Loading...
HomeMy WebLinkAboutBasile Construction Inc; 1995-10-11; 3417CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL-C/O 3 Project: # 3417 LA COSTA DOWNS ASSESSMENT DISTRICT NO. 92-01 Date Routed: /-.3/-~(. City Engineer c2. • I ., (... Engineering Inspection Community Development Director Finance Director 2 ,(,2 . =i~ 2<• (p ·9 ~ City Manager/Mayor ;? -1/p -'7~ Engineering Inspection Reason for change: Item 1: The plans incorrectly show the location and elevation of a 14" sewer force main that is the property of Leucadia County Water District. To complete the water on Franciscan Drive, a steel water line unit, 20'8" in length with 4 welded 45° bends and adapters are needed. COST ACCOUNTING: Original contract amount ................................... $503,954.61 Total amount this c/o ........................ .'. . . . . . . . . . . . . . $4,226.31 Total amount of previous c/o's ................................. $9,617.21 Total c/o's to date ......................................... $13,843.52 New Contract Amount ..................................... $517,797.13 Total c/o's as% of original contract ................................. 2.7% Contingency monies encumbered . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $68,808.00 Contingency increase or decrease . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $0.00 Contingency Subtotal ....................................... $68,808.00 Total c/o's to date . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $13,843.52 Contingency Balance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $54,964.48 CITY OF CARLSBAD PROJECT: La Costa Downs Assessment District No. 92-01 CONTRACT CHANGE ORDER NO. 3 CONTRACT NO. 3417 P.O. NO. 20567 ACCOUNT NO. 413-820-1880-3417 CONTRACTOR: Basile Construction Inc. ADDRESS: 7840 Dunbrook Road San Diego, CA 92126-4369 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to Section 3-2, Changes Initiated by the Agency, SSPWC Edition 1994, perform the following: Item 1 : Construct and install one (1) 20'8"/1 O gage CMLC pipe to clear sewer conflict per approved submitted drawing. This includes kickers, flanges, and adapters. NOTE: (MAR is to be paid per original bid and is not included in this cost), for a lump sum of $4,226.31. TOTAL INCREASE TO CONTRACT COST ............................. $4,226.31 , . r . TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY TWO (2) WORKING DAYS. RECOMMENDED BY: f-JJ-<;h (DATE) (DATE) APPROVED BY: ~m:J O. ~JAN 2 6 1996 CONTRACTOR (DATE) CITY MANAGER/MAYOR (DATE) ~;,.___,~~r~/c,~ FINANCE DIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL) PURCHASING (W/P.O. CHANGE ORDER) FINANCE CONTRACTOR CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -C/O 2 Project: # 3417 LA COSTA DOWNS ASSESSMENT DISTRICT NO. 92-01 Date Routed: 1-J/-fl, City Engineer Engineering Inspection Community Development Director Finance Director City Manager/Mayor Engineering Inspection Reason for change: Item 1: The original design was incorrect and needs to be modified to meet current sewer standards of CMWD. CMWD has given us a revised drawing to bring sewer manhole #1, at Station 7 + 29.23 up to current standards. COST ACCOUNTING: Original contract amount . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $503,954.61 Total amount this c/o . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $4,450.32 Total amount of previous c/o's . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $5,166.89 Total c/o's to date . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $9,617.21 New Contract Amount ..................................... $513,571.82 Total c/o's as % of original contract ................................. 1.9% Contingency monies encumbered . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $68,808.00 Contingency increase or decrease . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $0.00 Contingency Subtotal ....................................... $68,808.00 Total c/o's to date . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $9,617.21 Contingency Balance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $59,190.79 . • CITY OF CARLSBAD PROJECT: La Costa Downs Assessment District No. 92-01 CONTRACT CHANGE ORDER NO. 2 CONTRACT NO. 3417 P.O. NO. 20567 ACCOUNT NO. 413-820-1880-3417 CONTRACTOR: Basile Construction Inc. ADDRESS: 7840 Dunbrook Road San Diego, CA 92126-4369 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to Section 3-2, Changes Initiated by the Agency, SSPWC Edition 1994, perform the following: Item 1 : Install one (1) 8" air trap in 8" PVC line and one (1) T-Lock liner in manhole #1 per CMWD drawing No. 94-202 dated 11/02/95 for a lump sum of $4,450.32 Increase to contract cost ................................ $4,450.32 TOTAL INCREASE TO CONTRACT COST ~ ............................ $4,450.32 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY TWO (2) WORKING DAYS . . RECOMMENDED BY: APPROVED BY: J /ZWX) 12-~ (DATE) ~u:-~ J,7)'94? r,c..11,,vb CITYEN NEER (DATE) z -zj -~6 (DATE) ~:_, H~ d/tr/<ib FINANCE DIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL) PURCHASING (W/P.O. CHANGE ORDER) FINANCE CONTRACTOR CONTRACTOR CITY MANAGER/MAYOR , N 2 6 1996 (DATE) (DATE) CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL-C/O 1 Project: # 3417 LA COSTA DOWNS ASSESSMENT DISTRICT NO. 92-01 Date Routed: /-.3 1-f~ City Engineer ~.' ·Qb J...L,.q~ Engineering Inspection Community Development Director Finance Director 2, G,. ·~ Cc, ,L-llp -9(() City Manager/Mayor Engineering Inspection Reason for change: Item 1: The needed water services and associated items of work were not included in the original documents. These items are required to complete the water system on Ponto Drive. COST ACCOUNTING: Original contract amount ................................... $503,954.61 Total amount this c/o ....................................... $5,166.89 Total amount of previous c/o's .................................... $0.00 Total c/o's to date . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $5, 166.89 New Contract Amount ..................................... $509,121.50 Total c/o's as% of original contract ................................ 1.03% Contingency monies encumbered .............................. $68,808.00 Contingency increase or decrease . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $0.00 Contingency Subtotal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $68,808.00 Total c/o's to date ............................... · ........... $5,166.89 Contingency Balance ....................................... $63,641.11 CITY OF CARLSBAD PROJECT: La Costa Downs Assessment District No. 92-01 CONTRACT CHANGE ORDER NO. 1 CONTRACT NO. 3417 P.O. NO. 20567 ACCOUNT NO. 413-820-1880-3417 CONTRACTOR:_=B=a=si"""le~C=o'-'-ns=t"""'ru;;..;:c=ti=o.:....:.n,__l:.:..n=-=-c.:..... _________________ _ ADDRESS: 7840 Dunbrook Road ---------"-'-~-=--c.........-------..................... -----------------------San Diego, CA 92126-4369 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to Section 3-2, Changes Initiated by the Agency, SSPWC Edition 1994, perform the following: · Item 1 : A. Tie in nineteen (19) water services to existing 12" water main with dry tap method for $78.06 each. 19 @ $78.06 = $1,483.14 increase to contract cost. Increase to contract cost ........................... $1,483.14 B. Install one (1) 12" gate valve for lump sum cost of $1,078.80 increase to contract cost. Increase to contract cost ........................... $1,078.80 C. Tunnel under existing water main to install nine (9) sewer laterals additional labor and material only for $120.55 each. 9 @ $120.55 = $1,084.95 Increase to contract cost ........................... $1,084.95 D. Remove and recompact 800 cy on Ponto Drive at $1.90 per cy. 800 cy @ $1.90 = $1,520.00. Increase to contract cost ........................... $1,520.00 TOTAL INCREASE TO CONTRACT COST ............................. $5,166.89 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY , FOUR (4) WORKING DAYS. RECOMMENDED BY: APPROVED BY: ~ t1 -~J N 2 r 1996 (DATE) CONTRACTOR (DA TE) ~##-/·Jl-tlz /f e-n4 CITYEN EER (DATE) ~~ -FINANCE DIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL) PURCHASING (W/P.O. CHANGE ORDER) FINANCE CONTRACTOR I •• I I I I I I I le I I. I I I I I -1· I CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS ANO SPECIAL PROVISIONS FOR LA COSTA DOWNS, SP 201 ASSESSMENT DISTRICT NO. 92-01 P0414 CONTRACT NO. 3417 . 5/1/95 I I .e I I I I ·I I I le I I I I I I I -,. I TABLE OF CONTENTS NOTICE INVITING BIDS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 CONTRACTOR'S PROPOSAL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 BIDDER'S BOND TO ACCOMPANY PROPOSAL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 DESIGNATION OF SUBCONTRACTORS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 21 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY ........................ 23 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE . . . . . . . . . . . . . . . . 24 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25 CONTRACT -PUBLIC WORKS ............................ ·. . . . . . . . . . . . . . . 26 LABOR AND MATERIALS BOND . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 34 PERFORMANCE BOND ..... ; ............ ·. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 36 REPRESENTATION AND CERTIFICATION . . . . . . . . . . . • . . . . . . . . . . . . . . . . . . . . . . . 38 ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 39 RELEASE FORM ........... ·. . . . • . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 43 SPECIAL PROVISIONS I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION . . . . • . • • . . • . . . . . . . . • . . . . . . . . . . . . . . . . . . 