HomeMy WebLinkAboutSully-Miller Contracting Company; 1978-06-06; 1052CITY OF CARLSBAD
SAN DIEGO COUNTY
California BESTORIGINAL'
CONTRACT DOCUMENTS & SPECIFICATIONS
' '> FOR
CONSTRUCTION OF STREET RESTORATION IMPROVEMENTSf ,
V IN PORTIONS OF HOSP WAY, ANILLO WAY, CO RI NT I A. STREET
AND FENCING AT PARK DRIVE
Contract No.. 1052
April, 1978
TABLE OF CONTENTS
1 NOTICE INVITING SEALED PROPOSALS
3 SPECIAL REQUIREMENTS FOR BIDDERS
5 PROPOSAL
8 BID BOND
9 DESIGNATION OF SUBCONTRACTORS
10 STATEMENT OF FINANCES
11 AGREEMENT AND CONTRACT
13 BOND FOR LABOR AND MATERIALS•
15 BOND FOR FAITHFUL PERFORMANCE
17 SPECIAL PROVISIONS
Page 1
ORIGINA ITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
w SEALEu BIDS will be received at the Office of the City Clerk, City
Hall, 1200 Elm Avenue, Carlsbad, California, until 3:00 p.m. on
the 2nd day of May / 1978_, at which time they will be open-
ed and read, for performing the .work as follows:
Construction of Street Restoration Improvements in Portions of Hosp Way,
Anillo Way, Corintia Street, and Fencing at Park Drive.
Contract No. 1052 '
Said work shall be performed in strict conformity with the specifi-
cations therefor as approved by the City Council of the City of
Carlsbad on file in the Engineering Department. Reference is here-
by made to said specifications for full particulars and description
of said work.
No bid will be received unless it is made on a proposal form fur-
nished by the Engineering Department. Each bid must be accompanied
by cash, certified check or bidder's bond made payable to the City
of Carlsbad for an amount equal to at least ten percent of the amount
'bid. Such guaranty to be forfeited should the bidder to whom the
contract is awarded fail to furnish the required bonds and to enter
into a contract with the City within the period of time provided by
the bid requirements.
W
The documents included within the sealed bids which require comple-
tion and execution are the following:
1. Proposal - Page 5, 6, and 7
2. Designation of Subcontractors - Page 9
3. Bidder's Bond - Page 8
4. Contractor's Financial Status - Page 10
Said documents shall be affixed with the appropriate notaried signa-
. tures and titles of the persons signing on behalf of the bidder.
For corporations, the signatures of the President or Vice-President
and Secretary or Assistant Secretary are required and the corporate
seal shall be affixed to all documents requiring signatures. In the
case of a partnership, the signature of at least one general partner
is required. • •
All bids are to be compared on the basis of the Engineer's estimate.
The estimated quantities are approximate only, being given solely as
a basis for the comparison of bids.
No bid will be accepted from a contractor who has not been licensed
in accordance with the provisions of Chapter 9, Division 3 of the
Business and Professions Code. The contractor shall state his license
( number and classification in the proposal. The estimated cost of the
work is $ 80,000.00. . .
j'lifis, Specirl Pvovi ?;:•;. c ns and Contract Documents ruay bo obtained a<:
x.h'.A Jlncjjiiuii^x .i ii'j .''.••:v,.> ;••••: •'••.ucnt, C.i.t.y II .ill., Carlr.bo.d, Call lamia, at no
cer-t to U C'Mir.. -.-id <:c>aL.r..cturs. A nonre f undable charqe of NONE _____
\;a. .'! 1 be rtio'v red r.or <^'>ch r.et of pl-:*i^, soscJal provisions and con-
tract docuiT.'.;ntG fov other them licensed contractors. It is re-guested
tiia! -t.he pluiiu and cpo:";;i ol provisions bo returned within tv;o weeks
i.-f ter the bid opsnino.
The City of Ccirlnbad ro.v.orvec the right to reject any or all bids
mid to waive any minur irreyularlty or informality in such bids.
A project tour will be conducted by the City of Carlsbad Engineering
mant at 10:00 a.m. on __ April 28, 1978 _ .
The general prevailing rate of wages for each craft or type of work-
man needed to execute the contract shall be those as determined by
the Director of Industrial Relations pursuant to the State of
California Labor Code, Part 7, Chapter 1, Article 2, Sections 1770,
1773 and 1773.1.
Pursuant to Section 1733.2 of said Labor Code, a current copy of
applicable wage rates are on file in the Office of the City Clerk of
the City of Carlsbad. '
It shall be mandatory upon the Contractor to whom the contract is
awarded to pay not less than the said specified prevailing rates of
wages to all workmen employed by him in the execution of the contract.
*• ' Also, the priiue contractor shall be responsible to insure compliance
with provisions of 'Section 1777.5 of the Labor Code of the State of
California for all occupations with apprenticeships as required on
public works projects above thirty thousand dollars ($30,000) or
twenty .working days.
The amount of the bond to be given for the faithful performance of
the contract for the said work, shall be one hundred percent of the
contract price therefor, and an additional bond in the amount equal-
to fifty percent of the contract price for said work shall be given
to secure the payment of the claims for any material or supplies
furnished for the performance of the work contracted to be done by
the contractor for any work or labor of any kind done thereon.
Approved by the City Council of the City of Carlsbad, California, by
Resolution No. 5386 adooted on April 18 . f 19^8 .
DATED: APril 19> 1978
MAR'GARM1 E. "ADAMS, City Clerk ]
t> BEST
ORIGINAL
Page 3
C SPECIAL REQUIREMENTS FOR BIDDERS
Contract No. 1052, Construction of street restoration improvements, is a
federally financed project pursuant to Public Law 93-288 for disaster
assistance. The source of funds stems from the United States Department
of Housing and Urban Development, Federal Disaster Assistance Adminis-
tration. As conditions of these funds,, certain specific provisions are
required by federal regulations and are hereby established as conditions
of this contract to which all bidders shall comply. These conditions include,
BUT ARE NOT LIMITED TO, the following:
1. A bid submitted for this project will be declared nonresponsive if the
contractor's name appears oh the most current HUD Consolidated List of
Debarred, Suspended and Ineligible Contractors. Also, the contractor
shall not utilize any subcontractors whose name(s) appear on said list.
2. Nondiscrimination Provision: •
During the performance of this contract, the contractor agrees as follows:'
(A) The contractor will not discriminate against any employee or
^ applicant for employment because of race, color, religion, sex,
,4^ or national origin. The contractor will take affirmative action --.
to ensure that applicants are employed, and that employees are
treated during employment without regard to their race, color,
religion, sex, or national origin. Such action shall include,
but not be limited to, the following: Employment, upgrading,
demotion, or transfer; recruitment or recruitment advertising; ±
layoff or termination; rates of pay or other forms of compen-
sation; and selection for training, including apprenticeship.
The contractor agrees to post in conspicuous places, available
to employees and applicants for employment, notices to be pro-
vided setting forth the provisions of this nondiscrimination
clause.
(B) The contractor will, in all solicitations or advertisements for
employees placed by or on behalf of the contractor, state that
all qualified applicants will receive consideration for employ-
ment without regard to race, color, religion, sex, or national
origin.
3. Copeland "Anti-Kickback" Act Provision:
During the performance of this contract, the contractor shall comply
with the provisions of the United States Department of Labor, Copeland
"Anti-Kickback" Act (Title 18, U.S.C., section 874) as supplemented 1n
.*» Department of Labor regulations (Title 29, C.F.R., Part 3). A copy of
,V said Act is on file in the office of the City Engineer.
