While filling and immediately prior to testing, all air shall be expelled from the pipeline. Where air valves or other suitable outlets are not available for releasing air or applying the test, taps and fittings approved by the City's representative shall be installed and later securely plugged. The pressure in the pipeline shall 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 hours have elapsed from the time the specified test pressure was first applied. At the end of this period, the pressure shall be pumped up to the test pressure for the last time. Pressure test equipment shall be . inspected and approved .by the Engineer prior to use. Leakage shall be considered as the total amount of water pumped into the pipeline during the four-hour period, includ- ing the amount required in reaching the test pressure for the final time. Leakage shall not exceed the rate of four gallons per inch of normal inside diameter per 1000 feet of pipe per 24 hours. If leakage exceeds this rate, the leak points shall be located and stopped, and all defective pipe, fittings, valves and other accessories discovered shall be removed and replaced with sound material and the test shall be repeated until the leakage does not exceed the rate specified above. All perceptible leaks shall be similarly repaired. The lossage will be from a container with II-3.7 chlorinated water that will be accessible to measurement of water used in the four-hour test. No leakage will be allowed for welded steel water mains". 3-10.4 Trench Resurfacing. Trench resurfacing shall conform to Type A of Standard Drawing G-24-1 and to Section 306-1.5 of the Green Book as modified by the applicable portions of the Standard Special Provisions relating to that section except as follows: "Backfill under Trench Resurfacing between 1 foot (0.3m) above the pipe or conduit, or at the top of the concrete bedding over the pipe or conduit, and the bottom of the base material shall conform to the requirements of Section 301-3.1 except for Section 301-3.1.12. Two (2) sacks of cement shall be used for each cubic yard of backfill required. Moisture content shall be as approved by the Engineer. The cost of this backfill shall be included in the cost of the trench resurfacing and in the contract price bid per lineal foot of pipe or conduit, and no additional cost will be allowed thereafter." 3-11 VITRIFIED CLAY PIPE FOR SEWER MAIN AND LATERALS, DUCTILE IRON PIPE FOR SEWER FORCE MAIN AND EFFLUENT DISPOSAL PIPELINE, ASBESTOS CEMENT PRESSURE PIPE FOR EFFLUENT DISPOSAL PIPELINE, PVC SLEEVES, CORRUGATED ALUMINUM PIPE, CORRUGATED STEEL PIPE, AND REINFORCED CONCRETE PIPE FOR STORM DRAINS 3-11.1 General. The above items shall conform to the plans; to Section 306-1 of the Green Book as modified by Section 3.10 hereof; to the applicable portions of Section 207 of the Green Book and to the following: 3-11.2 Vitrified Clay Pipe for Sewer Main and Laterals. Joints shall be Type "G". After completion of all work, except the street or trench resurfacing, an approved type sewer ball equal to the diameter of the pipe shall be sent through sewers from the uppermost structure. The Contractor shall, at his own expense, furnish all materials, including water for carrying out the operation and removing any obstructions that prevent the ball from travelling through the pipe. 3-11.3 Ductile Iron Pipe for Sewer Force Main. 3-11.3.1 General. Ductile iron pipe shall be Class 50 with rubber gasket push-on joints. II-3.8 3-11.3.2 Coating and Lining. Exterior surfaces of pipe, fittings, couplings, supports and accessories not underground shall be painted as follows: Prime Coat - Tnemec 66.1211 Epoxdine Primer or approved equal - 3 mils. Finish Coat - Tnemec Series 104 H.S. Epoxy or approved equal - 5 mils. Total Dry Film - 8 mils. Exterior surfaces of pipe and fittings underground shall be shop coated with bituminous asphalt base coating at least 1 mil thick in accordance with ANSI A21.6 (AWWA C106) and appropriate requirements of ANSI A21.4 (AWWA C104) and shall be polyethylene encased in accordance with the "American National Standard for Polyethylene Encasement for Gray" and "Ductile Cast Iron Piping for Water and Other Liquids" (ANSI A21.5/AWWA C105). The interior surface of pipe, fittings and specials shall be cement mortar lined and shall receive a seal coat in accordance with ANSI A21.4. 3-11.3.3 Testing. Pipe shall be tested in accordance with Section 3-10.3 hereof. 3-11.4 Effluent Disposal Pipe. 3-11.4.1 Asbestos Cement Pressure Pipe for Effluent Dis- posal. Modify Section 207-7.1 of the Green Book to include the applicable portions of the Standard Special Provisions relating to that section. Pipe shall be tested in accordance with Section 3-10.3 hereof. When installing, fittings shall be supported indepen- dently 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. Half-lengths shall also be used on curves having a radius between 9 feet and 185 feet. The maximum allowable deflection at any joint shall be 3°. 3-11.4.2 Ductile Iron Pipe for Effluent Disposal. Duc- tile iron pipe shall be Class 50 with rubber gasket push on joints. Pipe shall be tested in accordance with Section 3-10.3 needed. Pipe shall have polyethylene encasement. II-3.9 The ductile iron pipe, including special lining, shall be manufactured by one company in the business of designing and manufacturing pipe of the type specified and the lining shall conform to one of the following: Type A - The ductile iron pipe shall have a minimum 35-mil (0.035") lining thickness of polyethylene. The lining shall-be a blend of high-density and low-density polyethylene powders complying with ASTM D 1248 compounded with an inert filler and carbon black to provide resistance to ultraviolet rays during storage aboveground. The lining material shall be uniformly distributed at an adequate temperature to provide uniform fusing of the polyethylene powders and proper bonding to the ductile iron pipe. The inside surface of the pipe, including the bell area up to but not including the 995 Retgroove, shall be tested for pin holes by means of a 3,000 volt dry sponge test according to ASTM G-62, Method B "modified." All pipe, when tested as prescribed above, must be 100-percent pin hole free before shipment from the manufacturer. A Certificate of Compliance will be submitted to the Engineer at the time of pipe delivery. Type B - a. Lining Compound - The lining compound must be a two-component coal tar epoxy compound capable of at least 50 mils dry film build in a one coat multipass application process. The material must also meet the following minimum performance requirements: A direct impact resistance as measured by ASTM D-2794 at 35 mils dry film thickness on ductile iron panels. The material shall pass 100 inch-pounds of impact. An abrasion resistance of 25 liters per mil as measured in ASTM -D-968. b. Application Technique - All surface areas which will be exposed to sewer liquids and gases shall be cleaned so as to remove all deleterious materials. After cleaning, the lining compound shall be applied to all surface areas which will be exposed to the sewer liquids and gases. The lining compound shall be applied so as to obtain a continuous and relatively uniform and smooth integral lining in a one coat application. The barrel of the pipe shall be lined so as to achieve a 45 mils minimum dry film thickness when measured with a dry film thickness when measured with a dry film thickness magnetic gauge; lining will be tapered at pipe ends. After cleaning, all joint surface areas and spigot ends exposed to the sewer liquids and gases shall receive one coat of the lining compound brushed on at a rate II-3.10 to achieve 10 mils minimum dry film thickness when measured with a magnetic dry film thickness gauge. The entire inside surfaces of the pipe includ- ing the bell area up to but not including the gasket groove shall be tested for pin holes with a high voltage holiday detector. The voltage setting shall be variable from 0 to 20,000 volts. All inside surfaces shall be tested at 5,000 volts minimum with the sensitivity setting set at the point that produces an alarm when the unit is tested on bare metal. Voltage across the coating should be adjusted to 5,000 volts to compensate for any voltage draw-down. All pipe, when tested as prescribed above, must be 100% pin hole free before shipment from the manufacturer. All damaged lined areas shall be repaired in accordance with the manufacturer's recommendation so that the repaired area is equal to the undamaged lined area. 3-11.5 PVC Sleeves. PVC sleeves shall be of the size and location shown on the plans. Joints shall be of the solvent cement type conforming to ASTM D 2855 and ASTM D 2564. Pipe shall be ASTM D 1785, Schedule 40. Mandril test according to Section 306-1.4.6 of the Green Book will not be required. Pipe shall be tested in accordance with Section 3.10.3 hereof unless specifically waived by the Engineer. 3-11.6 Corrugated Aluminum Pipe and Corrugated Steel Pipe. Leakage test according to Section 306-1.4.7 will not be required. Pipe to be of the size, type and gage shown on the plans. Unless otherwise specified, the minimum gage shall conform to the following: Corrugated Steel Pipe Diameter Gage 8" to 24" inclusive 16 30" to 35" inclusive 14 42" to 48" inclusive ' 12 . . . 54" to 66" inclusive 10 72" to 96" inclusive 8 Corrugated Aluminum Pipe Diameter Gage 18" and 24" 14 48" 12 A bituminous coating shall be applied to all corrugated steel pipe and bands prior to shipment from the factory. 3-11.7 Not Used II-3.11 3-11.8 Field Jointing of Pipe. Except as otherwise required, all joints shall be installed in strict accordance with the manufacturer's recommendations and shall be provided with a protective coating at least equal to the protective coat on the pipe being jointed. All flange bolts and nuts shall be lubricated and coated with No-ox-id rust protective coating as manufactured by Dearborn Chemical Company and then given a bituminous coating conforming to the requirements of ASSHO M-190. 3-11.9 Thrust Restraint. Concrete thrust blocks shall be installed for the sewer force main and effluent disposal line in every instance where the direction of the pipe changes 11-% degrees or more at any joint or fitting, 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 value of 200 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 560-C-3280 conforming to Section 201-1 of the Green Book as amended herein and shall be cured a minimum of three days before any loads are applied. Other methods of thrust restraint, such as restrained joints, may be used with approval of the Engineer. 3-11.10 Not Used 3-11.11 Testing Requirements. Upon request, the agency may waive requirements in Section 207-8.5.1 that the Engineer shall supervise the testing and shall select samples for testing. The Engineer may accept the pipe based upon the manufacturer's written certification. 3-11.12 Basis of Payment. Add the following sentence to the end of Section 3-6.1.6 of the Green Book. The price per linear foot for pipe and conduit in place shall also include full compensation for all thrust restraint, connec- tions (unless otherwise included in a bid item), end caps, adaptors, temporary bulkhead at end of effluent disposal line, and testing. No deduction in length of line will be made for valves. Cast iron fillings used in asbestos cement pipelines will be paid for at the unit price bid for the asbestos cement pipe. II-3.12 3-12 SEWER CONNECTION 3-12.1 General. Sewer connection to the drop manhole at Station 1 + 24.72 as shown on Sheet 4 of the plans shall conform to the details shown on the plans. 3-12.2 Pipe. Piping shall conform to the provisions of Section 3.11.1 herein. 3-12.3 Payment. Payment for sewer connection as described above will be made at the lump sum price bid for all work within the limits shown on the plans. Payment shall include full payment for all labor, equipment and material for furnishing and installing these connections complete and in place including but not limited to earthwork, concrete pipe, bends, testing and cleanup, and no additional compensa- tion will be allowed therefore. 3-13 MANHOLES (ACCESS HOLES), EFFLUENT TURNOUT AND EFFLUENT LINE TAPPING SLEEVE WITH VALVE 3-13.1 Manholes (Access Holes). Sewer manholes and force main terminal access hole (Station 39+75) shall be constructed in accordance with Standard Drawing S-l.l and the applicable provisions of Section 201 of the Green Book. 3-13.2 Effluent Turnout. Effluent turnout shall conform to the details shown on the Plans, the Standard Drawings and the applicable portions of the Standard Specifications. 3-13.3 Effluent Line Tapping Sleeve with Valve. The tapping sleeve shall be mechanical joint for 24-inch ductile iron pipe as manufactured by Mueller Co. or approved equal. The tapping valve shall be double disk and bronze mounted as manufactured by Mueller Co. or approved equal. The tapping sleeve with valve shall be encased in poly- ethylene. The polyethylene encasement on the existing ductile iron pipeline shall be lapped into the new encasement to provide a continuous envelope. 3-13.4 Payment. Sewer manhole (access holes), force main terminal access hole, effluent turnout and effluent line tapping sleeve with valve will be paid for at the unit price bid for each item complete and in place in accordance with the Contract Documents or as directed by the Engineer. The price bid for each item shall include full compensation for furnishing all labor, tools, equipment, materials and incidentals and for doing all work involved in the installa- tion of such items. The unit price bid shall include but shall not be limited to the cost of all earthwork, precast II-3.13 concrete sections, frame and cover, rings, concrete bottom, required connections, stubs and stoppers, valves, piping, valve can risers and covers, sleeve, encasement, certifica- tions, testing and cleanup and no additional compensation will be allowed therefore. The price bid for the effluent turnout will include all work outside the face of the cast iron tapping tee. 3-14 STEEL PIPE FOR WATER MAIN (CEMENT MORTAR LINED AND COATED) , STEEL PIPE FOR TEMPORARY WATER LINE AND ASBESTOS CEMENT PIPE FOR WATER MAIN AND WATER SERVICE 3-14.1 General. The above items shall conform to the applicable provisions of the Standard Plans and Specifica- tions of the Costa Real Municipal Water District except as modified herein. No protective coating or lining required for the temporary water line. 3-14.2 Procedure in Pipe Zone. For the purposes of the backfill "Procedure in Pipe Zone", according to Section B-3.1 of the Standard Specifications for earthwork (water mains) of the Costa Real Municipal Water District, the extent of pipe zone backfill shall be modified for 16 inch (16") and 18 inch (18") water lines as follows: Pipe zone backfill for eighteen inch (18") water line shall extend from the bottom of the excavation to a height of eighteen inches (18") above the top of the pipe. The bottom of the excavation shall be six inches (6") below the bottom of the pipe for sixteen inch (16") and eighteen inch (18") water lines. 3.14.3 Trench Resurfacing. Trench resurfacing shall conform to Section 3-10.4 herein. 3-14.4 Temporary Water Line. Temporary water line shall conform to the notes shown on the drawings. After it is no longer required, the Contractor shall, at his own expense, remove and dispose of the water line, fittings and thrust restraint and shall remove the fill and berms and shall replace and compact the excavation to restore the site as near as practical to its original condition, in the opinion of the Engineer. 3-14.5 Basis of Payment. Basis of payment shall conform to Section 306-1.6 of the Green Book as modified by the Standard Special Provisions. The price per liner foot shall also include full compensation for thrust restraint, location tape where required, earthen berms, pipe anchors, excavation for temporary water line, compacted fill under temporary water line, testing, sterilization, end caps, II-3.14 connections and adapters. No deduction in length for payment •k^ will be made for valves, or appurtenances.->«* 3-15 BUTTERFLY VALVES, GATE VALVES, BLOW-OFF „ ASSEMBLIES, MANUAL AIR RELEASE ASSEMBLIES, AIR- VACUUM VALVE ASSEMBLY AND APPURTENANCE, * FIRE HYDRANT ASSEMBLIES AND SERVICE CONNECTIONS ** 3-15.1 General. The above items shall conform to the m plans, the applicable Standard Plans and Specifications for Costa Real Municipal Water District, and the following: •Ml m 3-15.2 Manual Air Release Assembly. Piping of Manual air release assemblies shall be Type "K" soft copper. m 2" manual air release assembly shall conform to Standard m Drawing No. 12 of the Costa Real Municipal Water District with the location of the connection to the main modified to "m the top of the main as shown on Standard Drawing No. 11 of m the Costa Real Municipal Water District. «• 3-15.3 Air-Vacuum Assembly and Appurtenance. Wrapping not required for PVC piping. • ^*» 3-15.4 Fire Hydrant Assemblies. Fire hydrants loca- tions shall be marked in accordance with Standard Drawing m ,,,, M- 1 9 . ™* 3-15.5 Payment. The above items will be paid for at m the appropriate contract unit price bid for each item installed complete and in place, unless shown to be included „„ as a part of another Bid Item, in accordance with the Contract Documents or as directed by the Engineer. mm The contract price shall include full compensation for furnishing all labor, tools, equipment, materials and «* incidentals, and for doing all work involved in providing a complete installation. The unit price shall include but -• shall not be limited by the cost of earthwork; valve box assemblies, meter and meter box, standpipe, piping, fire *** hydrant markers, stem extensions, wrapping, fittings, adaptors corporation and angle stops, clamps, guard post, protective coatings, valves, beads, joints, gaskets, required •*• bypasses and all other accessories; thrust restraint; certifications, testing and sterilization, and no additional """ compensation will be allowed therefore. *3tt „ 3-16 ADDITIONAL BEDDING """" **" ** 3-16.1 General. Additional bedding (in excess of that " otherwise required) shall be IV foundation rock conforming to Section 306-1.2.1 of the Standard Special Provisions. II-3.15 Additional bedding shall be placed in conformance with Section 306-1.2.1 of the Standard Specifications. 3-16.2 Payment. The quantity of additive bedding shown in bid schedule is for the purpose of comparison of bids only and is not intended to represent the quantity that may be required. Payment for additional bedding pursuant to Section 306-1.2.1 of the Standard Specifications and 306-1.2.1 of the Standard Special Provisions will be made at the unit price bid per cubic yard of material in place as directed by the Engineer irregardless of the quantity used and shall include the cost of the additional excavation therefore. 3-17 CURB INLETS, CATCH BASINS, CLEANOUTS, CURB OUTLETS, CSP INLET, PIPE COLLAR, CONCRETE LUG, CUT-OFF WALLS HEADWALLS, ABM APRON, INLET APRON, SLOPE ANCHORS AND SPLASH WALLS 3-17.1 General. The above items shall conform to the requirement of the drawings; to Sections 303-1 and 300-3 of the Green Book; and to the applicable Standard Drawings except as modified herein. For the purpose of this section, Section 303-1 of the Green Book shall be modified to permit the use of alternate rock material - Type S as specified in Section 400 of the Green Book as modified herein. For the purpose of this section, Section 303-1 of the Green Book shall also be modified to include the applicable portions of the Special Provisions relating to that section. 3-17.2 CSP Inlet. CSP inlet shall conform to the Standard Drawing and the details as shown on the plans. Corrugated steel pipe riser shall conform to the applicable portions of Section 207 of the Standard Specifications. Concrete base shall be 500-C-2500. 3-17.3 Pipe Collar. Pipe collar shall be installed where required by the plans and shall conform to the City of Carlsbad Supplemental Standard No. DS-5. The shape on the bottom portion of - the collar shall be as shown on Standard Drawing No. D-62. 3-17.4 Concrete Lug. Concrete lug shall conform to Standard Drawing No. D-63. 3-17.5 ABM Apron and Inlet Apron. ABM apron and inlet apron, if air placed concrete is used for inlet apron, shall conform to Section 303-2 of the Standard Specifications. However, payment will be made on the basis of the lump sum price bid for each apron installed in accordance with the plans or as directed by the Engineer. II-3.16 3-17.6 Slope Anchors. The distance along the pipe between the anchors, where required, shall be 16' for 1:1 slopes, 18" for 1^:1 slopes and 20' for 2:1 slopes or flatter. For slopes between the values shown, the lesser distance shall prevail. 3-17.7 Splash Walls. The portion of the splash wall, 2 inches or more below finish grade, shall be poured against undisturbed earth. 3-17.8 Payment. Payment shall be made on the basis of the lump sum price bid for each item and shall also include full compensation for manhole frames and covers, reinforcing, miscellaneous metal items, and precast concrete sections. 3-18 PCC DITCH AND SUBDRAINS 3-18.1 PCC Ditch. PCC ditch shall conform to the requirements of the drawings and to Section 303-1 of the Standard Specifications and to the applicable Standard Drawing. Standard drawing D75-1 shall be modified by the substitution of 6" x 6" x 10 gauge x 10 gauge welded wire fabric for 1%" x 1%" 17 gauge stucco netting. If air placed concrete is used it shall conform to Section 303-2 of the Standard Specifications, however, payment will be made on the basis of the unit price bid per lineal foot of ditch installed in accordance with these plans or as directed by the Engineer. 