44 11. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR CONSTRUCTION MATERIALS . . . . . . . . . . . . . . . . . . 56 Ill. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR CONSTRUCTION METHODS . . . . . . . . . . . . . . . . . . 58 IV. SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION MATERIALS .............. 60 V. S.D.G.E.AND PACBELL UNDEROUNDING SPECIFICATIONS ................... 61 5/1/95 I •• I I I I I I I le I I I I I I I ,. I f?r 1 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue), Carlsbad, California, until 4:00 P.M. on the 14th day of August, 1995, at which time they will be opened and read, for performing the work as follows: . LA COSTA DOWNS CONTRACT NO. 3417 The work shall be performed in strict conformity with the specifications as approved by the City Council of the City of Carlsbad on file with the Engineering Department. The specifications for the work include the Standard Specifications of Public Works Construction, (SSPWC), 1994 Edition, and the latest supplement, hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American Public Works Association and as amended by the special provisions sections of this contract. Reference is hereby made to the specifications for full particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available and where appropriate. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code Section 22300), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 22300 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The documents which must be completed, properly executed, and notarized are: 1. Contractor's Proposal 2. Bidder's Bond 3, Non-Collusion Affidavit 4. Contract 5. Designation of Subcontractors 6. Amount of Subcontractors' Bid 7. Bidder's Statement of Financial Responsibility 8. Bidder's Statement of Technical Ability and Experience 9. Purchasing Department Representation and Certification 1 0. Escrow Agreement for Security Deposits (optional) 5/1/95 I •• I I I I I I I le I I I I I· I I •• I 2 All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate for schedule "A" and Alternatives I & II is $680,000. No bid shall be accepted from a contractor who is not licensed in accordance with the provisions of California state law. The contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. The following classifications are acceptable for this contract: "A-1" Engineering Contractor's License, in accordance with the provisions of state law. If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. Sets of plans, special provisions, and Contract documents may be obtained at the Purchasing Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue), Carlsbad, California, for a non-refundable fee of $15.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of applicable wage rates is on fi.le in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer'' for the purposes of Section 4107 and 4107.5. The provisions of Part. 7, Chapter 1, of the Labor Code commencing with Section 1720 shall apply to the Contract for work. AU bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail: In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. 5/1/95 I I I I I le I I I I I I I •• I 3 All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. Bonds to secure faithful performance and warranty of the work and payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) and fifty percent (50%), respectively, of the Contract price will be required for work on this project. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the Special Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with Section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 1 O calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that have (1) a rating in the most recent Best's Key Rating Guide of at least A-:V, and (2) are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: (1) meet the conditions stated above for all insurance companies and (2) cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for •any auto• and cannot be limited in any manner. · Workers' compensation insurance required under this contract must be offered by a company meeting the above standards. with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cc;>st of said insurance shall be included in the bid price. 5/1/95 I •• I I I I I I I le I I I I I I I •• I 4 The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract . Approved by the City Council of the City of Carlsbad, California, by Resolution No. 95-207 , adopted on the JJtb day of J11ly , 19_g.s__. ALETHA L Rautenkranz, City Clerk '--i 5/1/95 - t r City of Carlsbad ■4 1 ik§,f=t--ihl·I ·24·Ehh,i¥hil August 7, 1995 ADDENDUM NO. 1 BID/PROJECT NO.3417-LA COSTA DOWNS Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum--receipt acknowledged--must be attached to your Proposal Form/Bid when your bid is submitted. RUTH FLETCHER Purchasing Officer RF:jlk Attachment / I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Bidder's Signature 1200 Carlsbad Village Drive• Carlsbad, CA 92008-1989 • (619) 434-2803 • FAX (619) 434-1987 - ADDENDUM NO. 1 TO CONTRACT DOCUMENTS AND SPECIAL PROVISIONS FOR LA COSTA DOWNS CONTRACT NO. 3417 TO THE CONTRACT DOCUMENTS AND SPECIAL PROVISIONS, MAKE THE FOLLOWING MODIFICATIONS: ,./' V 1. Page 52, 6-7 TIME OF COMPLETION, replace "ninety eighty (90)" with "one hundred twenty (120)" I 1 i Add to SDG&E section, drawings consisting of two (2) 11" by 17" sheets v~ttached to this addendum. I . ✓-· 3. Add a section for Cablevision consisting of a cover sheet and specifications and drawings consisting of three (3) sheets attached to this addendum. Addendum prepared August 3, 1995 I •• I I I· I I I I le I I I I I I I •• I -CITY OF CARLSBAD LA COSTA DOWNS CONTRACT NO. 3417 5 CONTRACTOR'S PROPOSAL City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 3417 in accordance with the Plans and Specifications of the City of Carlsbad, and the Special Provisions and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: Approximate Item Quantity Unit No. Description and Unit Price Total SCHEDULE A: 1 a• PVC -150 at 846 LF 22.30 ~ ?5&~'" oO Dollars per Linear Foot 3o)as&--00 2 1 • Water Service at 40EA ':::\S l • t.\O Dollars Each 3 Fire Hydrant Assembly at 4EA Zfl]-,00 Q,S?:6-oo Dollars Each 4 a• Gate Valve at 2EA ~q.qo ~4q3. :?0 Dollars Each 5/1/95 I 6 Approximate •• Item Quantity Unit No. Description and Unit Price Total 12" Connection 01'Jet Tap) at 2Jct3?t.% 2C/3"-190 I 5 1 EA I Dollars Each /t5.3:f .QO !SB?-Oo 6 2" Blow-Off Assembly at 1 EA I Dollars Each I 7 2" M.A.R. at 2 EA /31{),L(Q 21L(0.80 I Dollars Each SEWER IMPROVEMENTS: I 8 8" PVC at 568 LF 2<;s.~ &)at!-f.L/0 I Dollars per Linear Foot le 9 Access Hole at 2 EA rEl.rJ.ID 2£93 .r.oo I Dollars Each 10 4 • Laterals at 40 EA 42~•00 2912a.oo I Dollars Each I 11 Grading at 6,275 CY '2. .z_~a /o{)<tO✓OO I Dollars per Cubic Yard ol._/Jo Lal 1~S:OO 12 Erosion Control: Gravelbags at 1,650 EA I Dollars Each I I •• 5/1/95 I I 7 Item Quantity Unit •• No. Description . and Unit Price Total 13 Erosion Control: Silt Fences/ 1,230 LF 2,3-c 332/. cJO I Hay Bales at I Dollars per Linear Foot I 14 AC Paving -4 • Asphalt 1400 TON '33."30 ); to0 2 o. 00 Concrete at I Dollars per Ton I 15 6" Aggregate Base at 2000 TON I 15. \o .&200.00 I Dollars per Ton g.yo 2o~s8.00 16 6" Curb/Gutter "G-2" at 3,070 LF I Dollars per Linear Foot le 17 PCC Sidewalk "G-7" at 15,350 SF /.qo :2q Ii S:. o O I Dollars per Square Foot I 18 Pedestrian Ramp NSP A88, 4 EA ~?;/.~ / 927,2() A89 at I Dollars Each I 19 Drive Approach "G-14 • at 6,400 SF 2·30 ),</::/20-cJO I Dollars per Square Foot 20 Cross-Gutter •G-12" at 108 SF 9,40 /CJ/5. 20 I Dollars per Square Foot I •• 5/1/95 * I I 8 Approximate •. Item Quantity Unit No. Description and Unit Price Total !/3</.30 I 302, 9o I 21 Street Name Signs "SDM-102" at 3 EA I Dollars Each ti)<fS.L/0 !2SS2o 22 Street Sign at 3 EA I Dollars Each I 23 Survey Monuments "M-1 o• at 4EA as:i.so /</3). ozJ I Dollars Each 24 HPSV Street Light, 1 OOW "E-1" 7 EA ){rf/+✓30 //53,/ / I 9,500 Lumens at I Dollars Each ?/--/ ~D 25~/2.6() 25 1 a• RCP Storm Drain at 736 LF le Dollars per Linear Foot I 26 24• RCP Storm Drain at 188 L:F 53.50 /O{)S<i!:. CYC) I Dollars per Linear Foot I 27 S.D. Cleanout •0-9• at 4EA 2150</. oo IO Q//t;. c50 , Dollars Each I 28 Curb Inlet 18-2" at 4 EA 2~ (lj.(J) /(JI/% .CJU I Dollars Each I 29 24• Drain Outlet/Headwall at 1 EA Lt+L/90 !9Jl-/9J I Dollars Each ,. 5/1/95 I I •• I I I I I I I le I I I I I I I •• I Item No. Description 30 Ton Rip-Rap •0-40• at Dollars per Cubic Yard 31 11/2"AC Overlay at Dollars per SF 32 Remove Existing Paving at Dollars per Square Foot . Approximate Quantity and Unit 2.3CY 1,000 SF 20,250 SF 9 Unit L./18 -10 C?; lo3 • 0 f ,3.s-0 3SVD-00 UNDERGROUND UTILITY IMPROVEMENTS (SDG&E, PAC BELL, CABLEVISION): 33 . SDG&E, PacBell, Daniels Lump Sum q, ¼)~ ,20 c;rool-2 (J Underground Vaults, Pull Boxes at Dollars (Lump Sum) 34 MCI Pull Boxes at Dollars (Lump Sum) 35 Joint Trenching & Conduit (S. D. G. E. ,PACBELL,MCI & CABLEVISION) at Dollars (Lump Sum) 36 Detour Road at Dollars (Lump Sum) LumpSum 20J0_ 1'0 20fO,l/0 5/1/95 I .. I I I Item No. Description Approximate Quantity and Unit 37 Temporary Traffic Control Signs at Lump Sum Dollars (Lump Sum) 38 Remove detour road I Total amount of Schedule A bid in numbers: I I I le I I I I I I I •• I 10 Unit Price Total .3,35L~D 233/.l/0 5/1/95 I 11 ADDITIVE ALTERNATES I •• Item Approximate Quantity Unit No. Description and Unit Price Total I ALTERNATE I: WATER IMPROVEMENTS(PONTO OR.) I 1 Remove and recompact soil 38 feet wide and 4 feet deep at 800CY l,C/0 ' /520, en) I Dollars per Cubic Yard I 2 12• PVC at 620 LF c,3.c/O 2010i,cro I Dollars per Linear Foot /01~,~ '323Co,C/o 3 12• gate valve at 3 EA I Dollars Each le 4 12" connection-wet tap at 1 EA 293(.30 ~3;.30 I Dollars Each ·1 5 2" Blow-off assembly at 1 EA "/2~3.20 /2'63, 20 I Dollars Each 6 2• M.A.R. at 2 EA L2r+.oo 2(/3c{oiJ I Dollars Each I 7 12" PVC end cap at 1 EA 392.30 892,30 I Dollars Each I •• 5/1/95 I I •• .1 I I I I I I le I I I I I I I •• I 12 Approximate Item Quantity Unit No. Description and Unit Price Total 8 12"X12'X8' Flanged Tee j 13~.40 '810-40 Dollars per Linear Foot 9. 