_ Page 4
ORIGINAL
4. Working Standards: '
During the performance of this contract, the contractor shall comply with
the United States Department of Labor, sections 103 and 107, of the
Contract Work Hours and Safety Standards Act (Title 40, U.S.C., sections
327-330) as supplemented by Department of Labor regulations (Title 29,
C.F.R., Part 5). Under section 103 of that Act, each contractor shall be
required to compute the wages of every mechanic and laborer on the basis
of a standard work day of 8 hours and a standard work week of 40 hours.
Work in excess of the standard workday or workweek is permissible pro-
vided that the worker is compensated at a rate of not less than 1-1*$
times the basic rate of pay for all hours worked in excess of 8 hours in
any calendar day or 40 hours in the work week. Section 107 of that Act
is applicable to construction work and provides that no laborer or
mechanic shall be required to work in surroundings or under working con-
ditions which are unsanitary, hazardous, or dangerous to his health and
safety as determined under construction, safety, and health standards
promulgated by the Secretary of Labor.
SPECIAL NOTICE
Prior to submitting a bid on this project, it is advisable that each con-
tractor investigate the four work areas for street restoration improvements.-
Per the notice inviting bids, a project job tour will be conducted . on
April 28, 1978 at 10:00 A.M. Contract No. 1052 is a storm damage emergency
contract and the exact extent of damage cannot be determined until excavation
and investigation of subgrade conditions are undertaken. Consequently, the
City of Carlsbad reserves the right to increase or decrease the amount of
work to be done.
, CITY OF CARLSBAD...i
CONTRACT HO. .1052 _". *'
CONSTRUCTION OF STREET RESOTRATION IMPROVEMENTS
IN PORTIONS OF HOSP WAY, ANILLO WAY, CORINTIA STREET
AND FENCING AT PARK DRIVE
PROPOSAL ^,.
To the City Council • *
City of Carlsbad " . "
1200 Elm Avenue
Carlsbad, California 92008
Gentlemen:
The undersigned declares that he has carefully examined the location of the work,
read the Notice Inviting Bids, examined the plans and specifications, and hereby
proposes to furnish all labor, materials, equipment, transportation and services
required to do all the work to complete Contract No. 1052 in accordance with the
plans, the specifications of the City of Carlsbad, and the special provisions,
and that he will take in full payment therefor the following- unit prices for each
item complete, to wit: . •' f
Approxirnata Article with Unit Price or . Unit
Quantity & Unit Lump Sum Written in Words Price . TOTAL
All - Lump Sum • Saw cut pavement and remove approxi- .
-(Area #1 - mately 10,540 square feet of existing . •
Hosp Way) asphaltic paving, decomposed granite,
and stablize and compact subgrade
at „/» o<
Dollars
and MO' Cents
per Lump Sum
t _
2. All - Lump Sum Import approximately 300 cubic yards
-(Area #1 of dirt fill material and restore
Hosp Way) fill under sidewalk, curb and gutter
and subgrade at
Dollars
and Mo Cents
per Lump Sum
^
Page 5a
f y ' Approximate
Ho Quantity & Unit
145 Lin. Ft.
(Area i\
Hosp Way)
Article with unit price or
lump sum written in words
Clean existing storm'drain lines
per sheet 2 of the Improvement
Plans at '
Unit
'Price TOTAL
6 each'
(Area #1
Hosp Way)
TVUfcT-/ Dollars
and r^ o Cents
per Lineal Foot .. •
Clean existing curb inlets and
grate inlets per sheet 2 of the
Improvement Plans at
00
4 each
(Area #1
Hosp Way)
Dollars
Wo Centsand _
each"
Modify existing curb inlets and
tie into new storm drain system
including inlet work at the south
westerly o/rner of Hosp Way and
El Camino Real per sheet 2 of the
Improvement Plans at . .
SOQO
620 Lin.
(Area #1
Hosp Way)
Ft.
Dollars
Mo Centsand_
each
18" Asbestos Cement Class III
2000-D storm drain complete in
place at .
qo
7. All - Lump Sum
(Area #2
Anillo Way)
Dollars
Centsand t
per Lines! Foot
Saw cut pavement, remove damaged
pavement, miscellaneous cleanup
and excavation at •
F
Seo-6>JVr
and
per Lump Sum
Dollars
Cents
00
oo 1 2.
Sol 5
ORIGINAL
r - Approximate Article with unit, price or ' Unit
Quantity ft Unit lump sum written in words Price TOTAL
,° All - Lump Sum Saw cut pavement and remove
'r (Area #4 approximately 490 cubic yards
V Corintia' Street) of pavement, base and subgrade-
at . -----
6\krttV FoOfc Dollars
and fv\o Cents
per Lump Sum
153 Lin. Ft. 2" mesh, 9 gage galvanized chain
(Includes 12' gate link fence (6' fabric) including
Area #3 12' gate complete in place per
Park Drive) sheet 4 of the Improvement Plans
at
and •• Ko Cents
per Lineal Foot•~~
J**y 350 Lin. Ft. Type 'G1 curb and gutter complete
(Area #2 in place at
Anillo Way)
J £UHT
I • and NS^ Cents
each
12. 830 cu.yds. Imported compacted dirt borrow
(Area-#2 material complete in place
Area #4) . ajt ' .. • :
per Cubic Yard .
f ,
Dollars
V. r " Tv>3g:t-v't£- Dollars __ So•.- • — I*Z--and F\1FTV Cents '
per Lineal Foot
11. 1 each Ornamental street light including
pull box, conduit and wiring
• _ . complete in place at
foog-Tgjg. »--l Dollars , QQ_• •'• • '-I ' """ • -Tr— • ""™ " • ni •••i nn - ill ^wyBfc"
and »vio Cents
BESTORIGINAL
rage DC
Approximate
quantity ft Unit
Article with unit price or
lump sum written in words_
Unit
Price TOTAL
1" 384 Tons Asphaltic concrete paving
'V- (Area #1, Area //2, at •
Area #4) '
-Dollars
Centsand
•ff . . per ton
14. 984 tons Decomposed granite base material
(Area #1, Area #2, at •
Area #4)
Dollars
and
per ton
Cents II
<aO
1 Amount of Bid
Written in Words
Construction Total
^Mobilization, not to exceed 10% of
Construction Total $
TOTAL AMOUNT OF BID IN FIGURES $
The undersigned representative of the bidder hereby declares that his firm will furnish
the City of Carlsbad all necessary data to confirm the exact amount of work performed
in the four specific areas comprising Contract No. 1052. The City of Carlsbad field
inspector will work with the contractor's field superintendent to accomplish this special
requirement, ;'
D. £.''J5lUi;CH
Secretary MAY 2 1978
Name .-^ 7^~Date
* Mobilization is an allowable bid item to cover the expense incurred by the contractor
to move his equipment from one area to another area. However, mobilization expense
shall not exceed 10% of the total amount of the bid for construction items.
SfST
All bids arc- to bo computed on the basis of the given estimated ^
•N quantities of v/ork, as indicated in this proposal, times the unit
) price as submitted by the bidder. In case of a discrepancy between
words and figures, the words shall prevail. In cose of an error in
the extension of a unit price, the.corrected extension shall be
calculated and the bids will be computed as indicated above and
compared on the basis of the corrected totals.
The estimated quantities of work indicated in this proposal are
approximate only, being given solely as a basis for comparison of
bids. """'"
The undersigned has checked carefully all of the above figures and
understands that the City will not be responsible for any errors or
omissions on the part of the undersigned in making up this bid.