3-18.2 Subdrains. Subdrains (canyon subdrains) shall conform to the details, notes and other requirements shown on the drawings. Drain shall have continuous downhill gradient. Trench excavation shall conform to Section 306-1.1.1 of the Standard Specifications and shall be performed in such a manner so as to allow installation of the fabric against undisturbed sides and bottom of trench. Pipes and fabric shall be installed according to the manufacturers recommenda- tions. Rock shall conform to the provisions of Section 200-1 of the Standard Specifications for crushed rock. 3-18.3 Payment. Payment shall be made on the basis of the unit price bid per lineal foot of ditch and subdrain, complete and in place, installed in accordance with these plans or as directed by the Engineer. 3-19 BARRICADE 3-19.1 General. Barricade shall conform to Standard Drawing M 9.1 and the applicable sections of the Standard Specifications at the locations shown on the plans. II-3.17 3-19.2 Payment. Barricades will be paid for at the contract price bid per lineal foot of barricade installed in accordance with the Contract Documents or as directed by the Engineer. The price bid for each lineal foot of barricade shall include full compensation for furnishing all labor, tools, equipment, materials and incidentals and for doing all work involved in the installation including but not limited to earthwork, posts, railing, signs, reflectors, bolts, nuts, hardware, fittings, and when requested, reports and certifi- cations . 3-20 RIP RAP ENERGY DISSIPATOR "" 3-20.1 General. Rip rap energy dissipator shall ** conform to the rock class, dimensions, filter material, and •* type shown on the plans and shall be in accordance with the Standard Drawing, Section 200-1.6 of the Standard •* Specifications, and Sections 200-1.6 and 200-1.7 of the Standard Special Provisions. 3-20-2 Measurement and Payment. Rip rap energy dissi- pators will be paid for at the contract price bid per cubic **" yard, complete and in place, in accordance with the Contract Documents or as directed by the Engineer. The unit price bid ^^ m each item shall include full compensation for furnishing all ,_ — labor, tools, equipment, materials and incidentals and for doing all work involved in the construction including but not ** limited to earthwork, rock, filter material and fill, where required. "™ 3-21 STREET SURVEY MONUMENTS — 3-21.1 General. Street survey monuments shall conform * to Standard Drawing M-10 except that locations will be as m shown on plans. Street survey monuments shall conform to Section 309 of the. Standard Specifications as modified by p those portions of the standard special provisions relating to that section, except that locations shall be as shown on the * plans. Ml 3-22 PRESSURE REDUCING STATION AT STATION 76+90 • 3-22.1 General. The Pressure Reducing Station at Station 76+90 shall conform to the plans, the Standard Plans and Specifications of the Costa Real Municipal Water District, these specifications and the Green Book. H 2-22.2 Measurement and Payment. The Pressure Reducing .-^ Station at Station 76+90 between the limits as shown on the '*" *" m II-3.18 . plans will be paid for at the Contract Lump Sum Bid. The -is*' Lump Sum Price Bid shall include full compensation for all '*" labor, tools, equipment, materials and incidentals for doing m all work in the construction of the Pressure Reducing Station including but not limited to air piping and intake caps; ,„ pressure relief discharge piping, manhole and 12-inch drain; electrical service pedestal, concrete slab and conduit; and m sump pump with drain piping. m 3-23 PRESSURE REDUCING STATION AT STATION 29+24 "» 3-23.1 General. The Pressure Reducing Station at — Station 29+24 shall conform to the plans, the Standard Plans and Specifications of the Costa Real Municipal Water m District, these specifications and the Green Book. *• 2-23.2 Measurement and Payment. The Pressure Reducing Station at Station 29+24 between the limits as shown on the m plans will be paid for at the Contract Lump Sum Bid. The m Lump Sum Price Bid shall include full compensation for all labor, tools, equipment, materials and incidentals for doing ** all work in the construction of the Pressure Reducing Station including but not limited to air piping and intake caps; pressure relief discharge piping, manhole and 12-inch drain; electrical service pedestal, concrete slab and conduit; sump pump with drain piping; and masonry retaining wall. *• •««*• "** 3-24 STREET LIGHTING m 3-24.1 General. Street lighting shall conform to the m plans, the City of Carlsbad Standards, the Standard Plans, the Standard Special Provisions, and the Green Book.m 3-24.2 System Layout. The Contractor shall submit to ** the Engineer, for his approval, a street lighting layout. am The layout shall include all connections, pull boxes, conduit and wire necessary for a complete system. m - - • - --.... 3-24.3 Measurement and Payment. Street lighting will be paid for the Unit Price Bid for each street light. The m Unit Price Bid for each street light shall include full compensation for all labor, tools, equipment, materials and •*• incidentals for doing all work in installing the street light and it's pro rata share of all conduit, wire, pull boxes, and "" service connections necessary to make a complete street ^ lighting system. II-3.19 3-25 MAIN TRENCH (ELECTRIC, GAS, CABLE TV), TRENCH (TELCO), BURIED CONDUIT, TRANSFORMER CONCRETE PAD, ELECTRIC MANHOLES, AND TELEPHONE MANHOLES 3-25.1 General. The above items shall conform to the requirements of the Drawings, Appendix "A", the Standard Special Provisions, and the Green Book. The SDG&E plans prevail over those prepared by Utility Specialists. 3-25.2 Main Trench (Joint Trench). The Contractor shall provide all trench, backfill and compaction to the lines and grades as shown on the Drawings. a. Before backfill, the Contractor shall install electric conduit and structures as shown on the drawing and as directed by the Engineer. b. Before backfill, the Contractor shall schedule San Diego Gas & Electric to install cable, transformers and gas piping. c. Before backfill, the Contractor shall schedule Carlsbad C.A.T.V. to install all conduits and structures shown as C.A.T.V. (by others) on the drawings. It shall be the Contractor's responsibility to coordinate and schedule all work by San Diego Gas & Electric, Carlsbad C.A.T.V. and all other related items of work. 3-25.3 Trench (Telco). The Contractor shall provide all trench, backfill and compaction to the lines and grades as shown on the Plans. Before backfill, the Contractor shall install conduit and structures as shown on the plans or directed by the Engineer. 3-25.4 Measurement and Payment. a. Main trench, trench (gas) and trench (telco) will be paid for at the Contract Price Bid per linear foot (measured in the horizontal plane) of such trench .in accordance with the Contract Documents or as directed by the Engineer. The price paid shall include full compensation for all labor, tools, equipment, materials and incidentals for work for the trenches including but not limited to trench, backfill, compaction, and coordination with utilities. b. Conduit will be paid for at the Contract Price Bid per linear foot (measured in the horizontal plane) for each type of and number of conduit as shown in the Bid Schedule complete and in place ready for cable installation by the utilities. II-3.20 c. Transformer concrete pad, electric handholes, and telephone manholes will be paid for at the appropriate Contract Unit Price Bid of each item installed complete and in place, including retaining walls, in accordance with the Contract Documents or as directed by the Engineer. 3-26 TRAFFIC SIGNALS AND SAFETY LIGHTING FACILITIES 3-26.1 General. Traffic signals and safety lighting facilities shall conform to the Plans, these special provisions applicable portions of the Green Book, and as directed by the Engineer. 3-26.2 Reference Specifications and Standard Plans. a. Standard Specifications - Except as modified herein, materials and installation shall conform to the California Standard Specifications, July, 1984. All reference in this section to "Standard Speci- fications" shall be understood to be referenced to the California Standard Specifications. b. Standard Plans - Except as modified herein, all references in this section to "Standard Plans" shall be understood to be referenced to the California Standard Plans, July, 1984. c. Codes, Ordinances, and Regulations - All electrical materials and equipment furnished and installed under this section shall conform to the referenced regulations and codes specified in Section 86-1.02 or the Standard Specifications, and to all other ordinances and regulations of the authorities having jurisdiction. Whenever reference is made to the Code, Safety Orders, General Order of Standard, the reference shall be construed to mean the Code, Order or Standard that is in effect on the date set for receipt of bids. 3-26.3 Description. Furnishing and installing traffic signals, lighting and sign illumination systems and payment therefore shall conform to the provisions in Section 86, "Signals and Lighting", of the Standard Specifications. Traffic signal work is to be performed at the following intersections: o El Camino Real /College Boulevard o Palomar Airport Road/College Boulevard II-3.21 p Kb 3-26.4 Equipment List and Drawings. Equipment list and drawings of electrical equipment and material shall conform to the provisions in Section 86-1.03, "Equipment List and Drawings", of the Standard Specifications and these Special Provisions. The controller cabinet schematic wiring diagram and intersection sketch shall be combined into one drawing and shall be supplied on 24" x 36" size sheets, or if desired, on 36" x 48" size sheets for five through eight phase installa- tions only, and shall be drawn in sufficiently large scale to be clearly readable by field technicians. Partial schematic diagrams on the basic cabinet wiring on 8V x 11" sheets will not be acceptable. The Contractor shall furnish a maintenance manual for all controller units, auxiliary equipment, and vehicle detector sensor units, control units, and amplifiers. The maintenance manual and operation manual may be combined into one manual. The maintenance manual or combined maintenance and operation manual shall be submitted at the time the controllers are delivered for testing or, if ordered by the Engineer, previous to purchase. The maintenance manual shall include but need not be limited to the following items: o Specifications o Design Characteristics /** o General operation theory « o Function of all controls o Detailed circuit analysis o Trouble shooting procedure (diagnostic routine) o Voltage charts with wave forms o Block circuit diagram o Geographical layout of components o Schematic diagrams o List of replaceable component parts with stock numbers 3-26.5 Equipment Testing. Equipment testing shall -conform to the Provisions . in Section 86-2.14, "Testing", and Section 86-2. 14A, "Material Testing", of the Standard Specifications. Testing of controller shall be at a facility designated by the City of Carlsbad. 3-26.6 Traffic Signal Field Tests. Field test shall conform to the Provisions in Section 86-2. 14B, "Field Testing", and Section 86.214C, "Functional Testing", of the Standard Specifications and these Special Provisions. The Traffic Engineer shall be notified at least 48 hours prior to the intended "turn-on". II-3.22 ••* *, Turn-on of the new traffic signal system shall not be **•? on, nor shall the five (5) day functional test start on a *" Friday, Saturday, Sunday, holiday or any day preceding a — holiday. „, A knowledgeable representative for the manufacturer or distributor of the traffic signal controller equipment shall m be required to be present for the initial portion, first day, of the functional test and upon completion of the field m installation. * The Contractor shall arrange to have a signal technician ««• qualified to work on the controller and employed by the controller manufacturer, or his representative, present at the time the equipment is turned on. 3-26.7 Service. Service shall conform to the provision ** in Section 86-2.11, "Service", of the Standard Specifications and these Special Provisions. <m m The Contractor shall be responsible for contacting the utility company and arranging for any required electrical *• energy and service connections. The electrical service shall be a Type III as shown on State Standard Plan ES-2D. The ** service equipment details shall be as specified by the San Diego Gas and Electric Company, and written proof of their "* -- approval shall be submitted to the Engineer prior to •#* **" installation. The Contractor shall be responsible for all service details, scheduling and the expense of any service •"» connection fees that may be applicable. m 3-26.8 Conduit. Conduit shall conform to the ,m provisions in Section 86-2.05, "Conduit", of the Standard Specifications and these Special Provisions. m Non-metallic type conduit shall not be used.•«• m Insulated bonding bushings will be required. *•» After conductors have been installedy the. ends of conduits terminating in pull boxes and controller cabinets ** shall be sealed with an approved type sealing compound. 3-26.9 Pull Boxes. Pull boxes shall conform to the «* provisions in Section 86-2.06, "Pull Boxes", of the Standard Specifications and these Special Provisions.*«B aa Plastic pull boxes shall not be used. ,„» 3-26.10 Bonding and Grounding. Bonding and grounding shall conform to the provisions in Section 86-2.10, "Bonding *' and Grounding", of the Standard Specifications and these Special Provisions. II-3.23 Grounding jumper shall be attached by a 3/16-inch or ^^ •» large brass bolt in the standard or pedestal and shall be run ^J to the conduit ground rod or bonding wire in adjacent pull m box. 3-26.11 Photoelectric Controls. Photoelectric controls m shall conform to the provisions in Section 86-6.07, "Photo- electric Controls", of the Standard Specifications and these «• Special Provisions. Photoelectric controls shall be Type IV. ^ 3-26-12 Ballasts. Ballasts shall conform to the ., provisions in Section 86-6.10, "Ballasts", of the Standard Specifications and these Special Provisions. "* Integral ballasts shall be provided. m 3-26.13 Internally Illuminated Street Name Signs. Internally illuminated street name signs shall conform to the •* provisions in Section 86-6.065, "Internally Illuminated ^ Street Name Signs", of the Standard Specifications and these Special Provisions. m Internally illuminated street name signs shall be Type "* A. 3-26.14 Foundations. Foundations for electroliers, , _ standards, posts, and pedestals shall conform to the applicable provisions in Section 86-2.03, "Foundations", of *• the Standard Specifications and these Special Provisions. Foundations shall be located and installed as directed m herein and on the Plans, or as directed by the Engineer. No foundations shall be located within three feet of a fire *• hydrant. In lieu of placing grout under the base plate of posts, ^ standards or pedestals, the top two inches of the concrete foundation shall be poured, after they are in position. The m exposed portions of the foundation shall be formed to present a neat appearance. At locations where sidewalks are being ** constructed, the top two inches of the foundation shall be omitted. m MB 3-26.15 Electroliers, Standards, Steel Pedestals and Posts. Standards, steel pedestals and posts shall conform to p the provisions in Section 86-2.04, "Standards, Steel Pedestals and Posts", of the Standard Specifications, the "" Standard Plans, and these Special Provisions. The location of all standards shall be strictly in •* accordance with dimensions shown on the Plans, or as approved **\ II-3.24 by the Engineer. Existing signal standards, pedestals and posts shall be removed or modified when indicated on the plans. 3-26.16 Pedestrian Signals. Pedestrian signals shall conform to the provisions in Section 86-4.05, "Pedestrian Signal Faces", of the Standard Specifications, and these Special Provisions. Pedestrian signals shall be International Symbol type. The hood described in Section 86-4.05D, "Visors", of the Standard Specifications shall be provided. 3-26.17 Solid-State Traffic Actuated Controllers and Cabinets. Solid-state traffic actuated controller units and cabinets shall conform to the provisions in Section 86-3, "Controller", of the Standard Specifications, and these Special Provisions. Monitoring device shall conform to the provisions of Section 86-3.08C, "Monitoring Devices", of the Standard Specifications, and these Special Provisions. The conflict monitor unit shall include phase timing interval memory and indicator lamps. The "on-off" switch for the cabinet lighting fixture shall be the door-actuated type. The convenience receptacle shall have ground-fault circuit interruption as defined by the Code. All coordination features such as: hold, force-off, etc., shall be provided external to the controller on a terminal strip in the cabinet for future coordinated operation. The cabinet shall contain a conspicuous warning against operation without the monitoring device being installed. 3-26.18 Signal Faces and Signal Heads. Signal faces, signal heads, and auxiliary equipment, as shown on the plans, and the installation thereof shall conform to the provisions in Section 86-4.01, "Vehicle Signal Faces", Section 86-4.02, "Directional Louvers", Section 86-4.03, "Blackplates", and Section 86-4.06, "Signal Mounting Assemblies", of the Standard Specifications and these Special Provisions. Where signal heads are mounted on the side of poles, they shall be mounted on the side away from the traveled roadbed. II-3.25 All lamps for traffic signal units shall be provided by the Contractor, and the cost of the lamps shall be included in the lump sum bid. 3-26.19 Detectors. Detectors shall conform to the provisions in Section 86-5, "Detectors", of the Standard Specifications and these Special Provisions. The Contractor shall test the detectors with a motor driven cycle, as defined in the California Vehicle Code that is licensed for street use by the Department of Motor Vehicles of the State of California. The unladen weight of the vehicle shall not exceed 220 pounds and the engine displacement shall not exceed 100 cubic centimeters. Special features, components or vehicles designed to activate the detector will not be permitted. The Contractor shall provide an operator who shall drive the motor driven cycle through the response or detection area of the detector at not less than three miles per hour nor more than seven miles per hour. The detector shall provide an indication in response to this test. 3-27 LANDSCAPE AND EROSION CONTROL 3-27.1 General. Landscape and erosion control shall conform to the requirements of the Drawings and the Specifications thereon, the Standard Special Provisions, the Green Book except for Section 212, and as directed by the Engineer. 3-27.2 Temporary and Permanent Irrigation. a. Irrigation that is designated on the drawings as "TEMPORARY IRRIGATION" indicates that its use will be to establish erosion control hydroseed only. b. Irrigation that is designated on the drawings as "PERMANENT IRRIGATION" indicates that its use will be to establish the permanent plant material. 3-27.3 Lump Sum Work. The Contractor shall submit to the Engineer a detailed schedule in> accordance with Section 9.2 of the Green Book. 3-27.4 Measurement and Payment. a. Temporary irrigation, permanent irrigation and tree well irrigation will be paid for at the appropriate Contract Lump Sum Bid for each item including but not limited to heads, pipe, valves, controls, electrical connections, testing, complete and in place in accordance with the Contract Documents or as directed by the Engineer. II-3.26 b. Hydroseed, shrubs, ground cover and trees will be paid for at the appropriate Contract Unit Price Bid for each item complete and in place including but not limited to the plants, grading and soil preparation, soil amendment and fertilizer, in accordance with the Contract Documents or as directed by the Engineer. c. Plant establishment (maintenance) will be paid for at the Lump Sum Contract Price Bid. The price paid shall include watering, pruning, fertilizing, replacement of dead or unhealthy plants all in accordance with the Contract Documents. d. Exposed aggregate concrete (median) will be paid for at the Unit Contract Price Bid complete and in place in accordance with the Contract Documents or as directed by the Engineer. 3-28 TRAFFIC SIGNING, STRIPING AND PAVEMENT MARKINGS 3-28.1 General. Traffic signing, striping and pavement markings shall conform to the Plans; the State of California Department of Transportation Standard Specifications, Sections 82, 94 and 85; and the State of California Department of Transportation Traffic Manual. 3-28.2 Traffic signing, striping and pavement marking shall be paid for at the applicable lump sum bid and shall include full compensation for all labor, tools, equipment, materials and incidentals for doing all work in installing the traffic signing, striping and pavement markings. 3-29 SURVEYING 3-29.1 General. The Contractor shall provide the survey service required by Section 2-9.3 of the Standard Specifications. The work shall be performed under the supervision of a Registered Civil Engineer . or Licensed Land Surveyor. The Engineer shall be furnished with three sets of grade sheets. 