12"x1 2"x6" Flanged Tee 2 EA 522. Jo I olf <I. 20 10. a• Gate Valve w/B.F. 11 6" Gate Valve w/B.F. 1 EA (oi+,SQ l./6~lSD 2 EA ,5q2~ c10 ;c/zsl/ 9:0 rdscJ/;,dy /Li ~ r;/Jvu scwc(c/4uc1 -f-b=~~;L;:;::~~..!L/-~~~:_.1£1_~y~~~~ Total amount of Additive Alternate I bid in numbers: $ 6(o '2,C{2_ · f (_) 5/1/95 * I •• I I I I I I I le I I I I I I I •• I 13 ADDITIVE BID ALTERNATES Item No. Description AL TERNA TE 11: SEWER IMPROVEMENTS 1 2 3 4 Remove and recompact soil 38 feet wide and 4 feet deep at Dollars per Cubic Yard a· PVC at Dollars per Linear Foot Manhole at Dollars Each Join existing sewerline at Dollars Each 5 Sewer lateral wyes at Dollars Each 6 ( Grading access road .at Dollars per Cubic Yard 7 All weather access road at Dollars per Square Foot Approximate Quantity Unit and Unit Price 4,900 CY J.&o 860 LF )5lO 4EA 1 EA 2 ,2 <J f. 10 22l/ I. f 0 21 EA 958 CY 10,416 SF /. 20 /2199✓ 20 j Totat·amount of Additive Alternate II bid in words: -------------- 5/1/95 I •• I I I I I I I le I I I I I I I •• I 14 Total amount of Additive Alternate II bid in numbers: $ 6l/5(o9, 2 0 itive Alternate I tv ~~- Total amount of S~edule A, Additive Alternate I, and Additive Alternate II bid in numbers: $ G2~'BI0."f2 _ Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). _____ 1...a;;;;;.. _____ has/have been received and is/are included in this proposal. The Undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing 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 the check or bond accompanying this bid shall become the property of the City of Carlsbad. J cv.JVU'.,, ____ ' The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to Cl of,«vl/ ___ do business or act in the capacity of a ~ntractor within the State of California, validly licensed ~ /r vi ct ~ under li«?e.nse number f;, G·°t )-'--to . classification A which expires ,,e 1 on L// G -; o~ , and that this statement is true and correct and has the legal effect of an affidavit. · A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant-to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. § 7028.1 S(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded. the contractor shall be properly licensed. Public Contract Code§ 20104. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation. oral or in writing, of the City Council, its officers, agents, or employees has inducted hinv'her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work. and is in all respects fair and without collusion or fraud. * u~~/ v---~~~-5-P/, £~~:/ <?-/4-cr r 5/1/95 7~ I •• I I I I I I I le I I I I I I I •• I Accompanying this proposal is ~ -, ~. ~:~=:;en"'-~ or Cashier's Check) for ten percent (10%) of the amount bid. 15 (Cash, Certified Check, Bond The Undersigned is aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. 5/1/95 I '• I I I I I I I le I I I I I I I I -. I 16 The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted ______________ _ (2) Signature (given and surname) of proprietor ______________ _ (3) Place of Business~------.,,....----------------- (Street and Number) City and State. ________________________ _ (4) Zip Code ______ _ Telephone-No. _____________ _ IF A PARTNERSHIP. SIGN HERE: (1) Name under which business is conducted . .;...,_ _____________ _ (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business~----------------------- (Street and Number) City and State:,__ _______________________ _ (4) Zip Code _______ Telephone No .. ____________ _ 5/1/95 I •• I I I I I I I le I I I I I I I •• I 17 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted ______________ _ I?:x--s cc-==>~\ _z:,:o Title _ _:;; Impress Corporate Seal here (3) Incorporated under the laws of the.State of _ _;t,,._----_-..... · ,._;;;/\_.,._. _____ _ (4) Place of Business 7 RL\C '\:)"-,J'·-'-r-,>·s;;;::J<~('JCJ\_;'--~C)C_;._2=>, (Street and Number) NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES· MUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: -~= \. ,..,.,.____ 1\ ·\· "'~ c:: • \ v (-:;_ ~_-= __ ·_--:: \.-~-"= ~·----~-tc .:.:::\;K > ;4i ·-\. £' \,'.> _ Y·:-£>, --:::::, \ 1/ "' '--..i Q_ _:::;; ~ · '-.:::S ~--.· ,._-_::, . \ E:. ·<Ac----;,,\ --£ 5/1/95 * CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Diego On August 14, 1995 before me, Lisa Williams, Notary Public Date Name and Title of Officer (e.g., "Jane Doe, Notary Public") personally appeared Dawn A. Basile Name(s) of Signer(s) Kl personally known to me -OR -D proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. /'' ~ ~ ' ' • / -' I /~ ' '~ GQO--d1Gl . l/V;~V)flD ~ '~ Sig ~ture of Notary Public W ~I OPTIONAL-----------~_11 Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent i fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: ___________________________ _ Document Date: _____________________ Number of Pages: ____ _ Signer(s) Other Than Named Above: _______________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: ____________ _ D Individual D Corporate Officer Title(s): ___________ _ D Partner -D Limited D General D Attorney-in-Fact D Trustee D Guardian or Conservator RIGHT THUMBPRINT OF SIGNER D Other: ________ Top of thumb here Signer Is Representing: Signer's Name: ____________ _ D Individual D Corporate Officer Title(s): ___________ _ D Partner -D Limited D General D Attorney-in-Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here © 1994 National Notary Association• 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309-7184 Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827 I •• I I I I I I I le I I I I I I I •• I BID SECURITY FORM (Check to Accompany Bid) (NOTE: The following form shall be used if check accompanies bid.) 18 Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of ---------------------- _________________ -,-__ dollars($ ________ __, this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and. the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder. BIDDER *Delete the inapplicable word. (Note: If the .Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed-the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) . 5/1/95 l le' I 1 I i l - - .. 19 BIDDER'S BOND T9 ACCOMPANY PROPOSAL: KNOW ALL PERSONS BY THESE PRESENTS: EMPLOYERS INSURANCE OF WAUSAU, That we, BASILE CONSTRUCTION, INC. I u Principal, and A MUTUAL COMPANY ' as Surety are held and firmly bound unto the City of cartsbad, CaUfomia, In an amount as follows: (must be at least ten percent (10%) Of tha·bid amaunt) TEN PERCENT (10%) OF AMOUNT BID**** for which payment, well and tn.ily made, we bind ourselves, our heirs, executors and adminlstratc,rs, successors or assigns, jointly and severally, firmly by these presents. THE CONOlTION OF THE FOREGOING OBUGA TION IS SUCH that H the proposal of the above- beunden Principal for: LA COSTA DOWNS CONTRACT NO. 3417 in the City of Carlsbad, Is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract lneludlng required bonds and Insurance policies within twenty (20) days from the date of aW&ld 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; othe,wise, It shall be and remain in full force ar,d effect, and the amount specified herein shall be forfeited to the said City. 5/1/95 a . -~ . \ I I I I I I I I I I I I I I I • 20 J ' ' In the event Prinoipel executed thia bond u an Individual, l\ is agreed that the death of Pril'\~ipal , shall not exoncarate the Surety from its obligations under this bond. · · Exeouted by PRINCIPAL this 14TH day cf AUGUST 19~. PRINCIPAL! BASILE CONSTRUCTION, INC. (name of Prineapal) B~~f2-&4 (sign here) Dawn A. Basile (print name here) CFO/Secretary Execut9d by SURETY thlc of AUGUST 14TH day ,19 95. - SURETY: EMPLOYERS INSURANCE OF WAUSAU, A MUTUAL COMPANY (l"IIIM of Surety) 2000 WESTWOOD DR_ WAUSAU WI 54401 (addreaa of Suret,) 1 715 845 5211 (tal•pnone m.imt>ar or surety) (Titlo Mel OrganlZAtion of Slgnato,y) By:~~PEBBA WATTERSON. . (&lgn hare) (printed name of Anornty•ili-f act) Peter Allen Basile (print name here) President (title Ind organization of signato,y) (Attach corporate rcasolution shewing current power of anamay.) (Proper notarial acknowledge of exllQUtlon by PRINCIPAL and SURETY must be aii&ched.) (President er vlcA-protident and socnatary or usictant eeoretary mutt eign 1or co,porationa, If only one 0tllcar signs, tha corporation must -attach a resolution ctrtified by the secretary or assistant sec:retary under oorporate seal empowering that offlcAr to bind tna corporation.) APPROVED AS TO FORM: RONALD R. BALL. City Attorney S/1/95 CALIFORNIA ALL-PURPC>~c ACKNOWLEDGMENT State of Ca lifornia County of San Diego On August 14, 1995 before me, __ L_1_· _s_a_W_i _l-c::1::-:-i_a_m-,---s~,_N_o_t_a_r--=y:...