The undersigned agrees that in case of default in executing the '
required contract with necessary bonds and insurance policies within,
twenty (20) days from the date of award of contract by the City Council
of the City of Carlsbad, the proceeds of check or bond"accompanying
this bid shall become the property of the City of Carlsbad,
Licensed in accordance with the Statutes of the State of California, d ^
providing for the registration of contractors, License No,' -#1538< CLASS A
Identification /\ ___«
The undersigned bidder hereby represents as follows: (a) That no
Councilman, officer, agent or employee of the City of Carlsbad is
personally interested, directly or indirectly, in this contract, or
the compensation to be paid h.ereunder? that no representation, oral
or in writing, of the City Council, its officers, agents or employees,
has induced him to enter into this Contract, excepting only those
contained in.this form of Contract and the papers made a part hereof
by its terms, and (b) That this bid is made without connection with
any person, firm 'or corporation making a bid for the same work, and.
is in all respects fair and without collusion or fraud.
Accompanying this proposal is B )£>£>&&£ .0C//\J£>
(cash, certified check, cashier' s check,
, or bond)
in an -amount not less than 10 per cent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the
Labor Code which require every employer to be insured against
liability for workmen's cornpenseition or to undertake self -insurance
in accordance with the provisions of that code, and agrees to comply
with such provisions before commencing the performance of the work
of this contract. • '
BEST
ORIGINAL
Phono Nuiubcr
MAY 2 1978
Date
SULLY-MILLER CONTRACTING CO.
Bidder'a Name
(SL'AL) •
i,. 2. BRANCH ..
.Secret
/ •^Authorized Signature
SDLLY-5IILLER CONTRACTrNG CQ
555 AIRPORT ROAD
Authorized Signature
(714) 757-3910
List below names of
corporation, and nam
Type of Organization
(Individual, Corporation,' Co-
partnership)
K. K. MacGregor, President
W. Duane Rash, Senior Vice President, Secretary/Treasurer
Richard F. Molyneux, Vice President and Manager, Blue Diamond Divis
John A. Berton, Vice President
Robert E. Holland,.Vice President
Killiam R. Craig, Assistant Treasurer
"antes 0. Pittnan, Controller
~*!ffi?s F. Winders, Assistant Secretary
Frani. S. Holland, Assistant Secretary
P. A. Abbott, Assistant Secretary *
James R. Courtney, Assistant Secretary /
.Tacl; '.Vilson, Assistant Secretary /
r;arry Cohen, Assistant Secretary i
!.>avs Branch, Assistant Secretary
r' P. Van Zandt, Assistant Secretary *
i"1., "1 ;.iunro, Assistant Secretary
Dale 0. Durham, Jr., Assistant Secretary .•" •'.
. .\
'i '
BEST
BIDDER'S BOND TO ACCOMPANY PROPOSAL''0?^ !r": 7'f(MG (S.-'Jl). . pp.FMiiP: iNTLunnn IN I>DSU
KNOW ALL MEN BY THESE PRESENTS, . .'.,..
ir=»i • . • •
That we, SULLY-MILLEP. CONTRACTING COMPANY "' ' , as Principal,
* •
* and SEABOARD SURETY COMPANY , as Surety, arc held and firmly
bound unto the City of Carlsbad, California, in the sum of TEN PERCENTUM
(10%) OF THE AMOUNT OF THE BID IN Dollars ($ 10%. OF BID ) , lawful money, of
f
f
the United States for the payment of which sum well and truly to be
made, we bind ourselves, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS' SUCH:
That if the proposal of the above-bounden principal for:
CONSTRUCTION OF STREET RESTORATION IMPROVEMENTS IN PORTIONS OF HOSP WAY, ANILLO WAY,'.
CORINTIA STREET, AND FENCING AT PARK DRIVE. . .
CONTRACT NO. 1052
in the City of Carlsbad, is accepted by the City Council of said City,
and if the above-bounden Principal shall duly enter into and execute
i a contract including required, bonds and insurance policies within (20)
twenty days from the date of award of contract by the City Council
of the City of Carlsbad, being duly notified of said award, then this
obligation shall become null and void; otherwise it shall be and.
remain in full force and effect, and the amount specified herein
shall bevJiorfeited to the said City. .
bond
STATE OP }
CALIFORNIA \ 5S.:
COUNTY OP )
LOS ANGELES
On this l2l .day i?M - l§?..™,'tieWrfe MeV^ersonally came
J.H. CAITHAMER
BEST
to me known to be an Attorney-in-Fact of SEABOARD SURETY COMPANY, the corporation described
in- the within instrument, and he acknowledged that he executed the within instrument as the act of
the said fE!A'5Q'ARiD''SURlETy/^(CjC>MPANY'|n accordance with authority duly conferred upon him by
said Compaj^y.T-^ uliCHELE E. DRAKULICH I
Notsiy Public in and for said State.
ATTORNEY-IN-FACT
Title1
(Notarial acknowledgement of execution by all PRINCIPALS and SURETY
must be attached.)
POWER OF ATTORNEY
KNO\Y ALL MEN BY THES.I PRESENTS: T;^. SEABOARD SURETY COMPANY, a cor-
porr.tioti i.if ;'ic State of New '/Oik, h;;s Jiuuk-, constituted and appointed and by th^se presents do:s make,
co.Tstit'.:tc -'if:'! appoint J. ;i. Caithamer • ' '—
Of Lor.q J'.each, California, "^
its true att<! lawful Attorney-in-Fact, to make, execute and deliver on its behalf insurance policies, surety
bonds, undertakings and other instruments of similar nature as follows: Unlimited in amount, but
restricted to bonds for Sully-Miller Contracting Company and/or Southern Pacific
Hilling Company, Inc. and/or South Coast Asphalt Products Company, Inc.
Such insurance policies, surety bonds, undertakings and instruments for said purposes, when duly
executed by the aforesaid Attorney-in-Fact, shall be bidding upon the said Company as fully and to the
same extent as if signed by the duly authorized officers o"t the Company and sealed with its corporate
seal; and all the acts of said Attorney-in-Fact, pursuant to the authority hereby given, are hereby ratified
ar,c! confirmed.
This appointment is made pursuant to the following By-Laws which were duly adopted by the Board of
Directors of the said Company on December Sth, 1927, and are still in full force and effect:
ARTICLE VIII, SECTION 1:
"Policies, bonds, recognirances, stipulations, consents of surety, underwriting undertakings and instruments-.relating
thereto. Insurance policies, boruls, recognizances, stipulations, consents of surety and underwriting undertakings of the Com-
pany, and releases, agreements and other writings relating in any v/ay thereto or to any claim or loss thereunder, shall be
signed in the name and on behalf of the Company
(a) by the President, a Vice President or a Resident Vice President and by the Secretary, an Assistant Secretary, a
Resident Secretary or a Resident Assistant Secretary; or
(b) by an Attorney-in-Fact for the Company appointed and authorized by the President or a Vice President to make
such signature; or
(c) by such other officers or representatives as the Board may from time to time determine.
The seal of the Company shall if appropriate be affixed thereto by any such officer, Attorney-in-Fact or representative."
IN WITNESS WHEREOF, SEABOARD SURETY COMPANY has caused these presents to be signed
by its Vice-President, and its corporate seal to be hereunto affixed and duly attested by Its Assistant Sec-
retary, this 27th day Of :., December f \g2L_f
Attest: SEABOARD SURETY COMPANY,1 % • ' *.fc _n Karen Hayes W, S. Wehrell' ~
Assistant Secretary Vice-President
STATE OF NEW YORK
COUNTY OF NEW YORK Iss.:
On t*»s 27th A^-y of December 1 l9_T3f before me personally appeared
__H«-S. WfehceU Vice-President of SEABOARD SURETY
COMPANY, with whom I am personally acquainted, who, being by me duly sworn, said that he resides
in the State of HfittJteXSfly ; that he is Vice-President of SEABOARD SURETY COMPANY,
the corporation described in and which executed the foregoing instrument; that he knows the corporate
seal of the said Company; that the seal affixed to said instrument is such corporate seal; that it was so
affixed by order of the Board of Directors of said Company; and that he signed his name thereto as
Vice-President of said Company by like authority.