3-29.2 Payment. Payment shall be made at the lump sum price bid and shall include but not be limited to the cost of all labor materials equipment required to perform the work. 3-30 SHEETING SHORING AND BRACING 3-30.1 General. Contractor shall install all sheeting, shoring, bracing and such other protective measures required by law or necessary for worker protection in excavations. II-3.27 3-30.2 Payment. Sheeting, shoring and bracing, or equivalent, will be paid for at the Contract Lump Sum Price Bid. Payment shall include full compensation for furnishing all labor, materials, tools and equipment, and doing all work involved in providing such protection. Payment shall include the cost of preparation and submittal of plans and obtaining the required permit from the state Division of Industrial Safety. 3-31 EARTHQUAKE AND TIDAL WAVE INSURANCE 3-31.1 General. When required by the owner, the Contractor shall provide earthquake and tidal wave insurance as specified elsewhere herein. 3-31.2 Payment. Payment for the premium for earthquake and tidal wave insurance, if required by the owner, will be made at the lump sum price bid. •*****»!, ••- • m II-3.28 APPENDIX A SDG&E SPECIFICATION ACCT 108.4 -RETIRE AND ABANDON FACILITIES AS REQUIRED ACCT1 376 J- INSTALL FOLLOWING FACILITIES QUALITY IQ .,, V?> ;-'^ ^ H- -~i5~ '* l?> -« U* * SHO7 9i9LJ«(• ' '?«* 3 «• ,„ 3 »=•» -f " K* -. (? 3 *«• «•« INSTALLED STOCK NO. 109368 109352 163150 163232 286846 203184 205664 281614 321800 326016 336380 350240 350368 350550 350576 350608 350624 1 350636 350928 350944 350952 534606 534624 534632 536288 ^36704 535940 573360 { 575712 _| j 509984 510016 615060 610358 610528 610112 510816 610415 510432 723944 725312 725344 -iCIQTO OEscamoN 3 b AMOOE 9 fc ANODE POLY VALVE BOX !2 «. BOX 12 « COVER 3 «. PE CAP 3 « ST CAP 3 « PE COUPUN6 3 m PE EU 3 m ST EU. POLY VALVE EXTENSION 2 m EXT FTG. 3 m (XI FTG. 14 n PCF 14 «i. PCFST 2 wi prF 2 m. PCF BT 3 in. PCF 3 m PCf BT 1<> m TRANS. FTG. 2 in TRANS. FT6. 3 m TSANS. FTG. 1'. m PE PIPE 2 .n PE PIPE 3 in PE PIPE 1 in ST PIPE 2 m ST PIPE 3 m ST PIPE 3 .n 2 m PE =EDUCER 3m 2 m ST SEDUCER 2m 2 m &fi SAD 3 m 2 m. 6P. SAD 3 m I'-i m MULT1 SAD 2 m 3 m WLD SAD 2 in 4 r. WLD SAO 2 in 6m WU3 SAO 2m B m WLD SAD 3m 5 m. A'lO SAO 3 m 5 ;n A'LB SAD 3 in. PE TEE 3 m i 2 in ST TEE 3 in ST TEE 7S0992 3 «i 'MS jN'ON 782840 762841 7B4736 7S4768 768608 786640 788098 2 POLY VALVE 3" POLY VALVE 2 in. 115 NV ASSEM ST 3 m. 115 NV ASSEM ST 1 .n MU TEE 2 in MU TEE 1 in. MU VALVE FOR PE * ACCT 380 - INSTALL FOLLOWING FACILITIES - INDICATE ON SKETCH 380.1 & 380.2 FOR EXCESS SERV. ACCT 1006190 RETIRE & ABANDON FACILITIES AS REQD. «• ACCT 1006130 - INSTALL FOLLOWING FACILITIES OuANTITY.mi >*m tan r :'<• •v.jf INSTALLED STOCK NO. 10S368 163136 163232 266646 534592 534608 536192 5362B8 600 '30 600132 600134 786608 7B8098 DESCRIPTION 3 Ib ANODE 0,'RB VALVE BOX 84 m i 30 m. 12 in 30X 12 m. COVER 4 .r !>9LY PIPE !'•. .n POLY PIPE ». in ST PIPE 1 m ST PIPE 4 PE i »' ST RISER r, PE . 1 ST. RISER W BYPASS IV PE i 1" ST. RISER 1 ,r MU TEE 1 m MU .'ALVE FOR PE •"" ACCT 382-- BUILD AND INSTALL LARGE GAS METER SET m<$ f ^ SAN OIEBO GAS 4 ELE ta?%) GAS CONSTRUCTION C ^-^ ' -MATERIAL LIST AND DP COST CENTER 61 _[<2___.30 C GAS METER SHOP WHSE 1.0. CUSTOMER £°F NO. UNITS 2^°' TYPE -W- - -r— CODE ^ If ] SSUEDTO£££|<£J^DATEB7.Lmi^fta ™- m 1L mi %0 RATE ZONE TM CODE WAP COORD. ']A R.IHO CA(Ll£6?<0 SURVEY ACTION DATE pTpif. COJCTRuaiQ* WOtf «';„': i'iwosoInDEn MOPAC NO AWIK6- 01^5-02 "HT tftOJECT NAME ALLEGE ftCULBJDRD ASSES^EMT aSTKJCT R 1 1 PROJECT LOCATION:cmr/iF my.,EVACT> FTT^E mtjDun^. A£FT.03.^ a tm\w KntoCMftEL Da-3O&5 P^^^fe^fL CATE STAFiT CAT? ' CCMPl DATE THOMAS BROS >r» CTS t^ri>~cd , \J NET EXPENDITURE BUDGET JOB/B 4(/lW\ KSQQiU FOREMAN^ NAME (PRINT) DATE CSWWLETED to EXT 4-tl -Df I LUNG PE 5005 PROJECT FUNDING EST COST S / f-j OM I LESS CJAC S IMP PLANS AHACHE^ D PLAN NUMBER MAIN EXTN. ALLOWANCE FT FT. SERV EXTN ALLOWANCE FT FT REFJNCABLE AffVANCE MAIN S NAME EXCESS LD.S Gawt FT EXCESS TTiENCHINS iCCQUNTS 2~S.9. 380.9 FT SERV' S TTtENCH BY _^l C SDGfeE SlTJEVE JOINT T3ENCH WITH STORES ACCTG. CONST Accra BOOK MAP SECO. DATE WALL MAP CHECKED * HECTHIC _£ - TELCO VAL ^ CATV LGWOS PAVEMENT ACCT. QUAN.REQ. OUtti iNST ,. KT JOB NO \{fr( DRY SPECIAL INSTRUCTIONS =^^= * DEVELQPER TD PROVIDE ALL TRENCW1M6- laS^Or IMCHJOIMCr KS'i^TO, LHfT j^ftL? I j i i i I i I ; SAN DIEGO GAS AND ELECTRIC COMPANY OERGROUND ELECTRIC CONSTRUCTION ORDER DISTRICT OPERATING CEHTER ADDRESS^ CftRJ.9BM)CMLSMP. CA. 92flQft MOPAC CONSTRUCTION ORDER2 5000 REVISIO, JECT NAME 'ALLEGE HilLOARD OJSTR.CT PROJECT LOCATIONn cftimiQ.P/ILLE&EttFftI < R jniMK START DATE THOMAS BROTHERS IGNED BY 3WDKL L. JYUimEL DATE PHONE *ISSUED BY COST CEHTER MMZ IN SERV. DATE K A/Ci BUDGET! S) TOMER PAYMENTi RQVED BYi _^J ^ S^^ NET EXPENDITURE lUAJtfl I A R 1 PHONE « JOB/BILLING TYPE \ LOAD LIGHTS s CUSTOMER TYPE CODEi C.O. TYPE RFFHIfJ RiNr.F SUMMARY i HP OTHER EST. SUBJECT TO R/H •</R/H ACTION DATE RULE1S) STAKED BY DLVi ST. LTS. ATTACl 2 4 KH/UN: SUH\ (ED LOTS/UNITS ^ SECOND C.O. TYPE HEAT AHH A/C [T DEMAND EST. DEMAND fEY NO. IMPROVEMENT PLAN PERMITS REQ. RCLE APPLICADLE^ACCOUHTSi TOO , *»j d8** • 6 3 L)f366j 366.1 C 3(17 ,\j C 367. Z ) 367.9 368.2 36V.Z 373. Z 373.3 S&t.Z S94.S INT INSTALLATION HITHi VICE INSTALLATION ORDER TRENCH CONDITION TRENCH FOOTAGE HALT REPAIR F OH W.O. STREET LIGHT ORDER EASY SDGE CUST. EET CONCRETE REPAIR GAS H.O. loiPL\rO'jO TELCO ENGR PHONE CATV PHONE GENERAL FOREMAN APPROVAL (PRINT) COMPLETION DATE TEMP CIR MAP ^^lOTF-l NORMAL HARD HAND DIG OTHER SDGE CUST. SDGE CUST. SDGE CUST. I X EXISTING UG FACILITIES HERE INSTALLED ON H.O.(S) "EET , O I |r7<Z)5;V~\ &E FOREMAN'S INSTRUCTIONS i AS-BUILT DRAWINGS MUST SHOH ALL TRENCH DEPTH DEVIATIONS FROM UG STANDARD 3370. VERIFY ALL CONFLICTS IN FIELD. FACILITIES SHOHN CANNOT BE CONSIDERED AS ACCURATELY LOCATED OR INCLUSIVE OF ALL UTILITIES. PLICANTS CONSTRUCTION NOTESi - IH THE EVENT OF CONFLICT BETWEEN THIS DRAWING AND THE GENERAL CONDITIONS, THE GENERAL CONDITIONS SHALL TAKE PRECEDENCE. - A COMPLETE StT OF UTILITY CONSTRUCTION SPECIFICATIONS IS AVAILABLE OH REQUEST. - CHECK CONFLICTS IN AREA PRIOR TO ANY EXCAVATION. CALL 'USA1 l-000-<i2e-<U33 48 HOURS IN ADVANCE OF ANY GRADING OR EXCAVATION IN VICINITY OF SOGtE FACILITIES - IT IS NECESSARY TO OBTAIN AN EXCAVATION PERMIT FROM THE LOCAL AUTHORITY. - AFTER NOTIFICATION THAT CONSTRUCTION CAN PROCEED, HRITE TO THE CONSTRUCTION MANAGER AT THE DISTRICT OPERATING CEHTER ADDRESS NOTED ABOVE. THIS WRITTEN NOT1C MUST BE RECEIVED THO HEEKS PRIOR TO START OF'TRENCHING AND MUST BE CONFIRMED BY TELEPHONE THO DAYS PRIOR TO START OF HORK. i i ^ a , nnff\ - FOR INSPECTION OF YOUR INSTALLATION AND ANY FIELD CHANGES PHONE SDG4E INSPECTOR AT THE DISTRICT OPERATING CENTER (CALL HpD'fc'Z.Z.^J 1. - PRECOHSTRUCTION CONFERENCE WITH DISTRICT OPERATING DEPARTMENT REQUIRED) YES INDUIT NOTES (UNLESS OTHERWISE NOTED 11 NO i ffiin»nY « SECom)A«y RUNSI ALL TF.PIIIHATIOHS IH ABOVE enowcp PADS HT!.L BE MADE HTTH 36" RAO IMS ?o, nf.QREE gENnj. ALL SHCEP§ IN J»JE£E; aiDiyi: ^-§ OH ii.iB m&i §i[a!LKi§; iTsiAi EuHiiyif'SyS i 'Srii fiiHiiiyh'SuHiHATiBWS5^iiii= wyirli 9METk i^ 10 nin. I IF SERVICES ARE NOT INSTALLED WITH THE MAIN SYSTEM INSTALL COHDU1T STUBS FROM PADS X HANDHOLES TO P/L. IF THE STUB FOOTAGE EXCEEDS 20' IMSTALL STUBS PER UO STANDARDS 3942 ITEM <• A)(D INSTALL STUB-OUT MARKERS PER UG STANDARDS 3377. SERVICE STUBS TO BE . 3-1Z-85 till ti till • c > ii ii 1 i i i i i :10/07/851 SAN DIEGO GAS & ELECTRIC COMPANY IMOPACi 1675-01 [CONSTRUCTION ORDERt 2128000 REV UNDERGROUND ELECTRIC CONSTRUCTION ORDER MATERIAL LISTICUSTOMER UNIT SUMMARY BY LOCATION I SHEET 1 OF 7 IIORTH COAST (COLLEGE BOULEVARD ASSESSMENT DISTRICT | DESIGNER: RANDAL L. MICHAEL LOC NUMI DESCRIPTION 1 2 1-4" DB CONDUIT PRIMARY FT UNIT 243 2-5" EB CONDUIT CONCRETE ENCASED FT UNIT 268 TRENCH - NORMAL PER FT UNIT 302 HANDHOLE PC 5' X 8'-6" X 7'-6" 3316 UNIT 116 RETAINING WALL 16"H 10'L 8"X8"X16" BLK UNIT 1103 EXCAVATE - HH 3316 UNIT 1310 EXCAVATE - RETAINING WALL 10'L UNIT 1392 UM| REQD C| C| C|oooo3 1-2" DB CONDUIT PRIMARY ; FT UNIT 241 |C| 4 PAD 1-PHASE TRANSFORMER 3421 UNIT 161 RETAINING WALL 16"H 6'L 8"X8"X16" BLK UNIT 1101 1-2" DB 90D 36"R BEND PRIMARY EA UNIT 3211 EXCAVATE - PAD 1PH TRANSFORMER 3421 UNIT 1351 EXCAVATE - RETAINING WALL 6'L UNIT 1391 ... , _. _ _ 5 1-4" DB CONDUIT PRIMARY FT UNIT 243 2-5" EB CONDUIT CONCRETE ENCASED FT UNIT 268 TRENCH - NORMAL PER FT UNIT 302 6 7 8 HANDHOLE PC 51 X 8'-6" X 7'-6" 3316 UNIT 116 HANDHOLE EXTENSION 12" DEPTH 3316 UNIT 118 RETAINING WALL 16"H 10'L 8"X8"X16" BLK UNIT 1103 EXCAVATE - HH 3316 UNIT 1310 EXCAVATE - HH EXTENSION 12" DEPTH 3316 UNIT 1311 EXCAVATE - RETAINING WALL 10'L UNIT 1392I 1-4" DB CONDUIT PRIMARY FT UNIT 243 1-5" DB CONDUIT PRIMARY FT UNIT 244 1-4" DB 22. 5D 25'R BEND PRIMARY EA UNIT 1273 1-5" DB 22. 5D 25'R BEND PRIMARY EA UNIT 1274 TRENCH - NORMAL PER FT UNIT 302 1-4" DB CONDUIT PRIMARY FT UNIT 243 1-5" DB CONDUIT PRIMARY FT UNIT 244 1-4" DB 22. 5D 25'R BEND PRIMARY EA UNIT 1273 1-5" DB 22. 5D 25'R BEND PRIMARY EA UNIT 1274 TRENCH - NORMAL PER FT UNIT 302 L 1 J ooooooooooooooccc C C oooooU— __— __ J 9 1-4" DB CONDUIT PRIMARY FT UNIT 243 C| 2-5" EB CONDUIT CONCRETE ENCASED FT UNIT 268 C| TRENCH - NORMAL PER FT UNIT 302|C| 10 HANDHOLE PC 5' X 8'-6" X 7'-6" 3316 UNIT 116 |C RETAINING HALL 16"H 10'L 8"X8"X16" BLK UNIT 1103|C EXCAVATE - HH 3316 UNIT 1310|C 4- -1 4. — 1 U — — J t J __..«___.. 1 __ _ — __ _ _ i t L JL 10/07/851 SAN DIEGO GAS & ELECTRIC COMPANY IMOPAC: 1675-01 ICONSTRUCTION ORDER: 2128000 REV JNDERGROUND ELECTRIC CONSTRUCTION ORDER MATERIAL LIST | CUSTOMER UNIT SUMMARY BY LOCATION (SHEET 2 OF 7 IORTH COAST (COLLEGE BOULEVARD ASSESSMENT DISTRICT iDESIGNERi RANDAL L. MICHAEL .OC| IUMI DESCRIPTION • EXCAVATE - RETAINING HALL 10'L UNIT 1392|C 11 1-4" DB CONDUIT PRIMARY FT, UNIT 243|C 2-5" EB CONDUIT CONCRETE ENCASED FT UNIT 268 |C TRENCH - NORMAL ' PER FT UNIT 302|C 12 HANDHOLE PC 5' X 8'-6" X 7 ' -6" 3316 UNIT 116 RETAINING WALL 16"H 10'L 8"X8"X16" BLK UNIT 1103 EXCAVATE - HH 3316 UNIT 1310 EXCAVATE - RETAINING HALL 10'L UNIT 1392 C C C C UM REQD 13 1-2" DB CONDUIT PRIMARY FT UNIT 241 |C| 14 15 PAD 1-PHASE TRANSFORMER 3421 UNIT 161 RETAINING WALL 16"H 6'L 8"X8"X16" BLK UNIT 1101 1-2" DB 90D 24"R BEND SECONDARY EA UNIT 2291 1-2" DB 90D 36"R BEND PRIMARY EA UNIT 3211 EXCAVATE - PAD 1PH TRANSFORMER 3421 UNIT 1351 EXCAVATE - RETAINING HALL 6'L UNIT 1391 C C C C C C 1-4" DB CONDUIT PRIMARY FT UNIT 243|C 2-5" EB CONDUIT CONCRETE ENCASED FT UNIT 268 |C TRENCH - NORMAL PER FT UNIT 302 |C __•«»•« «_« 16 1-2" DB CONDUIT SECONDARY FT UNIT 221 |C| 17 18 HANDHOLE PC 5' X 8'-6" X 7'-6" 3316 UNIT 116 HANDHOLE EXTENSION 12" DEPTH 3316 UNIT 118 RETAINING WALL 16"H 10 'L 8"X8"X16" BLK UNIT 1103 EXCAVATE - HH 3316 UNIT 1310 EXCAVATE - HH EXTENSION 12" DEPTH 3316 UNIT 1311 EXCAVATE - RETAINING WALL 10'L UNIT 1392 1-4" DB CONDUIT PRIMARY FT UNIT 243 1-5" DB CONDUIT PRIMARY FT UNIT 244 1-4" DB 22. 5D 25'R BEND PRIMARY EA UNIT 1273 1-5" DB 22. 5D 25'R BEND PRIMARY EA UNIT 1274 TRENCH - NORMAL PER FT UNIT 302 19 1-2" SERVICE CONDUIT BY CUSTOMER 3942 UNIT 751 TRENCH - NORMAL PER FT UNIT 3702 20 1-4" DB CONDUIT PRIMARY , FT UNIT 243 2-5" EB CONDUIT CONCRETE ENCASED FT UNIT 268 TRENCH - NORMAL PER FT UNIT 302 C Ccccc ccccc cc ccc 21 HANDHOLE PC 51 X 8'-6" X 7'-6" 3316 UNIT 116|C| oII II II II II II II II II II II II II II II II II • • 10/07/851 SAN DIEGO GAS & ELECTRIC COMPANY IMOPACt 1675-01 | CONSTRUCTION ORDERi 2128000 REV tllDERGROUND ELECTRIC CONSTRUCTION ORDER MATERIAL LIST ICUSTOMER UNIT SUMMARY BY LOCATION ISHEET 3 OF 7 IORTH COAST (COLLEGE BOULEVARD ASSESSMENT DISTRICT (DESIGNER. RANDAL L. MICHAEL OC| IUMI DESCRIPTION 22 RETAINING HALL 16"H 10'L 8"X8"X1611 BLK UNIT 1103 EXCAVATE - HH 3316 UNIT 1310 EXCAVATE - RETAINING HALL 10'L UNIT 1392 1-4" DB CONDUIT PRIMARY FT UNIT 243 1-5" EB CONDUIT CONCRETE ENCASED FT UNIT 264 1-4" DB 22. 5D 25'R BEND PRIMARY EA UNIT 1273 1-5" DB 22. 5D 25'R BEND CONC. ENC. EA UNIT 1294 TRENCH - NORMAL PER FT UNIT 302 ooooooooUM| REQD 23| | 1-5" EB CONDUIT CONCRETE ENCASED FT UNIT 264 C| 24 HANDHOLE PC 5' X 8'-6" X 7'-6" 3316 UNIT 116 HANDHOLE EXTENSION 12" DEPTH 3316 UNIT 118 RETAINING HALL 16"H 10 'L 8"X8"X16" BLK UNIT 1103 EXCAVATE - HH 3316 UNIT 1310 EXCAVATE - HH EXTENSION 12" DEPTH 3316 UNIT 1311 EXCAVATE - RETAINING WALL 10 'L UNIT 1392 oooooo251 I 1-5" EB CONDUIT CONCRETE ENCASED FT UNIT 264 C| 26 HANDHOLE PC 5' X 8'-6" X 7«-6" 3316 UNIT 116 HANDHOLE EXTENSION 12" DEPTH 3316 UNIT 118 RETAINING WALL 16"H 10 'L 8"X8"X16" BLK UNIT 1103 EXCAVATE - HH 3316 UNIT 1310 EXCAVATE - HH EXTENSION 12" DEPTH 3316 UNIT 1311 EXCAVATE - RETAINING HALL 10'L UNIT 1392 27| I 1-2" DB CONDUIT PRIMARY FT UNIT 241 I | 1-2" DB 22. 5D 25'R BEND PRIMARY EA UNIT 1271 28 PAD 1-PHASE TRANSFORMER 3421 UNIT 161 RETAINING WALL 16"H 6'L 8"X8"X16" BLK UNIT 1101 1-2" DB 90D 36"R BEND PRIMARY EA UNIT 3211 EXCAVATE - PAD 1PH TRANSFORMER 3421 UNIT 1351 EXCAVATE - RETAINING WALL 6'L UNIT 1391 29| | 2-5" EB CONDUIT CONCRETE ENCASED FT UNIT 268 I 2-5" DB 22. 5D 25'R BEND CONC. ENC. EA UNIT 1298 30 1-4" DB CONDUIT PRIMARY FT UNIT 243 2-5" EB CONDUIT CONCRETE ENCASED FT UNIT 268 1-4" DB 22. 5D 25'R BEND PRIMARY EA UNIT 1273 2-5" DB 22. 5D 25'R BEND CONC. ENC. EA UNIT 1298 TRENCH - NORMAL PER FT UNIT 302 ooooooC C oonooi_ j c| |cl I oonoo31 2-5" EB CONDUIT CONCRETE ENCASED FT UNIT 268 C| 10/07/851 SAN DIEGO GAS & ELECTRIC COMPANY iMOPACi 1675-01 (CONSTRUCTION ORDERi 2128000 REV UIDERGROUND ELECTRIC CONSTRUCTION ORDER MATERIAL LIST | CUSTOMER UNIT SUMMARY BY LOCATION (SHEET 4 OF 7 IORTH COAST ICOLLEGE BOULEVARD ASSESSMENT DISTRICT 1 DESIGNER! RANDAL L. MICHAEL 'OC| I iUM| I DESCRIPTION I 2-5" DB 22. 5D 25'R BEND CONC. ENC. EA UNIT 1298 C| 32 1-4" DB CONDUIT PRIMARY FT UNIT 243|C I 2-5" EB CONDUIT CONCRETE ENCASED FT UNIT 268 C I TRENCH - NORMAL PER FT UNIT 302 C \ 33 j HANDHOLE PC 5' X 8 '-6" X 7 '-6" 3316 UNIT 116 RETAINING WALL 16"H 10'L 8"X8"X16" BLK UNIT 1103 EXCAVATE - HH 3316 UNIT 1310 EXCAVATE - RETAINING MALL 10'L UNIT 1392 C Ccc UM| REQD 34 1-4" DB CONDUIT PRIMARY FT UNIT 243|C| 4-5" EB CONDUIT CONCRETE ENCASED FT UNIT 271 |C| TRENCH - NORMAL PER FT UNIT 302 |C| 35| HANDHOLE PC 5' X 8'-6" X 7'-6" 3316 UNIT 116|C| EXCAVATE - HH 3316 UNIT 1310|C| 36 1-4" DB CONDUIT PRIMARY FT UNIT 243 |C 4-5" EB CONDUIT CONCRETE ENCASED FT UNIT 271 C TRENCH - NORMAL PER FT UNIT 302|C 37 HANDHOLE PC 51 X 8'-6" X 7'-6" 3316 UNIT 116 HANDHOLE EXTENSION 12" DEPTH 3316 UNIT 118 RETAINING HALL 16"H 10'L 8"X8"X16" BLK UNIT 1103 EXCAVATE - HH 3316 UNIT 1310 EXCAVATE - HH EXTENSION 12" DEPTH 3316 UNIT 1311 EXCAVATE - RETAINING MALL 10'L UNIT 1392 cccccc h—— — I 38 1-2" DB CONDUIT PRIMARY FT UNIT 241 |C| j 39 40 1 PAD 1-PHASE TRANSFORMER 3421 UNIT 161 RETAINING WALL 16"H 6'L 8"X8"X16" BLK UNIT 1101 1-2" DB 90D 36"R BEND PRIMARY EA UNIT 3211 EXCAVATE - PAD 1PH TRANSFORMER 3421 UNIT 1351 EXCAVATE - RETAINING WALL 6'L UNIT 1391 - - i i— 1-4" DB CONDUIT PRIMARY FT UNIT 243 1-5" DB CONDUIT PRIMARY FT UNIT 244 1-4" DB 22. 5D 25'R BEND PRIMARY EA UNIT 1273 1-5" DB 22. 5D 25'R BEND PRIMARY EA UNIT 1274 TRENCH - NORMAL PER FT UNIT 302 41 I 1-4" DB CONDUIT PRIMARY FT UNIT 243 I 1-5" DB CONDUIT PRIMARY FT UNIT 244 1 1-4" DB 22. 5D 25'R BEND PRIMARY EA UNIT 1273 ccccc ccccc C| C|cl i () '^ tflflliflVlllflilflilllllllllV* o " • • * 1 I till i i i i i i t> till • i LO/07/851 SAN DIEGO GAS & ELECTRIC COMPANY IMOPACi 1675-01 (CONSTRUCTION ORDERi 2128000 REV JNDERGROUND ELECTRIC CONSTRUCTION ORDER MATERIAL LIST [CUSTOMER UNIT SUMMARY BY LOCATION | SHEET 5 OF 7 JORTH COAST ICOLLEGE BOULEVARD ASSESSMENT DISTRICT I DESIGNER. RANDAL L. MICHAEL LOCI IIUMl DESCRIPTION 1| 1-5" DB 22. 5D 25'R BEND PRIMARY EA UNIT 1274 I TRENCH - NORMAL PER FT UNIT 302 42 1 1 43 Cc 1-4" DB CONDUIT PRIMARY , FT UNIT 243|C 4-5" EB CONDUIT CONCRETE ENCASED FT UNIT 271 |C TRENCH - NORMAL PER FT UNIT 302 C HANDHOLE PC 5' X 8'-6" X 7'-6" 3316 UNIT 116 RETAINING HALL 16"H 10'L 8"X8"X16" BLK UNIT 1103 EXCAVATE - HH , 3316 UNIT 1310 EXCAVATE - RETAINING HALL 10'L UNIT 1392 ooooUM| REQD 44 2-5" EB CONDUIT CONCRETE ENCASED FT UNIT 268 C| I TRENCH - NORMAL PER FT UNIT 302|C| 45 46 1-4" DB CONDUIT PRIMARY FT UNIT 243 2-5" EB CONDUIT CONCRETE ENCASED FT UNIT 268 1-4" DB 22. 5D 25'R BEND PRIMARY EA UNIT 1273 2-5" DB 22. 5D 25'R BEND CONC. ENC. EA UNIT 1298!___ _. _ _ i- — — — — — — — — — — — — ___ __ — -\ HANDHOLE PC 51 X 8'-6" X 7«-6" 3316 UNIT 116 HANDHOLE EXTENSION 12" DEPTH 3316 UNIT 118 RETAINING HALL 16"H 10'L 8"X8"X16" BLK UNIT 1103 EXCAVATE - HH 3316 UNIT 1310 EXCAVATE - HH EXTENSION 12" DEPTH 3316 UNIT 1311 EXCAVATE - RETAINING HALL 10'L UNIT 1392 oooooooooo|_______,|L__.|_______-j 47| 1-5" EB CONDUIT CONCRETE ENCASED FT UNIT 264 C| 48 PAD/HANDHOLE - PAD-MOUNTED SHITCH 3441 UNIT 192 RETAINING HALL 16"H 10'L 8"X8"X16" BLK UNIT 1103 EXCAVATE - PAD/HH PAD MNTD SHITCH 3441 UNIT 1382 EXCAVATE - RETAINING HALL 10'L UNIT 1392 oooo49| 1-2" DB CONDUIT PRIMARY . FT UNIT 241 C I | 1-2" DB 22. 5D 25'R BEND PRIMARY EA UNIT 1271|C 50 PAD 1-PHASE TRANSFORMER 3421 UNIT 161 RETAINING HALL 16"H 6'L 8"X8"X16" BLK UNIT 1101 1-2" DB 90D 36"R BEND PRIMARY EA UNIT 3211 EXCAVATE - PAD 1PH TRANSFORMER 3421 UNIT 1351 EXCAVATE - RETAINING HALL 6'L UNIT 1391 ooooo51| 1-5" EB CONDUIT CONCRETE ENCASED FT UNIT 264 C| 1 1-5" DB 22. 5D 25'R BEND CONC. ENC. EA UNIT 1294|C| 1 TRENCH - NORMAL PER FT UNIT 302 |C L 4. L_J J 1L JL -i 10/07/851 SAN DIEGO GAS & ELECTRIC COMPANY iMOPACi 1675-01 | CONSTRUCTION ORDERi 2128000 REV IMDERGROUND ELECTRIC CONSTRUCTION ORDER MATERIAL LIST | CUSTOMER UNIT SUMMARY BY LOCATION (SHEET 6 OF 7 IORTH COAST ICOLLEGE BOULEVARD ASSESSMENT DISTRICT (DESIGNER: RANDAL L. MICHAEL , oc lUM 52 53 DESCRIPTION 1-4" DB CONDUIT PRIMARY FT UNIT 243 1-5" EB CONDUIT CONCRETE ENCASED FT UNIT 264 1-4" DB 22. 5D 25'R BEND PRIMARY EA UNIT 1273 1-5" DB 22. 5D 25'R BEND CONp. ENC. EA UNIT 1294 ... C C C C 2-5" EB CONDUIT CONCRETE ENCASED FT UNIT 268 C 2-5" DB 22. 5D 25'R BEND COIIC. ENC. EA UNIT 1298 C TRENCH - NORMAL ( PER FT UNIT 302 C 54 55 1-4" DB CONDUIT PRIMARY FT UNIT 243 2-5" EB CONDUIT CONCRETE ENCASED FT UNIT 268 1-4" DB 22. 5D 25'R BEND PRIMARY EA UNIT 1273 2-5" DB 22. 5D 25'R BEND CONC. ENC. EA UNIT 1298 C C C C UM h _ j 2-5" EB CONDUIT CONCRETE ENCASED FT UNIT 268 C| 2-5" DB 22. 5D 25'R BEND CONC. ENC. EA UNIT 1298 |C| TRENCH - NORMAL PER FT UNIT 302 |C| 56 1-4" DB CONDUIT PRIMARY FT UNIT 243|C| 2-5" EB CONDUIT CONCRETE ENCASED FT UNIT 268 |C| 57 HANDHOLE PC 5' X 8 '-6" X 7 ' -6" 3316 UNIT 116 RETAINING HALL 16"H 10'L 8"X8"X16" BLK UNIT 1103 EXCAVATE - HH 3316 UNIT 1310 EXCAVATE - RETAINING WALL 10 'L UNIT 1392, 58| 1-4" DB CONDUIT PRIMARY FT UNIT 243 I 4-5" EB CONDUIT CONCRETE ENCASED FT UNIT 271 TRENCH - NORMAL . PER FT UNIT 302 59 HANDHOLE PC 5' X 8'-6" X 7'-6" 3316 UNIT 116 RETAINING WALL 16"H 10'L 8"X8"X16" BLK UNIT 1103 EXCAVATE - HH • 3316 UNIT 1310 EXCAVATE - RETAINING WALL 10'L UNIT 1392 cccc c| C| C| cccc REQD 60| 1-2" DB CONDUIT PRIMARY ,' FT UNIT 241 C| 61 PAD 1-PHASE TRANSFORMER 3421 UNIT 161 RETAINING WALL 16"H 6'L 8"X8"X16" BLK UNIT 1101 1-2" DB 90D 36"R BEND PRIMARY EA UNIT 3211 EXCAVATE - PAD 1PH TRANSFORMER 3421 UNIT 1351 EXCAVATE - RETAINING WALL 6'L UNIT 1391 uuouo62 1-2" SERVICE CONDUIT BY CUSTOMER 3942 UNIT 751 C TRENCH - NORMAL PER FT UNIT 3702|C 63 1-4" DB CONDUIT PRIMARY FT UNIT 243 C| 1 ) ( 1 i ill if ii I m 11 11 ii ii ii 11 ii 11 it 11 m-m • ill 10/07/851 SAN DIEGO GAS & ELECTRIC COMPANY IMOPACi 1675-01 | CONSTRUCTION ORDERi 2128000 REV •INDERGROUND ELECTRIC CONSTRUCTION ORDER MATERIAL LIST ICUSTOMER UNIT SUMMARY BY LOCATION |SHEET 7 OF 7 IORTH COAST ICOLLEGE BOULEVARD ASSESSMENT DISTRICT 1 DESIGNER! RANDAL L. MICHAEL i nc| IUM| 11 64 65| 1 66| 1 67| 1i 68| 69 70| 71 72| 1 73| 14. DESCRIPTION 4-5" EB CONDUIT CONCRETE ENCASED FT UNIT 271 TRENCH - NORMAL PER FT UNIT 302 PAD/HANDHOLE - PAD-MOUNTED SWITCH 3441 UNIT 192 RETAINING HALL 16"H 10'L 8"X8"X16" BLK UNIT 1103 EXCAVATE - PAD/HH PAD MNTD SWITCH 3441 UNIT 1382 EXCAVATE - RETAINING WALL 10'L UNIT 1392 I 1-4" DB CONDUIT PRIMARY FT UNIT 243 1-5" DB CONDUIT PRIMARY FT UNIT 244 1-4" DB 22. 5D 25'R BEND PRIMARY EA UNIT 1273 1-5" DB 22. 5D 25'R BEND PRIMARY EA UNIT 1274 I TRENCH - NORMAL PER FT UNIT 302 1-4" DB CONDUIT PRIMARY FT UNIT 243 I 4-5" EB CONDUIT CONCRETE ENCASED FT UNIT 271 I TRENCH - NORMAL PER FT UNIT 302 HANDHOLE PC 5' X 8'-6" X 7'-6" 3316 UNIT 116 RETAINING WALL 16"H 10'L 8"X8"X16" BLK UNIT 1103 | EXCAVATE - HH 3316 UNIT 1310 EXCAVATE - RETAINING WALL 10'L UNIT 1392 1 1 C C CJCJCJCJccccc c|cc ooooUM| REQD I 1-2" DB CONDUIT PRIMARY ' FT UNIT 241 C| PAD 1-PHASE TRANSFORMER 3421 UNIT 161 RETAINING WALL 16"H 6'L 8"X8"X16" BLK UNIT 1101 1-2" DB 90D 36"R BEND PRIMARY EA UNIT 3211 EXCAVATE - PAD 1PH TRANSFORMER 3421 UNIT 1351 EXCAVATE - RETAINING WALL 6'L UNIT 1391 | 1-4" DB CONDUIT PRIMARY FT UNIT 243 I 4-5" EB CONDUIT CONCRETE ENCASED FT UNIT 271 I TRENCH - NORMAL PER FT UNIT 302 HANDHOLE PC 5' X 8'-6" X 7'-6" 3316 UNIT 116 RETAINING WALL 16"H 10'L 8"X8"X16" BLK UNIT 1103 EXCAVATE - HH 3316 UNIT 1310 EXCAVATE - RETAINING WALL 10'L UNIT 1392 2-5" EB CONDUIT CONCRETE ENCASED FT UNIT 268 TRENCH - NORMAL PER FT UNIT 302 C Cccc oooooooC C 1-4" DB CONDUIT PRIMARY FT UNIT 243|C| 1 2-5" EB CONDUIT CONCRETE ENCASED FT UNIT 268 C| r —T 1 L 4- -1U— ———_____—_______ _ Submitted to Applicant by: QK £ HIGGINS San Diego Gas & Electric Underground Gas and Electric General Conditions For « Distribution and Service Systems Construction is* m 1.0 General 2.0 Definition of Terms 41 3.0 Contract Documents 4.0 Inspection of Work and Interpretation of Contract Documents •""* 5.0 Company's Right to do Work 6.0 Scope of Work 7.0 Survey and Easements ,,* 8.0 Pavement Removal and Replacement 9.0 Excavations "* 10.0 Installation of Conduit — 11.0 Backfill and Compaction 12.0 Substructures ,„ 13.0 Safeguards 14.0 Changes in Work 15.0 Partial Use of Underground Facilities 16.0 Drawings and Prints ** 17.0 Relationship of Parties „„ 18.0 Final Acceptance 19.0 Warranty 20.0 Permits and Licenses 21.0 Indemnity 22.0 Public Relations . 