__P_u_b_l_i_c __ _ Date Name and TIiie of Officer (e.g., "Jane Doe, Notary Public") personally appeared Da wn A. Basile and Pe t er A. Basi l e Name(s) ot Signerjs) ~personally known to me -OR -D proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. OPTTONAL------------ Though the Information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: ___________________________ _ Document Date: _____________________ Number of Pages: ____ _ Signer(s) Other Than Named Above: _______________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: ____________ _ □ Individual □ Corporate Officer Title(s): ___________ _ □ Partner -D Limited D General □ Attorney-in-Fact □ Trustee □ Guardian or Conservator RIGHT THUMBPRINT OF SIGNER D Other: ________ Top of thumb here Signer Is Representing: Signer's Name: ____________ _ D Individual D Corporate Officer Title(s): ___________ _ D Partner -D Limited D General D Attorney-in-Fact D Trustee D Guardian or Conservator RIGHT THUMBPRINT OF SIGNER D Other: ________ Top of thumb here Signer Is Representing: C 1994 National Notary Association• 8236 Remmel Ave., P.O. Box 7184 • Canoga Park, CA 91309-7184 Prod. No. 5907 Reorder. Call Tofl•Free H!00-876-6827 - ~ z Cl w 0:: z a: <( L!..I CL 0.. <( l-o z r.l) llJ 0 Cl 1-z L!..I ~ w ~ I-C, (/) Zr.I) i s~ 0 I-I-<( '" N 0 u V, I..L 0 a: w ~ 0 a.. 0 :::::i <( > <( l-o z en (/) I I- .,, EMPI.OVERS INSURANCE Of. WAl.JSAU A M_utual. Compafly POWER OF ATTORNEY (FOR BID BONDS ONLY) KNOW ALL MEN BY THESE PRESENTS: That the EMPLOYERS INSURANCE OF WAUSAU A Mutual Company. a corporation duly organized and existing under the laws of the State of Wisconsin. and having its principal office in the City of Wausau, County of Marathon, State of Wisconsin, has made, constituted and appointed, and does by thes~_presents make, constitute and appoint DEBRA WATTERSON its true and lawful attorney-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver ANY AND ALL BID BONDS OR WRITTEN DOCUMENTS INVOLVING BID GUARAN- TEES OR IN THE NATURE THEREAFTER and to bind the corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the corporation and duly attested by its secretary hereby ratifying and confirming all that the said attorney-in-fact may do in the premises. This power of attorney is granted pursuant to the following resolution adopted by the Board of Directors of said Company at a meeting duly called and held on the 18th day of May, 1973, which resolution is still in effect: "RESOLVED, that the President and any Vice President-elective or appointive -of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company be, and that each of them hereby is, authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute on behalf of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company bonds, undertakings and all contracts of suretyship; and that any secretary or assistant secretary be, and that each or any of them hereby is, authorized to attest the execution of any such power of attorney, and to attach thereto the seal of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company." "FURTHER RESOLVED, that the signatures of such officers and the seal ofEMPLOYERS INSURANCE OF WAUSAU A Mutual Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures and facsimile seal shall be valid and binding upon the EMPLOYERS INSURANCE OF WAUSAU A Mutual Company when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached." IN WITNESS WHEREOF, EMPLOYERS INSURANCE OF WAUSAU A Mutual Company has caused these presents to be signed by the vice president and attested by its assistant secretary, and its corporate seal to be hereto affixed this 1ST day of OCTOBER . 19---24_. i~;;-~;~ EMPLOYERS INSURANCE OF WAUSAU A Mutual Company ~i"i?j•~),) By ________ ._/,~~-·---------------- Attest, /4 l /4£'· Ste"'" R":. :7-Viu PresM,m R. J. Besfemar: ~ Assistant Secretary STATE OF WISCONSIN ) ) ss. COUNTY OF MARATHON ) On this 1ST day of OCTOBER 19~. before me personally came J. Stephen Ryan , to me known, who being by me duly sworn, did depose and say that he is a vice president of the EMPLOYERS INSURANCE OF WAUSAU A MutualCompany, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal and that it was so affixed by order of the Board <:Jf_l?i~~<:_t?!S. of s_aid corporation and that he signed _his name thereto by like order. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year herein first above written. ~a.~ Patricia A. Kleman Notary Public NOT ARY PUBLIC STATE OF WISCONSIN MY COMMISSION EXPIRES MAY 24, 1998 STATE OF WISCONSIN CERTIFICATE CITY OF WAUSAU ) ss. COUNTY OF MARATHON ) I. the undersigned, assistant secretary of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company, a Wisconsin corporation. do hereby certify that the foregoing and attached power of attorney, WHICH MUST CONTAIN AV ALIDA T- ING STATEMENT PRINTED IN THE MARGIN THEREOF IN RED INK, remains in full force and has not been revoked; and furthermore that the resolution of the Board of Directors set forth in the power of attorney is still in force. Signed and sealed in the City of Wausau, Marathon County. State of Wisconsin, this l4 TH day of AUGUST___ 19~. ,d ;j .J ~ /),p •.• .-, q~-ff(:o•~~•;:~ R. J. Besternan ~ ~ Assistant Secretary ~~SEAL .,~t" Xt::;:::;;,i NOTE: IF YOU HAVE ANY QUESTIONS REGARDING THE VALIDITY OR WORDING OF THIS POWER OF ATTORNEY, CALL TOLL FREE (800) 826-1661. (IN WISCONSIN, CALL (800) 472-0041) 815-4222-1 06-94 Notarial Acknowledgement-Attorne>y in Fact ST ATE OF __ M_I_C_H_I_G_AN ____ _ County of __ O_AK __ L_A_N_D ____ _ } S.S. 81 5 421 6 9-79 O·i tr,1s ___ j_9'_.L_0_~_ dc,v of _A_p_G_U_S_T_. _, 19 95 tiefore m,, _.;:AR=-=T-=H:.:U""R~~C~HAR==L~E::::S:::__.::HAr='1M-=,__-----:-----. a N?tc1ry Public in and for '.,aid OAKLAND County, State aforesaid, res1d1;1y then,in, duly commissioned and sworn, personally appeared DEBRA WATTERSON known to me to be the person wliuse name is subscribed to the within instrument as the attorney 1n fact of EMPLOYERS INSURANCE OF WAUSAU A Mutual Cornpal'\y and acknowledged to me that he subscribed.the narn,, of EMPLOYERS l~JSURANCE OF WAUSAU A Mutual Company thereto as surety, and his own as attorney "' iact IN WITNESS WHEREOF, I have hereunto set my hand and aff1wd my off1c1al S<!ill, a, my office in the said p,1Tnty of -~O=AK=L=AN~D~------------- and year in this cert1f1/3'ri1e .,flt. S!,2°ove wri~Je~ !. / ! ' /:~VJ ( _14:1~ Notary Public in and for the county of ___ O_AK __ L_A_N_D ____________ _ State of ____ M_I_C_H_I_G_AN _____ _ Mv n>mrrnss1on expires c,, ,,, . /f -, (_I - DESIGNATION OF SUBCONTRACTORS (To Accompany Proposal) 21 The Contractor certifies he/she has used the sub-bids of the following listed Contractors in making up his/her bid and that the sub-contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with applicable provisions of the specifications and Section 4100 et seq. of the Public Contracts Code -"Subletting and Subcontracting Fair Practices Act.• No changes may be made in these subcontractors except upon the prior approval of the City Engineer of the City of Carlsbad. The following information is required for each sub-contractor. Additional pages can be attached if required: This project does_ does not_ have bid items designated as "Specialty Items.• Items of Work t!-L /~, 31130 l "2-/, 3~~ 3Lf,3S 32/ \\I ~ Full Company Name . SQrf\( }~QAQU tJG \ z 2 ' ~'b~ec,o 1 Se, J.hefl\\(j)~cd)'"l = I ·, r, fJ(CQB.2M-(Jf(d) -(fu,~m:>s .Ch 9zo:f/ ---- J.-v~ C~od,~;t,.ic 2\9'rrts\G.1Je\ u~c([c9m2-¼40 S~t\l L1 .S:2D\9 tlo\S:w\\&szKb.Db.. ~ ~}}aQ,cos,Cb..92{td] '2Sro2 B:utkRM;?':> (le \W[6-2LaOO /J.Ji>\ .Je..; ~ q l9o J 2\,22&, ~CoS¢aw~~~-r20 ~-~o.rl~ Qoru½12.qzal( -----' U\.~~-\~i ¼YR\O -- Go~~2ii\~e.. 2CD---=\Q SttueG+@. ~'A)::=rz=t--\26+ --J,W:::-21:inC\ ~.Q' :::{•~ I CQ;. 92D'8() 5/1/95 AMOUNT OF SUBCONTRACTORS' BIDS (To Accompany Proposal) 22 The bidder is to provide the following information on the subbids of all the listed subcontractors ,... as part of the sealed bid submission. Additional pages can be attached, if required. '"' Full Company Name ~~,ti. (',o~f'et~ ~(1J,v oo1;i:C1 -=wC;,-.) ~ ~ .. \ \2 4 (., ~ \\.~SlQS I<B~N7J¾9 ~orJ 1?eu \ caSft-Xlm~s ()6UQIT~~w9\e.. Type of State Contracting License & No. Carlsbad Business License No.* 4,202 :.g_-CA-___ _ 222=+$2.CA ___ _ (o~2CfB-CA ---- <12-52(5 ,(.Jr----- 6a(\C'Q3 C-1\-___ _ ZJ:z¼:33:-._e_/:\ ---- LSl.9+~~-CA ------ Amount of Bid ($or%) /qo/o s.co .o 1{30-00 B 1'\so~0 0 3 C.).6-l-~ 12.., l_\(£'. Ou • Licenses are renewable annually. If no valid license, indicate "NONE." Valid license must be obtained prior to submission of signed Contracts. 5/1/95 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY (To Accompany Proposal) Bidder submits herewith a statement of financial responsibility. 