State of New York, No. 24-7104540
Qualified in Kings County
Certificate filed in New York County
Commission Expires March 30, 1978 Violet Johnson
Notary Public
CERTIFICATE
I. the undersigned Assistant Secretary of SEABOARD SURETY COMPANY do hereby certify that the original
Pov.tr of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this
Certificate and I do further certify that the Vice President who executed the said Power of Attorney was one of the
Officers authorized by the Board of. Directors to appoint an atcorney-in-fact as provided in Article VIII, Section 1, of
the fty-Laws of SEABOARD SURETY COMPANY.
This Certificate may be signed and sealed by facsimile under and by authority of the following resolution of the
Board of Directors of SEABOARD SURETY COMPANY at a meeting duly called and held on the 23th day of
March 1970.
"RESOLVED: (2) That the use of a printed facsimile of the corporate seal of the company and of the signature of an
Assistant Secretary on any certification of the correctness of a copy of an instrument executed by the President or a
Vice-President pursuant to Article VIII. Section I, of the By-Laws appointing and authorizing an attorncy-in-fact to
sign m the name and on behalf of the company surety bonds, underwriting undertakings or other instruments described
in said Article VIII, Section 1, with like effect as if such seal and such signature had been manually affixed and made,
hereby i* authorized and approved."
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal of the Company to
2nd flAY 78
these presents this day of « 19
. . Pago 10
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
' TECHNICAL ABILITY AND EXPERIENCE . " ; -.
' '...'"
.(The Bidder is required to state what work of a similar character to
that included in the proposed contract he has successfully performed
and give reference which will enable the City Council to judge his
responsibility, experience, skill and business standing.)
The undersigned submits herewith a statement of his financial respon-
sibility.
The undersigned submits below a statement of the work of similar
character to that included in the proposed contract which he has
successfully performed.
Signed
ORIGINAL
BEST ' . . Page 11
CONTRACT
THIS AGREEMENT'/made and entered into this C? day of
, 19_/Q , by and between the City of Carlsbad,
California, hereinafter designated as the City, party of the first
part, and Sully-Miller Contracting Co. , hereinafter designated
as the Contractor, party of the second part.
WITNESSETH: that the parties hereto do mutually agree as follows:
1. For and in consideration of the payments and agreements
hereinafter mentioned to be made and performed by the City, the Con-
tractor agrees with the City to furnish all materials and labor for:
CONSTRUCTION OF STREET RESTORATION IMPROVEMENTS IN PORTIONS OF HOSP WAY, ANILLO WAY,
CORINTIA STREET, AND FENCING AT PARK DRIVE. .
CONTRACT NO. 1052
and to perform and complete in a good and workmanlike manner all the
work pertaining thereto shown on the plans and specifications therefor;
to*furnish at his own proper cost and expense all tools, equipment,
labor and materials necessary therefor, (except such .materials, if any,
as in the said specifications are stipulated to be furnished by the
City), and to do everything required by this agreement and the said
plans and specifications.'
2. For furnishing all said materials and labor, tools and equip-
ment, and doing'all the work contemplated and embraced in this agreement,
also for all loss and damage arising out of the nature of the work
aforesaid, or from the action of the elements, or from any unforeseen-
difficulties which may arise or be encountered in the prosecutipn of
the work until its acceptance by the City, and for all risks of
every.description connected with the work; also, for all expenses
incurred by or in consequence of the suspension or discontinuance of
work, except such as in said specifications are expressly stipulated
to be borne by the City; and for well and faithfully completing the
work and the whole thereof, in the manner shown and described in the
said plans and specifications, the City will pay and the Contractor
shall.receive in full compensation therefor the lump sum price, or
if the bid is on the unit price basis, the total price for the several
items furnished pursuant to the specifications, named in the bidding
sheet of the proposal, as the case may be.
3. The City hereby promises and agrees with the said Contractor
to employ, and does hereby employ the said Contractor to provide the
materials and to do the.work according to the terms and conditions
herein contained and referred to for the price aforesaid and hereby
conditions set forth in the specifications; and the said parties for
themselves, their heirs, executors, administrators, successors and
assigns, do hereby agree to the full performance of the covenants
herein contained. " •7
4. The Notice to Bidders, Instructions to Bidders, Contractor's
Proposal, and the plans and specifications, and' all amendments thereof
Page 12.
when approved by the parties hereto, or when required by the City in
accordance with the provisions of the plans and specifications, are
hereby incorporated in and made part of this agreement.
5. Pursuant to the Labor Code of the State of California, the
City Council has ascertained the .general prevailing rates of per diem
wages for each craft or type of workman needed to execute the contract
and a schedule containing such information is included in the Notice
Inviting Bids and is incorporated by reference.herein.
6. The Contractor shall assume the defense of and indemnify
and save harmless the City, the City Engineer, and their o-fficers
and employees, from all claims, loss, damage, injury and liability
of every kind, nature and description, directly or indirectly arising
from the performance of the contract or work, regardless of responsi-
bility for negligence; and from any and all claims, loss, damage,
injury and liability, howsoever the same may be caused, resulting
directly or indirectly from the nature of the work covered by the
contract, regardless of responsibility for negligence.
IN WITNESS WHEREOF, the parties hereto have caused this contract '
to be executed the day and year first above written.
form:
\(7ity-^Att9fney
I V—M7 I loi~ rV\n-t-i-Q/~+ i n
R. K. Ma^UECOr, • RESIDE
FRANK L HOLLAND • ASSriW SECREUBI
Title
CITY OF CARLSBAD, CALIFORNIA
by_
Mayor
ATTEST:
C/7 City Cler
(Notarial acknowledgement of execution by all PRINCIPALS must be
attached.)
STATE OF CALIFORNIA,
COUNTY nr LOS ANGELES
mmimiMiiuHiiimiiimiiiimmmimimmimiimiiijiinimiiimmiimummmimimnr
MICHEL^ f.ALDRAKULICH !
NOTARV PUBLIC CAt ! r-:Nl« ;
PRINCIPAL OFFICE IN ;
LOS ANGELES COUNTY 1
My Commission Expires August 30, 1981 I
UlUimilummmmmmmimMUimilllllllimimilimimlllllllimiimilllllimmilmjIMIMMJf
ON_MAY 31st 19.78
before me, the undersigned, a Notary Public in and for said State, personally appeared
B..K. MacRRRnOR AND PRANK E. HOLLAND
__, known to me to be the
ERF.STDFNT ANF> ASST. SECRETARY
of ths SULLY-MILLFR CONTRArTTNR COMPANY
the Corporation that executed the within Instrument, known to me to be the person who
executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged
to me that such Corporation executed the same.
WITNESS my hand and official seal.
Notary Public in and for said State.
ACKNOWLEDGMENT—Corporation
C
• • . . Page 13
LABOR AND MATERIAL BOND r.^n Mo44V. < •..' ' '"'
fjOtfiUW-'tiir P!;;:M!!jf..( o':' THIS BOND r INPllinm in
.-.'• '• -IHA; of THE r-ERFOiiMAKce BONO! "KNOW ALL MEN BY THESE PRESENTS, THAT . .-. • -HA; of THE r-ERFOiiMAKce BONO
WHEREAS, the City Council of the City of Carlsbad, State of
California, by Res. No. 5408 adopted May '16, 1978
has awarded to Sul ly-Mi I ler Contracting Co. _ORIGINAL'hereinafter designated as the "Principal", a contract for:
CONSTRUCTION OF STREET RESTORATION IMPROVEMENTS IN PORTIONS OF HOSP WAY, ANILLO WAY,
CORINTIA STREET, AND FENCING AT PARK DRIVE. '
CONTRACT NO. 1052 . •
in the City of Carlsbad, in strict conformity with the drawings and
specifications and other contract documents on file in the Office of
the City Clerk.