23.0 Notice or Demands NOTICE ALL WORK DONE PURSUANT TO THE ATTACHED MUST BE ACCOMPLISHED IN COMPLIANCE WITH THE FEDERAL AND STATE OF CALIFORNIA OCCUPATIONAL SAFETY AND HEALTH ACTS 106-351400 4/30/84 SAN DIEGO GAS & ELECTRIC COMPANY Underground Gas and Electric General Conditions For Distribution and Service Systems Construction 1.0 GENERAL Project (Number and Title) 2.0 DEFINITION OF TERMS * •» The following terms, when used herein, shall be construed as .follows: m 2.1 The term "Utility" means San Diego Gas & Electric Company, P.O. Box 1831, San Diego, California 92112. "* 2.2 The term "Applicant" means the party or parties contracting with Utility for underground facilities and to perform work hereinafter described. ** 2.3 The term "Inspector" means the authorized inspection representative of the ^ «• Utility. > _ « 2.4 The term "Agent" means ttfcse persons authorized to act for or represent the «t Applicant or Utility. ^ 2.5 The Contract Documents consist of the Agreements, the General Conditions, the Construction Standards, and the Specifications, including all modifi- cations thereof incorporated in the Contract Documents before their execution. •» 2.6; The term "Agreements" means all gaa and electric extension agreement* and IP * all trenching agreements entered into by Utility and Applicant in connection m with the underground facilities and work described .herein, .Including any attachments or other documents attached or incorporated,therein. .,••'' m -••.«>•- - * -.•*-*». ','•-.- ' -" "• "•'• "* IBr 2.7 The term "Construction Standards" means the copies of Utility's Gas Construction l" Standards and Electric Construction Standards. Theae atandards are available upon request. . ..-.••» 2.8 The term "Specifications" means the drawings furnished to Applicant specifying the detailed information necessary to perform the work and include* any revisionsp sndment*, addition* or supplements thereto. ^ 2.9 The term "Final Grade" means grade after paving is completed. 2.10 The term "Finish Grade" means the grade shown on plans. -2-106351400 * « 2.11 The term "Day" or "Days" means work days unless otherwise specified. %HT ** 2.12 The term "Substructure" means primary and secondary facilities, including but M* not limited to manholes, handholes, enclosures, vaults, splice boxes, pull boxes, pads for transformers, terminators, sectionalizing, fusing and other ** equipment, grounding grids and other structures needed to accommodate cables, — connections needed to accommodate cables, transformers and appurtenances. Conduit requiring concrete encasement is not to be classified as a substructure m for the purpose of interpreting and applying this document. ** 2.13 The term "Improvements" where used herein, refers to the requirements of either the governing municipality or the Utility which will ensure protection for the ** Utility's facilities and provide verification of finish grade. Improvements « include, but are not limited to, installation of curbs and sidewalks, berms, bridle or pedestrian paths, raised planters or parking lot berms in residential, «w commercial, manufacturing, or industrial projects, when these improvements are specified adjacent to the Utility's facilities. _ 3.0 CONTRACT DOCUMENTS*•• — . - . _. "* 3.1 The Contract Documents are complementary, and what is called for by any one shall be as binding as if called for by all. Words which have a well-known m technical trade meaning when used in connection with the types of materials •m and work described in the Contract Documents shall be held to refer to such well-known meanings. m 3.2 It is intended that all work described as being the responsibility of the **** Applicant in the Contract Documents, and any that is reasonably inferable ^ from such documents as ne'cessary to produce the intended results, shall be supplied by the Applicant. ,w 3.3 Figured dimensions on the Specifications shall govern except that the lateral "*** location of trenches and excavations are subject to change as necessitated ,& by conflicts, obstacles, or difficult soil conditions revealed by onsite inspection during construction. Work not particularly shown or specified shall «• % be performed in the same manner as similar work that is shown or specified. Large-scale details shall take precedence over smaller scale details as to shape and details of construction. Construction Standards shall take pre- m cedence over Specifications as to materials, workmanship, and methods. * 4.0 INSPECTION OF WORK AND INTERPRETATION OF CONTRACT DOCUMENTS All work and materials shall be of Utility approved manufacture class or grade ,ai specified in the Contract Documents. It shall be Applicant's responsiblity to thoroughly familiarize all of its Agents with the contents of the Contract Documents » and to accurately advise the Utility of his construction schedule. Utility will be represented in the field by an Inspector and all work and material shall be subject at all times to inspection by the Inspector. The applicant should call the number in ,„ section 6,3 for inspection of his work by 2:00 pm one work day prior to the date inspection is requested. Inspection of applicants work by the Utility's Inspector is •** required at the trenching, conduit installation, conduit mandreling, backfill, com- paction, substructure installation, and completion stages of construction. At each -3- 106-351400 stage of construction, if Utility's crews are needed, they will be dispatched as available after the Inspector has verified that the Applicant has satisfactorily performed his portion of the work. As each stage is completed it will be approved by the Inspector. Any workmanship or material which does not meet the criteria specified*, in the Contract Documents may be rejected by the Inspector whose decision shall be final and conclusive. The decision of the Utility shall be final as to all matters m of interpretation of the Contract Documents. Any workmanship or materials which does ^ not meet the criteria specified in the Contract Documents shall be replaced by Applicant at Applicant's expense. Inspections and final acceptance shall not relieve the m Applicant from his obligation to complete the work in accordance with the Contract Documents. *" 5.0 COMPANY'S RIGHT TO WORK m If Applicant should neglect to prosecute the work properly or fail to perform any obligations imposed by the Contract Documents, Utility, except as indicated below, m after giving three days written notice to Applicant, without prejudice to any other remedy it may have, may take over and finish the job, or any part thereof, or may correct any defects, and Applicant shall pay the actual cost Co Utility for such ^ work. When the Applicant's work, as outlined in section 11.4, is not performed within the prescribed time period, the Utility, at its option may complete the ""• work at the Applicant's expense. If Utility is unable to collect for this work after 30 days from completion of the work, the actual cost may be deducted from * Applicant's refundable monies on deposit with Utility. mt 6.0 SCOPE OF WORK mym* 6.1 Work by Applicant: * •.' Applicant shall furnish labor, construction equipment tools, materials, supervision and all work necessary to meet the obligations imposed under the —> Contract Documents. 6.2 Extent of Work: «» The location, nature and extent of the work are shown in the Specifications attached hereto. During progress of construction, any additional drawings considered necessary for clarification of work to be performed or required to show changes authorized pursuant to the Contract Documents will be furnished to Applicant. 6.3 Scheduling: The Utility will notify the Applicant in writing when Utility's gas and electric construction orders have been released and issued. After receiving such notice from the Utility, Applicant shall contact the Utility's Operating Center District Superintendent to inform him of the construction starting date. Such notice shall be given in writing a minimum of two weeks in advance -4- 106-351400 of the starting date and the starting date shall be confirmed verbally two working days in advance of the starting date. All contacts and notifications regarding the starting date shall be made to: MANAGER CONSTRUCTION - Telephone 438-0712 NCfUK COAST OISTSICI CONSTRUCTION 0£PT 5016 IARLSBAO BLVD.. CAhLSBAO, CA 92008 If services to the buildings are not to be installed as part of the original job, an additional two weeks written notification will be required for each separate installation of five or more services. 6.4 Coordination: All work by Applicant shall be coordinated with Utility in a manner that will permit Utility or its Agents to perform its work without delay and in an efficient manner throughout the period of construction without being required to reschedule its construction forces after starting the field installation. The Inspector will act as the contact point for coordination of work between Utility or its Agents and Applicant during construction. Trenching and backfilling by the Applicant must be coordinated with the installations made by Utility. Work requiring that a construction crew or Inspector be present shall be performed during the normal business hours of the Utility. Applicant under- stands that other facilities such as gas piping and/or equipment may be installed by Utility. The minimum amount of clear trench required to be open before Utility begins its installation shall be an amount specified by the Inspector. When the Utility begins its installation, Applicant shall continue to trench with sufficient equipment to allow the project to be worked to its conclusion in an efficient manner. If Applicant or others intend to install other underground utility facilities in the same trench, such use must be approved by Utility and work procedures must be agreed to by Utility and Applicant prior to the start of construction to avoid conflicts between construction forces. Applicant shall be responsible for coordinating installation of other utility facilities for which the joint use of trenches has been approved by Utility. Applicant shall be responsible for locating and protecting all existing facilities prior to com- mencement of construction, and shall exercise diligence throughout the period of construction to do so. In order to eliminate possible damage to underground facilities during construction, gas and electric facilities will not be installed until sewer and water are in and backfilled. Applicant shall report to Inspector any damage to any facilities resulting from the construction and shall file a complete written report with the Utility of the surrounding circumstances within 24 hours of the incident. 7.0 SURVEYS AND EASEMENTS 7.1 The Applicant shall be responsible for establishing and maintaining alignment and finish grade for substructures and trenches throughout the construction period. -5- 106-351400 p Mk 7.2 The Utility will survey and obtain easements when required for construction on private property. '"*»»€•"' ^^ 8.0 PAVEMENT REMOVAL AND REPLACEMENT 8.1 Applicant agrees, that when trenching or excavating in paved streets or side- MI walks, all cutting and removal of pavement or concrete shall be performed by methods which meet the requirements of all governmental authorities having *"* jurisdiction.•P 8.2 Applicant agrees that any curtailment or rerouting of traffic necessitated •», by Applicant's work within street or sidewalk areas shall be coordinated with all governmental authorities having jurisdiction. IP 8.3 All resurfacing of streets or sidewalk areas performed by Applicant shall meet the requirements of all governmental authorities having jurisdiction. _BP* 9.0 EXCAVATIONS •» When Applicant's responsibility under the Contract Documents includes excavation, *" the following provisions apply: m 9.1 Excavations for substructures shall be made to such dimensions and grade lines m as are necessary to perform the work shown by Specifications and to a depth that will provide the ground coverage between the top of the conduit entering the substructure and finish grade directed in the appropriate Construction mm Standards. ,«»» Applicant shall verify that all substructures are set to finish grade prior to backfilling. The Applicant shall maintain finish grade stakes for all four *"* corners of all substructures until final backfill and compaction has been M completed and accepted by Inspector. Should any adjustments to substructures be required due to variations in final grade unauthorized by Utility, the m Utility shall make such adjustments and all costs of such adjustments shall be borne by the Applicant. """ 9.2'* Trenches shall be excavated in accordance with location and alignment shown on the Specifications and to provide the minimum width and depth specified *** in the Construction Standards.-. - . - - -- - - - - - - • - m 9.3 Bottoms of excavations and trenches shall be free of loose rocks, dirt clods m and pockets and shall be graded so that sags will not occur in any conduit or gas pipe placed therein as specified in the Construction Standards. m 9.4 Any excavation made to an incorrect depth shall be adjusted to the correct "*' depth and thoroughly compacted by Applicant in accordance with the compaction requirements of the Contract Documents. mtk 9.5 Where excavations occur in soil, which is, in the opinion of the Inspector, unstable and unsuitable for adequately supporting the conduit or substructures, P1 reinforcement shall be constructed as required by the Inspector to accommodate M the individual case. 106-351400 -6- 9.6 Excavated soil shall be placed or removed from the site to avoid hazard to pedestrians or vehicular traffic, and to minimize interference with other facilities to be installed by Utility. Excess excavated soil shall be disposed of by Applicant at Applicant's expense.*wi 9.7 The location of all excavation is subject to change as necessitated by con- flicts, obstacles, or difficult soil conditions revealed by actual examination «• during construction and Applicant agrees to pay any additional trenching, excavation, backfill, compaction, pavement replacement or other costs required ** by such changes in location. -m 10.0 INSTALLATION OF CONDUIT « When Applicant's responsibility under the Contract Documents includes installation of conduit, the following provisions apply: -^fjj, r 10.1 Conduits shall be installed in the trench in the alignment shown on the •at Specifications and all materials used shall be those specified in the Construction Standards. : •V ^ 10.2 Conduits shall be either direct buried or concrete encased as specified in the Specifications and/or Construction Standards, and shall be buried at a sufficient ^ depth to provide the ground cover between the top of the conduit tier and finish grade directed in Construction Standards. *M 10.3 On approval of Inspector, ground cover may be reduced where the specified minimum ground cover cannot be obtained in crossing over storm drains, net i_ foreign substructures, or other obstacles, provided the conduits are encased in at least 3 inches ofvconcrete. 10.4 Extreme care shall be exercised to ensure that foreign matter does not enter the conduits while being installed, when concreting, or at any other time thereafter. 10-5 All conduits shall be proved free and clear of dirt, rocks, or other obstruc- tions by means of a mandrel approved by the Utility. The mandrel shall not be smaller than 1/4 inch less than the inside diameter of the conduit and shall not be less than 6 inches in length. A new 3/16 inch yellow polypropylene pull rope (approximately 760 pound tensile strength) will be installed in each conduit with at least a two foot coil'securely tied at each terminating end of the conduit run. 10.6 Where shown on the Specifications, riser conduit shall be Polyvinyl Chloride Schedule 80. Riser conduit shall be installed on the pole quadrant shown on the Specifications and terminated not less than 8 feet above finish grade, unless otherwise instructed by the Inspector. Concrete shall be installed around riser conduits when required in the Construction Standards or Specifications. 10.7 Horizontal bends in the conduit shall be made only with long radius sweeps of 25 feet radius or larger as set forth in the Construction Standards. Smaller radius shall be installed only on approval of the Inspector. 106-351400 7 ... ; p iii 10.8 All concrete, unless otherwise permitted by Inspector, shall be ready-mixed M and shall meet the requirements of the Construction Standards. m J**S10.9 The installation of conduit by Applicant must be coordinated with Utility or its Agent to permit the installation of substructures and any conduit which may be installed by Utility. After the substructures have been placed *• in position, the conduits entering the substructures shall be grouted at the point of entry by Applicant. •* 10.10 When'services are not being installed with the distribution system and stubs are required, the conduit stub shall be extended 3 feet beyond the edge of m the substructure. UK 10.11 The installation of conduit sleeves for cable-in-conduit (PID or SIDA) street crossings will be coordinated with and at the approval of the Inspector. Only ** SDG&E approved materials will be used for conduit sleeves. w 11.0 BACKFILL AND COMPACTION m When Applicant's responsibility under the Contract Documents includes backfill and compaction, the following provisions apply: " p, 11.1 Backfill shall be made with materials and by methods which will meet the require-**1 ments of all applicable codes and ordinances. Compaction tests required by governmental authorities or the Utility shall be performed at Applicant's expens^1 In the absence of local codes, backfill shall be subject to approval by Inspector with a minimum requirement of 90% compaction. 11.2 For gas and electric, a 3 inch base in the trench bottom is required to prevf*"" damage from rocks, sags or pockets. Imported material consisting of natural &and or manufactured sand, exceting native material, or combinations may be used for fm base and shading material provided it complies with Gas Division Standard Practic C-35 and is of a quality that will comply with compaction requirements of **** governmental agencies (permitting agencies). Practice C-35 specifies that the material must have a mixture of particle sizes all smaller than 3/8". Existing m native material does not have to be tested by an independent professional •*, testing firm if, in the opinion of the inspector, it meets the C-35 specification. ._ A minimum cover of 6 inches of shading material shall be installed above the gas •» pipe or electric conduits before the trench is backfilled. Backfill material shall meet the requirements of all applicable codes, ordinances and SDG&E ""* standards. The backfill material shall contain no rocks or clods over three inches in diameter and shall be free of debris and organic matter. All base, shading and backfill must be approved by an SDG&E inspector. **• 11.3 Where joint use of the trench is planned for underground electric and gas * piping facilities, the Applicant will, upon completion of the installation of m. the electric facilities, backfill and compact the trench to a point which provides 12 inches of separation from the electric facilities, and then allow • the Utility to install the gas piping facilities before completing remaining backfilling as shown in the Construction Standards. 11.4 Upon completion of the installation of gas piping system by the Utility, the Applicant will install a minimum 6 inch cover of "shading" material to provide, ** in the opinion of the inspector, adequate protection of the gas piping system^*^ If piping is installed and energized, shading will be done the same day. If -** * piping is installed and not energized, shading should be done the same day, if M* practical, but not later than the following work day. 106-35140D m -8- - 11.5 When a trench is to be jointly used by gas or other utilities, backfill between the different levels of trench shall be compacted with reasonable " care to prevent damage to the installed facility and shall be compacted m before proceeding with the next Utility installation. ,,„ 11.6 On steep banks exceeding 25Z slope, breakers made of soil filled sacks shall be placed over the trench, or redwood timber breakers shall be installed ** across the trench, as requested by the Inspector. On banks exceeding 35% slope, water diversion benns shall be cut diagonally across the trench and working strip. When in the opinion of the Inspector, conditions warrant, m backfill on steep slopes shall be made by using a soil cement mixture as specified in Utility's Gas Construction Standard 18.5. •*• 12.0 SUBSTRUCTURES m 12.1 When Applicant's responsibility under the Contract Documents includes all or a portion of the substructures, the following provisions apply:«• 12.1.1 General: Unless otherwise specified, all substrucutres, and related hardware including, but not limited to, frames, covers, ladders, ground rods, ground grids and cable supports shall be provided and installed by the party responsible for installing the substructures and shall comply with the Construction Standards. All of the substructures and related hardware used are to be approved by the Utility. The above facilities if applicable will be installed at locations specified by the Specifi- cations and in a manner prescribed by the Construction Standards. >?<.' 12.1.2 Primary Manholes and Vaults: The location of conduit entrances or recesses and sumps shall be as shown in the Construction Standards. Manhole or vault entrances shall be installed as shown on the Specifications. Neck extensions shall be ordered with the manhole or vault and shall be adjusted to permit installation of the cover at final grade. The areas surrounding a raised manhole or vault cover shall be crowned downward within a suitable horizontal distance to prevent a hazardous abrupt change in elevation. Ground rods and grids shall be installed in the manner specified in the Construction Standards. Sealing compound shall be used in joints between sections according to the Construction Standards. 