23 5/1/95 BASILE CONSTRUCTION, INC. FINANCIAL STATEMENTS WITH ACCOUNTANTS' COMPILATION REPORT FOR THE YEAR ENDED DECEMBER 31, 1994 C O N T E N T S ACCOUNTANTS' COMPILATION REPORT FINANCIAL STATEMENTS: Balance Sheet Statement of Income and Retained Earnings Statement of Cash Flows Notes to Financial Statements SUPPLEMENTAL SCHEDULES: Schedule 1 -Contract Activity Schedule 2 -Cost of Construction Schedule 3 -Operating Expenses Schedule 4 -Contracts Receivable Schedule 5 -Accounts Payable Page 1 2 4 5 6 11 12 13 14 15 CERTIFIED PUBLIC ACCOUNTANTS A PROFESSIONAL CORPORATION 9605 SCRANTON ROAD, SUITE 400, SAN DIEGO, CALIFORNIA 92121 TELEPHONE (61 9) 455-0802 FACSIMILE (61 9) 455-0898 INDEPENDENT ACCOUNTANTS' COMPILATION REPORT To the Board of Directors Basile Construction, Inc. San Diego, California We have compiled the accompanying balance sheet of Basile Construction, Inc. as of December 31, 1994, and the related statements of income and retained earnings and cash flows for the year then ended, and the accompanying supplementary information contained in Schedules 1 through 5, which are presented only for supplementary analysis purposes, in accordance with Statements on Standards for Accounting and Review Services issued by the American institute of Certified Public Accountants. A compilation is limited to presenting in the form of financial statements information that is the representation of the owner. We have not audited or reviewed the accompanying financial statements- and, accordingly, do not express an opinion or any other form of assurance on them. July 19, 1995 BASILE CONSTRUCTION, INC. BALANCE SHEET DECEMBER 31, 1994 ASSETS CURRENT ASSETS Cash Contract receivables Costs and estimated earnings in excess of billings on contracts in progress --Note B Prepaid income taxes PROPERTY AND EQUIPMENT Trucks and trailers Machinery and equipment TOTAL CURRENT ASSETS Office furniture and equipment Accumulated depreciation NET PROPERTY AND EQUIPMENT OTHER ASSETS $ 7,793 88,864 34,986 2 792 134,435 85,322 96,376 12,923 194,621 (67,553) 127,068 Deposits 12,000 $ 273,503 2 LIABILITIES AND STOCKHOLDERS' EQUITY CURRENT LIABILITIES Accounts payable Payroll taxes payable Deferred income taxes Current portion long-term debt --Note E TOTAL CURRENT LIABILITIES LONG-TERM LIABILITIES Notes payable, net of current portion Note E Note payable to related party --Note D TOTAL LONG-TERM LIABILITIES TOTAL LIABILITIES COMMITMENTS AND CONTINGENCIES --Note F STOCKHOLDERS' EQUITY Common stock -No par value; 1,000,000 shares authorized; 1,000 shares issued and outstanding Additional paid-in capital Retained earnings $ 31,447 17,804 27,704 23,461 100,416 22,086 50 000 72 086 172,502 10,000 21,229 69 772 101,001 $ 273,503 See Accompanying Notes and Accountants' Compilation Report. 3 BASILE CONSTRUCTION, INC. STATEMENT OF INCOME AND RETAINED EARNINGS YEAR ENDED DECEMBER 31, 1994 CONSTRUCTION REVENUES COST OF CONSTRUCTION OPERATING EXPENSES OTHER INCOME (EXPENSE) Interest income Interest expense INCOME TAXES --Note H GROSS PROFIT PROFIT FROM OPERATIONS TOTAL OTHER EXPENSES INCOME BEFORE INCOME TAXES NET INCOME BEGINNING RETAINED EARNINGS ENDING RETAINED EARNINGS $1,001,679 658,073 343,606 265,667 77 939 1,784 (7,850) (6,066) 71,873 26,284 45,589 24,183 $ .69,772 See Accompanying Notes and Accountants' Compilation Report. 4 BASILE CONSTRUCTION, INC. STATEMENT OF CASH FLOWS YEAR ENDED DECEMBER 31, 1994 CASH FLOWS FROM OPERATING ACTIVITIES Net Income Noncash items included in net income: Depreciation Deferred tax provision Changes in Operating Assets and Liabilities: (Increase) Decrease in Operating Assets Contracts receivable Prepaid income taxes Costs and estimated earnings in excess of billings on contracts in progress Deposits Accounts payable Billings in excess of costs and estimated earnings on contracts in progress Accrued expenses TOTAL ADJUSTMENTS NET CASH PROVIDED BY OPERATING ACTIVITIES CASH FLOWS FROM INVESTING ACTIVITIES Deposit on equipment Purchase of assets Disposition of assets NET CASH USED BY INVESTING ACTIVITIES CASH FLOWS FROM FINANCING ACTIVITIES Long-term borrowings Payments on long-term borrowings Cash advances received Payments on cash advances Collection of advance to stockholders NET CASH PROVIDED BY FINANCING ACTIVITIES NET DECREASE IN CASH CASH, BEGINNING OF YEAR CASH, END OF YEAR $ 45,589 26,421 21,376 (22,700) (5,489) (27,015) 2,699 (10,143) (9,112) 8,115 (15,848) 29,741 (10,000) (71,056) 3 972 (77,084) 40,000 (18,174) 54,900 (54,900) 12,433 34,259 (13,084) 20 877 $ 7,793 See Accompanying Notes and Accountants' Compilation Report. 5 BASILE CONSTRUCTION, INC. NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 1994 NOTE A --SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES Organization: Basile Construction, Inc. ( the Company) is a California Corporation formed January 1993. Previously the Company operated as Basile Construction Company, a sole proprietorship. Substantially all of the assets and liabilities were transferred into the corporation. The Company is a general contractor for commercial and public works. Method of Income Recognition: The percentage-of completion method of accounting for construction contracts is used in the financial statements. Under this method, income is recognized as the work on the contract progresses. Generally, such income represents the percentage of estimated total income that costs incurred to date bear to estimated total costs. When current estimates of total contract costs indicate a loss on a contract, provision is made in the financial statements for the entire estimated amount of the loss. Since profits or losses under this method are determined while the contracts are in progress and, the ref ore, before all items of revenues, costs, and expenses have been finalized, the profit or loss reported for a particular period may include adjustments resulting from revised contract prices and cost estimates. Amounts earned on specific projects in excess of billings are treated as a current asset and billings in excess of earnings are treated as a current liability. Contracts Receivable: Contracts receivable have been adjusted for all known uncollectible accounts. An allowance for doubtful accounts has not been established as the amount is considered immaterial. Property and Equipment: Property and equipment is carried at cost and is depreciated using accelerated and straight-line methods over the estimated useful lives of the individual assets, generally five to seven years. Income Taxes: The Company calculates its provision for income taxes using FASB 109. Deferred taxes result primarily from differences in revenue recognition for income tax purposes (cash basis) . See Accompanying Accountants' Compilation Report. 6 BASILE CONSTRUCTION, INC. NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 1994 NOTE A --SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES --Continued Cash and Cash Equivalents: For the purposes of the balance sheet and statement of cash flows, cash and cash equivalents include cash in bank, checking and savings accounts and investments with maturities of three months or less. NOTE B --CONTRACTS IN PROGRESS Costs incurred on contracts in progress Estimated earnings Total costs and estimated earnings Less billings to date Total costs and estimated earnings Included in the accompanying balance sheet under the following headings: Costs and estimated earnings in excess of billings on contracts in progress Billings in excess of costs and estimated earnings on contracts in progress NOTE C --LINE OF CREDIT $ $ $ $ 136,904 137,855 274,759 239,773 34,986 34,986 34,986 On April 20, 1995 the Company obtained a $12,000 revolving line of credit. The line of credit provides for minimum advances of $1,000, interest at 6.99% per annum with certain conditions through December 31, 1995, and is guaranteed by the Company's shareholders. Balances are due on demand, or if no demand is made, interest only is due on a monthly basis. See Accompanying Accountants' Compilation Report. 7 BASILE CONSTRUCTION, INC. NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 1994 NOTED --NOTE PAYABLE TO RELATED PARTY The note payable is due to a stockholder's father and bears interest at 7%. The note is subordinated to the Company's bonding company. Interest expensed during 1994 was $3,500. NOTE E --LONG TERM DEBT Long-term debt at December 31, 1994 consisted of the following: Note payable to Associates Commercial Corp., due in monthly payments of $474 including interest, through August 1995, collateralized by a piece of equipment with a net book value of $9,352. Note payable to related party, due in quarterly installments of $1,854, through February 1996, collateralized by a piece of equipment with a net book value of $16,762. Note payable to related party, due in quarter installments of $3,705, through February 1996, collateralized by a piece of equipment with a net book value of $33,471. Less Current Portion $ $ 3,644 8,529 33 374 45,547 (23 I 461) 22,086 Maturities on notes payable are as follows for the years ended December, 31, : 1995 1996 1997 Thereafter $ $ See Accompanying Accountants' Compilation Report. 8 23,461 15,244 6,842 45,547 BASILE CONSTRUCTION, INC. NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 1994 NOTE F --OPERATING LEASES The Company leased office space in San Diego for $1,475 per month under a lease which expired January 1995. In addition, the Company leases three vehicles under noncancelable leases for $396, $440 and $469 expiring September 1994 through September 1996. Future minimum lease payments at December 31, 1994 are as follows: 1995 1996 Thereafter $ $ 15,653 9,584 25,237 Office rent was $17,888 and vehicle lease payments were $18,273 for the year ended December 31, 1994. NOTE G --SUPPLEMENTAL CASH FLOW INFORMATION For the year ended December 31, 1994, the Company paid $14,850 of interest and no income taxes. NOTE H --INCOME TAXES The provision for income taxes was as follows: Current Tax Expense Federal State Total Current Deferred Tax Expense (Benefit) Federal State Total Provision (Benefit) $ $ See Accompanying Accountants' Compilation Report. 9 2,812 2 096 4 908 13,042 8 334 21,376 26,284 BASILE CONSTRUCTION, INC. NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 1994 NOTE H --INCOME TAXES --Continued The tax benefit results primarily from income being taxed on the tax return at rates lower than those provided in computing deferred taxes. Deferred tax liabilities are as follows: Federal State $ $ 8,210 19,494 27,704 Deferred taxes result from using the cash basis of reporting for income tax purposes. NOTE I --LINE OF CREDIT On April 20, 1995, the Company obtained a $12,000 revolving line of credit. The line of credit provides for minimum advances of $1,000, interest at 6.99% per annum with certain conditions through December 31, 19 95, and is guaranteed by the Company's shareholders. Balances are due on demand, or if no demand is made, interest only is due on a monthly basis. See Accompanying Accountants' Compilation Report. 