WHEREAS, said Principal has executed or is about to execute said
contract and the terms thereof require the furnishing of a bond with
said contract, providing that if said Principal or any of his or its
subcontractors shall fail to pay for any materials, provisions, pro-
vender or other supplies or teams used in, upon, for or about the
performance of the work agreed to be done, or for any work or labor
done thereon of any kind, the Surety on this bond will pay the same
to-the extorit hereinafter set forth: •
• -NOW, THEREFORE, WE Sul ly-Mi I ler Contracting Co.
as Principal, hereinafter designated as
Contractor and . SEABOARD SURETY
as Surety, are held firmly bound unto
Forty Seven Thousand Two Hundred
the City of Carlsbad, 'in the sum of Eleven and 70/100' Dollars
($47.211 70 ), said sum being 50 per cent of the estimated amount
payable by the City of Carlsbad under the terms of the contract, for
which payment well arid truly to be made we bind ourselves, our heirs,
executors and administrators, successors, or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or
his subcontractors fail to pay for any materials, provisions, provender
or other supplies, or teams used in, upon, for or about the performance
of the work contracted to be done, or for any other work or labor thereon
of any kind, or for amounts due under the Unemployment Insurance Code
with respect to such work or labor, that the Surety or Sureties will
pay for the same, in an amount not exceeding the sum specified in the
bond, and also, in case suit is brought upon the bond, a reasonable ,
attorney's fee, to'be fixed by the court, as required by the provisions
of Section 4204 of the Government Code of the State of California.
Page 14
This bond shall inure to the benefit of any and all persons, companies
and corporations entitled to file claims under.Section 1192.1 of the
Code of Civil Procedure so as to give a right of action to them or
their assigns in any suit brought upon this bond, as required by the'
provisions of Section 4205 of the" Government Code of the State of
California. .'
And the said Surety, for value received, hereby stipulates and agrees
that no change, extension of time, alterations or additions to the
terms of the contract or to the work to be performed thereunder or
the specifications accompanying the same shall in any wise affect
its obligations on this bond/ and it does hereby waive notice of
any ^uch change, extension of time, alterations or additions to the
.terms of the Contract or to the work or to the specifications.
In the event that any principal above named executed this bond as an
individual, it is agreed that the death of any such Principal shall
ttot exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the
Principal and Surety above named, on the 3J6T day of
(Seal).
SURETY COMPANY.
AilQFJiEY-IMACI
.(Seal/
(Seal)
(Seal)
Surety
j»*».
STATE OF CALIFORNIA,
F LOS ANCELHS
iiiniiiiiiiniiiuiiiiiiiiiiiiininii
OFFICIAL SEAL I
MICHELE E. DRAKULICH 1
NOTARY PUBLIC CALIFORNIA I
PRINCIPAL OFFICE IN I
LOS ANGELES COUNTY |
My Commission Expires August 30, 1981 |
lllllllltllllllllUIIIIUIIIIIIIIIIIIIIIDIIIIIIIIIIIIIlnillllllllllllllUIIIIIIIIIIIIIIIIIIIIMIIMtlMtKdfl/r
I
ON.
"
MAY 31st _, 13 7S ,
before me, the undersigned, a Notary Public in and for said State, personally appeared
B.K. MacGREGOP. AND FRAME E. HOLLANP
, known to me to be the
-PRESIDENT AW A?ST. SBCRFTAPY
of the_SULLY..MTLLER CONTRACTING COMPANYthe Corporation "that executedthe within "Instrument, known to me to be the person who
executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged
to me that such Corporation executed the same.
WITNESS my hand and official seal.
Notary Public in and for said State.
ACKNOWLEDGMENT-Corporation
STATE OF
^'ALTSO^N!
COUNTY OF
> ss.:
On this ............... Bit ............ day..19 ..... 11, before me personally came
to me known to be an Attorney-in-Fact of SEABOARD SURETY COMPANY, the corporation described
in the within instrument, and he acknowledged that he executed the within instrument as the act of
the said SEABOARD SURETY COMPANY in accordance with authority d»ly conferred upon him by
oai/1 rf/JBiinoTi'T?"1 '" "'""''"""'"'""'"""""""""niirimimiimmnimmnil '
OFFICIAL SEAL i
MICHELE E. DRAKULICH |
NOTARY PUBLIC CALIFORNIA I /Vl ' I I C
PRINCIPAL OFFICE IN | I \ M Cjf\fi LOj C (
__4jSaid
FormZ42 LOS ANGELES COUNTY
Commission Expires August 30, 1981 Notary Public.
BEST
OR/GUM.
ORIGINALc
Page 15
PERFORMANCE BOND BONO No..
KNOW ALL MEN BY THESE PRESENTS, that
WHEREAS, the' City Council of the City of Carlsbad, State of
*•
California, by Res. No. 5408 adopted May 16, 1978 •
has awarded to Sul ly-MHler Contracting Co.
hereinafter designated as the "Principal", a contract for:
CONSTRUCTION OF STREET RESTORATION IMPROVEMENTS IN PORTIONS OF HOSP WAY, ANILLO WAY,
CORINTIA STREET.AND FENCING AT PARK DRIVE.,
CONTRACT NO. 1052
in the City of Carlsbad, in strict conformity with the drawings and
specifications and other contract documents now on file in the Office
of the City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute said
contract and the terms thereof require the furnishing of a bond for
•the Faithful Performance of said contract; '
NOW, THEREFORE, WE, Sul ly-Mi I I er Contracting Co. _ •
_ _ i as Principal, hereinafter designated as
• the "Contractor", and SEABOAHD STOSTY COMPAKi .
t
• as Surety, are held and firmly bound
. • . Ninety Four Thousand Four Hundred
unto the City of Carlsbad, in the sum of Twenty Three and 40/100———•--*
*»
Dollars. ($ 94.425.40 ' ) / said sum being equal to 100 per cent of
* .
the estimated amount of the contract, to be paid to the said City or
its certain attorney, its successors and assigns; for which payment,
well and truly to be made, we bind ourselves, our heirs, executors
and administrators, successors or assigns, jointly and severally,
firmly by these presents. .
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above-bounden
Principal, his or its heirs, executors, administrators, successors or
assigns, shall in all things stand to and abide by, and well and truly
keep and perform the covenants, conditions and agreements in the said
contract and any alteration thereof made as therein provided on his
or their part, to be kept and performed at the time and in the manner
therein specified, and in all respects according to their true intent
and meaning, and shall indemnify and save harmless the City of Carlsbad,
its officers and agents, as therein stipulated, then this obligation
( shall become null and void; otherwise it shall remain in full force
*""' and virtue.
And said Surety,, for value received, hereby stipulates and agrees that
no change, extension of time, alteration or addition to the terms of
the contract or to the work to be performed thereunder or the specifi-
Page 16
cations accompanying the same shall in any wise affect its obligations
on this bond, and it docs hereby waive notice of any change, extension
of time, alterations or addition to the terms of the contract or to the
work or to the specifications.