12.1.3 Primary Handholes and Subsurface Enclosures: When final grade has been established, Applicant shall adjust the top section of the handhole or enclosure to final grade. Sealing com- pounding shall be used in joints between sections according to the Construction Standards. Conduits entering handholes or enclosures shall be grouted to fill all voids at the point of entry. 106-351400 -9- Ground rods shall be installed as specified in the Construction Standards.mm 12.1.4 Transformer and Equipment Pads, Secondary Handholes and Pull Boxes: •"• These facilities shall be installed only after final grade is ** established, and curbing and/or sidewalks have been installed, and tm after all required conduit terminations have been positioned and secured, according to the Construction Standards, and after trench m backfill has been thoroughly compacted and inspected. Sealing compound shall be used in joints between sections. "* Formed up equipment pads shall be constructed according to the Speci- fications and are to be inspected by Inspector prior to being poured. IM Ground rods and ground grids shall be installed in a proper location HI for grounding within the equipment compartment before installing the ^ substructure. 12.1.5 Completion of Improvements The Applicant must complete the improvements required for the project adjacent to all substructures prior to scheduling of the ** connection crews and energizing by the Utility. If improvements are .. to be installed in segments, a minimum of 10 feet fronting primary electric facilities and 6 feet fronting secondary facilities is MI required. """*"' Any substructure damaged or requiring grade adjustment, in the ^ opinion of the Inspector, shall be adjusted or replaced by the Applicant prior to the energizing of the system, excepting damage ""* caused by sole negligence of the Utility. 12.2 Where any substructures are to be installed by the Utility, the requirements »*, of section 12.1, subsections 12.1.1, 12.1.2, and 12.1.5 shall be applicable. In . addition, the following provisions will apply: «* 12.2.1 Primary Handholes and Subsurface Enclosures: "" m> During the time of excavation and when finish grade has been established to within 0.05- ft. by the Applicant, the Utility will — install the substructures. Sealing compound shall be used in joints between sections. Conduits entering handholes or enclosures "" shall be grouted to fill all voids at the point of entry. fc Ground rods shall be installed as specified in the Construction HI Standards. The top section and lid shall be adjusted to final grade after the improvements required for the project adjacent to these facil- ities are completed by the Applicant. ** 106-351400 -10- •- „ 12.2.2 Transformer and Equipment Pads, Secondary Handholes and Pull Boxes: »««r "** Prior to the installation of these facilities, the Applicant must m complete the improvements required for the project adjacent to these facilities. Proper compaction, and finish grade must be established ""• by the Applicant and inspected by the Utility for the transformer and - -. equipment pads, and the Applicant must complete the required excava- tion for the secondary handholes and pull boxes. Conduit positioning, m sealing and grounding shall be specified in the Constrction Standards. - 13.0 SAFEGUARDS *"* All materials, work, and work areas shall comply with the William-Steiger Occupational m Safety and Health Act, CAL-OSHA Act, and all other applicable Federal, State or local safety laws or rules that are necessary to protect Applicant's and Utility's •m employees, the public, and workmen during the time of construction. Applicant shall take all steps to protect property adjacent to the construction project from !'. damage resulting from work specified and performed hereunder.. * 14.0 CHANGES IN WORK m In the event that modification of these General Conditions or the Specifications '** is required or desired, such modification may be made by mutual agreement in writing m between Applicant and Utility. Minor changes in construction resulting from adverse field conditions may be approved in writing at the job site by the Inspector <m. where warranted to facilitate construction. "**. ** ^ 15.0 PARTIAL USE OF UNDERGROUND FACILITIES When requested by Utility or the Applicant, completed portions of the underground facilities may be energized by Utility prior to completion and acceptance of the entire project. The portions of the underground facilities energized by such mutual consent shall be subject to the following conditions: 15.1 Utilization of the energized portion of the underground facilities will in '. way delay completion of the entire project by Applicant. no 15.2 Utility shall maintain, operate, and control that portion of the system which has been energized. However, energizing of portions of systems shall in no way relieve Applicant of any of its duties under Paragraphs 18.0 and 19.0 of these General Conditions. 15.3 The sire of the area to be energized, if less than the entire project, must be approved by the Utility, and must be compatible with the system design to ensure compliance with the Utility's safety practices. 15.4 No gas system will be energized until backfill has been completed. -11- 106-351400 , .. i» p 16.0 DRAWINGS AND PRINTS ^ m WJ&.,-/ ^^ On Job Drawings: * 16.1 Applicant shall at all times maintain a set of the Specifications at the job site, and these will at all times be available for inspection by the Inspector 9 who.shall have access thereto on request. Applicant shall maintain at the ^ job site any related project plans (e.g. alignment and finish grade of street improvement) approved by any governmental agencies having jurisdiction. m 16.2 One complete set of the Specifications shall be designated and maintained ** by Applicant for the purpose of recording in red pencil all "as-built" data. The "as-built" drawings will show actual depths of facilities, lateral ** distances between facilities and distances from property lines and side lot m lines so as to enable all facilities to be accurately located after they are covered. Applicant and Inspector shall agree on measurements and distances •» shown on "as-built" drawings. Such drawings shall be submitted to the Inspector within one week after final inspection by the Utility. Job will not be signed off until "as-built" drawings are provided to"the Utility. m 17.0 RELATIONSHIP OF PARTIES * In assuming and performing the obligations of these Contract Documents, Applicant * is acting as an independent contractor. Applicant shall assume full responsibility HI for the care, custody, and control of work and facilities to be constructed. All persons employed by Applicant in connection herewith shall be employees of Applicant.** Utility's inspections, the presence of the Inspector, or any suggestions or objec'*** tions made by the Inspector shall not constitute or be construed as an exercise of management or supervisioir^dver the work, nor shall they be construed as acceptance.. of the work, or any part thereof, as it progresses, nor shall it limit or affect the right of Utility to reject any part or all of the work when completed in case •"* the same does not conform to the Contract Documents. 18.0 FINAL ACCEPTANCE — Final acceptance by the Utility will be made when Applicant has satisfactorily p completed all work and improvements as called for in the Contract Documents. Utility shall notify Applicant in writing of final acceptance of the work. Failure or neglect on the part of Utility to reject inferior work during the construction period shall not be' construed to imply acceptance of such work nor to preclude ' its right to reject it. Applicant shall be required to correct all defects which ** become evident at any time prior to final acceptance of Applicant's work by Utility. The cost of all such repairs, both material and labor, shall be borne * by Applicant. Care, custody, and control of the work and facilities shall pass ^ to Utility only upon final acceptance. ' m 19.0 WARRANTY m Applicant expressly represents and warrants that all the work performed and all the materials used in meeting Applicant's obligations under the Contract Documents F are in conformity with the Contract Documents and are free from defects in work- ** manship. This warranty shall commence upon receipt by Applicant of Utility's >«*•*, 106-35 J40D -12- *"• ,^ final acceptance and shall expire one year from that date. Applicant agrees to ,^ correct to the satisfaction of the Utility and any governmental agencies having jurisdiction and at its expense any breach of this warranty such as may become m apparent during the period of the warranty. «• 20.0 PERMITS AND LICENSES dW "*Applicant shall, prior to commencing any work, obtain and pay for all permits and ,m licenses which may be required from any governmental agencies having jurisdiction over the work, including, but not limited to, permits for the use or obstruction * of adjacent public streets. In the event any governmental agency imposes condi- tions upon the issuance of a permit or license, which necessitate any changes-in ** the trench or conduit system shown on the Contract Documents provided to Applicant, m including, but not limited to, changes in backfill, compaction, grading, or pavement requirements, Applicant agrees not to proceed with any work affected by the condi- «• tions imposed until Utility has completed the necessary redesign of construction drawings and new Agreements have been signed by Utility and Applicant reflecting any changes in the allocation of costs, deposits, credits, an^ refunds between ^ Applicant and Utility. The Agreements used shall be the standard Agreements in effect at the time the changes are made. :«N 21.0 INDEMNITY •m ————— m Applicant does hereby agree to indemnify, save and hold Utility, its employees and agents harmless from and against any and all demands, claims, suits, costs — of defense, attorneys fees, witness fees, including expert witness fees, liabil- ities, loss, costs, obligations or other expenses for damage or damages to property *"* «w or for injury or injuries to pr death of any person or persons including but not ^ limited to any employee, statutory employee, agent or servant of Utility in any way arising from or out of activities undertaken by Applicant to meet its oblige- «• tions under the Contract Documents, except liability or damages arising from the sole negligence or willfull act of the Utility, its agents, employees or indepen- ~ dent contractors. 22.0 PUBLIC RELATIONS In performing the work, Applicant, its representatives and employees shall conduct themselves in a manner that will result in complete satisfaction to all nearby ip- property owners or tenants. To assure such satisfaction, Applicant shall: «• 22.1 As the work progresses, clean up and dispose of all litter and debris around the work area caused by the construction. ««• MM 22.2 Observe due precaution and care of property owners' or tenants' lawns, trees, fences, shrubs, flowers, and other property and structures so that the same "<* ' will not be damaged due to work on the job. 22.3 Notify all property owners and tenants in advance should work be necessary which will temporarily interfere with their use of walks, driveways, roadways, or entrances. 106-351400 ~13~ p 22.4 Promptly report to the Inspector any disagreements or problems with property*^ ** owners, tenants, or nearby property owners or tenants in connection with the—^ m construction or any adverse criticism in connection with the work from the general public or public officials. "* 23.0 NOTICE OR DEMAND » *\ MM Any notice or demand which may or must be given by either party to the other here- under unless otherwise specified shall be made in writing and shall be deemed to pi have been duly given when delivered by personal service, or 24 hours after- it is deposited for mailing at San Diego, California, by certified United States mail, "** postage prepaid, addressed as follows, or to such other place as the parties may hereafter in writing direct: mm TO UTILITY: TO APPLICANT: San Diego Gas 4 Electric Company Address ^ P.O. Box 1831 , San Diego, CA 92112 m Attention: Attention: IN WITNESS WHEREOF, the parties hereto have caused the General Conditions to be executed for and on behalf of each, by their duly authorized agents, partners, or corporate officers.r APPLICANT: :' SAN DIEGO GAS & ELECTRIC COMPANY a corporation B*By (Authorized' Signature-Utility) By - _ Date? Date: 106-361400 -14- SERVICE GUIDE HAN DHOLE* EQULPhT T ENCLOSURE (INSIDE DIMEfc JNS - 5' x 8'-6") 1985 521.1 UG 3316.1 3-9-83 SCOPE: THIS STANDARD SHOWS THE INSTALLATION AND MATERIAL REQUIREMENTS FOR A 3316 HANDHOLE. PARKWAY COVER ASSEMBLY TOP SECT!ON-aNITH: 12" FRAME WEIGHT: 2000# STEEL COVERS WEIGHT: 560//TOTAL LIFTING HANDLES 3316 HANDHOLE "QUIKSET" TYPE TRAFFIC COVER ASSEMBLY TOP SECTION WITH: CONCRETE NECKING WEIGHT: 2260# CONCRETE COVERWEIGHT: 3750// CAST IRON COVERS WEIGHT: 680//TOTAL 1" DIA. COIL INSERTS 2 TON LIFTING ANCHORS 521.2 UG 3316.2 3-9-83 HANDHOLE EQUIPMENT (INSIDE DIMENSIONS .OSURE -3 8 '-6")SERVICE iaUIDE 1985 3316 HANDHOLE "QUIKSET" TYPE 12" SPECIAL EXTENSION SECTION WEIGHT: 2000 # (TO BE ORDERED ONLY FOR GRADING AND/OR ADDITIONAL HEADROOM) 2 TON LIFTING ANCHORS 24" EXTENSION SECTION 2)5/8" DIA GROUND RODS (OPPOSITE CORNERS) 5" DIA KNOCKOUTS 12 EACH END - 8 EACH SIDE SERVICE GUIDE HANDHOLE EQU( ENT ENCLOSURE (INSIDE DIMENSIONS - 5' x 8 '-6") 1985 521.5 UG 3316.5 3-9-83 W< } NOTES: - BROOKS AND QUIKSET HANDHOLE SECTIONS AND COVERS ARE NOT INTERCHANGEABLE. - THE PREFERRED LOCATION FOR A 3316 HANDHOLE IS IN NONVEHICULAR TRAFFIC AREAS (BEHIND CURBS, PARKWAY POSITION, ETC.). USE A PARKWAY COVER IN THESE AREAS. - HANDHOLES WITH A TRAFFIC COVER MAY BE INSTALLED IN AREAS WITH VEHICULAR TRAFFIC, BUT ONLYWHEN 'THERE is NO NON-TRAFFIC LOCATION AVAILABLE. - LIFTING ANCHORS ARE NOT TO BE USED FOR CABLE PULLING. - 3316 HANDHOLES ARE DELIVERED BY THE SUPPLIER TO JOB SITE. BILL OF MATERIAL: ITEM 1 2 3 4 5 6 7 8 9 10 11 12 DESCRIPTION FRAME, PARKWAY, 12" COVER, PARKWAY, GALV STEEL COVER, NECKING, TRAFFIC, 12" COVER, CONCRETE, TRAFFIC COVER, CAST IRON, TRAFFIC EXTENSION SECTION, SPECIAL 12" EXTENSION SECTION, 24" ENCLOSURE, BASE, 48" BOLT, PENTAHEAD, 1/2" X 1-1/2", (BROOKS) BOLT, PENTAHEAO, 1/2" X 2-1/2", (QUIKSET) SEALANT, PLASTIC-MASTIC INHIBITOR 'j • QUANT PARKWAY 1 1 (4 PCS PER UNIT) -- - TY TRAFFIC - - 1 1 1 (3 PCS PER UNIT) AS REQUIRED t 1 16 16 1 1 6 6 AS REQUIRED AS REQUIRED STOCK NUMBER 248170 248164 248166 248168 248172 336208 248162 248160 156004 m 156012 ?E) 631872 © 247200 (y INSTALLATION: A. ESTABLISH THE HANDHOLE LOCATION PAYING PARTICULAR ATTENTION TO FOREIGN UTILITY PLACEMENTS. RELOCATING THE HANDHOLE TO ANOTHER LOCATION REQUIRES APPROVAL FROM SERVICE PLANNING. B. AFTER THE LOCATION IS ESTABLISHED, MARK OUT DIMENSIONS FOR THE EXCAVATION WIDTH, LENGTH AND DEPTH PER DRAWING BELOW. THE WIDTH AND LENGTH DIMENSIONS GIVEN, ALLOW AN EXTRA 8 INCHES FOR SETTING THE SUBSTRUCTURE. THE DEPTH OF THE EXCAVATION WILL DEPEND ON THE SOIL TYPE. EXCAVATION DIMENSIONS 1•*2jf ' T f 1 3" FOR GRADE ADJUSTMENT 3" PEA GRAVEL FOR BASE SUPPORT -.- 7'-10" WIDE X ir-4" LONG ' ~ L PARKWAY COVER ^ 7'-4" WIDE X 10'-10" LONG i TOP SECTION 24" EXTENSION SECTION 48" BASE ENCLOSURE " • >•.•-.'••'•-•.•*,•• -«•.•:•* .-.- • -1t _h —T-~! ,- FINAL GRADE v*r r 4" * STABLE SOIL 1 r-6" # UNSTABLE SOIL EXCAVATION DEPTHS ALLOWS 3 INCHES FOR ADJUSTMENT TO FINAL GRADE. IN UNSTABLE SOIL EXCAVATION DEPTH ALLOWS AN ADDITIONAL 3 INCHES FOR PLACEMENT OF PEA GRAVEL AS BASE SUPPORT. 521.6 UG 3316.6 3-9-83 HANDHOLE EQUIPMENt .NCLOSURE (INSIDE DIMENSIONS - 5' x 8'-6")SERVICE olIIDE 1985 C. ASSURE THE EXCAVATION WALLS ARE STRAIGHT AND THE FLOOR IS LEVEL. D. EXCAVATION IS NOW PREPARED FOR INSTALLATION OF SUBSTRUCTURE SECTIONS. PLACE PLASTIC-MASTIC SEALANT BETWEEN ALL SECTIONS. USE DOUBLE SEAL IF FIELD CONDITIONS INDICATE THAT WATER WILL PENETRATE THE JOINTS. DO NOT APPLY SEALANT UNDER THE TOP SECTION IF CEMENT IS REQUIRED FOR GRADE ADJUSTMENT. (E) EXEMPT MATER I At. F. TO DETERMINE FINAL GRADE ONE OF TWO FOLLOWING METHODS MAY BE USED: 1) WHEN CURB OR GRADE LEVEL IS ALREADY ESTABLISHED, MEASURE FROM THE TOP OF CURB OR GRADE OR 2) HAVE THE FIELD ENGINEER SET THE GRADE STAKES. AFTER GRADE LEVEL IS ESTABLISHED SET A STRING LINE FOR CHECKING GRADE LEVEL. G. ALIGN HANDHOLE COVER TO FINAL GRADE USING BRICKS OR WOODEN WEDGES. BEFORE POURING CEMENT (4-SACK MIX WITH 3/8 INCH PEA GRAVEL). FRAME THE INSIDE OPEN AREA BETWEEN SECTIONS SO CEMENT CAN BE POURED FROM THE OUTSIDE OF THE TOP COVER SECTION. MAKE SURE THE BRICKS OR WOODEN WEDGES DO NOT SHOW FROM THE INSIDE ONCE THE CEMENT IS POURED. THE INSIDE FRAME MAY BE OMITTED IF THE CEMENT IS NOT TOO WET. IF FRAME IS OMITTED TROWEL CEMENT SMOOTH ON THE INSIDE. H. INSTALL CONDUITS USING THE BOTTOM OUTSIDE (CLOSEST TO THE WALL) KNOCKOUTS FIRST. WHEN INSTALLING THE TRAFFIC COVER, PLACE THE OUTSIDE CAST IRON COVERS OH FIRST, THEN SLIDE THE CENTER CAST IRON COVER ON LAST. WHEN REMOVING CAST IRON COVERS, SLIDE CENTER COVER OFF FIRST. SEE DRAWINGS ON PAGES 3316.1 AND 3316.3. © ©APPLY INHIBITOR TO THE PENTAHEAD BOLTS WHEN SECURING THE COVERS TO REDUCE REMOVAL OR INSTALLATION DIFFICULTIES. TIGHTEN DOWN BOLTS WITH TORQUE WRENCH TO 80 FT/LBS. REFERENCE; K. SEE STANDARD 3305 WHEN SETTING HANDHOLE ON A SLOPING GRADE. L. SEE STANDARD 3306 FOR INSTALLATION OF PLASTIC-MASTIC SEALANT. (H) SEE STANDARD 3211 FOR INSTALLATION OF IDENTIFICATION TAG. •* "-*_ " MAINTENANCE: N. REPLACE ANY BADLY WARPED, RUSTED OR BROKEN COVERS. (0} TIGHTEN ANY LOOSE PENTAHEAD BOLTS AND REPLACE ANY THAT ARE MISSING. P. REMOVE ANY VEGETATION OR DIRT OBSTRUCTING HANDHOLE ACCESS. ftT) REPLACE IDENTIFICATION TAG IF MISSING. SERVICE GUIDE UNDERGROUND {DISTRIBUTION (UD) TRENCHES AND UTILITY POSITIONING 1985 356 UG 3370.1 6-383 SCOPE- THIS STANDARD SHOWS TYPICAL PLACEMENT OF UTILITIES WITHIN TRENCHES FOR DISTRIBUTION AND " SERVICE IN DEDICATED R/W (STREET) AND PRIVATE PROPERTY, AND PROVIDES THE MINIMUM DEPTH AND ClEARANCE THAT MUST BE MAINTAINED BETWEEN VARIOUS UTILITIES OCCUPYING THE SAME TRENCH. PROPERTY SIDE PROPERTYIDE PROPERTY S_LDE 2"t^® GM U ME 11%" f f 9' T ME /•-' 9" T PIG 3 PROPERTY SIDE PROPERTY IDE s- ES or SL -SL or L PROPERTY SIDE PROPERTY SIDE M T 12" ES ± I FIG 3 S, SL or L SERVICE TRENCHONPRIVATE PROPERTY MOTES: LEGEND GM GS P S ES M6 SL L U POLY GAS MAIN POLY GAS SERVICE PRIMARY ELECTRIC SECONDARY ELECTRIC ELECTRIC SERVICE MULTIPLE ELECTRIC (P or S or ES IN SPACERS) SDGiE STREET LIGHT FOREIGN UTILITY STREET LIGHT FOREIGN UTILITY (TELCO, CATV) AN THt NOMINAL 5iZE OF ) FOR FOREIGN UTILITY - DRAWINGS ARE NOT TO SCALE. - SPACE ALLOTMENTS (OTHER THAN FOREIGN UTILITY) ARE 1/2 INCH LARGER GAS MAIN, GAS SERVICE OR ELECTRIC CONDUIT. SEE INSTALLATION NOTE ^ SPACE ALLOTMENT. - TYPICAL TRENCH SECTIONS ARE DESIGNED FOR INSTALLATIONS WHERE EACH OCCUPANT IS UTILIZING HIS ENTIRE SPACE ALLOTMENT. SIZE OF SPACE ALLOTMENTS MAY BE REDUCED OR ADDITIONAL ALLOTMENTS MAY BE ADDED PROVIDING MINIMUM COVER AND CLEARANCES ARE MAINTAINED AS LISTED ON PAGE 3370.2. ONLY ONE FOREIGN UTILITY SPACE ALLOTMENT FOR TELCO OR CATV IS ALLOWED PER TRENCH. WIDTH DEPTH OF THE TRENCH MUST BE ADJUSTED ACCORDING TO SPACE ALLOTMENTS, MINIMUM CLEARANCES MINIMUM COVER. - STEEL GAS PIPE REQUIRES A MINIMUM OF t? iwrMFS PADIAI <:cPAO«Tinw conu AI i HTM AND AND 356.1 UG 3370.2 •1-23-83 UNDERGROUND DISTRIBUTION (UD) TRENCHES AND UTILITY POSITIONING SERVICE GUIDE 1985 YlE FOLLOWING CHARTS SHC„. JDTMENTS AND THE MAXIMUUNTIL THE TWO JOIN IN A SQUA UNDER VERTICAL, 'ES & ES UNDER HORIZONTAL, 'ES &OF THE ELECTRIC SERVICE (SP/ GM p S ES SL ME L U POLY GAS MAIN PRIMARY ELECTRIC (B: SECONDARY ELECTRIC ELECTRIC SERVICE SDG&E STREET LIGHT MULTIPLE ELECTRIC (MFOREIGN UTILITY ^ STREET LIGHT FOREIGN UTILITY VJAcL (TELCO, CATV) )W THE MINIMUM COVER FOR EACH UTILITY, THE MINIMUM SEPARATION BETWEEN SPACE M SIZE FOR EACH SPACE ALLOTMENT. TO READ THE CHARTS, READ ACROSS AND DOWN RE, AND THAT IS THE DISTANCE REQUIRED BETWEEN THE TWO UTILITIES. EXAMPLE ES ELECTRIC SERVICE VERTICAL U HORIZONTAL ES t (5) j| GS V ' JOIN AT (c) WHICH REFERS TO INSTALLATION NOTE (5). GS' JOIN AT 12 INCHES WHICH WOULD BE THE DISTANCE REQUIRED FROM THE OUTER EDGE i\CE ALLOTMENT) TO THE OUTER EDGE OF THE GAS SERVICE (SPACE ALLOTMENT). MAIN TRENCH (MINIMUM SEPARATION FROM) VERTICAL GM — 12" 12" 12" 12" 12" 12" (5) P 12" © © © © © ~ 12" S 12" © © © © © .,— 12" ES 12" © © © © © — 12" SL 12" © © © © © - 12" ME 12" © © © © © © (jj) L 12" ._. — - — © — 12" U ® 12" 12" 12" 12" ® 12* — HORIZONTAL GM — — — — — — — ® P — © © © © © far — S — © © © © © 12" 12- ES — © © © © © tr 12" SL — © © © © © 12" 12" ME — © © © © © — — L — 12" 12" 12" 12" — 1"or less 12" U 0 — 12" 12" 12" — 12" — *MIN COVER 30" MIN 42" MAX 42" 30" 30" 30" 24" 24" 24" FACILITY. SPACE ALLOTMENT (MAX) »•„»- 51/." x 5V4" 5V4" x 5V4" 2,"x2V- 18"x 11H"<2 DUCTS)18"x 19*"14 DUCTS) INCLUDES CEMENT 2>4" x 2'/4" 9"K ** * ALL MINIMUM COVER DEPTHS MEASURED FROM FINAL GRADE Q NOT ALLOWED SERVICE TRENCH PRIVATE PROPERTY (MINIMUM SEPARATION FROM) v , ES ME U /POLY GAS SERVICE v£A£A!SA^LJ ELECTRIC SERVICE QiXS/ MULTIPLE ELECTRIC ^^ FOREIGN UTILITY fHYj"TELCO. CATV ^-S^ VERTICAL GS — 12" 12" — ES 12" © © 12" ME 12" © © 6" U -; 12" 6" — L 12" 12" 6" 12" HORIZONTAL GS — 12" — 12" ES 12" © © 12" ME — © © — U tar 12" — — L 12" 12" — 12" *MIN FACILITY SPACE COVER ALLOTMENT (MAX) 24" MIN f* 42" MAX 2%" x 254" 24" 5V4" x 5'/4" 24.. WILL VARY DUE TO BOARD AMPACITY - SEE STD 33*76 18" 9" x 9" SERVICE GUIDE 1985 UNDERGROUND DISTRIBUTION AND UTILITY POSITIONING (UD) TRENCHES 356.2 UG 3370. 