10 BASILE CONSTRUCTION, INC. SCHEDULE 1 -CONTRACT ACTIVITY YEAR ENDED DECEMBER 31, 1994 Job Contract 1-lu. Cus.tomer Ammi.nt Ccctract in Er:ogcesa 49 Storm Drains/:-iavy $254,141 50 Valley Ave. Storm Drain 74,658 51 Repair SD Drydock/!-lavy 94,800 52 Drainage Erosion/ Bayview 54,448 53 Vera Sl Improvements 70,793 56 Julian Water Pollu tin Fae. 11,750 57 Sediment Basis/ Port District 11,755 58 Parking Lot Imp/UCSD 504,700 61 Picador Blvd. Undercrossing 24,498 62 RR PCC Driveway /County 1,834 63 Qualcomm/ AO Reed 3,455 $1,106,832 Completed Contracts 22 Sherman Heights/ Baldan S31,366 23 Bay ViewHills/Baldan 19,954 2-! City of Poway 133,752 33 Balboa Park/ Balda., 6,301 38 Rohr 186,659 42 Greenfield Dr/County 10,681 43 Miramar College/Casady 960 44 SD Fish &. Game 24,362 45 Concrete Channel/ Cal trans 49,619 46 Shearer Crossing/County 95,176 47 St Juniper St/Escondido 79,415 48 University Ave/la Mesa 239,829 54 Eclipse Catch Basin/UDC 1,310 55 Replace 6" Curb/ Artukovich 2,637 60 Driveway /la Mesa 5,478 Jobs under $1200 3,727 891,226 Sl,998,058 Contract to Date Costs&. Billings In Prior Year Estimated Gross Earnings In Excess of Gross Estimated Gross Gross Profit Percent Excess of Costs&. Profit CllliS. I:mfu .1.:ft:c. llilkd m= Cosl.s.. Earned Comp Billings F.amings ReY= ~ Earned 128,321 125,820 5Cl"o 239,773 254,141 128,321 125,820 100% 14,368 63,459 11,199 15% 2,301 1,956 345 3% 2,301 80,580 1-1.220 1% 1,656 1,408 248 2% 1,656 49,003 5,445 lOCo 0% 60,327 10,4-56 !Ye 11,392 926 10,466 100% 11,392 9,988 1,762 l:r, 889 756 133 8% 889 9,404 2,351 20';, 0% 428,995 75,705 15';, 3,555 3,022 533 1% 3,555 19,598 4,90J 2cr, 0% J,467 '367 20'. 0% 2,764 691 20'. 644 515 129 19% 644 ------853,905 252,926 239,773 274,578 136,904 137,674 34,805 ------ 19,307 12.059 38:, 31,366 31,366 19,307 12.059 100% 18,770 10,761 8,009 12.500 7,454 37% 19,95-1 19,954 12.500 7,454 100% 8,395 7,640 755 91,045 42.707 32'Sc 133,752 133,752 91,045 42.707 100% 132,447 90,047 42.400 1,913 4,388 i~ 6,301 6,301 1,913 4,388 100% 2,Qf;/ 1,722 '365 146.018 40,641 2.2% 186,659 186,659 146,018 40,641 100% 2,426 2,225 201 3,288 7,393 6% 10,681 10,681 3,288 7,393 100% 661 299 31% 960 960 661 299 100% 13,921 10,4-H 43% 24,362 24,362 13,921 10,441 100% 28,135 21,48-1 43';1 49,619 49,619 28,135 21,484 100% 67,942 27,234 2?% 95,176 95,176 67,942 27,2."4 100% 51,462 27,953 3...=i% 79,415 79,415 51,462 27,953 100% 186,685 53,144 22% 239,829 239,829 186,685 53,144 100% 375 935 71% 1,310 1,310 375 935 100% 756 1,881 71% 2.637 2,637 756 1,881 100% 1,876 3,602 66% 5,478 5,478 1,876 3,602 100% 7,6i!/J (3,953) -106% 3,727 3,727 7,6i!/J (3,953) 100% 633,564 257,662 891,226 891,226 633,564 257,662 164,125 112,395 51,730 ------ 1,487,470 510,588 1,130,999 · 1,165,804 770,468 395,336 34,805 164,125 112,395 51,730 -~~ See Accompanying Accountants' Compilation Report. 11 This Year Gross Profit R=:nue Cosls_ Earned 254,141 128,321 · 125,820 2,301 1,956 345 1,656 1,408 248 11,392 926 10,466 889 756 133 3,555 3,022 533 644 515 129 274,578 136,904 137,674 12,596 8,546 4,050 11,559 4,860 6,699 1,305 998 307 4,214 191 4,023 184,233 143,793 40,440 10,681 3,288 7,393 960 661 299 24,362 13,921 10,441 49,619 28,135 21,484 95,176 67,942 27,234 79,415 51,462 27,953 239,829 186,685 53,144 1,310 375 935 2,637 756 1,881 5,478 1,876 3,602 3,727 7,6i!/J (3,953) 727,101 521,169 205,932 1,001,679 658,073 343,606 ~...,_,._ BASILE CONSTRUCTION, INC. SCHEDULE 2 -COST OF CONSTRUCTION YEAR ENDED DECEMBER 31, 1994 COST OF CONSTRUCTION Subcontractors Materials Labor Bonding Premiums Dump Fees Payroll Taxes Workers Compensation Equipment Rental and Costs Other Job Costs $ 237,643 142,174 177,444 9,822 4,112 16,321 9,368 56,966 4,223 TOTAL COST OF CONSTRUCTION $ 658,073 See Accompanying Accountants' Compilation Report. 12 BASILE CONSTRUCTION, INC. SCHEDULE 3 -OPERATING EXPENSES YEAR ENDED DECEMBER 31, 1994 OPERATING EXPENSES Wages -Administrative and Planning Field Wages Payroll Taxes Office Rent Storage Rental Telephone Utilities Depreciation Casualty and Liability Insurance Health, Life and Disability Insurance Postage Office Expense Security and Alarm Stationary and Printing Office Supplies Real Estate Taxes Machinery Fuel Auto Expense Repairs and Maintenance Fuel Taxes Vehicle Lease Payments Shop Material and Supplies Shop and Job Small Tools Travel Meals and Entertainment Legal and Accounting Licenses and Fees Plans and Specs Miscellaneous Advertising Equipment Overhead Allocated $ 117,455 8,630 12,172 17,888 660 7,002 1,454 26,421 24,651 9,879 768 624 405 1,634 4,357 1,061 10,587 9,592 8,684 56 18,273 4,221 4,690 436 2,085 3,935 4,987 981 8,765 1,262 (47 I 948) TOTAL OPERATING EXPENSES $ 265,667 See Accompanying Accountants' Compilation Report. 13 BASILE CONSTRUCTION, INC. SCHEDULE 4 -CONTRACTS RECEIVABLE DECEMBER 31, 1994 Description Current City of Escondido $ 406 City of La Mesa 45,059 D.M. Erickson Construction Jack M. Curiel Peter Artukovich Construction 2,637 Department of the Navy 20,979 San Diego Gas and Electric 5,474 Pinciotti Equipment Rental Other 11 $ 74,566 +30 Days +60Days +90 Days $ $ $ 622 480 15 $ 1,117 $ $ See Accompanying Accountants' Compilation Report. 14 Retention Total $ $ 406 11,991 57,050 1,190 1,190 622 2,637 20,979 5,474 480 26 $13,181 $ 88,864 BASILE CONSTRUCTION, INC. SCHEDULE 5 -ACCOUNTS PAYABLE DECEMBER 31, 1994 Descri~tion Current Airtouch Cellular $ 378 Asphalt Inc. 306 Caltrust FBO CSA Pension 941 Cement Cutting 2,556 Citibank 1,985 Construction Testing & Eng, Inc. 1,500 East County Materials Co. 2,563 Empire Pipe Cleaning & Equip. 1,000 Hafer Steel Company 473 Handy Metal Mart Supply Center 1,025 Hester's Granite Company 250 Marcon Products 558 Peter Basile 5,559 Safety Specialties 250 Shell Oil Co. 418 SKS, Inc. 260 South Coast Materials 1,201 State Compensation Ins Fund 1,242 Superior Ready Mix Concrete 1,005 us Rentals 298 Venders < $250 1,565 Wausau Insurance 3,022 White Cap Industries 282 $ 28£637 +30 Days +60Days +90 Days $ $ $ $ 0 $ 0 $ 0 See Accompanying Accdmta'hts' Compilation Report. 15 Retention Total $ $ 37 8 306 941 777 3,333 1,985 1,500 2,563 2,033 3,033 473 1,025 250 558 5,559 250 418 260 1,201 1,242 1,005 298 1,565 3,022 282 $ 2£810 $ 31£447 BIDDER'S STATEMENt OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany ProposaQ 24 The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. Date Name and Phone Amount Contract Name and Address No. of Person Type of of Completed of the Employer to Contract Work Contract ,.Srz~ A C4:C~ 5/1/95 B work References: San Diego Fish & Game Assoc. Contact: Bob Fusco Phone #: (619) 442-9971 City of Carlsbad Contact: Mark Brawthen Tony Arcola Dick Cook Phone #: (619) 438-1161 City of Chula Vista Contact: Dennis Davies Phone #: (619) 691-5021 County of Project: Contact: Phone#: San Diego H Street Irnprovments Gus Rios (619) 694-3165 City of La Mesa Project: Violet st. Improvements Contact: George Kermott Phone #: ( 619) 463-6611 Baldan Construction Company City of San Diego Project: San Ysirdo Rec. Center Contact: John Pollack Phone #: (619) 453-1770 City of Carlsbad Project: Laguna Dr. St. Improve. Contact: Joe Frederico Tim Fennessy Phone #: (619) 438-1161 x4423 Department of the Navy Project: R/R Storm Drains@ Naval Subase Contact: Torn Gray Phone #: ( 619) 524-4544 Caltrans Project: Contact: Phone#: Concrete Channel Repair Harwell Ontoy (619) 688-6824 Basile Construction, Inc. 7840 Dunbrook Road, San Diego, CA 92126-4369 work Performed: 48" Storm Drain Excavate Footings Misc. Excavation Removal AC & Concrete AC & Concrete Paving Misc. Excavation AC & Concrete Storm Drain Misc. Excavation AC & Concrete Storm Drain Misc. Excavation AC & Concrete Retaining Wall Misc. Water Main Wall & Roof Drains Blowoff Assembly Storm Drain Excavation & Grading Excavation AC & Concrete Misc. Excavation Storm Drain Misc. Concrete Slope Phone: (619) 586-7800 $ Amount -$37,000 -$6,640 -$8,800 -$22,000 -$26,000 -$93,000 -$31,000 -8,000 -16,000 -5,000 -7,000 -8,500 -34,500 -17,900 -4,600 -25,700 -79,300 -6,400 -6,500 -18,500 -6,300 -2,400 -2,000 -4,200 -23,500 -103,300 -43,700 -50,000 -130,000 -60,000 -50,000 FAX: (619) 586-7809 A -Lie. # 669248 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 State of California County of SA.~ o,~o ) ) ss. ) 25 ... D_il<u..1_'_t--..\_."""A_. ----=6..._,/Je:;;,--=-'-l"""~-=---' being first duly sworn, deposes (Name of Bidder) and says that he or she is;__Cr_' _o➔/_s"'--~-· ___..;.._e_:-r--_A_e' __ '{,...__ ____________ _ (Title) of __ "B...;;;;1 '-'-'1>6-=-.:..a\Lli:C='--"-'~-c="-~=s=-:c .... fc..""'--u_c_:tl;...._o_N--'--,_f_l--.l_c_. _______________ _ (Name of Firm) the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under ~tty of perjury that the foregoing is true and correct and that this affidavit was executed on the ·~ day of Q \ 1'cf \srl:: , 1 ~ Subscribed and sworn to before me on the l Lf f-h day of /-+ U£jU s-f-, 1e-=f2. , /-'ACL rvL l ' ., Sigtufe'of Notary (NOTARY SEAL) a UMM. ..... .... COIM# ... Nala,yN:llc:-Calfelllla SAN DIEGO COUN1V My Comm. Expires JUL 9, "" 5/1/95 26 CONTRACT-PUBLIC WORKS This agreement is made this //~ day of ~ , 19?S-, by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and BASILE CONSTRUCTION INC whose principal place of business is 7840 DUNBROOK ROAD, SAN DIEGO, CA 92126-4369 (hereinafter called "Contractor".) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: (hereinafter called "project") LA COSTA DOWNS CONTRACT NO. 3417 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Bidder's Statements of Financial Responsibility and Technical Ability, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the Special Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per Section 9-3 of the Standard Specifications for Public Works Construction (SSPWC) 1994 Edition, and the latest supplement, hereinafter designated •ssPwc•, as issued by the Southam California Chapter of the American Public Works Association, and as amended by the Special Provisions section of this contract. The closure date for each monthly invoice will be the 30th of each month. Invoices from the Contractor shall be submitted according to the required City format to the City's assigned project manager no later than the 5th day of each month. Payments will be delayed if invoices are received after the 5th of each month. The final retention amount 5/1/95 27 ;' shall not be released until the expiration of thirty-five (35) days following the recording of the Notice of Completion pursuant to California Civil Code Section 3184. Public Contract Code section 20104.50 requires a summary of its contents to be set forth in the terms of the contract. Below is such a summary. However, contractor should refer to Public Contract Code section 20104.50 for a complete statement of the law. The city shall make progress payments within 30 days after receipt of an undisputed and properly submitted payment request from a contractor on a construction contract. If payment is not made within 30 days after receipt of an undisputed and properly submitted payment request, then the city shall pay interest to the contractor equivalent to the legal rate set forth in subdivision (a) of section 685.010 of the Code of Civil Procedure. Upon receipt of a payment request, the city shall, as soon as practicable after receipt, determine whether the payment request is a proper payment request. If the city determines that the payment request is not proper, then the request shall be returned to the contractor as soon as practicable but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the payment request was not proper. If the city fails to return the denied request within the seven (7) day time limit, then the number of days available to the city to make payment without incurring interest shall be reduced by the number of days by which the city exceeds the seven (7) day return requirement. •Progress payment■ includes all payments due contractors except that portion of the final payment designated by the contract as •retention earnings•. A completed and executed release form in the form described in this contract (hereinafter •Release Form•) shall be submitted prior to approval of each progress payment. The contractor shall list all disputed claims or potentially disputed claims which arise during the pay period. The purpose of the Release Form is to bring timely attention to areas of dispute or potential dispute between the contractor and the City for the pay period. Failure of the contractor to submit a completed and executed Release Form shall constitute the contractor's acknowledgement that no disputes of any type have arisen that pay period or remain from previous pay periods and the contractor waives all future rights in making claims for disputes arising in those pay periods. All previous and new disputed claims or potentially disputed claims shall be listed on the Release Form until such time as the disputed claims are resolved. The contractor shall not modify the Release Form in any way. 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 5/1/95 * 28 6. Contractor Responsible for Unforeseen Conditions. Contractor shall be responsible for all loss or damage arising out of the nature of the work or from the action of the elements or from any unforeseen difficulties which may arise or be encountered in the prosecution of the work until its acceptance by the City. Contractor shall also be responsible for expenses incurred in the suspension or discontinuance of the work. However, Contractor shall not be responsible for reasonable delays in the completion of the work caused by acts of God, stormy weather, extra work, or matters which the specifications expressly stipulate will be borne by City. 7. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Material that Contractor believes may be material that is hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class Ill disposal site in accordance with provisions of existing law. B. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 8. Change Orders. City may, without affecting the validity of the Contract, order changes, modifications and extra work by issua~e of written change orders. Contractor shall make no change in the work without the issuance of a written change order, and Contractor shall not be entitled to compensation for any extra work performed unless the City has issued a written change order designating in advance the amount of additional compensation to be paid for the work. If a change order deletes any work, the Contract price shall be reduced by a fair and reasonable amount. If the parties are unable to agree on the amount of reduction, the work shall nevertheless proceed and the amount shall be determined by litigation. The only person authorized to order changes or extra work is the Project Manager. The written change order must be executed by the City Manager or the City Council pursuant to Carlsbad Municipal Code Section 3.28.172. 5/1/95 ... 29 9. Immigration Reform and Control Act .. Contractor certifies he is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC Sections 1101-1525) and has complied and will comply with these requirements, Including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 10. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, Section 1 n3 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, Section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. 11. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contractor or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; except for loss or damage which · was caused solely by the active negligence of the City; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, unless the loss or damage was caused solely by the active negligence of the City. The expenses of defense include all costs and expenses including attorneys fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 12. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in Resolution No. 91-403. (A) COVERAGES AND LIMITS -Contractor shall maintain the types of coverages and minimum limits indicted herein: 1. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. 5/1/95 30 2. Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto• and cannot be limited in any manner. 3. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) ADDITIONAL PROVISIONS -Contractor shall erisure that the policies of insurance required under this agreement contain, or are endorsed to contain, the following provisions. General Liability and Automobile Liability Coverages: 1. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. 2. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. 3. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. 4. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) "CLAIMS MADE• POLICIES -If the insurance is provided on a •claims made• basis, coverage shall be maintained for a period of three years following the date of completion of the work. (D) NOTICE OF CANCELLATION -Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after thirty (30) days' prior written notice has been given to the City by certified mail, return receipt requested. 5/1/95 "'' 31 (E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVELS -Any deductibles or self-insured retention levels must be declared to and approved by the City.· At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self- insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (F) WAIVER OF SUBROGATION -All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (G) SUBCONTRACTORS -Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (H) ACCEPTABILITY OF INSURERS -Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V, and are authorized to transact the business of insurance by the Insurance Commissioner under the standards specified in by the City Council in Resolution No. 91-403. (I) VERIFICATION OF COVERAGE -Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before work commences. (J) COST OF INSURANCE -The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 13. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in the Special Provisions I section. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. 5/1/95 , .... 32 (C) Contractor acknowledges that California Government Code sections 12650 ~-, the False Claims Act, provides for civil penalties where a person knowlingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or false of the information. (D) If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference~ I HAVE READ AND UNDERSTAND ALL PROVISIONS OF SECTION 13 ABOVE. INITIAL 14. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with Sections 1TT6 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 15. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with Section 1720 of the Labor Code are incorporated herein by reference. 16. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 17. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 5/1/95 .... 33 18. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions• or "Special Provisions• attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) APPROVED TO AS TO FORM: RONALD R. BALL City Attorney By: 0. RIC~:l/li.