In the event that any Principal above named executed this bond as an
individual, it is agreed that the death of any such Principal shall
not exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the
Principal and Surety above named, on the 3)6T day of
-.;
mm
SMBOABD SURETY COMTAJTY
/J.H./AIAiTHAMEH JITORiNEY-IN-FACT
(Seal)
(Seal)
(Seal)
(Seal)
(Seal)
(Seal)
Surety
BEST
ORIGINAL
STATE OF >
CALIFORNIA (
COUNTY OF )LOS ANGELES
31stOn this day.MAY
J.H. CAITHAMER
7819 .I, before me personally came
to me known to be an Attorney-in-Fact of SEABOARD SURETY COMPANY, the corporation described
in the within instrument, and he acknowledged that he executed the within instrument as the act of
the saidanJgEA^QAJJiJP,^ in accordance with authority duly conferred upon him by
Said CofnpafJ^X OFFICIAL SEAL =
I ^.,.,-!'*'% MiCKELE E. DRAKULICHf
!.''•-'-•'-''i. •."'..'"! N:,T.-..;?.• F'JoLiC CALIFORNIA I /"\ A
V'- '•': '• •'-, '•'/ t'Rii-.'CiP-U OFFICE IN § / Vl
v-,->' L'_;s /T:GELES COUNTY f ../ .....**
Form 242 ^ C.rnniiEcion [Txpiros August 30, 1981 |Notary Public.
STATE OF CALIFORNIA,
iniiiinimiiguiiiiiiiiiiiiiiiiiininiiHiiiniiiiiiiiiiMiiiiiiiiiiiimiiMiiiiiniiuiiuiiniiiiiHiiiij
OFFICIAL SEAL
MICHELE E. DRAKULICH
NOTARY PUES.IC C/H 1 «'NiA
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
I My Commission Expires August 30, 1981 |
nillllllluillllfllllllHlilllliiiiiniiiiiiiiiiiiiiiiiiiiiiiiiiinilfiihiiiMi'.iniliiiaiiiilluiilllliiiiKiniu
MAY 19
before me, the undersigned, a Notary Public in and for said State, personally appeared
n ^ tiagftf?pr;f)f; y;p FHAl'K Ht HOLLA?ID
LJ , known to me to be the
of the *"-nLLY-1TILLFR rONTT? ACTING CP^TANYthe Corporation that exe'cutecfIhe within Instrument, known to me to be the person who
executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged
to me that such Corporation executed the same.
WITNESS my hand and official seal.
Notary Public in and for said State.
ACKNOWLEDGMENT—Corporation
• Page 17
CITY OF CARLSBAD
s • • . . •
CONSTRUCTION OF STREET RESTORATION IMPROVEMENTS
IN PORTIONS OF HOSP WAY, ANILLO WAY, CORINTIA STREET
AND FENCING AT PARK DRIVE
CONTRACT NO. 1052^"
SPECIAL PROVISIONS
A. GENERAL REQUIREMENTS
1- Work to be Done .
The work to be done consists of furnishing all labor, equipment,
materials, and performing all operations for street restoration
improvements in portions of the following streets:
AREA #1 - Hosp Way from El Camino Real to 700- feet westerly.
AREA #2 - Anillo Way from Palacio Drive to 350- feet westerly.
AREA #3 - Fence restoration located in two places near Park
Drive and Kelly Drive, and near Park Drive and
Hillside Drive.
AREA #4 - Corintia Street from Cazadero Drive to Argonauta Street.
2. Plans and Specifications
The specifications for the work consist of the Standard Specifications
of the City of Carlsbad, the 1976 Edition of Standard Specifications
for Public Works Construction (hereinafter designated S.S.P.W.C.) as
issued by the Southern California Chapters of the American Public
Works Association, and these contract documents and specifications.
The construction plans consist of five sheets designated as City of
Carlsbad Drawing No. 190-9. The standard drawings utilized for this
project are City of Carlsbad drawings and drawings from the Regional
Standard Drawings of the San Diego Area. Copies of pertinent standard
drawings are enclosed with these documents.
3. Construction Schedule and Time of Completion
A construction schedule is to be submitted by the Contractor per
Section 6-1 of the S.S.P.W.C. Coordination with the respective
utility company for removal or relocation of conflicting utilities
shall be requirements prior to commencement of work by the Contractor.
Page 18
The Contractor shall begin work after being duly notified by an
Issuance of a "Notice to Proceed" and shall diligently prosecute the
work to completion within (75) consecutive calendar days from the
date of receipt of said "Notice to Proceed."
4. Nonconforming Work
The Contractor shall remove and replace any work not conforming to the
plans or specifications upon written order by the City Engineer. Any
cost caused by reason of his nonconforming work shall be borne by the
Contractor.
5. Guarantee
All work shall be guaranteed for one year after completion and any
faulty work or materials discovered during the guarantee period shall
be repaired or replaced promptly.
6. Water for Construction
y The Contractor shall obtain a construction meter and pay all fees and
deposits for water utilized during the construction of this contract.
The Contractor shall contact the appropriate water agency for require-
ments.
Compensation for water fees shall be included in the various contract
unit prices and lump sum prices of the construction work and no ad-
ditional payment shall be made.
7. Surveying
Surveying service for this project shall be performed by the City of
Carlsbad or their authorized agent. Requirements of the Contractor
pertaining to this item are set forth in Section 2-9 of the S.S.P.W.C.
•
B. DISINTEGRATED GRANITE BASE
1. Disintegrated granite base material shall conform to the requirements
of Section 400-2.3 of the S.S.P.W.C.
C. ASPHALT CONCRETE PAVING
1. Asphalt concrete paving shall conform to Section 302-5 of the S.S.P.W.C.
Asphalt concrete paving viscosity grade shall be AR 4000.
2. Section 302-5 is modified to require that a 3 inch or 3% inch thickness
of the asphalt concrete pavement be placed in two courses, being 2
inches or 2% inches in thickness of base course and 1 inch thickness
of surface course. Mixture of each course to be approved by the
c En9lneer' . BEST
ORIGINAL
Page 19
W 3. All new asphalt concrete pavement shall be fog seal coated with
asphalt emulsion as directed by the Engineer and as set forth in
Section 37-1 of the California Division of Highways Standard
Specifications.
4. Payment: Compensation for asphalt concrete pavement including fog
seal coat shall be included in the asphaltic concrete pavement bid
item, and no other compensation shall be provided.
D. EXCAVATION
1. Excavation shall meet the requirements of Section 300 of the S.S.P.W.C.
2. All excavated concrete, paving, base material, and dirt subgrade
containing deleterious materials shall be removed from the work sites
and disposed of by the Contractor.
E. SPECIFICATION REFERENCES
t 1. Clearing- and grubbing, and backfill shall meet the requirements of
Section 306-5 of the S.S.P.W.C.
2. Abandonment of existing 18" A.C.P. storm drain shall meet the require-
ments of Section 306-5 of the S.S.P.W.C.
3. Asbestos cement storm drain pipe shall meet the requirements of
Section 207-6.2 of the S.S.P.W.C.
4. Chain link fence shall meet the requirements of Section 206-6 of
the S.S.P.W.C.
F. STREET LIGHTING
Street lighting installation shall conform to Section 307 of the S.S.P.
W.C. and these special provisions.
1. Standards shall be prestressed, grey, sand blasted terrazo with a
13.5 foot mounting height. Standard to have an accessible hand hole
facing street with cover plate.
Type of standard to be approved by City Engineer prior to installation.
2. The type of luminaire shall be Post Top Promenade,black in color.
Luminaires shall be 175 watt mercury vapor lamps of the horizontal
burning type with integral ballast and provision for individual
photoelectric cell.. Luminaire ballast fusing shall be as shown on
Standard Drawing E-5, attached hereto.
BEST
ORIGINAL'
If**""-w
Page 20
3. Foundations shall conform to Section 307 of the S.S.P.W.C. The
dimensions of the concrete footing shall oe at least Tx 1'x 3'.