1-1-85 INSTALLATION; A. THE ELECTRIC DISTRIBUTION (MAIN TRENCH) SHALL BE A MINIMUM 12 INCHES WIDE. IF ONE PID IS THE ONLY SPACE ALLOTMENT IN A TRENCH, THE MINIMUM WIDTH MAY BE REDUCED TO 6 INCHES. AN EFFORT SHOULD BE MADE TO KEEP THE TRENCH DEPTH LESS THAN 60 INCHES. ALL TRENCHES 60 INCHES OR DEEPER REQUIRE SHORING. THE TRENCH CONFIGURATION, UTILITY POSITIONING AND ALL OTHER RELATED CONSTRUCTION MUST CONFORM TO THIS STANDARD AND THE STATE OF CALIFORNIA PUBLIC UTILITIES COMMISSION GENERAL ORDERS 128 AND 112D, AND ANY OTHER APPROPRIATE GOVERNMENTAL AGENCY HAVING JURISDICTION OVER CONSTRUCTION. B. REDUCED DEPTHS FOR "ES", "P», "S" AND "SL" REQUIRE (A) STEEL CONDUIT OR (B) SCHEDULE 40 PVC CONDUIT, WITH A MINIMUM WALL THICKNESS OF 0.15 INCHES OR (C) A 3 INCH LAYER OF CONCRETE ABOVE AND 2 INCHES ON EACH SIDE OF THE CONDUIT. (PREASSEMBLED CABLE IN CONDUIT, PID AND SIDA, SHALL NOT BE CONCRETE ENCASED.) REDUCED DEPTHS MUST BE APPROVED BY SDGiE INSPECTOR. (G.O. 128 RULE 33.40). © ELECTRIC PRIMARY, SECONDARY, SERVICE, AND STREET LIGHT ("DB», »EB", AND/OR "PID") CABLES SHALL HAVE A MINIMUM 7-1/2 INCH SPACING BETWEEN CENTERS OF SPACE ALLOTMENTS (EXCEPT AS NOTED BELOW) TO ACHIEVE CABLE AMPACITIES (THERMAL CONSIDERATIONS) NOTED ON STANDARD 4011. MULTIPLE PID SPACE ALLOTMENTS ARE PERMITTED WITHOUT SEPARATION TO ACHIEVE AMPACITIES AS GIVEN ON STANDARD 4011. (AMPACITY ON PID HAS BEEN REDUCED TO PERMIT CONTACT.) EACH PID IS CONSIDERED AS A SPACE ALLOTMENT ALTHOUGH NO SEPARATION IS REQUIRED. UP TO FOUR ELECTRIC SPACE ALLOTMENTS, (NOT MULTIPLE ELECTRIC (ME) OR SERVICE CONDUITS) ARE PERMITTED WITHOUT SEPARATION WHEN INSTALLED IN A VERTICAL OR HORIZONTAL CONFIGURATION. A MAXIMUM OF THREE OF THE FOUR MAY BE PRIMARY. IF MORE THAN FOUR ELECTRIC SPACE ALLOTMENTS ARE REQUIRED IN A TRENCH, 7-1/2 INCHES CENTERLINE TO CENTERLINE OF EACH CONDUIT MUST BE MAINTAINED BETWEEN SPACE ALLOTMENTS (VERTICAL AND/OR HORIZONTAL). FOR GAS AND ELECTRIC, A 3 INCH BASE IN THE TRENCH BOTTOM IS REQUIRED TO PREVENT DAMAGE FROM ROCKS, SAGS OR POCKETS. IMPORTED MATERIAL CONSISTING OF NATURAL SAND OR MANUFACTURED SAND, EXISTING NATIVE MATERIAL, OR COMBINATIONS MAY BE USED FOR BASE AND SHADING MATERIAL PROVIDED IT COMF1 LIES WITH GAS DIVISION STANDARD PRACTICE C-35 AND IS OF A QUALITY THAT WILL COMPLY WITH COMPACTION REQUIREMENTS OF GOVERNMENTAL AGENCIES (PERMITTING AGENCIES). PRACTICE C-35 SPECIFIES THAT THE MATERIAL MUST HAVE A MIXTURE OF PARTICLE SIZES ALL SMALLER THAN 3/8". EXISTING NATIVE MATERIAL DOES NOT HAVE TO BE TESTED BY AN INDEPENDENT PROFESSIONAL TESTING FIRM IF, IN THE OPINION OF THE INSPECTOR, IT MEETS THE C-35 SPECIFICATION. A MINIMUM COVER OF 6 INCHES OF SHADING MATERIAL SHALL BE INSTALLED ABOVE THE GAS PIPE OR ELECTRIC CONDUITS BEFORE THE TRENCH IS BACKFILLED. BACKFILL MATERIAL SHALL MEET THE REQUIREMENTS OF ALL APPLICABLE CODES, ORDINANCES AND SDG&E STANDARDS. THE BACKFILL MATERIAL SHALL CONTAIN NO ROCKS OR CLODS OVER SIX INCHES IN DIAMETER AND SHALL BE FREE OF DEBRIS AND ORGANIC MATTER. ALL BASE, SHADING AND BACKFILL MUST BE APPROVED BY AN SDGiE INSPECTOR. THE TRENCH MUST STOP A DISTANCE EQUAL TO THE TRENCH DEPTH FROM THE EXISTING SDGiE SERVING FACILITY (POLE, PAD, OR SUBSTRUCTURE) UNLESS OTHERWISE DIRECTED BY SDGiE INSPECTOR. GAS AND ELECTRIC FACILITIES IN CONFLICT WITH OTHER CONSTRUCTION MUST BE SHOWN ON DRAWINGS BY CONTRACTOR, AND SDGiE MUST BE NOTIFIED PRIOR TO TRENCHING. TRENCH FOR A SINGLE GAS SERVICE ONLY OR SINGLE ELECTRIC SERVICE ONLY (SIDA OR 2 INCH CONDUIT) ON PRIVATE PROPERTY SHALL BE A MINIMUM OF 6 INCH WIDE. FOR A SINGLE ELECTRIC SERVICE ONLY LARGER THAN 2 INCHES, (IN RIGID CONDUIT), A 12 INCH WIDE TRENCH IS REQUIRED. FOR A GAS OR ELECTRIC SERVICE, IF AN OBSTRUCTION IS ENCOUNTERED (WATER PIPES, ETC.) A 2 FOOT WIDE X 3 FOOT LONG HOLE MAY BE REQUIRED IN THE AREA OF THE OBSTRUCTION. (WILL BE DETERMINED BY SDGiE INSPECTOR). WHEN SIDA IS INSTALLED INTO THE SERVICE ENTRANCE AT A BUILDING, THE FIRST 3 FEET OF TRENCH MUST BE A MINIMUM OF 24 INCHES WIDE AND 12 INCHES BELOW THE BOTTOM OF THE CONDUIT BEND. A SLOPE OF 1 FOOT AT THE SERVICE ENTRANCE OF THE BUILDING FOR EVERY I FOOT DEPTH OF TRENCH SHALL BE MAINTAINED IF UNDERMINING IS POSSIBLE AT THE BUILDING. 356.3 UG 3370.4 11-23-83 UNDERGROUND DISTRIBUTION (UD) TRENCHES AND UTILITY POSITIONING SERVICE GUIDE 1985 (7) (?) V) THE FOREIGN UTILITY CU) SPACE ALLOTMENT MUST BE A MINIMUM OF 6 INCHES BELOW THE GAS MAIN if, 12 INCH RADIAL SEPARATION FROM ALL OTHER UTILITIES MUST BE MAINTAINED (SEE FIGURES 1 AND 5). ^ (U) SPACE ALLOTMENT EXCEEDS A 9 INCH HORIZONTAL OR A $ INCH VERTICAL MEASUREMENT IT MUST Bt PLACED DIRECTLY ABOVE THE ELECTRIC SPACE ALLOTMENTS AND SHALL NOT EXTEND PAST THE OUTER" Siqfcf OF ELECTRIC SPACE ALLOTMENTS (BENCHING THE TRENCH IS NOT ALLOWED) (SEE FIGURES 2, 3 & 4). (U) SPACE ALLOTMENT IS 9" X 9" OR SMALLER IT IS ALLOWED AT THE SAME LEVEL AS THE ELECTRIC FIGURE 6). THE SEPARATION FROM (U) AND MULTIPLE ELECTRIC (ME) MAY BE REDUCED TO 9 INCHES OU TO THE CONCRETE ENCASEMENT OR 6 INCHES WHEN (U) tS 9" X 9* OR SMALLER (SEE FIGURES 1, 2 AND ALL EB CONDUIT, REGARDLESS OF THE SIZE, SHALL BE CONCRETE ENCASED OR ENCASED WITH CEMEN" SLURRY. DB CONDUIT MAY ALSO BE CONCRETE OR SLURRY ENCASED. ONE EB 5 INCH OR SMALLER CONDUIT* (npn> nSn> nESn f QR "SL") MAY OCCUPY THE SAME CONCRETE ENVELOPE AND BE ENCASED ALONGS^ MULTIPLE ELECTRIC. PREASSEMBLED CABLE IN CONDUIT (PID OR SIDA) SHALL NOT BE CONCRETE ENCASED, FOREIGN UTILITY STREET LIGHT SHALL NOT BE CONCRETE ENCASED IN THE SAME ENVELOPE WITH SDGtftf CONDUITS. IN THE DISTRIBUTION (MAIN TRENCH), TELEPHONE MULTIPLE CONCRETE DUCT (CONDEX) OR TRANSITS, WAT^ OR SEWER ARE NOT PERMITTED IN THE SAME TRENCH WITH GAS OR ELECTRIC. WHEN WATER OR SEV PARALLELS GAS OR ELECTRIC, 5 FOOT SEPARATION BETWEEN SEPARATE TRENCHES SHALL BE MA INTAINtt BETWEEN THE UTILITIES WITH AT LEAST 3 FEET OF UNDISTURBED NATIVE SOIL BETWEEN TRENCHES. WHEh CROSSING, A 6 INCH VERTICAL SEPARATION IS REQUIRED. ** IN A SERVICE TRENCH ON PRIVATE PROPERTY, WATER AND SEWER ARE NOT PERMITTED IN THE SAME TRENCH WITH GAS AND ELECTRIC. WHEN WATER OR SEWER PARALLELS GAS OR ELECTRIC, 12 INCHES SEPARATII* BETWEEN SEPARATE TRENCHES SHALL BE MAINTAINED BETWEEN THE UTILITIES WITH AT LEAST 12 INC^i UNDISTURBED NATIVE SOIL BETWEEN TRENCHES. WHEN CROSSING, A 6 INCH VERTICAL SEPARATION Ts REQUIRED. IF FIELD CONDITIONS WILL NOT PERMIT THESE SEPARATIONS, THEN APPROVAL MUST COME FRj|| THE CONSTRUCTION SUPERVISOR. WHEN THERE IS NO SDG4E GAS IN THE SERVICE TRENCH, A SINGLE G LINE OTHER THAN SDG&E MAY BE INSTALLED PROVIDING A 12 INCH RADIAL SEPARATION IS MAINTAINED. "* © THE GAS MAIN SHALL BE THE LAST INSTALLED, SHALL BE ON THE PROPERTY SIDE OF TRENCH, AND SHA HAVE A MINIMUM 6 INCH PAD OF SHADING MATERIAL THE WIDTH OF THE TRENCH ABOVE ANY FOREIte UTILITY. ANY CROSSING INVOLVING GAS SHALL MAINTAIN A MINIMUM VERTICAL SEPARATION OF 6 INCHES. A GAS SERVICE INSTALLED IN A MAIN TRENCH ON PUBLIC PROPERTY SHALL REQUIRE THE SAME COVER AP CLEARANCES AS A GAS MAIN. A GAS SERVICE INSTALLED IN A SERVICE TRENCH ON PRIVATE PROPER^ SHALL NOT BE DEEPER THAN ELECTRIC SERVICE. SDG&E INSTALLED STREET LIGHT CIRCUITS, WHEN INSTALLED ALONE IN A TRENCH, SHALL BE AT A MINIM™ DEPTH OF 24 INCHES EVERYWHERE EXCEPT ON PRIVATE PROPERTY, WHERE THE MINIMUM MAY BE 18 INCH?! BELOW FINAL GRADE. THE ELECTRIC PRIMARY WILL BE ON THE STREET SIDE OF THE TRENCH. THE SDGiE STREET LIGHT CIRCUI1* WILL BE ON THE PROPERTY SIDE OF THE TRENCH WHENEVER POSSIBLE. FOREIGN UTILITY STREET LIGHTS (NOT SERIES) SHALL BE ON THE PROPERTY SIDE OF THE TRENCH AT THE SAME LEVEL AS SDG4E CONDUIfl AND SHALL MAINTAIN A 12 INCH RADIAL SEPARATION AND SHALL NOT BE INSTALLED IN SDG&E CONCRET^ ENCASEMENT BUT MAY BE PLACED DIRECTLY ABOVE THE ENCASEMENT, ALL UTILITIES SHALL MAINTAIN A 6 INCH SEPARATION WHEN CROSSING ALL SDGiE ELECTRIC. (FOR SEPARATION ON THE SERVICE TRENCH, SE|, CHART ON PAGE 3370.2) MINIMUM HORIZONTAL SEPARATION FROM GAS PIPE TO ANY FOREIGN SUBSTRUCTURE (CONCRETE SPLICE BOXES, ETC.) SHALL BE 12 INCHES. GAS LINES MUST NOT BE LOCATED UNDER ANY STRUCTURE SUCH AS BUILDINGS, CARPORTS, BREEZEWAYS AND ELECTRIC FACILITIES SUCH AS SPLICE BOXES, TRANSFORMER PADS, ETC. PATIOS, P (SDGE)AND UTILITY POSITIONINGSERVICE GUIDE 1985 -S3 0.4 UG 3370. 3-23-84 •*»««>. f%»,.» ^ (PJ UNDER NO CIRCUMSTANCES ARE GAS LINES THAT ARE CAPABLE OF BEING UPRATED TO PRESSURES GREATER THAN 60 PSI, OR LARGER THAN 3 INCH TO BE INSTALLED IN A 30INT TRENCH WITH OTHER UTILITIES. (g) IF AN AGENCY OR UTILITY SUCH AS THE U.S. GOVERNMENT, SAN DIEGO UNIFIED PORT DISTRICT, TELCO, CATV, ETC., REQUIRE EITHER PARTIAL OR TOTAL CONCRETE ENCASEMENT, CONCRETE MAY BE SUBSTITUTED FOR THE BASE, SHADING OR BACKFILL. THE GAS MAIN OR GAS SERVICE SHALL NEVER BE CONCRETE ENCASED AND SHALL HAVE THE PROPER BASE, SHADING AND BACKFILL. R. IN ORANGE COUNTY, REFER TO THE LOCAL GAS COMPANY AND OTHER UTILITY COMPANIES FOR DEPTH AND SEPARATION. REFERENCE; (?) CONCRETE OR SLURRY ENCASEMENT OF ELECTRIC CONDUITS SHALL BE IN ACCORDANCE WITH SERVICE GUIDE PAGE 536. T. SEE SERVICE GUIDE PAGES 504, 506, 508, 511 AND 536 FOR CONDUIT CONFIGURATIONS ALLOWED IN THE SERVICE TRENCH. T T ( APPROVED CONDUIT ^VNUFACTURERS SERVICE GUIDE AND FA^ICATORS 1985 524 P UG SCOPE; THIS STANDARD LISTS THE APPROVED MANUFACTURERS, FABRICATORS AND MARKINGS OF PLASTIC CONDUIT AND FITTINGS FOR USE ON SDG&E SYSTEM. APPROVED CONDUIT MANUFACTURERS AND FABRICATORS; PVC ABS (X) MANUFACTURER OR («) FABRICATOR ACTION PLASTICS APACHE PLASTICS CARLON CERTAINTEED COLBY FINN INDUSTRIES GAFI MIDWEST PLASTICS R.G. SLOAN GSR ROBINTECH UTEL (EXTRUDED) VI MAR WESTERN PLASTICS SCH 40/80 STRAIGHT CONDUIT X X X BENDS, SWEEPS, ELBOWS « X X X • * FITTINGS « X X X X * * EB20/DB60 STRAIGHT CONDUIT X X X X X X X BENDS, SWEEPS, ELBOWS * X X X X X X « * FITTINGS * X X -. X X X X X « EB20/DB60 STRAIGHT CONDUIT BENDS, SWEEPS & ELBOWS X X X X FITTINGS X X X X *»» CONDUIT MARKING REQUIREMENTS; PVC ABS (T) MARKING MAY APPEAR ON PACKING MATERIAL MFRS. NAME or TM SCHEDULE NOMINAL SIZE PVC/ABS CELL CLASS ASTM F512 ASTM 02750 NEMA TC-2 90*C WIRE EB20 or DB60 RADIUS & DEGREES CODE/CTRL I/DATE SCH 40/80 STRAIGHT CONDUIT X X X PVC X BENDS, SWEEPS, ELBOWS X X X PVC X X t FITTINGS X X X PVC X X EB20/DB60 STRAIGHT CONDU 1 T X X PVC 12264 A (or B) X X X X BENDS, SWEEPS, ELBOWS X X PVC 12264 A (or B) X X X X X t FITTINGS X X PVC X EB20/DB60 STRAIGHT CONDUIT BENDS, SWEEPS & ELBOWS X X ABS 2-2-2 X X X X FITTINGS X ABS p Mk NOTES: ALL CONDUIT AND COUPLINGS INSTALLED BY SOG4E SHALL BE PVC MATERIAL. INSTALL ABS CONDUIT AND COUPLINGS. CONTRACTORS MAY SERVICE GUIDE CONDUIT ANl -ONDUIT FITTINGS EB AND DB 1985 530 UG 3373 SCOPE: This standard shows the conduit and fittings used to construct underground conduit systems. Conduit and fittings in this standard are classified as EB and DB and shall be used in below ground applications only. NOTES: For Schedule 40 and Schedule 80 components to construct cable pole risers and U-molding risers, see Underground Standards 4203 and 4204 respectively. All couplings classified DB may be used with either DB or EB conduit. All conduit installed by SDG&E shall be PVC material. CONDUIT STRAIGHT SECTIONS SPIGOT END ~7g\if BELLED END OR COUPLING CONDUIT SIZE 2" 3" 4" 5" 6" TYPE DB DB EB DB EB DB EB EB LENGTH 'L1 20' 20' 20' 20' 20' 20' 20' 20' STOCK NUMBER 249632 249664 249856 249696 249888 249728 249920 249930 Fig. A Fig. B -TJ-- n CONDUIT COUPLINGS SWEDGE COUPLING MOLDING COUPLING (both with center stops) Fig. C STRAIGHT COUPLING (without center stops, ~to be used only when repairing existing conduit systems) FIGURES A & B COUPLING CONDUIT SIZE 2" 3" 4- 5" 6" DB OR EB STOCK NUMBER 279872 279904 279936 280032 280070 FIGURE C COUPLING CONDUIT SIZE 2" 3H 4" 5H DB OR EB STOCK NUMBER —279920 279952 280064 531 UG 3373.2 11-23-83 CONDUIT AND CONDUITv .TTINGS EB AND DB SERVICE GUIDE 1985 CONDUIT PLUG CONDUIT BELL REDUCER CONDUIT END CAP TAB FOR SECURING PULL ROPE tx . I r ^^i i ^ {7 TAB FOR SECURING PULL ROPE CONDUIT SIZE 2" 3" 4" 5" 6" STOCK NUMBER 544768 (E) 544800 i 544704 | 544736 ( 544816 I il1K'I) CONDUIT SIZE X TO Z 3"-2" 411-311 511-41. 6"- 5" STOCK NUMBER 573376 fEl 573380 (T 573384 ft? 573388 (? CONDUIT SIZE 2" 3" 4" 511 STOCK NUMBER 203296 (I) 203328 ( 203360 1 203392 I rr[E| 90° ELBOW/24" RADIUS CONDUIT BENDS (EXAMPLES) 22-1/2° SWEEP/25' RADIUS STRAIGHT TANGENT BILL OF MATERIAL: *. NOMINAL CONDUIT SIZE 2" 5" 6" DEGREE OF CURVATURE 45* RADIUS OF CURVATURE TYPE OF CONDUIT DB 11-1/4' 22-1/2' 45* 90* 22-1/21 45^ 90* 11-T/41 22-1/2* 90' 22-1/2* "90 251-0" 25'-0" 36" 36" 25'-0" 25'-0" 36" 36" 251-0" 25'-0" "36" 36" 25'-0" 46" 48" DB DB DB OB DB OB OB DB DB DB "OB" "DB" DB OB ~DB~ STOCK NUMBER 321920 90* 321876 322144 321878 321880 321824 321882 321856 321960 322112 321872 322160 322162 322048 (Ej 321940 (E 322080 (E M m ^ ^m^J ^ SERVICE GUIDE 1985 CONDUIT INSTALLATION PRACTICES 532 UG 3374. SCOPE: This standard shows practices which are essential for proper installation of a conduit system. NOTES; - Each conduit run between substructures, pads, customer service, risers, etc., shall be one size conduit continuously, i.e., no reducers are allowed within a conduit run except where the conduit enters the substructure or above the ground level on a riser pole. If a stubout is larger than the conduit required, continue using the larger size conduit to the first termination point then continue with the smaller conduit sized for the -cable. Deviations must be approved by SDG&E'8 Construction Standards Group. - Roundness of conduit must be maintained at all times. - All bends, sweeps and elbows shown on job print must be included in cable pulling calculation. BILL OF MATERIAL: Description Solvent Cements .•* Permalite • Certainteed Galvanox Paint Coal Tar Epoxy Catalog No. 405C 85172 - - Stock No. 213232 516064 241000 INSTALLATION; A. CUTTING CONDUIT/CHAMFERING A fine-tooth saw should be used to cut conduit (i.e., hacksaw for conduit two inches or less, woodsaw for conduit greater than two inches). The conduit must be cut straight and cleaned of burrs. Conduit transitions from Schedule 4ff or Schedule 80 to EB or DB conduit shall be chamfered. If conduits are not chamfered by the manufacturer, the conduits must be chamfered in the field with a knife or half round file, etc. B.To assure a proper joint, SDG&E and contractors to use only SDG&E approved •olvent cement for cementing PVC to PVC or ABS to PVC conduit as described in the Bill of Material. Make certain that all foreign matter has been wiped from both the conduit and fittings. Apply a liberal and uniform coat of solvent cement to the duct end a length equal to the depth of the bell or coupling being attached. For maximum strength also apply a light coat to the inside of the coupling or belled end. Prevent excess solvent cement from being forced into the fitting at the inside shoulder of the conduit. 533 UG 3374.2 8-31-52 CONDUIT INSTALLATION PRACTICES SERVICE GUIDE 1985 A natural bristle brush or the applicator supplied with the solvent container should be used. Plastic bristle brushes should not be used as the solvent will dissolve the bristles. Follow the nanufacturers instructions on the solvent container. Solvent cement with a past expiration date indicated on the container • must be discarded. Contractors may obtain larger containers of solvent cement if needed. The larger containers have different catalog numbers than specified on the* Bill of Material. t C. BENDS AM) SWEEPS I Any joint included in a section of conduit to be bent in a ditch should be firmly ' staked for the desired radius to ensure that the Joint is not disturbed or damaged before or after backfill or encasement is completed. In cases where a plastic connection is made with the joints under stress due to misalignment of other i factors, the plastic joint must be held rigid after insertion until completely cured. Where stakes are located at the center of a bend or sweep, care must be I exercised to prevent deformation of duct due to movement by contraction and . expansion. Stakes to be removed after Initial backfill is placed. D. EXPANSION AND CONTRACTION m Due to expansion and/or contraction of plastic conduit, backfill from center of trench both ways or from one tie-in point toward the opposite end of the trenchv^, J -^ >F. TERMINATING CONDUIT, CONDUIT ENTRANCES AND CONNECTIONS All conduit Bust be watertight and mechanically sound at the substructure entry point. Conduit shall be terminated in substructures as follows: 1. Conduit end shall be flush with the interior surface of substructure conduit terminator. 2... Use a conduit bell reducer when conduit is smaller than conduit terminator * knockout. 3. Unless otherwise specified on the job print, install conduit using the bottom set of terminator knockouts first. If only one conduit is required, use the bottom outside (closest to wall) knockout. 4. When conduits must enter the substructure in any area where termination knockouts are not provided, the substructure must be core bored. Core boring « locations will be specified by the Planner or Designer and must be approved by the SDG&E Inspector. When substructure reinforcing steel is exposed by core boring it must be coated with galvanox (Stock Number 516064) and then coated with coal tar epoxy (Stock Number 241000) to moisture seal. After conduit is terminated in the substructure, seal the substructure entrance with cement grout. G. TERMINATING PREASSEMBLED CABLE-IN-CONDUIT (PTD or SIDA) Preassembled cable-in-conduit shall be terminated in substructures in accordance with Standard 3382. (L.LJIDE CONDUIT INSTALLAf N PRACTICES 1985 Page 534 UG 3374.3 H. TYPICAL METHODS FOR ROUTING CONDUITS INTO 3316 HANDHOLES AND 3324 MANHOLES. C JT PREFERRED TOP VIEW ALTERNATE 72.5° 25- RADIUS BENDS I STRAIGHT CONDUIT 535 UG3375 CONDUIT SPACER DA.M SERVICE GUIDE 1985 SCOPE: This standard shows approved suppliers and applications for conduit spacers in a multi-duct installation. BASE SPACER INTERMEDIATE SPACER 2" MIN* BOTTOM OF TRENCH c NOTES; ~ *Base spacers may be used by contractors and shall be used by SDG&E. A 2 inch minimum clearance shall be maintained between the bottom of the conduit and the bottom of the trench. BILL OF MATERIAL:i tt FOR CONTRACTORS-_.-.. Conduit Size 5" 5" 5" Suppller Certainteed Formex Carlon Base Spacer Catalog Number 59509 KB5A-2030 S288PJ Intermediate Spacer Catalog Number 59525 M5A2-2020 S289PJ I ft 1 H FOR SOC&E Conduit Size 5" 6" 5" Description Intermediate Spacer Intermediate Spacer Base Spacer Quantity As req'd A* req'd As req'd Stock No. 663528 663526 663008 SERVICE GUIDE 1985 CONDUIT EN.CASED MULTI-DUCT INSTALLATION 536 UG 3376.1 6-3-83 SCOPES THIS STANDARD SHOWS CEMENT AND SLURRY MIXTURE ALONG MITH REINFORCING RODS FOR ENCASED NULTI-OUCT INSTALLATION. ALSO SHOWN ARE CONCRETE ENCASED CONDUIT INSTALLATIONS, SLURRY AND CONCRETE REQUIREMENTS* , ^ V. : .>—-t— _ _ .. .. - - __, - - — ' ' '-*:. ' t _ -^ '...».-• -1- ..'-. f--AJ .^— ^ -—K.g«.'v -r'L^ .*.:.'.. „ '!• -^'Jr-:. ^\ '_if, ',_ .._•,*•„-••.; . _»>_ , . ... _ 1 DATA* FOR CONDUITS WHICH ARE NORMALLY INSTALLED 2 DUCTS WIDE AND t THRU 4 ROWS HIGH NUMBER OF CONDUITS IN TRENCH 2 4 6 6 CONCRETE PER 100 FT OF TRENCH, CU8 1C YARDS 4" CONDUITS 5.5 8.7 12.4 16.1 3" CONDUITS 5.2 6.5 11.8 15.1 6" CONDUITS 3.3 8.8 12.2 15.6 « REINFORCING ROD PER 100 FT OF TRENCH WEIGHT, LBS %&<*?•* :-''-- 33.8 40.6 47.4 LENGTH, FT 7Z 90 108 126 36 PIECES AT 24" EA AT 30" EA AT 36" EA AT 42" EA INGREDIENTS FOR 2-SACK MIX (PER YARD) CEMENT FOR CONDUIT ENCASEMENT SAND (LBS) 1600 GRAVEL SIZE 3/8 LBS 1600 CEMENT SACKS 2 LBS 200 ADMIXTURE CALCIUM CHLORIDE(J) i MAX TOTAL WATER PER SACK OF CEMENT (GALS) «~t 25«°gCP GALS PER YD) SLUMP ' MIN (IN) 3 MAX (IN) 4 INGREDIENTS FOR 1-SACK CONCRETE SLURRY MIX (PER YARD) CEMENT FOR. CONDUIT ENCASEMENT SANO (LBS) 2600 GRAVEL SIZE - LBS - CEMENT SACKS 1 LBS too ADMIXTURE CALCIUM CHLORIOE(JC) 3 MAX, TOTAL WATER ?5* GALS PER SACK. - (.99 GALS PEIt YARD , SLUMP MIN (IN) 6 MAX (IN) 10 wrest MIN TRENCH CSEE PAGES 3376.2 * 3376.3 FOR COMOIMT ENCASE& MOLTI-OUCT INSTALLATION. SEE PACE 3370.3 FOR SHADING^ BACKFILL., TRENCH DEPTH AND SEPARATION REQUIREMENTS^ INSTALLATIONS WHERE CONCRETE ENCASEMENT C7-SAOC MIX? AND SPACERS ARE REQUIRED? T. TWO OR MORE 5 INCH CONOUITS INTENDED FOR PRIMARY APPLICATION. -.CONDUITS MAT BE EITHER {; EB (ENCASED BUR I EOT OR 0» (DIRECT BUR I EDI BUT MUST STILL BE. ENCASED. - 2. LOCAL OISTRIBUTIO*.. PRIMARr* SECONDARY OR SERVICE COMOtflTCS> IK A- STACKED: CONFIGURATION. •„'. (ONC ON TOP OF THE OTHER.*. • SEE EXCEPTION BELOW., ..... -,-.. ,*v:- v,. ,. . .; t INSTALLATIONS WHERE CONCRETE ENCASEMENT (7-SAOC M t XT ' AND" SPACERS ARE NOT REQUIREOt'" ' f. LOCAL OISTRIBUTIOM WHEN ONE LATER OF COKOtJtT(S> ARE SIDE BY SIDE ON THE BOTTOM' OF THE < TRENCH. ....'- .'. - * UP TO FOUR CONOUITS ARE PERMITTED WITHOUT SEPARATION OR SPACSRS WHEN INSTALLED IN A t VERTICAL OR HORIZONTAL COMF1 OUR AT I ON. A MAXIMUM OF THREE OF THE FOUR MAY BE PRIMARY*.. PROVIDED THE CONOUIT IS SMALLER THAN 5 INCHES. IF MORE THAN FOUR CONOUITS ARE REQUIRED IN - A TRENCH, A SEPARATION) OF 7-1/2 INCHES CENTERLINE TO CENTERLINE OF EACH CONOUIT MUST BE MAINTAINED (VERTICAL AMO/OR HORIZONTAL). THE 7-1/2 INCHES IS TO ACHIEVE MAXIMUM CABLE AMPACITY. _ __^.TT,.--•-T - .-- ^ - 537 UG 3376.2 1-1-85 CONDUIT ENCASED MULTI JCT INSTALLATIONSERVICE GUIDE 1985 c/.^, ^;:v;40^- ^^ v. SERVICEzrK&Stf&ggmtt::. -::: : /:-,;•:;,;'£;.? ^«; ^ JV •:. r^H^v^^.^lS^"^'r tf* "(SEE PAGEr'342*uii:^5425^2,s3426;5 AND '3427^4 'fS^^M}^T^^l^r^^^^^G^.^n'^^^ AND BACKFILC^EQUIRENENTS^TRENCH JDEPTH;AND *£PARATJpN5^^^^&\^^t!y^ •:., ^i<- <^»2«mui^i^^ik,v^^,-.<:«l,^^w. ,|4^|^^^^^^^^M;i^l^^«^^i^ -€NCASEMENTTn^ACKr«ri' CONCRETE 'BE.^bE'ANb.TmE -ir-,t/2 '-INCH'SEPARATION'CAN'BE HAINTA^NED «,•*,.*£>»&$, .^ f-njf •frtnttft'f tna »oc« .^••j^ifcsi^.