Loading...
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