Four 3/4" anchor rods 18" in length will be required. The upper
end shall be threaded a minimum of 6" and fitted with two hex nuts
per rod. The lower end of the rod shall be formed to produce an
ell (L) bend. Rod and nuts shall be hot dipped galvanized to A.S.T, |
M. Designation A 152-49. I
4. Pull box installation shall conform to Section 307 of the S.S.P.W.C. j
Pull box details shall be Type 5, as shown on Standard Drawing E-4, !
attached hereto. A pull box shall be located at each light standard. I
5. Circuitry: Street lighting circuits will be 120/240 volt multiple. I
Circuits shall be in steel or PVC conduit. Conduit installation |
shall conform to Section 307-2.5 of the S.S.P.W.C. Conductors shall |
. be copper with TW insulation. Where possible, circuits shall be |
limited to the length which will permit 1" conduit and No. 8 con- \
ductors, with a voltage drop of no more than 5% at any light. If : - „; [
longer circuits are necessary, conductors shall be large enough to " i
limit the voltage drop to 5%. f
Each light shall be individually switched by a photoelectric control [
on top of the luminaire. \
6. PAYMENT: Compensation for the installation of the street light and I
all appurtenant work shall be included in the ornamental street light 1
bid item, and no other compensation shall be made.
#*».,
NOTES'
I..GAOUNQ POO MAY Bt INSTALLED IN
ADJACENT PULLOOX If AVAILABLE.
2«The details shov«n shall apply to both
so'ety light and trcfhc signal standards.
5-The top 0"of anchor bolts and nuts
shall be galvanized.
GROUND ROO- ' • • . .
1 X ' • 'X 3/M"x8'-0" COPPERWELO STEEL-ROO
I'-O" FROM FOUNDATION
•APPROVED NON-METALLIC
.' CONDUIT •
• STREET ILIGHT
STANDARD BASE
>.- 3/4" perforoted copper strop
with 1/4" holes.(TYP. BOTH
DETAILS)
5—12x24 BRASS MACHINE
x\ SCREW (TYP.)ANCHORR«°:*fl^G
GROUND V/IRE 'ncTA I I "A"
(BARE) IN 1/2" Ut' H ' L Q-
STEEL CONDUIT.
S"
^ STANDARD
ATTACH GRODNO-SIRE**:
•UNDER FOUNDATION
ANCHOR NUT -
Anchor rods—j
1/2" RIGID STEEL
CONDUIT
GROUND'ROD ITYRl
L_
•'. 1
*
•
£•!•
-* 1.
I
a — ii-l-
1 j:
:: i ji\-jj {'
_,. . ^
jf
4*
/SEE DETAIL "
- NON-METALLIC
. CONDUIT
. (TYP.)
-Anchor rods
- Foundation
•Sie detail
^S'eel conduit"
(H?.)
CONCRETE STANDARD .
(WITH APPROVED
NON-METALLIC CONDUIT)
CONCRETE STANDARD "
(WITH STEEL CONDUIT).
DATE..GROUNDING OF STREET LIGHTING STANDARDS
ENGINEERING fcEPT.CITY OF CARLSBAD
SCALE^Si:
STANDARCDWG.
E-3 .
'%B«»ASS HOLD-00WM BOLT
EXAGONAL bflASS NUTS. •
2-ON TYPE 3'/2
D0» ONLY
f ir-i>"" t . . T-
A
PHcCAST HEIhPORCEC CONCRETE
NO. B taON WIRE HOOPS
TYPICAL
' '• •
• •:..'.'• - <—-CLEAN CXUSHEO *0«
BRASS J-BOLT WITH rO!A.3CNQ
' *B '
Kr=rt=~cc=r=i32
-F ^...^J.
SECTION. Y-Y
.- MOLDED LETTER5
STREET P _
lighting "a*"
V - I 'r"7 .
' U-Y
PLAN • 1
\
DEF.STE.EL8AH
«: .
-JO-JU)
<0
3<<OOu
COVER
REINFORCING PLAN
TYPE 1 A
4 1. It -!/'
2 I' •*
5 I 25"
B
- ••"
13"
C
2
-^ •'-;i/ •'4
0
«^/'p
3 '.)
"-'A"
e
Z3"
F
»3"
G
20'
H
10"
NOTE: FOR STREET LIGHTING INSTALLATIONS LETTERS IN COVERSHOULD READ "STREET LIGHT HIGH VOLTAGE"
OMIT *H:GH VOLTIGE- HCTJTIOK FCH.LC* YCUAGE CIXCUIT?COVPACT EARTH UNDER ANO ARCUNO PULL. BOX T.'l ""•>•
ACCORDANCE WITH STANDARD SPECIFICATIONS.BEST
ORIGINAL
DATE.CONCRETE PULL 80XES-
FOR..
STREET. LIGHTING'
rITY OF .CARLSBAD
SCALED
STANDAP
DWG.
E-4
FOUNDATIONS '
I. Top of foundations for standards shall bo level with top
of curb in curbed areas or ^urrounding.grade in other1arcus... • ' ...
o
LUMINAIRE .HALLAST .FUSING
!l
Primary lines of multiple ballasts shall be provided with
fused connectors. Connectors for luminaires with integral
ballasts shall bo installed in the1 nearest pull box. Fuse
ratings shall be as-noted-below.
CIRCUIT
1 VOLTAGE
120 V
: 240 V-
',80 V
FUSE
VOLTAGE
RATING
250 V
250 V
500-600 V
*FUS5 CURRENT RATING
MERCURY-VAPOR
LAMP BALLASTS
175W
3
3
3
25GW
6
3
3
40CW
6
3
3
700W
10
6
3 '
MULTIPLE TO MULTIPLE
TRANSFORMERS
1 KVR
15
10
6 •
2 KVA
25
15
6
3 KVA
30
25
10.
NOTE: • - . ' - . •
Fuses for integral, high reactance ballasts for 175-watt
soffit lights shall be-6-amperes on 120-volt and 3-amperes
on 240-r-volt circuits. - .^ ' .* " "
•*AI1 120 V neutral disconnects, if of the fusible type, '•'
shall be furnished with shoring bar or 30 amp fuse.'
FUSE IkATIKGS FOR FUSED. COSHECTORS
Unless otherwise indicated, conduit
shall bo 1 inch.
Conduit shall be installed 10"
minimum below curb grade in aide-
walk aroaa and 30" minimum below
grade or finished surface in all
other areas except that conduit •
installed within curbed dividing
strips constructed on existing
pavement may be laid on and secured
to the pavement.
Conduit runs parallel to curbs sha]
bs placed adjacent to back of curb,
except where in conflict with
existing facilities. Miniraura deptl
shall be 12 inches.
Existing underground conduit to be
incorporated into new systems shal'
be cleaned with a mandrel and blow;
out with compressed air.
Conduit terminating in standards
and pedestals shall extend 2" max.
above finished top of foundation
a'nd shall slope toward the .handhol
Service risers shall be terminated
with a-service head and shall be
sealed to prevent the entrance o£
water, as approved by the serving
utility. . . -
. -X- -. SWBOLS .
PROPOSEDv. EXISTING
standard - . •
II standard unless otherwise specified
Type nt standard . .
Ler, upright.type
(tone pole
Jer pole
beacon, one-way
ydrant
conductor
Lighting conduit
LI box
KJ7Ai-way • . / ' *
f DATE.
/^i"i*v-u
SPECIFICATIONS & SYMBOLS
FOR.
.STREET LIGHTING
F.NC.INEtTRING DMPT;CITY OF
SCALED
STANDARC. DWG.