^«'fi^*42^tr*^^lw^**''^»i^^V<^^*^*"* *ifc*• - «B "S*«*'^SS^1•^^4"^«SSSffl^^4t^^^ -;P •*?1NSTALtKttONJ%HEftEt<!ftONCRETr^lURRYnENCA$EMENT^1-SACK>HlX) 'AND SPACERS -AF~ . . t)F THE "TRENCH. ^-I «^ writ" ov/nwi l-» TwVt «* 1 l^t. v I VI */!• wl 1 lit. x?w t f %/T^ VI » f^fc. < tx*.»^\^i» % • — o **»-« r^f>r CENTERUNEtTO-CENTERUNE OF-EACH CONOUIT-*IUST BE »4AINTA«NED TO ACHIEVE ',T*7HEvCONDUIT>'SHAU BE DIRECT JURIED tDB)-lANO BACKFiLLED *ITH APPROVED | j ^ i ^Jk -* ** i ^*- ** ^"^fc^ ^**< *• * -^ * * /*,?•**«' ****» *^ *^J^ t*-* t^'-»-^»- -«l-A-f. *. ..-rrr? j.* ^. > *...s»CA. i^ . X^iivl^.i *J . A* .^ j..w ^.i. ^..wS.^ijfe- J ..^...t/.,*. * . * . 'i f . * -**"*. *f^?^^t< CONCRETE ENCASED I NSTALLAT I ON: .'.{MAIN TRENCH) A. EXCAVATE TRENCH TO REQUIRED DEPTH AND WIDTH. STANDARD 3370 FOR TRENCHING REQUIREMENTS. SEE THE TRENCH DEPTH SHALL PROVIDE A MINIMUM COVER OF 24 INCHES OVER THE TOP CONDUIT. A 7-1/2 INCH VERTICAL AND HORIZONTAL SEPARATION BETWEEN CENTERS OF CONDUITS MUST BE MAINTAINED. B. ASSEMBLE CONDUITS ON TOP OF THE GROUND PARALLEL TO THE OPEN TRENCH. PLACE SPACERS 6 FEET APART. THEN INSERT CONDUITS ON APPROPRIATE SPACER SADDLES. INTERMEDIATESPACER BASE SPACER INSTALL A BASE SPACER IN THE BOTTOM POSITION, THEN INSTALL INTERMEDIATE SPACERS ABOVE THE BASE SPACER. FIRMLY PRESS DOWN INTO LOCKING POSITION. INSTALL SPACERS AND CONDUITS UNTIL DESIRED NUMBER OF TIERS IS COMPLETED. MULTI-DUCT CONDUITS TO BE TWO DUCTS .MAXIMUM WIDE AND FOUR DUCTS MAXIMUM HIGH. DUCTS TO BE MAXIMUM OF EIGHT IN ONE TRENCH. IF MORE THAN EIGHT DUCTS ARE REQUIRED, A SEPARATE DUCT BANK SHALL BE INSTALLED IN A SEPARATE TRENCH. CONDUIT ENCASED MULTI-DUCT INSTALLATION SERVICE GUIDE 1985 538 UG 3376.3 6-3-83 0. INSTALL COUPLINGS TO JOIH THE NEXT ASSEMBLY WHEH COMPLETED.. LOWER ASSEMBLY INTO THE TREMCH. .+.* n<t.wr. INSTALL A MO. 3 REINFORCING ROD (STOCK NUMBER 665280) IN OUTER HOLES OF SPACERS. REINFORCING ROD IS TO BE DRIVEN INTO BOTTOM OF TRENCH TO ANCHOR ASSEMBLY IN POSITION. BEND EXCESS ROD OVER CONDUITS MAKING SURE ROD DOES NOT DAMAGE CONDUITS. WHEN TRUCK ACCESS TO TRENCH IS AVAILABLE AND SPOT POURING OVER CONDUITS AT 23 FOOT INTERVALS CAN BE ACCOMPLI SHED. THEN REINFORCING ROD MAY BE OMITTED. THIS IS TO PREVENT CONDUITS FROM FLOATING DURING POUR IMG OF CEMENT. REINFORCING ^,, G. A CONCRETE ENVELOPE USING 2-SACK CONCRETE MIX (PER TABLE ON PAGE 3376.1) IS TO BE POURED AROUND AND OVER THE CONDUITS. THE POUR SHOULD PROVIDE A 3 INCH MINIMUM ON THE TOP, A 2 INCH MINIMUM ON EACH SIDE, ANO A 2 INCH MINIMUM FROM THE BOTTOM OF THE CONDUIT TO THE BOTTOM OF THE TRENCH. MOISTURE CONTENT IS TO BE MINIMAL TO AVOID FLOATING OF CONDUITS. CONCRETE SHALL BE TAMPED TO ENSURE PROPER COVERAGE AROUND CONDUITS. TRENCH SHALL BE BACKFILLED ANO TAMPED. 541 UG 3377.2 CONDUIT STUB MARKER v, LOCATING SYSTEM J TRACER WIRE SERVICE GUIDE 1985 ©ON INSTALLATIONS REQUIRING PENCIL BARS, DRIVE THE PENCIL BAR ALONGSIDE THE CONDUIT 1 FOOT MAXIMUM INWARD FROM THE END OF THE STUB LEAVING A MINIMUM OF 4 FEET ABOVE THE GRADE LEVEL. IF 4 FEET MINUMUM IS NOT OBTAINABLE, TAPE A SECOND BAR TO THE DRIVEN BAR FOR ADDITIONAL HEIGHT. LOOP THE STUB MARKER AROUND THE CONDUIT. TAPE THE STUB MARKER TO THE PENCIL BAR WITH GRAY TAPE. IF THE MARKER IS NOT LONG ENOUGH TO SHOW ABOVE GRADE LEVEL, TAPE A SECOND MARKER TO THE PENCIL BAR. SCRAPE OFF THE FOOTAGE NUMBERS ON THE SECOND MARKER. ©PROVIDING THE CONDUIT STUB IS LONGER THAN 10 FEET INSTALL A TRACER WIRE AND PULL ROPE INSIDE THE CONDUIT LEAVING SLACK AT THE PAD OR SUBSTRUCTURE END. AT THE SAME END THE TRACER WIRE AND PULL ROPE MUST BE SECURELY ATTACHED EITHER A CONDUIT PLUG, CONDUIT CAP OR TIE THE PULL ROPE AND TRACER WIRE TO THE END OF THE CONDUIT. TAPE THE PULL ROPE AND TRACER WIRE TO THE END OF THE CONDUIT WITH GRAY TAPE. ©AT THE CONDUIT STUB END RUN THE TRACER WIRE APPROXIMATELY 5 FEET OUTSIDE THE STUB. REMOVE 4 FEET OF INSULATION AND COIL THE WIRE IN A 6 INCH COIL. PLACE THE COIL UNDER THE END OF THE CONDUIT STUB. TIE THE PULL ROPE TO THE END OF THE CONDUIT STUB AND TAPE THE END OF THE STUB OVER THE PULL ROPE WITH GRAY TAPE. ©EXEMPT MATERIAL REFERENCE; G. SEE STANDARD PAGE 3370 FOR MINIMUM CONDUIT COVER AND CONDUIT PLACEMENT. H. SEE STANDARD PAGE 3373.2 FOR CONDUIT PLUG OR CONDUIT CAP STOCK NUMBERS. NOTES • " ~TTOR CONDUIT INSTALLATIONS ONLY THE: tNSTALLER OF THE CONDUITS SHALL FURNISH AND INSTALL ALL THE MATERIAL SHOWN IN THIS STANDARD. - FOR CONDUIT AND GAS INSTALLATIONS LOCATED WITHIN 2 FEET OF EACH OTHER THE DIALLER OF THE GAS STUB WILL FURNISH AND INSTALL THE PENCIL BAR. BOTH MARKERS WILL BE TAPED TO THE PENCIL BAR BY THE INSTALLER OF THE GAS STUB. - 3/4" RIGID STEEL PIPE WtTH A PIPE CAP MAY BE SUBSTITUTED FOR THE 8 FOOT PENCIL BAR. (THE PURPOSE OF THE CAP IS TO PREVENT SHARP EDGES CAUSED FROM DRIVING THE PIPE.) - SDG&E PENCIL BARS WILL NOT BE LOANED OR SOLD TO APPLICANT/DEVELOPER. P Hi SERVICE GUIDE 1985 CONDUIT STUB MAtf LOCATING SYSTEM I AND TRACER WIRE 540 UG 3377.1 SCOPE; THIS STANDARD SHOWS THE INSTALLATION AND MATERIAL REQUIRED FOR INSTALLING THE CONDUIT STUB MARKER AND TRACER WIRE LOCATING SYSTEM USED TO LOCATE AND SHOW THE DEPTH OF PRIMARY AND SECONDARY STUBS. PAD OR SUBSTRUCTURE LOCATION BILL OF MATERIAL: ITEM 1 2 3 4 5 6 7 DESCRIPTION MARKER, CONDUIT STUB (COLOR-RED) 'BAR, PENCIL a« TAPE, GRAY WIRE, TRACER , i\4 AWG 600V ROPE, PULL 3/16" PLUG, CONDUIT CAP, CONDUIT END QUANTITY 1 1 AS REQ'D AS REQ'D AS REQ'D AS REQ'D AS REQ'D CONST STO — — — — ~ 3373.2 3373.2 STOCK NUMBER 476302 123792 (D 721120 (D 809200 (|) 606560 (D — — INSTALLATION; (A)INSTALL STUB MARKERS ON ALL CONDUIT STUBS 1 FOOT MAXIMUM INWARD FROM THE END OF THE STUB. ONLY INSTALL THE PENCIL BAR AND TRACER MIRE LOCATING SYSTEM ON STUBS LONGER THAN 10 FEET. IF MORE THAN ONE CONDUIT IS STUBBED OUT AT THE SAME LOCATION ONLY INSTALL THE TRACER WIRE IN ONE OF THE UPPERMOST CONDUITS. WHERE THE PENCIL BAR CANNOT BE DRIVEN DRIVEN OR IS NOT REQUIRED (STREET IMPROVEMENTS ETC.) INSTALL ONLY THE LOCATING SYSTEM AND STUB MARKER. CUT OFF THE EXCESS MARKER LEAVING APPROXIMATELY 1 FOOT ABOVE FINAL GRADE. THIS ENSURES THAT THE EXPOSED PORTION OF THE MARKER REMAINS UPRIGHT. 541 - CONDUIT STUB MARKER ( TRACER UG 3377 2 LOCATING SYSTEM ©ON INSTALLATIONS REQUIRING PENCIL BARS WIRE SERVICE GUIDE 1985 ^~ "^viL (5/7%TV — */v ^ Ite , DRIVE THE PENCIL BAR ALONGSIDE THE CONDUIT 1 FOOT '**\jjf MAXIMUM INWARD FROM THE END OF THE STUB LEAVING A MINIMUM OF 4 FEET ABOVE THE GRADE LEVEL, IF 4 FEET MINUMUM IS NOT OBTAINABLE, TAPE A SECOND BAR TO THE DRIVEN BAR FOR ADDITIONAL HEIGHT. LOOP THE STUB MARKER AROUND THE CONDUIT. TAPE THE STUB MARKER TO THE PENCIL BAR WITH GRAY TAPE. IF THE MARKER IS NOT LONG ENOUGH TO SHOW ABOVE GRADE LEVEL, TAPE A SECOND MARKER TO THE PENCIL BAR. SCRAPE OFF THE FOOTAGE NUMBERS ON THE SECOND MARKER. ©PROVIDING THE CONDUIT STUB IS LONGER THAN tO FEET INSTALL A TRACER WIRE AND PULL ROPE INSIDE THE CONDUIT LEAVING SLACK AT THE PAD OR SUBSTRUCTURE END. AT THE SAME END THE TRACER WIRE AND PULL ROPE MUST BE SECURELY ATTACHED EITHER A CONDUIT PLUG, CONDUIT CAP OR TIE THE PULL ROPE AND TRACER WIRE TO THE END OF THE CONDUIT. TAPE THE PULL ROPE AND TRACER WIRE TO THE END OF THE CONDUIT WITH GRAY TAPE. ©AT THE CONDUIT STUB END RUN THE TRACER WIRE APPROXIMATELY 5 FEET OUTSIDE THE STUB. REMOVE 4 FEET OF INSULATION AND COIL THE WIRE IN A 6 INCH COIL. PLACE THE COIL UNDER THE END OF THE CONDUIT STUB. TIE THE PULL ROPE TO THE END OF THE CONDUIT STUB AND TAPE THE END OF THE STUB OVER THE PULL ROPE WITH GRAY TAPE.*» ©EXEMPT MATERIAL REFERENCE; G. SEE STANDARD PAGE 3370 FOR MINIMUM CONDUIT COVER AND CONDUIT PLACEMENT. H. SEE STANDARD PAGE 3373.2 FOR CONDUIT PLUG OR CONDUIT CAP STOCK NUMBERS. NOTES* ~TTOR CONDUIT INSTALLATIONS ONLY THE: INSTALLER OF THE CONDUITS SHALL FURNISH AND INSTALL ALL THE MATERIAL SHOWN IN THIS STANDARD. - FOR CONDUIT AND GAS INSTALLATIONS LOCATED WITHIN 2 FEET OF EACH OTHER THE 'NSTALLER OF THE GAS STUB WILL FURNISH AND INSTALL THE PENCIL BAR. BOTH MARKERS WILL BE TAPED TO THE PENCIL BAR BY THE INSTALLER OF THE GAS STUB. - 3/4-- RIGID STEEL PIPE WITH A PIPE CAP MAY BE SUBSTITUTED FOR THE 8 FOOT PENCIL BAR. (THE PURPOSE OF THE CAP IS TO PREVENT SHARP EDGES CAUSED FROM DRIVING THE PIPE.) - SDG&E PENCIL BARS WILL NOT BE LOANED OR SOLD TO APPLICANT/DEVELOPER. SERVICE GUIDE CONDUIT STUB M LOCATING SYSTEM !ER AND TRACER WIRE 1985 540 UG 3377. SCOPE; THIS STANDARD SHOWS THE INSTALLATION AND MATERIAL REQUIRED FOR INSTALLING THE CONDUIT STUB MARKER AND TRACER WIRE LOCATING SYSTEM USED TO LOCATE AND SHOW THE DEPTH OF PRIMARY AND SECONDARY STUBS. PAD OR SUBSTRUCTURE LOCATION BILL OF MATERIAL: ITEM 1 2 3 4 5 6 7 DESCRIPTION MARKER, CONDUIT STUB (COLOR-RED) 'BAR, PENCIL 8« TAPE, GRAY WIRE, TRACER , #14 AWG 600V ROPE, PULL 3/16" PLUG, CONDUIT CAP, CONDUIT END QUANTITY 1 1 AS REQ'D AS REQ'D AS REQ'D AS REQ'D AS REQ'D CONST STD — — — — — 3373.2 3373.2 STOCK NUMBER 476302 123792 (?) 721120 (f) 809200 (I) 606560 (f) — — INSTALLATION:Jst&Jl ">/ (A)INSTALL STUB MARKERS ON ALL CONDUIT STUBS 1 FOOT MAXIMUM INWARD FROM THE END OF THE STUB. ONLY INSTALL THE PENCIL BAR AND TRACER HIRE LOCATING SYSTEM ON STUBS LONGER THAN 10 FEET. IF MORE THAN ONE CONDUIT IS STUBBED OUT AT THE SAME LOCATION ONLY INSTALL THE TRACER WIRE IN ONE OF THE UPPERMOST CONDUITS. WHERE THE PENCIL BAR CANNOT BE DRIVEN DRIVEN OR IS NOT REQUIRED (STREET IMPROVEMENTS ETC.) INSTALL ONLY THE LOCATING SYSTEM AND STUB MARKER. CUT OFF THE EXCESS MARKER LEAVING APPROXIMATELY 1 FOOT ABOVE FINAL GRADE. THIS ENSURES THAT THE EXPOSED PORTION OF THE MARKER REMAINS UPRIGHT. T SERVICE GUIDE 1985 CONDUIT STUB M LOCATING SYSTEM ER AND TRACER WIRE 540 UG 337 SCOPE; THIS STANDARD SHOWS THE INSTALLATION AND MATERIAL REQUIRED FOR INSTALLING THE CONDUIT S»*€ MARKER AND TRACER WIRE LOCATING SYSTEM USED TO LOCATE AND SHOW THE DEPTH OF PRIMARY AND SECONDARY STUBS. PAD OR SUBSTRUCTURE LOCATION BILL OF MATERIAL: ITEM 1 2 3 4 5 6 7 DESCRIPTION MARKER, CONDUIT STUB (COLOR -RED) 'BAR, PENCIL s« TAPE, GRAY WIRE, TRACER , f14 AWG 600V ROPE, PULL 3/16" PLUG, CONDUIT CAP, CONDUIT END QUANTITY 1 1 AS REQ'D AS REQ'D AS REQ'D AS REQ'D AS REQ'D CONST STO — ~ ~ ~ — 3373.2 3373.2 STOCK NUMBER 476302 123792 (D 721120 (D 809200 © 606560 (§) — — "7 \: INSTALLATION; 0 INSTALL STUB MARKERS ON ALL CONDUIT STUBS 1 FOOT MAXIMUM INWARD FROM THE END OF THE STUB. ONLY INSTALL THE PENCIL BAR AND TRACER WIRE LOCATING SYSTEM ON STUBS LONGER THAN 10 IF MORE THAN ONE CONDUIT IS STUBBED OUT AT THE SAME LOCATION ONLY INSTALL THE TRACER WIRE^* IN ONE OF THE UPPERMOST CONDUITS. WHERE THE PENCIL BAR CANNOT BE DRIVEN DRIVEN OR IS NOT REQUIRED (STREET IMPROVEMENTS ETC.) INSTALL ONLY THE LOCATING SYSTEM AND STUB MARKER. CUT OFF THE EXCESS MARKER LEAVING APPROXIMATELY 1 FOOT ABOVE FINAL GRADE. THIS ENSURES THAT THE EXPOSED PORTION OF THE MARKER REMAINS UPRIGHT. @ /-" ,' " i( ! SERVIC*-" GUIDE PAD GROUNDINu INSTALLATION 1985 503 UG 3407 3-23-84 SCOPE; THIS STANDARD SHOWS THE INSTALLATION AND MATERIAL REQUIREMENTS TOR THE GROUND GRID AROUND EQUIPMENT PADS USED TO PROVIDE EQUIPMENT WITH GROUNDING. 9" RADIUS (TYPICAL) -y \ 24" EXPOSED TAILOUT 24" EXPOSED TAILOUT RUN WIRES PARALLEL, 6 INCHES BELOW FINA GRADE UNTIL UNDER PAD WINDOW OPENING RUN SECOND TAIL AROUND GROUND ROD BUT NOT THRU CLAMP SEE NOTE (A) ITEM 1 2 3 4 5 DESCRIPTION PAD - -. - . . .._ . , ...... WIRE, BARE COPPER, t2, 7 STR. SOFT DRAWN GROUND ROD, 5/8" X 8'-0», OOPPERWELD GROUND ROD, CLAMP CLAMP, SQUEEZON, COPPER QUANTITY 1 AS REQ'D. 2 2 1 STOCK NUMBER REFER TO WORK ORDER 812816 603072 230016 (i) 257760 (T) (c) INSTALLATION; ^iWHEN INSTALLING 4 INCH PADS, POSITION PAD 2 INCHES ABOVE AND 2 INCHES BELOW FINAL GRADE, WHEN INSTALLING 6 INCH PADS, POSITION PAD 3 INCHES ABOVE AND 3 INCHES BELOW FINAL GRADE. THIS DOES NOT INCLUDE 3426 OR 3427 PADS SETTING ON TOP OF HANDHOtES.§GROUND RODS TO HAVE 6 FOOT MINIMUM SEPARATION. EXEMPT MATERIAL. SOGiE SHALL FURNISH AND INSTALL THE COPPER SQUEEZON CLAMP (ITEM 5). REFERENCE; «. SEE STANDARD 3211 FOR EQUIPMENT PAD IDENTIFICATION. G PAGES 508-511 FOR PAD INSTALLATIONS OVER MANDHOLES* SERVICE GUIDE SINGLE -PHASE IRAN )RMER CONCRETE PAD 1985 504^UG 3421.1 SCOPE; THIS STANDARD SHOWS THE REQUIREMENTS FOR INSTALLING A SINGLE-PHASE TRANSFORMER MAXIMUM ALLOWABLE CONDUIT COMBINATIONS AND CONFIGURATIONS. r c) 2 •TON*-: -LIFTING:ANCHOR PAD WEIGHT } 3"r 5" 3" o t 4"r— — — - 12" X 12" / /y P— <r — •• [op \ \ 1 ^ •"* / r L2" SECONDARY CONDUIT AREA PRIMARY CONDLlf*AREA NOTES^ FIVE INCH CONDUIT NOT ALLOWABLE IN THIS INSTALLATION. TRANSFORMER PAD MAY BE PRECAST OR POURED IN PLACE. * TOP SURFACE OF PAD SHALL BE FLAT SO THAT TRANSFORMER SETS FLUSH. m WHEN PAD IS POURED IN PLACE, CONDUIT OPENINGS SHALL BE FORMED SO THAT CONDUIT STUBS ARE NO CONCRETE ENCASED. _ ITEM 3 IN THE BILL OF MATERIAL STOCKED IN 8 FOOT LENGTHS. MATERIAL TO BE CUT IN FIELD TO REQUIRED LENGTHS IF PAD IS POURED IN PLACE. m *&*^-**-^^aCTCT.^»».L..i.»ia^^ ^^^^^^^l^^S^^^J^^^^^2mBILL OF MATERIAL: ITEM 1 2 3 DESCRIPTION CONCRETE (f'c>3000 PSD REINFORCING ROD-SEE TABLE CHANNEL, CONCRETE INSERT 4" x 1-5/8" x 7/8" UN (STRUT OR EQUAL QUANTITY 3.22 CU FT 6.0 LBS 2 STOCK. NUMBER - 685280 426288 PRE- CAST PAD 514240 REINFORCING ROD TABLE * REINFORCING STEEL ASTM A 615 GRADE 60(7 TYPE R1 R2 R3 DESCRIPTION 3/8"x 3'-2" 3/8"x 3«-5" 3/8"x 1 '-8« QUANTITY 3 2 1 STOCK NUMBEP • **«%. 68528D * 'm • 505 UG 3421.2 3-23-84 SINGLE-PHASE TRANSFG iR CONCRETE PAD SERVICE tfUIDE 1985 I INSTALLATION: yTlNCH BASE IN THE BOTTOM OY THE TRENCH JSJ»£QU*IRED TO .PREVENT 0AMAGEl fROM'ROCKS, SAGS ;\ * ) PLACE ALL PRIMARY AND SECONDARY CONDUITS WITHIN THE PAD OPENING AS SHOWN ON PAGE 504 THE CONDUIT CONFIGURATION BETWEEN TERMINATING POINTS MUST MAINTAIN A 7-1/2" CENTERLINE TO CENTERLINE-SEPARATION TO ACHIEVE MAXIMUM CABLE AMPACITY. THIS REQUIREMENT LIMITS THE 'SECONDARY* CONDUIT CONFIGURATION TO 2 WIDE X 4 DEEP OR 4 WIDE X 2 DEEP (NO ONE CONDUIT IS TO BE COMPLETELY SURROUNDED ON ALL FOUR SIDES BY OTHER CONDU I TS) , TJSIW^SPATSRS^KNO* t SACK**»^ 'COMCRETEr;SLURRr>8ACKFItLJw'CONOUITwl«riPa:SO-Br',lNsrAa'ED<-SIDE BY SIDE ONrTHE,BOTTOM OF TH* TRENCH WITHOUT USING SPACERS OR CONCRETE SLURRY. THE CONDUIT SHALL,B£jDIRECT,BURIED (O.B»J; AND-BACKFILLED WITH APPROVED BASEi SHAplNe^ANQ^BACKFJU* * ~ I-SACK CONCRETE . X - ^SHADING-;1* / 8ASE V C. THE PRIMARY AND SECONDARY CONDUIT COMBINATIONS ALLOWED ARE SHOWN IN THE CHART BELOW. READ DOWN DESIRED COLUMN UNTIL THE NUMBER OF RUNS BEING INSTALLED ARE LOCATED, THEN READ ACROSS THE ROW CHECKING FOR ADDITIONAL ALLOWABLE RUNS. THE SUM OF THE COLUMNS SHALL NOT EXCEED THE TOTAL CONDUITS ALLOWED. SECONDARY CONDUIT COMBINATIONS 2" (EB OR DB) OR 3/0 SIDA OR BELOW - 4 5 6 7 1 1 - - 4 5 6 3" (EB OR DB) OR 350 SIDA 5 3 2 1 - - 1 3 4 -- - 4" (EB OR. SIDA) - -- - -4 3 2 1 3 2 1 TOTAL CONDUITS ALLOWED * 5 7 7 7 7 5 5 5 5 7 .._ 7 7 PRIMARY CONDUIT COMBINATIONS 1-1/4" PID 4 2 2 1 2 - 1 - 3" (EB OR DB) - 2 1 2 - 2 - 1 TOTAL CONDUITS ALLOWED 4 4 3 3 2 2 1 1 SECONDARY CONDUITS MAY INCLUDE TWO ADDITIONAL ONE INCH CONDUITS FOR STREET LIGHTS. D. WHEN THE NUMBER OF REQUIRED CONDUITS IS LESS THAN THE TOTAL CONDUITS ALLOWED IN THE TABLE, INSTALL CONDUITS TOWARDS THE BACK OF THE PAD WINDOW OPENING LEAVING ROOM TOWARDS THE FRONT FOR ANY FUTURE CONDUITS. F. TERMINATE PRIMARY AND SECONDARY CONDUITS FLUSH WITH TOP OF PAD. G. A'3-1/C PID INSTALLATION MAY BE SUBSTITUTED FOR PRIMARY CONDUIT(S). H. IN SOFT SOILS A CEMENT SLURRY 12 INCHES BEYOND THE EDGE OF THE PAD AND 12 INCHES DEEP IS REQUIRED UNDER THE TRANSFORMER PAD. REFERENCE; I. SEE STANDARD 3211 FOR PAD IDENTIFICATION. |^|eer|G poge JS^^^TRENC^^TIjtlTXPOXn^iONrNG^ SHAD! NG AND K. SEE SG page 536 FOR CONCRETE SLURRY, SHADING AND TYPE OF CONDU L. SEE SG page 503 FOR TRANSFORMER PAD GROUNDING INSTALLATION. M. SEE SG page 501 FOR TRANSFORMER BARRIER PROTECTION. •*. 'SEE SG page 502 FOR 10 PAD LOCATIONS'NEXT TO CATV AND/OR TELCO. 1«0. SEE SG page 500 FOR MINIMUM OPERATING CLEARANCE REQUIREMENTS (PAD PLACEMENT). f.JSEE. STANDARDS 3484 AND 3487 FOR RETA INI NG WALLS. ^.. ,, .^-^;».V^ .. Q. SEE STANDARD 3711, 3712 AND 3713 FOR TRANSFORMER INSTALLATION. SCOPE: THIS STANDARD SHOWS THE INSTALLATION REQUIREMENTS FOR A TYPICAL 3441 PAD AND 3316 HANDHOLE FOR A PAD-MOUNTED, 12KV, 600 AMP, 30 SWITCH. i—2 TON LIFTING ANCHOR E P kh PAD WEIGHT (INCLUDES STEEL COVERS) 7700* 3" NOTES: UNISTRUT 0 ©© SDcV ft ft ^ '& SDGE ft ft SDGEN ft ft -+- ; 7//^v SDGE ft ft -2 TON LIFTING ANCHOR 1 P ] TOP VIEW - PAD MAY NOT BE POURED IN PLACE. USE PRECAST PAD ONLY. Indicates Latest Revision Completely Revised ~X] Ne^ Pa9e 71ISSUE 1985 DATE 7/31/84 SDG&E ELECTRIC STANDARDS 3441 PAD & 3316 HANDHOLE INSTALLATION FOR PAD-MOUNTED, 12 KV, 600 AMI? 30 SWITCH 3441 ALTERNATE GROUND (WHEN INSTALLED NEXT TO SIDEWALK) ALTERNATE GROUND (WHEN RETAINING WALL IS REQUIRED) \ PERSONNEL ACCESS OPENING CABLE OPENING- SIDEWALK- FINAL -GRADE t-'^••'v-^-.eiM. t c1i t 2 } (A) ( 4" r 48" « "W 6"'\ OOoo OQ \ r1 f /Q/ ^ m (H) ©@ @® OO 5?V /^r — T" ^ r •v./- '•'••"•'••• •'•••J • .AV A '^ : '. ?:'-. \'x ':••"..'• '•./ 12" j" ^ \vD w CFj ^^/5> ^3) ~^~Y?") <\ 1 r r - 1 1 *° co H l_ t \\'xl3> Vv x \ Is oo f01 0 ssx|_ 1 rn \ x/ ,r?> 1 ./ y >\ N \ Vs 1 C/l 1 ^^ ° \\'x tet^JIi 8 ( 1 c t 1 96 f )" ] I © n n \f" S! u © !il!H 1 1/2" > 1/2 " ) r 2" f .'•.:-\::--.-:-:--,»-:.'.:v^gi>r; \V1 1 1 1 Ifi"D 1 1® 1 i^'S'S -.' :.:• ^ ,. ;• * *;'' '••- • '. ". ^ -'• '•> ' :'t ;..;,•;; ;^J r- ••• '•* i 91 c .r •f t '.' t . . v •• :> if '. •• ' ' -• i ,.\ \ i 9* (11 i Indicates Latest Revision Completely Revised X New Page SDG&E ELECTRIC STANDARDS PAD & 3316 HANDHOLE INSTALLATION FOR PAD-MOUNTED 12KV 600 AMP 30 SWITCH ISSUE DATE 1985 7/31/84 BILL OF MATERIAL:fIk ITEM 1 2 3 4 5 6 7 8 9 10 11 12 DESCRIPTION 3441 PAD SECTION W/COVERS & REMOVABLE SUPPORT BARS 3316 12" EXTENSION SECTION 3316 24" EXTENSION SECTION 3316 48" BASE ENCLOSURE (1 OR 2 PIECE) BOLT, 1/2»X 1-1/2" PENTAHEAD, STAINLESS STEEL W/ITEM 1 SEALANT, PLASTIC-MASTIC SI LI CONE GREASE CONCRETE, (2 SACK MIX - 5" SLUMP MAX) (D) CONCRETE, (4-SACK MIX WITH 3/8" PEA GRAVEL) (f) GRAVEL (3/8" - 3/4" ) WIRE, BARE COPPER, #2, 1 STR SOFT DRAWN EPOXY PUTTY QUANTITY 1 1 1 1 AS REQ'D - AS REQ'D AS REQ'D AS REQ'D AS REQ'D AS REQ'D AS REQ'D CONST STD OR PG NO 3441 3316 3316 3316 - 3306 - - - - 3441.2 - STOCK NUMBER 514276 ^A 336208 -^g? 248162 248160 156004 (E) 631872 © 391424 (E) - - - 812816 213246 i m w m IP^ HH, m mt> jf INSTALLATION: T) THE PAD AND HANDHOLE LOCATION IS TO BE MARKED OUT PAYING PARTICULAR ATTENTION TO FOREIGN UTILITY PLACEMENTS. RELOCATING PAD AND HANDHOLE REQUIRES APPROVAL FROM SERVICE PLANNING. ONCE THE LOCATION HAS BEEN ESTABLISHED, MARK OUT DIMENSIONS FOR AN EXCAVATION OF 7 ' -4 " WIDE X 10'-10» LONG. THE DEPTH OF THE EXCAVATION WILL DEPEND ON SOIL TYPE. IN STABLE SOIL, EXCAVATE TO 8 ' -4 " ALLOWING 3 INCHES FOR ADJUSTMENT TO FINAL GRADE. IN UNSTABLE SOIL, EXCAVATE TO 8'-7" ALLOWING FOR THE ADDITIONAL PLACEMENT OF 3 INCHES OF GRAVEL FOR BASE SUPPORT. EXCAVATION IS NOW PREPARED FOR INSTALLATION OF PAD AND SUBSTRUCTURE SECTIONS. ASSURE THE SUBSTRUCTURE WALLS ARE STRAIGHT AND THE FLOOR IS LEVEL. PLACE THE ONE-INCH DIAMETER HOLE IN THE 12 INCH SPECIAL EXTENSION SECTION (ITEM 2) DIRECTLY BELOW THE CABLE OPENING IN 3441 (ITEM 1), AS SHOWN ON PAGE 3442.2. PLACE PLASTIC-MASTIC SEALANT BETWEEN ALL SECTIONS. DOUBLE SEAL IF FIELD CONDITIONS INDICATE THAT WATER WILL PENETRATE THE JOINTS. DO NOT APPLY SEALANT UNDER THE PAD SECTION IF CONCRETE IS REQUIRED FOR GRADE ADJUSTMENT. C. TO DETERMINE FINAL GRADE, ONE OF TWO FOLLOWING METHODS MAY BE USED: 1) WHEN CURB OR GRADE LEVEL IS ALREADY ESTABLISHED, MEASURE FROM THE TOP OF CURB OR GRADE OR 2) HAVE THE FIELD ENGINEER SET THE GRADE STAKES. AFTER GRADE LEVEL IS ESTABLISHED SET A STRING LINE TO CHECK ™ GRADE LEVEL. *' (o) A CONCRETE BACKFILL (2 SACK MIX - 5" SLUMP MAX) 12 INCHES BEYOND THE EDGE OF PAD AND 12 f! INCHES DEEP IS REQUIRED UNDER THE OVERHANGING PAD SECTION. LEVEL THE TOP PAD SECTION (6 * INCH PORTION WITH COVERS) TO FINAL GRADE. SHIM BETWEEN THE TOP PAD SECTION AND 12 INCH SPECIAL .EXTENSION WITH WOODEN WEDGES AND BRICKS. THE COVER SECTION OF THE PAD MAY BE p INSTALLED IN THE SIDEWALK ON A FLAT GRADE. ^ (T) EXEMPT MATERIAL. ™ (T) BEFORE POURING CONCRETE (4 SACK MIX WITH 3/8 INCH PEA GRAVEL, OR AS REQUIRED BY CITY OR M COUNTY CODES), FRAME THE INSIDE OPEN AREA BETWEEN SECTIONS SO CONCRETE CAN BE POURED FROM THE OUTSIDE OF THE TOP SECTION. MAKE SURE THE BRICKS OR WOODEN WEDGES DO NOT SHOW FROM THE P INSIDE ONCE THE CONCRETE IS POURED . THE INSIDE FRAME MAY BE OMITTED IF THE CONCRETE IS NOT — TOO WET. IF FRAME IS OMITTED TROWEL CONCRETE SMOOTH ON THE INSIDE. ISSUE 1985 DATE 7/31/84 APPD^/^ •;:f:::x Indicates Latest Revision SDG&E ELECTR Completely Revised 1 X 1C STANDARDS New Page '"""*" " 3W PAD & 3316 HANDHOLE INSTALLATION FOR PAD-MOUNTED, 12 KV, 600 AMP, 30 SWITCH •M 3441,3 _ ^ *Tf r (G) INSTALL CONDUITS USING THE BOTTOM OUTSIDE (CLOSEST TO WALL) KNOCKOUTS FIRST. ALL CONDUITS MAY COME FROM THE SAME DIRECTION. FEEDER CONDUITS FOR THE SWITCH SHALL ONLY BE INSTALLED IN POSITIONS 1, 2, 3 OR 4 UNDER THE SWITCH. (H) INSTALL GROUND GRID AS SHOWN IN DRAWINGS ON PAGE 3441.2. INSERT GROUND WIRE THROUGH PREDRILLED ONE-INCH DIAMETER HOLE IN THE 3316 TWELVE INCH SPECIAL EXTENSION SECTION. SEAL HOLE AROUND THE GROUND WIRES WITH EPOXY PUTTY. (T) APPLY SI LI CONE GREASE TO THE PENTAHEAD BOLTS WHEN SECURING THE COVERS TO REDUCE REMOVAL OR INSTALLATION DIFFICULTIES. TIGHTEN DOWN BOLTS WITH TORQUE WRENCH TO 80 FT/LBS. REFERENCE: J. SEE STANDARD 3549 FOR PAD-MOUNTED SWITCH. K. SEE STANDARD 3550 FOR CABLE AND SWITCH INSTALLATION. L. IF THE SWITCH IS SUBJECT TO VEHICULAR TRAFFIC INSTALL BARRIERS PER STANDARD 3481. M. SEE STANDARD 3211 FOR INSTALLATION OF IDENTIFICATION TAG. N. SEE STANDARD 3306 FOR INSTALLATION OF PLASTIC-MASTIC SEALANT. 