K-5
• •*
L,
s-rwn.
n~7 -!•
X"
- £
o* no »
SCC OCTAIL
4 ----
~3"M/n. Btorfng
-ELEVAT.JOH
S'-I3.9 H-B<**PLAN
p*r Sfd. ,
CENTER SUPPORT ASSEMBLY
H»3j£ WITH 6* CURB 6 STO. GUTTER '
H«-llj>*WITM B* CURS 6 STO. CUTTER
H« lj WITH STO. CUTTER DEPRESSION
JEM
I*
SLOPE ft FINISH IN
ACCORDANCE WITH
SIDEWALK STOS.
- t
DOEB FINISH ALL EDGES INLTf-SEE STftPWC.. D-
IZ'(ALL. WALLS)
LAP HORIZONTAL BAHS
ONE FOOT AT ALL CORNEAS.
WELO CTR.BOLT TO FftAMK
CLEW SHOWJJ
OM PLANS
•"•'.«;•', '*_.:.t .«;.._*_' ' « •" • • ' •~p^j -
SECTION A-AELEVATION
L ALL CONCRETE SHALL BE G.O-O-3OCO
t. CONSTRUCT TRANSITION FROM STD. CURB KEIOMT TO
CUTTER AT EACH SIDE OF INLET. P£J? STD. OWS. O*
B. SAr.AA/»2£ ALL METAL. FfcETS AFTER
RECtSS TOR GftATt r:CUOVA
CURB INLET VV/GRATE• . /
ENGINEERING DEPT.CITY OF CARLSBAD
STANDARD '
DWG. }
D-2 :
c
2" Weakened Plane Joint
l 1/2" except where elevations
shown indicate otherwise.
1/2"C
TYPE G & H CURB
NOTES:
1. Concrete shall be 517 - C - 2500.
2. See Standard Drawing G-1 Of or joint details.
TYPE W
24"
H 30" 1.61
*AREA
SO. FT.
1.34
with 6" Curb Face
LEGEND ON PLANS
CWilUMtNDEO BY THE SAN OIECO
'IONAL STANDARDS COMMITTEE
R.C E. 19BO; 6<ll
DRAWING
NUMBER G-2
SAN DIEGO REGIONAL. STANDARD DRAWING
CURB AND GUTTER - COMBINED
Revision By Approved Date
varies Width as shown on plan
r
f * /
!
NON-CONTIGUOUS
Width as shown on plan.
CONTIGUOUS
NOTES
1. Concrete shall be 517 - C - 2500.
2. See Standard Drawing G-10 for joint details.LEGEND ON PLANS
Revision Approved Date SAN DIEGO REGIONAL STANDARD DRAWING
SIDEWALK - TYPICAL SECTIONS
RECOMMENDED BY THE SAN DIEGO
REGIONAL STANDARDS .COMMITTEE
Coordiiuiw R.C.E. 1930? 0m
DRAWING
NUMBER G-7
Existing Score Mark-Area In he removed
Lxtucid to existing
score mark or
(IIJVCU ^*"
istliig| /
r joint '/
Existing Joint
Existing Score Mark
SIDEWALK PLAN
Area to be removed
Extend to existing
score mark or joint
iing Joint
^tt/c5
'o
SIDEWALK SECTION
Area to be removed
30" min from existing
joint or edge of curb -Existing Joint or Edge
-Curb Line
•Gutter Line
CURB PLAN
Area to be removed "
• > • r *.*, *.*>****^ * * i * • ".^.i ....••
or edge of pavement
•=&*. ^1
i
•Existing Joint or Edge
PAVEMENT SECTION
Remaining edge to be smooth
and true with no shatter.
Portland cement concrete
to be removed *•
NOTE
When distance from, "Area to be removed", to existing joint, edge
or score mark is less than minimum shown, "Area to be removed",
shall be extended to that joint, edge or score mark.
SECTION
Showing Cut
Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING
PORTLAND CEMENT CONCRETE CURB,
GUTTER, SIDEWALK AND PAVEMENT
REMOVAL AND REPLACEMENT
RECOMMENDED BY THE SAN DIEGO
REGIONAL STANDARDS COMMITTEE
Cooid.ruiw R.C.t. 13801 Dili
DRAWING
NUMBER G-11
Distance between onto posts is tjate length shown on plans
Post Top
r*V-Gate Post
)J/^.«
Hinge/'
'"££
Length of gate leaf
..V ti. ,'X-m.*, _A.t i.S..<*i. >*•-•* >V •*• J*\ J
^^^^t^W/Z^1
r • >'.>,>'>•'.•>?«'X'--1 '••* -L " - V'^i ''Vv^
Roadway or ground
10" diameter stop footing.
Omit if roadway is concrete.
HALF ELEVATION DOUBLE SWING GATE
Diameter of footing = 4
outside diameter of post.-
ORIGINAL
NOTES
1. All footings shall be 470-C-2000 concrete.
2. The following items shall be furnished and installed only when shown
on the plans and/or called for in the special provisions:
a. Barbed Wire
b. Extension Post
EXTENSION POST AND BARBED WIRE LEGEND ON PLANS
—«—OO—« »—O-*
Revision Approved Date SAN DJEGO REGIONAL STANDARD DRAWING
CHAIN LINK GATE
RECOMMENDED BY THE SAN OIEGO
REGIONAL STANDARDS COMMITTEE
Cooidinam H.CE. 1380J 0<u
DRAWING
NUMBER M-5
Rcinforcihij Tension Wire
Corner or
End Post
A- Fastener
/ine Post, 1 1/2"
with galv.
'XX/Gaiv. Chain-link, 2" mesh\K\\<^\V
Reinforcing Tension Wire
Ground Line
Crown for drainage
470-C-2000 Concrete
Depth = 2'-6" for fence height
of 5' or under.
Depth = 3'-0" for fence height
of over. 5'.
Diameter of footing = 4 times
outside diameter of post.
•c
c
EXTENSION ARM AND BARBED WIRE
NOTES
1. All footings shall be 470-C-2000 concrete.
2. The following items shall be furnished and installed only when
shown on the plans and/or called for in the special provisions:
a. Barbed Wire
b. Extension Arm
c. Top Horizontal Rail
LEGEND ON PLANS
*—O—•—t—«—O-
f-COUMENDED BY THE SAN OIECO
-.UIONAl STANDARDS COMMITTEE
-.R.C.E. I9WI but
DRAWING
NUMBER
SAN DIEGO REGIONAL STANDARD DRAWING
CHAIN LINK FENCE
Revision By Approved Date
c
c
1" max graded aggregate.
SECTION
NOTES
1. For trenching on improved streets see Standard Drawing G • 24 or
G -25 for resurfacing details. /••--'
2. (*) indicates minimum relative compaction. •
C
4" clearance (min)
"* 1COMMFN06D BY THE SAN OIECO
"•"•MfCGIONM SfANOAROS COMMItlft
i.if net. wo/"
DRAWING
NUMBER D-60
SAN DIEGO REGIONAL STANDARD DRAWING
PIPE BEDDING AMD TREMCH BACKFILL
FOR STORM DRAINS
Revision By Approved Date
6" min
PLAN
SKEWED CONNECTION
PLAN
^TI Rounded pipe ends,
/ see drawing 0-61.
»T- Rounded pipe ends,
f~see drawing D-G1.
'I • .-
SECTION A-A SECTION B-B
NOTES
1. The end of connecting pipe shall not project into the waterway
of the larger pipe.
2. The larger pipe shall not be less than 24" I.D.
3. The smaller pipe shall not be more than 2/3 the size of the
larger pipe.
4. Concrete shall be 470 - C • 2000.
LEGEND ON PLANS
Revision BY Approved Date SAN DIEGO REGIONAL STANDARD DRAWING
CONCRETE LUG
RCCOMMCNDtn BY THE SAN OltGO
REGIONAl STANDARDS COMMITTEE
Cootiliiuluf H.C E. WO/" Dill '
DRAWING
NUMBER D-63