3141.4 Indicates Latest Revision Completely Revised X New Page SDG&E ELECTRIC STANDARDS 3W PAD & 3316 HANDHOLE INSTALLATION FOR PAD-MOUNTED, 12KV, 600 AMP, 30 SWITCH ISSUE DATE 1985 7/31/84 SERVICE' 3U1DE 1985 10 TRANSFORMER F/' LOCATIONS SHOWING CATV A& . JR TELCO LOCATIONS 502 UG 34 8-5-8;I LOT LINE -- 1 PAD AND FOREIGN UTILITY LOCATIONS MAY BE REVERSED 3' - 0" « 3' - 0" SIDEWALK .JL. •-• MINIMUM AREA REQUIRED FOR J/W IS (5' - 8" X 5' • 8" 12"^' TRANSFORMER PAD, \\\\\\ \\\ \- -3' - 8' 3' - 10 5' - 8" 5' - 8" LOCATION WHEN NO RETAINING WALL OR WALL 18" OR LESS IS REQUIRED LOT LINE—-. PAD AND FOREIGN UTILITY LOCATIONS MAY BE REVERSED 31 - 0" --MINIMUM AREA REQUIRED FOR R/W IS (91 - 0" X 6' - 10") <-* SIDEWALK 2' - 8" MIN V\ TRANSFORMER PAD \\\ \\\\\\\ \ PA s\ \ ^ °\\\ft^Ns 3' ' ^ - 10" 2* fl" ^ 6' - IO1, 3' - 8"- 9' - 0" N LOCATION WHEN RETAINING WALL 18" HIGH OR TALLER IS REQUIRED NOTES: A. WHEN RETAINING WALL IS REQUIRED. EXCAVATE A MINIMUM OF 40" IN THE CLEAR OF CONCRETE PAD EDGES. B. FOR RETAINING WALL DETAILS REFER TO SC PACES 502.1-502.5 DC. SERVICE GUIDE 1985 MINIMUM OPERATING!, EARANCE REQUIREMENTS FOR PAD-MOUNTED AND SUBSURFACE EQUIPMENT (FROM RETAINING WALLS 18 INCHES OR LESS IN HEIGHT) 500 UG 3483. 1-1-85 SCOPE; THIS STANDARD SHOWS THE MINIMUM OPERATING AND RETAINING WALL (OR OTHER ABOVE GROUND OBJECT) CLEARANCES FROM PADS AND SUBSURFACE STRUCTURES. PAD OR SUBSTRUCTURE CLEARANCES FROM RETAINING WALLS 18 INCHES OR LESS IN HEIGHT PAD OR SUBSTRUCTURE- street or sidewalk side PAD USAGE 10 FUSED SECTIONAL! ZING CABINET 30 TERMINATING ENCLOSURE (2/0 & BELOW) 10 CABLE TERMINATOR 30 FUSED SWITCHING CABINET 30 CABLE TERMINATING ENCLOSURE (350 KCMIL & 7 LARGER) 10 TRANSFORMER (25-167 KVA) ''*x-' 30 TRANSFORMER (300 KVA MAX) 6-3", 6-4" OR 4-5" SECONDARY CONDUITS 30 TRANSFORMER (1000 KVA MAX) 9-3", 9-4" OR 6-5" SECONDARY CONDUITS 30 LIVEFRONT TRANSFORMER (1500-2500 KVA) 12-3" ,-12-4" OR 12-5" SECONDARY CONDUITS 30 SWITCH (600 AMP) 30 CAPACITOR SUBSTRUCTURE USAGE SECONDARY SECONDARY/PRIMARY SECONDARY/PR 1 MARY SECONDARY/PRIMARY SECONDARY/PR 1 MARY NECK SECTION, SECONDARY/PRIMARY CONST STD. 3411 3412 3413 3421 3425 3426 3427 3440 3426 3312 3313 3314 3315 3316 3324 PAD OR STRUCTURE DIMENSIONS 'A' 3'-2" (38") 2'-8» (32") 4'-1« (49") 31-10" (31") 3«-8" (44") 6«-4" (76«) 6'-4" (76") 8'-0" (96") 7«-6« (90") 6'-1" (73") • B' 2'-8" (32") 3'-2" (38") 3'-6" (42") 2'-7" (46") 3'-10" (46") 4'-9" (57") 6'-1" (73") 7'-6" (90") 7«-0" (84") 6'-4" <76") MINIMUM OPERATING (7) CLEARANCE DIMENSI ONS (Bj© •a« 2' 4" 2'-10" (34") 2'-10" (34") 4" 4" 4" 4" 4" 2'-10" (34") 'b« 2' 4" 2'-10" (34") 2«-10" . (34") 4" 4" 4" 4" 4" 2«-10" (34") •c' 4" 4" 4" 4" 4" 4" 4" 4" 4" 4" •d' 4" 2'-10» (34 ») 4" 4" 2'-10" (34") 2«-10" (34") 2'-10" (34") 2«-10" (34") 2«-10" (34") 4" 1'-9 3/4" (21 3/4") 2'-8" (32") 6«-8" (80") 7«-6" (90") 9'-6" (114") 6«-4" (76") 2«-10 3/4" (34 3/4") 3'-8" (44") 3'-8" (44") 5'-0" (60") 6»-0" (72") 5«-6" (66") 9" 9" 1' 1 • 1" 1« 9" 9" 1« P P 1< 9" 9" P P P P 2'-10" <34") 2«-10" (34") 2'-10" (34") 2'-10" (34") 2»-10" (34") 2'-10" (34") NOTES: THIS STANDARD DOES NOT APPLY TO PREFORMED RETAINING MALLS IN STANDARD 3484. 502.2 UG 3487.1 3-23-84 MASONRY RETAINING WALLS TYPES I & II (LEVEL AND SLOPING BACKFILL) SERVICE GUIDE 1985 SCOPE; THE STANDARD SHOWS RETAINING WALLS FOR LEVEL AND SLOPING BACKFILL TO PROTECT PAD-MOUNTED AND SUBSURFACE EQUIPMENT. Slope of TYPE 1 WALL retained earth. __^ /I Level Horizontal Steel (see note (T) ) TYPE 11 WALL SI ope of retained earth. t +- C. O)— .C •—a X /, //. ;> G -f ( i S, 9" • J ,-» f) _^ '/// r^~ '- i 1 -» i ,1 | I — Hi i L1 * (• 1I 1 j ? / ', -. [_^^^ ( Rel n f . Stee 1 / •*— Wal 1 width/ 4-21" / V \j Re 1 n fore 1 ng '' Lap Spl Ice v Vx /. '•^:^S 2- « . . y Bars ///v Key size "K" WALL TYPE "T" A. TYPE 1 6" WIDTH B. TYPE 1 8" WIDTH C. TYPE 1 1 (NOTE 1 ) REINFORCING STEEL "R" 1. #3 BARS 6 24" 0/C 2. *4 BARS f 32" 0/C 3. *3 BARS % 16" 0/C 4. «4 BARS 8 24" 0/C 5. *4 BARS • 16" 0/C 6. 14 BARS % 16" 0/C D. E. F. G. N. KEY SIZE "K" WIDTH X DEPTH 6" X 6" 8" X 8" 12" X 12" 12" X 18" NONE REQUIRED h^1 Footing width "W" 12" mln. concrete depth. 12" min. Into natural ground or approved compacted fill. Reinf. Steel Footing width "W" WALL HEIGHT 1 1.411 Q 2'-0" 2 '-8" 3' -4" 4'-0" 4 '-8" 5 ' -4" 6«-0" 6 ' -8" 8'-0" SLOPE OF RETAINED EAR" LEVEL T A A A A A B B C C C R 1 1 1 1 3 4 5 4 5 6 K N N N N N D D E E E "W" 1«-4» 1 '-4" 2'-0" 2'-1" 2.1 -411 2 1-911 3'-0» 31-311 3 '-9" 41-611 5 TO 1 T A A A A B B C C C R 1 1 1 1 1 4 4 4 5 K N N N N N D D E F 11 W" 1 '-4" 1 '-4" 2'-0" 2'-1" 2 ' -3" 21-911 3'-0» 31-3,, 3 '-10" m HORI 4 TO 1 T A A A A B B C C C R 1 1 1 1 1 5 4 4 6 K N N N N N E E E F "W" 1 ' -4" |i_4ii 2i-0" 2'-l" 21-311 21-911 3'-0» 3 ' -4" 3'-10 3 TO 1 T A A A A B B C C C R 1 1 1 1 1 5 4 5 6 K N N N D D E E E G "W" 111-411 1 1-411 2 i-o» 2'-1" 2 ' -3" 21-911 3i_0n 3 ' -4" 3i_Hii ZONTAL RUN TO VERTICAL RISE 2 TO 1 T A A A A B B C C C R 1 1 1 3 1 5 4 5 6 K N N D D D F F F G "W" 1 '-4" 1 '-4" 2'-0" 2t-in 2i_3n 21-911 3 ' -2" 3'-6» 41-111 1 1/2 TO 1 T A A A B B C C C R 1 1 1 1 4 5 5 6 K N D E E F G G G "W" 1 '-6" P-8" 2t-2" 21-411 2 '-9" 31-511 31-911 4 ' -2" 1 TO 1 T A A A B C R 1 1 1 4 4 K D D F F G "W" 1 ' -7" 1'-10» 21-511 21-911 31-411 FOOTING SIZES ARE BASED ON 1000 LB. PER SQUARE FOOT MAXIMUM SOIL BEARING VALUE. NOTES; 1. WHEN WALL TYPE II IS REQUIRED, THE FIRST FOUR COURSES OF BLOCK, REGARDLESS OF WALL HEIGHT, SHALL CONSIST OF 12 INCHES WIDE MASONRY UNITS. (?) HORIZONTAL STEEL - TWO #3 BARS SHALL BE PLACED LONGITUDINALLY IN THE FOOTING AS SHOWN. ONE #3 BAR OR LADDER MESH SHALL BE PLACED LONGITUDINALLY IN THE MORTAR JOINT EVERY 16 INCHES AS jm± THE BLOCKS ARE LAID UP. J^f 3. SEE SG PAGES 502.*-.5 FOR ADDITIONAL REQUIREMENTS. """ 4. CONSULT LOCAL BUILDING DEPARTMENT FOR PERMITS, (?) ANY WALL 14 INCHES OR LESS (WITH A MAXIMUM SLOPE OF RETAINED EARTH OF 4 TO 1, HORIZONTAL RUN TO VERTICAL RISE) REQUIRED WITH THE 3411 OR 3421 PADS, USE THE PREFORMED RETAINING WALL MASONRY RETAINING WALLS-TYPES III, IV & V (LEVEL BACKFILL) SERVICE GUIDE 1985 502. 3 UG 3487. 3-23-84 TYPE V WALL Level TYPE 1 1 WALL 6" Block TYPE IV WALL 8" Block . vV 1-X • 1 2" mln. cone. — depth 12" mln. x Into natural __j ground or _e approved compacted fill. ^ "H" ______ ,._ ..,_ ... _/ /' f s 'tss/V's'//, „ "1 T f 'P ./ !'•'• !•;• •• -» ';••-•• ca •1 •| 1 T iii'. .-. 1 I / Level S £ Hor I zontzs 1 ^ V.-/ ^ A ^ / 12 4- / d< ^_J 9r Steel xCD LUBars x 11 mln. cone, -i ipth 12" mln. * to natural ound or x approved / compacted f 1 1 1 .v : '.'•>••'•' L-^J 6" /'/ f ' / Foot •^*^ 2key B ng "W" /C'1 -"B" Bars \ •'••'•• •- '/, J•o • ^ ••• / - 4- k X #4 Bars 16" o.c _ "H" -» «_ • *• "////// / r ^^ ^-#3 xrx ars k£/ 1 , 1 ir'-H L_L *i •••• j-r 1-' 1 1 T •1 r T / f / , / ^— 1 2" / , / .{_ "A" \ / V'^'B .••"'••' -Vi A- •''•'• •''-_ / i.<12Vt -•^ : / / // /•»--. E E XcE in 1 i . S _f E 3" 5> • *./.::• ^//T/.^/ n_i _._ f 6 i 1 ,o eo CO / 7 ) ^_ Footing "W" ___ WALL HEIGHT p_ 4.1 0 2'- 0" 2'- 8" 3'- 4" 4'- W 4'- 8" 51 _ 411 6'- 0" 6'- 8" 8'- 0" WALL TYPE 1 II 1 1 1 III III III IV IV V V V "H" 3" 3" 3" 3" 3" 6" 8" 8" 1 i_ i» 1'- 8" FOOTIN3 "W" P- 6" 1 '- 6" 2'- 0" 2i- 311 2'- 6" 3'- 6" "~ 41- o« 41-611 5'- 0" 51- 2" KEY SIZE NONE NONE NONE NONE NONE NONE 6»X 6" 8"X 8" 8"X 8" 12"X 12" "A" BARS / 3 % 32" 0/C #38 24" 0/C 1 3 6 24" 0/C i 3 i 24" 0/C f 3 0 16" 0/C 148 24" 0/C #48 16" 0/C #48 24" 0/C #48 16" 0/C # 58 16" 0/C "B" BARS NONE NONE #38 48" 0/C # 3 8 48" 0/C # 3 i 32" 0/C #40 24" 0/C #48 24" 0/C #48 24" 0/C # 4 8 16" 0/C #48 16" 0/C NOTES: 1. FOOTING SIZES ARE BASED ON 1000 LBS. PER SQUARE FOOT MAXIMUM SOIL BEARING VALUE. (2) WALL HEIGHT IS MEASURED FROM THE TOP OF THE FOOTING TO THE TOP OF THE WALL. WALLS NOT SHOWN IN THE TABLE ABOVE MUST BE DESIGNED SPECIFICALLY FOR THE EXISTING CONDITION. 3. THE WALLS SHOWN HERE ARE DESIGNED AS WALLS RETAINING LEVEL EARTH FOR A DISTANCE EQUAL TO WALL HEIGHT. 4. SEESG PAGES502.4-.5 FOR ADDITIONAL REQUIREMENTS. (5) WHEN WALL TYPE V IS REQUIRED, THE LOWER 16 INCHES OF WALL HEIGHT IS REQUIRED TO CONSIST OF 12 INCHES WIDTH MASONRY UNITS. © HORIZONTAL STEEL: #3 BARS SHALL BE PLACED LONGITUDINALLY IN THE FOOTING AS SHOWN. *3 BARS OR LADDER MESH SHALL BE PLACED LONGITUDINALLY IN THE MORTAR JOINT EVERY 16 INCHES AS THE BLOCKS ARE LAID UP. 7. CONSULT LOCAL BUILDING DEPARTMENT FOR PERMITS. (8) ANY WALL 14 INCHES OR LESS (WITH A MAXIMUM SLOPE OF RETAINED EARTH OF 4 TO 1, HORIZONTAL RUN TO VERTICAL RISE) REQUIRED WITH THE 3411 OR 3421 PADS, USE THE PREFORMED RETAINING WALL IN SC PAGE 502.1 502.4 UG 3487.3 3-23-84 (SLOPING & LEVEL BACKFILy.pjp«.|~p. 1985 EXAMPLE: PLAN VIEW CONCRETE AREA PAD OR SUBSTRUC- TURE MEASUREMENTS WILL VARY WITH EACH SUBSTRUCTURE OR PAD SIDEWALK BILL OF MATERIAL: ITEM 1 2 3 4 5 6 7 8 9 DESCRIPTION CONCRETE BLOCK 6X8X8 CONCRETE BLOCK 6X8X16 CONCRETE BLOCK 8X8X16 CONCRETE BLOCK, VIEJO BROWN 8X4X8 CONCRETE BLOCK VIEJO BROWN 8X4X16 REINFORCING ROD, 13 3/8" (T) REINFORCING ROD, #4 1/2" (c) REINFORCING ROD, 15 5/8" (c) CONCRETE GROUT AND MORTAR MIXES (IT) QUANTI TY AS REQ'D AS REQ'O AS REQ'D AS REQ'D AS REQ'D AS REQ'D AS REQ'D AS REQ'D AS REQ'D STOCK NUMBER 141824 141808 141856 141720 141712 685280 685152 685312 INSTALLATION; A. WALL DRAINS- WALL DRAINS SHALL BE PROVIDED AT 6 FOOT INTERVALS ALONG THE LENGTH OF THE WALL AND LOCATED AT THE LEVEL OF THE BOTTOM COURSE OF BLOCK. THE DRAINS SHALL BE 4 INCHES IN DIAMETER, FORMED BY PLACING A BLOCK ON ITS SIDE,OR LEAVING OUT EVERY HEAD JOINT IN THE FIRST COURSE OF BLOCK. BACKFILL BEHIND WALL DRAINS OR OPEN HEAD JOINTS SHALL BE LOOSE RUBBLE OR GRAVEL. ALL BACKFILL SHALL BE GRANULAR MATERIAL COMPACTED TO AT LEAST 90% Of MAXIMUM DRY DENSITY IN SIX INCH LAYERS. P m P © © CONCRETE GROUT AND MORTAR MIXES- CONCRETE GROUT AND MORTAR MIXES SHALL BE AS SPECIFIED IN THE "STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION". ALL CELLS SHALL BE FILLED WITH GROUT. ROD OR VIBRATE GROUT WITHIN 10 MINUTES OF POURING TO INSURE CONSOLIDATION. BRING GROUT TO A POINT 2 INCHES FROM THE TOP OF MASONRY UNITS WHEN GROUTING OF SECOND LIFT IS TO BE CONTINUED AT ANOTHER TIME. GROUT MUST DEVELOP 2000 POUNDS PER SQUARE INCH OF COMPRESSIVE STRENGTH PRIOR TO BACKFILLING THE WALL. STEEL REINFORCEMENT- ALL STEEL REINFORCEMENT SHALL CONFORM TO ASTM A615 GRADE 40. WHEN ONE CONTINUOUS BAR CANNOT BE USED, A LAP OR SPLICE A DISTANCE EQUAL TO THIRTY BAR DIAMETERS SHALL BE USED. D. MORTAR KEY- TO INSURE PROPER BONDING BETWEEN THE FOOTING AND THE FIRST COURSE OF BLOCK A MORTAR KEY SHALL BE FORMED BY EMBEDDING A FLAT 2X4 FLUSH WITH AND AT THE TOP OF THE FRESHLY POURED FOOTING. THE 2 X 4 SHOULD BE REMOVED AFTER THE CONCRETE HAS STARTED TO HARDEN (APPROXIMATELY 1 HOUR). A MORTAR KEY MAY BE OMITTED IF THE FIRST COURSE OF BLOCK IS SET INTO THE FRESH CONCRETE \ WHEN THE FOOTING IS POURED,AND A GOOD BONO IS OBTAINED. '^\ F. CONCRETE- FOOTING CONCRETE SHALL BE 560-C-3250, USING B AGGREGATE AS DEFINED IN THE "STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION", WHEN PLACING CONDITIONS PERMIT. m m SERVICE GUIDE 1985 (SLOPING AND LEVEL BACKFILL)502.5 UG 3487. 3-23-84 G. H. I. J. © SOIt- ALL FOOTINGS SHALL EXTEND AT LEAST 12 INCHES INTO UNDISTURBED NATURAL SOIL OR APPROVED COMPACTED FILL. SOIL SHOULD BE DAMPENED PRIOR TO PLACING CONCRETE IN FOOTINGS. FENCING- SAFETY FENCING SHALL BE INSTALLED AT TOP OF THE WALL AS REQUIRED BY THE CITY OR COUNTY CODES . MASONRY- ALL MASONRY UNITS SHALL BE AS SPECIFIED IN THE "STANDARD SPECIFICATION FOR PUBLIC WORKS CONSTRUCTION". INSPECTIONS- FOREMAN SHOULD INSPECT AS FOLLOWS: 1) WHEN THE FOOTING HAS BEEN FORMED, WITH THE STEEL TIED SECURELY IN FINAL POSITION, AND IS READY FOR THE CONRETE TO BE PLACED. 2) WHERE CLEANOUT HOLES ARE NOT PROVIDED; -AFTER THE BLOCKS HAVE BEEN LAID UP TO A HEIGHT OF 4 FEET, OR FULL HEIGHT FOR WALLS UP TO 5 FEET, WITH THE STEEL IN PLACE BUT BEFORE THE GROUT IS POURED, AND ... -AFTER THE FIRST LIFT IS PROPERLY GROUTED, THE BLOCKS HAVE LAID UP TO THE TOP OF THE WALL WITH THE STEEL TIED SECURELY IN PLACE BUT BEFORE THE UPPER LIFT IS GROUTED. WHERE CLEANOUT HOLES ARE PROVIDED; -AFTER THE BLOCKS HAVE BEEN LAID UP TO THE TOP OF THE WALL, WITH THE STEEL TIED SECURELY IN PLACE,BUT BEFORE GROUTING. 3) AFTER GROUTING IS COMPLETE AND AFTER ROCK OR RUBBLE WALL DRAINS ARE IN PLACE BUT BEFORE EARTH BACKFILL IS PLACED. 4) FINAL INSPECTION WHEN ALL WORK HAS BEEN COMPLETED. 5) CONTACT CIVIL/STRUCTURAL ENGINEERING IF ASSISTANCE IS DESIRED. THE CONCRETE AREA AROUND THE PAD, MANHOLE OR HANDHOLE SHALL HAVE A SLIGHT SLOPE TOWARDS THE FRONT OR SIDEWALK. THE TOP BLOCKS ARE TO HAVE A FINISHED 1 INCH HIGH ROUNDED CONCRETE CAP. uu INVOICE NO. 25893 LEIGHTON and ASSOCIATES INCORPORATED 1151 Duryea Avenue Irvine, California 92714 (714) 250-1421 (800) 253-4567 City of Carlsbad Department of Municipal Projects 2075 Las Palmas Drive Carlsbad, California 92009-4859 Attn: Mr. Pat Entezarf, Project Manager Payment is due upon receipt. Client Number 21851 8871838-13 This is an invoice for Professional Services rendered: Geo technical and materials testing services during the period of July 5, 1989 through November 2, 1989* Carlsbad Boulevard — Phase II, Carlsbad, California. (See Attached Cost Breakdown dated August 28, 1990) $6.820.00 Thank You IRVINE • WESTLAKE/VENTURA NORTH SAN DIEGO • RANCHO CALIFORNIA • VICTORVILLE DIAMOND BAR/WALNUT • SAN BERNARDINO/RIVERSIDE • SAN DIEGO • PALM DESERT • VALENCIA RETURN WITH YOUR REMITTANCE LEICHTONAND ASSOCIATES, INC. Geotechnical and Environmental Engineering Consultants TRANSMITTAL To: City of Carlsbad Department of Municipal Projects 2075 Las Pal mas Drive Carlsbad, California 92009-4859 Attention: Mr. Pat Entezari, Project Manager Date: August 30, 1990 Project No. 8871838-13 Transmitted: Herewith Via Carrier Client Pick Up Fed Ex The Following: Draft Report Final Report Extra Report Proposal 2 Other (Letter) For: Your Use As Requested SUBJECT: Invoice and Cost Breakdown for Geotechnical and Materials Testing Services. July 5 Through November 2. 1989, Carlsbad Boulevard- Phase II. Carlsbad, California, dated August 30. 1990 LEIGHTON AND ASSOCIATES, INC. Bv; Richard L. Wong Copies to: 5421 AVENIDA ENCINAS, SUITE C, CARLSBAD, CALIFORNIA 92008 (619) 931-9953 FAX (619) 931-9326 LEIGHTON and ASSOCIATES INCORPORATED 1151 Duryea Avenue Irvine, California 92714 (714)250-1421 (213)691-2125' INVOICE 23958 City of Carlsbad Department of Municipal Projects 2075 Las Palmas Drive . Carlsbad, California 92009-4859 Attention: Mr. Pat Entezari Date April 7, 1QSQ Tract Number Carlsbad Blvd. Project Number 8871838-13 Federal I.D. No. 95-2899975 Payment is due upon receipt. After 30 days r/2% per month interest will be added. This is an invoice for Professional Services rendered: • April 4, 1989: Site meeting and geologic inspection of fill slope key: Chief Engineer Chief Geologist ' *} I (*C ¥ »5^^W^™^^^^^ 2 hours @ $95.00/hour 2 hours @ $95.00/hour $190.00 190.00 Subtotal $405.00 32o • April 5, 1989: Sampling of onsite soils for maximum density testing: Technician 91" vQ Jt I & I w" 2 hours @ $40.00/hour -i-^tsii @ $25.00 R •t @ $20.00 each Subtotal $ 80.00 20.00 t Laboratory Testing Maximum Density 3 tests 0 $110.00 each $330.00 Amount $ Vertified Accourjt-Wo.Date; Municipal Projects"Wfanager Total Amount Due: $860.00 THANK YOU CLIENT DECEIVED NOV261990 DALEY & HEFT ATTORNEYS AT LAW 462 STEVENS AVENUE. SUITE 2O1 SOLANA BEACH. CALIFORNIA 92O75 TELEPHONE (619) 755-5666 FAX (619) 755-787O DENNIS W. DA!EY ROBERT R. HE|T DAN GROSZKRUGER NEAL S. MEYERS RICHARD J. SCHNEID DIANE M. SEABERG ROBERT W. BROCKMAN. JR. MITCHELL D. DEAN GINO P. PIETRO RON J. BEVERIDGE SARAH MASON DAVID P. BERMAN vr^,.,^,«u TO ^ nnnROBERT M. MILLER MUNICIPAL PROJECTS November 18, 1990 SCOTT NOYA DIVISIONDAVID J. WAYMAN UIVU3IUIN JOSEPH M. HNYLKA Mr. Robert German Risk Management City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, CA 92008 Re: West Coast General Corporation v Carlsbad Dear Mr. German: Enclosed is a statement in the above case with CalTrans, we are responsible for one-haTf cost of the canceled deposition. Please arrange for payment of $650.67 directly Golia. Thank you for your attention. Very truly yours, PATRICIA A. SHAFT OF COUNSEL CAROLE M. LEFFLER ADMINISTRATOR Neal S. Meyers Enclosure NSM/ecb ROBERT J. MARKS DAVIDE GOLIA MARKS & GOL.IA ATTORNEYS AT LAW S555 AERO DRIVE - SUITE 2OS SAN DIEGO, CALIFORNIA 02123 November 6, 1990 TELEPHONE (619) 379-23OO FACSIMILE NO. (519) 379-2353 Neal Meyers, Esq. DALEY & HEFT 462 Stevens Avenue, Suite 201 Solana Beach, California 92075 Re: West Coast General Corporation v. The City of Carlsbad Dear Neal: The total cost to West Coast General Corporation for the September 28, 1990 cancelled deposition was $1,301.33. That figure is broken out as follows: Fees: Air Fare: Parking: Meals: $910.00 377.00 5.00 9.33 We appreciate your agreement to reimburse these costs. Very truly yours, Robert J. Marks, of MARKS & GOLIA RJM:iw/B721 cc: West Coast General Corporation DENNIS W. DALEY ROBERT R. HEFT DAN GROSZKRUGER NEAL S. MEYERS RICHARD J. SCHNEIDER DIANE M. SEABERQ ROBERT W. BROCKMAN, JR. MITCHELL D. DEAN GINO P. PIETRO RON J. BEVERIDGE DAVID P. BERMAN ROBERT M. MILLER SCOTT NOYA DAVID J. WAYMAN JOSEPH M.HNYLKA JANET A. ALEXANDER DALEY & HEFT ATTORNEYS AT LAW 462 STEVENS AVENUE. SUITE 2O1 SOLANA BEACH. CALIFORNIA 92O75 RECEIVED: NOV20139Q MUNICIPAL PROJECTS DIVISION HONE (619) 755-5666 FAX (619) 755-787O November 9, 1990 PATRICIA A SHAFFER OF COUNSEL CAROLE M. LEFFLER ADMINISTRATOR Mr. Robert German Risk Management CITY OF CARLSBAD 1200 Carlsbad Village Drive Carlsbad, CA 92008 Re: West Coast General Corporation v. Dear Mr. German: Enclosed is an invoice in the above case. At youj convenience, please place it in line for payment directly to Knox Photocopy Service. Very truly yours, Neal S. Meyers NSM/lse Encl. cc: Vincent F. Biondo, Jr. Knox Photocopy Service 2250 Fourth Avenue, San Diego, CA 92101 (619) 233-9700 FAX* 619-233-4301 14 Stephen L. Knox, President John Maguire, Exec. Vice Pres. Steve Bubel, Manager INVOICE #DATE :1O>-'O1. -""'*? O RECORDS OF WEST COOST vis,OTT'V OF QiPUM OIIBOO LOCATION MARKS & COLIft BILL TO! DALEY 8, HEFT 01.109 46S STEVENS ft VENUE SUITE 201 SQLANA BFACH CA 9S07B flTTN: MR. MEYERS ORDERED BY: NEAL MEYERS, ESQ./DALEY & I EFT FILE / CLAIM *\ INSURED: ATTN: MR,- MEYERS CASe#: UNASSIGNFD CASE NAME: WEST COAST? vs. CITY-DP. CARLSBflf) KNOX FILE #: K708SA- 01 01 SERVICE BASIC SERVICE FEE PAGES COPIED TABBING TIME MAILING RATE 10.00 .30 5.00 AMOUNT 'is , '• "St '-• rc^iV*,,5 U "* ~lff\ ^ , i 1598 1.00 10 ,,00 SUBTOTAL TAX EXTENSION 10.00 479.40 5.00 10.00 504,40 !as, 11 INVOICE TOTAL —> 539-51 o 4 V Thank you for allowing us to serve your needs. Please remit payment with copy of this invoice • Net due upon receipt • IRS # 95-3057541 ALL ACCOUNTS OVER THIRTY DAYS PAST DUE ARE SUBJECT TO A CARRYING CHARGE OF 1.5% OR $5.00 MINIMUM PER MONTH. ACCEPTANCE OF WORK PRODUCT CONSTITUTES ACCEPTANCE OF TERMS. SHOULD DEFAULT BE MADE IN PAYMENT HEREOF, THE ENTIRE AMOUNT SHALL BE~COME IMMEDIATELY DUE, SHOULD LEGAL ACTION BE NECESSARY TO ENFORCE COLLECTION THEREOF, THE PURCHASER SHALL PAY SUCH SUM AS THE COURT MAY AFFIX AS REASONABLE ATTORNEY'S FEES AND COSTS. DENNIS W. DALEV ROBERT R. HEFT DAN GROSZKRUGER NEAL S. MEYERS RICHARD J. SCHNEIDER DIANE M. SEABERO ROBERT W. BROCKMAN, JR. MITCHELL D. DEAN GINO P. PIETRO RON J. BEVERIDOE DAVID P. BERMAN ROBERT M. MILLER SCOTT NOYA DAVID J. WAYMAN JOSEPH M. HNYLKA JANET A. ALEXANDER RECEIVED DALEY & HEFT ATTORNEYS AT LAW 462 STEVENS AVENUE. SUITE 2O1 NA BEACH. CALIFORNIA 92O7S TELEPHONE (619) 755-5666 FAX (619) 755-787O NOVH1933 MUNICIPAL PROJECTS DIVISION; November 9, 1990R PATRICIA A SHAFFER OF COUNSEL .CAROLE M. LEFFLER ADMINISTRATOR Mr. Robert German Risk Management CITY OF CARLSBAD 1200 Carlsbad Village Drive Carlsbad, CA 92008 Re: West Coast General Corporation v. Cit Dear Mr. German: Enclosed is an invoice in the above case. At convenience, please place it in line for payment directly to Knox Photocopy Service. Very truly yours, Neal S. Meyers NSM/lse Encl. cc: Vincent F. Biondo, Jr. DATE: CITY OF CARLSBAD 1200 Elm Avenue Carlsbad, CA 92008-1989 (619) 438-5578 Purchasing No. Dept. No Vendor No...REQUEST FOR WARRANT r•V The Director of Finance is hereby requested to draw a warrant payable El FOX PHOTOCOPY SKKVICKTo: X25& fourth Av^-; Snn Diego CA 92101 IN PAYMENT OF THE FOLLOWING:ACCOUNT NO.AMOUNT copying fsorvieer, -• Daley & Kc.ft regarding Vent Coast: General law cult 152 820 1840 320 > $539.51 TOTAL Requested By:Authorized By: Department Head City Manager Knox Photocopy Service 2250 Fourth Avenue, San Diego, CA 92101 (619) 233-9700 FAX* 619-233-4301 INVOICE # 0 E- 5*70 B Stephen L. Knox, President John Maguire, Exec. Vice Pres. Steve Bubel, Manager DATE RECORDS OF WB::rST OTT'V OF' LOCATION MARKS & GOLIA BILL. TO: DALEY & HEFT 01.1.09 462 STEVFNH ftUFNUF SUITE P01 SOLflNft BEACH Cfl 92075 flTTN: MR. MEYERS ORDERED BY: NEAL MEYERS, F.SG!./MUIY £ HEFT FILE / CLAIM #: INSURED: ATTN: MR, MEYF.RS CASE#: UNflSSJCNT'D CASE NAME: UEG'l CQPfiJ y vs. CITY OF CAR I. SB ftD KNOX FILE #• K708SA- 01 - 01 5 SERVICE RATE AMOUNT EXTENSION 5 Bh PP TP Mf 1 SIC SFRVICE FEE 10.00 GES COPIED .30 BBING TIME 5.00 ILINR Amounts 5"'**? • " >' Vertified //'//«,/-?£ Date Account Nd. / £"l - ?'2 - — \ ?^ « —//-> <^ -r^~ iV-' /^> ^,,.^ "Project Manager Payment Approved __/fjr_/£l_5$-_ fliunicipal Projects/Manager 1 10.00 1590 477.40 1.00 5.00 10 ,,00 10.00 SUBTOTAL. 50-1.40 FAX 3S.11 INVOICE TOTAL. •--• > 539.51 5 ?-~ 'J ==:===:•=.-==:= Thank you for allowing us to serve your needs. Please remit payment with copy of this invoice « Net due upon receipt • IRS # 95-3057541 ALL ACCOUNTS OVER THIRTY DAYS FAST DUE ARE SUBJECT TO A CARRYING CHARGE OF 1.5% OR $5.00 MINIMUM PER MONTH. ACCEPTANCE OF WORK PRODUCT CONSTITUTES ACCEPTANCE OF TERMS. SHOULD DEFAULT BE MADE IN PAYMENT HEREOF, THE ENTIRE AMOUNT SHALL BECOME IMMEDIATELY DUE. SHOULD LEGAL ACTION BE NECESSARY TO ENFORCE COLLECTION THEREOF, THE PURCHASER SHALL PAY SUCH SUM AS THE COURT MAY AFFIX AS REASONABLE ATTORNEY'S FEES AND COSTS.