-P/ Assistant ity Attorney oer~t-v BASILE CONSTRUCTION, INC. Contractor Dawn A. Basile Print Name of Signatory ~a-~ Signature of Signatory Peter A. Basile Print Name of Signatory ") Q. '---~ CL, D o"hc ) Signature of Signatory CFO,Secretary Title 5/1/95 CALIFORNIA ALL-PURPO~ ACKNOWLEDGMENT State of California County of s an Diego On September 5, 1995 Date personally appeared Peter A. Basile and Dawn A. Bas i J e Name(s) of Signer(s) CXpersonally known to me-OR -□ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. OPTIONAL------------ Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: ____________________________ _ Document Date: ____________________ Number of Pages: ____ _ Signer(s) Other Than Named Above: ______________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: ____________ _ □ Individual □ Corporate Officer Title(s): ___________ _ □ Partner -□ Limited □ General □ Attorney-in-Fact □ Trustee □ Guardian or Conservator RIGHT THUMBPRINT OF SIGNER □ Other: --------Top of thumb here Signer Is Representing: Signer's Name: ____________ _ □ Individual □ Corporate Officer Title(s): ____________ _ □ Partner -□ Limited □ General □ Attorney-in-Fact □ Trustee □ Guardian or Conservator RIGHT THUMBPRINT OF SIGNER D Other: ________ Top of thumb here Signer Is Representing: © 1994 National Notary Association• 8236 Remmet Ave., P.O. Box 7184 • Canoga Park. CA 91309-7184 Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827 BOND #1750 23 067159 LASOR ANO MATliRIALS 80N0 WMEREAS, the City CouMlt of the City of Celiabad. Stale of Caltfomla, by R1101ution No. g§-21&8 , adopted SEPTEMBER s, 1995 , has awarded to _B __ A..,.S __ l_\;E: __ C_.O_N"""'S_T""!!!R .... u_c_t_,o....,N_I N"!!!'C __ ...,..... ___________ (he,.1Nft9r designated u the "Prtnclpar), • Contract for. LA COITA 00WNS CONTRACT NO. 3417 in the City of Carlsbad, In ltrict conformity with the drawings and spaclflcatlcns, and Olw Comrut Doournante now on flle In the Office of the City Clerk of the City of Carlsbad anc:t alt of which ana lneorporatcad herlln by thla ,_,.,_, WHEABAS, Prn;lp&I hu uac:utld or II about to uacuta uid COntraet and thA terma theMof require the furniehlng of • bona, providing th.a If Principal or any of their subcomractora ll'laJI fail to pay for an, ffllllariaJI, prowuane, provender or other suppllea or teams used In, upon or . About the pam,rmanoa of the work agnNd to bit dona, or for any work or labor done thereon gf any kind, thl SurMY on thil bend WIii pay IM Uffll to th• Axtant heralnaft•r Mt forth. NOW.THEREFORE,WE. BASILE CONSTRUCTION INC ,u Principal, ~dNigNUGUthe'Contrutof), and EMPLOYERS INSURANCE OF WAUSAU A Mutual Company u Suraty, ana Mid firmly bound unto the City of Caritbld In the eum of TWO HUNDRED FIFTY ONE THOUSAND NINE HUNDRED Sl:VENTY SEVEN AND 31 /00---------------0oa.,; ($ 251,977.31 ), aid aum being fifty pel'Qlnt (~) of Iha acimatld amcurw payabla by the City of Carllbld under the tennt of the ContraGti for which payment weN and truly to· ba ma.de• bind auf'MN81, our hen, exaoutort Ind admlnlattatora, eucceaaora, or uslgn11 jointly and saWHally, firmly by tt'IMe praNnt1. THE CONDITION OF THIS OBUGA TION IS SUCH that If the per10n or his/her subconrracu,rs fail to pay for any rnateriall, provtelona, provender, 1Uppliea, or teama uNd In, upon, for, or about the performance of the work eontracted to be dona, or for any other work or labor thereon ot any kind, or for amounta due under tha Unamployment lnaurance Code with raapaot to auoh wcric: or labor, or for any amountl raquJl'ld to be daductlld, wllhnald, and paJd over to the Employment Oevatopment Oepe,tment from the wag• of employee• of the comrac1or Ind aubcontnlators purauant to Sec:don 130&0 of the Unemployment ln8UranGe Code with raapec:t to such wortc and labor that the Surwty wlU pay for the same, not to eXCNd th• sum apeoifted in the bOnd, and, also, In cue -.ill ii brought upon the bond, coltl and reuonable ..,, .. and feu, lncludlng rauonabJa ancrnay'1 , .... to bA fixed by the court, u required by the proviaiona of Section 3248 of the Callfomla CMI Code. Thi• bond 1haU lnura to the benefit of MY and all pe,aona, companiN and corporation, entitlild to fila claima under TJtle 15 of Pllt • of Olvlalon 3 of the Civil Code (eommencing with Seoti>n 3082). 5/1/95 31 Surety stipulatN and &gtNI that no chan;,, e>daneion of time, alteration or addition to the tarma of the Contract, or to thl v.·ortc to be parfcl'l'IWd ttwraunder or the 1pedflodona accompanying the ume shall affeot lta obllgationa on thle bond, and It does h919by waive nadcl 0t any change, utanaiOn of time, alraratlOns or addition to the terms of the oontraot or to the work or to the 1paalr10Gtlon1. In the ewnt that Contrador I• Ill individual, It Is agl'lld thll the dU!h of any IUCh Ccntractor shall not exonerato the Surety from lta obllgatlont under this bond. Executed by CONTRACTOR this dayof SEPTEMBER CONTRACTOR: BASILE CONSTRUCTION, INC. (name ar coriVICIOrJ 5TH , 1§95 . - B~~a-~ I n •• Dawn A. Basile (print name hii1) CFO/Secretary (pll President cdila ind orgarmw 01 ii;nara,y) Eucutad by SUA!TY this of SEPTEMBER SURETY: 5TH day ,19~. EMPLOYERS INSURANCE OF WAUSAU A Mutual Company (name of Surety) 2000 WESTWOOD DR WAUSAU WI 54401 (icidrw of Sur•ty) 1 715 845 5211 (tiliphon. numb• cf Surety) ey: {),1~ tt.J;rJtR}(Jc;r._/ (ilgMiilre ot &miy-i,,.FIGt) DEBRA WATTERSON (attach corporate resolution 1howlng currant powor of attorney) (Propar notarial acknowledge of exocutlon by CONTRACTOR and SURETY must be attached.) (Pr.aident or vk:•prasldent and eaoreta,y or ueistant aecmary must sign for corporations, If only one offiCar Sjgna, thll co,poratiOn l'T'IJst attach a ruclutlon cettJfled by tho eeornuy or asalatant MQ.....,., under corporate Mal empowering thlll officer to bind the corporallon.) APPAOVEC AS TO FOAM: RONALO R. BAU. City Attorney Sy: ~~-o81'i-DI 'DE.f"'-+-y &/1/95 CALIFORNIA ALL-PURP<be ACKNOWLEDGMENT State of California County of San Diego On Sept ember 5 , 19 9 5 before me, __ L_i_s_a_M_._w_i_· _l_l_i_a_m_s_,_N_o_t_a_r_y_P_u_b_l_i_· c, Date Name and Title of Officer (e.g., "Jane Doe, Notary Public") personally appeared __ P_e_t_e_r_A_._B_a_s_i_l_e_a_n_d_D_a_w_n_A __ • _B_a_s_i_· _l_e ________ _ Name(s) of Signer(s) ~ personally known to me -OR -□ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature of Notary Public OPTIONAL------------ Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: ___________________________ _ Document Date: ____________________ Number of Pages: ____ _ Signer(s) Other Than Named Above: ______________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: ____________ _ □ Individual □ Corporate Officer Title(s): ___________ _ □ Partner -□ Limited □ General □ Attorney-in-Fact □ Trustee □ Guardian or Conservator RIGHT THUMBPRINT OF SIGNER D Other: ________ Top of thumb here Signer Is Representing: Signer's Name: ____________ _ □ Individual □ Corporate Officer Title(s): ____________ _ □ Partner -□ Limited □ General □ Attorney-in-Fact □ Trustee □ Guardian or Conservator RIGHT THUMBPRINT OF SIGNER D Other: ________ Top of thumb here Signer Is Representing: © 1994 National Notary Association• 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309-7184 Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827 0ND #1750 23 067159 38 'Aln4FUL PEt,FOAMANCE/WAAFIANTY BOND WHEREAS, the City Council of the City of Cart.bad, State of California, by Ruolution No. 95-2118 , adopted SEPTEMBER s, 199S , hu awarded to BASILE CONSTRUCTION INC ' (hereinafter designated u the "Pr1nclpal"), a COntrac, for: LA COSTA 00WNS CONTRACT NO. 3417 in the City of Cariabad. In atnct conformity with thl contl'ICI, the drawings and 1pocificatlon1, and other Contraat Oocurnenta now on flle In the 0fflc:e of the City Clerk of the City of Cartsma, all of which .,. Incorporated herein by thle raference. WHEAf:AS, l'rtnclpaJ hu uecWld or is lbeut to axacute said Contract and th• terms theNOf require the fumiahlng of a bond for the faithful performance and warramy of said Contract; NOW,THEREFORE,WE, BASILE CONSTRUCTION INC ,uPrlncipal, (heralnafterdlll;naladUthlt"Contraclor-),And EMPLOYERS INSURANCE Of WAUSAU A Mutual Company , u $unity, 1111 held and firmly bound unto tna City of CAtltbed, .,..in-th ...... -.-u-m-of--:-::F:-:-:1 V:-:-,E=--:-H,,.,.U:-:-N::-::O~R=e=o THREE THOUSAND NINE HUND RE 0 FIFTY FOUR AND 61 / 00------------------------------------------------------------Oollatl (S 503. 95.IJ. 61 ), said 1Um being equal to one hundrod peroent (1 ~) of the estimated amount of the Contract, to bl paid to Cl!y or Its CAl'!ain attomey, its successor1 and assigns; for which payment, weU and truly to be made, we bind OUl"Nlvas, our heirs, aueutora and administrators, suaaassor1 or ualgna, jointly and severally, flrmly by theM presents. THE CONDITION OF THIS OBUGA TION IS SUCH that if the abcva bounden Contractor, their heirs, eucu1ors, administrators, succauora or UIJgns, snau In all things stand to and abide by, and well and truly keep and perform the cownanta. conditions, and agrae,,,.m1 in the Contract and any alteration tharaof made u therein provided on their part, to be kept and P8lforfflld at the timo and In the mannor thel'91n 1paclf'IGd, and In all raapect• ac:c=ordin; to their true intent and maanJng, and 1hall lndamnJY and uve harmleu the City of Carlabad, Its offloars, employeaa and agant1, u theraJn sllpulllad, thin thla obligation snail bocome null and void; otherwise It shall rerrmin In fuU fon::e and affect. As a part of the obligation secured hereby and in addition to the face amount specified therafor, there shall be included eoltl ancl rouonable lxpet,UI and fNI, Including reuonabla attorney'• fees, inc:urrad by the City In succaufully entarclng sucl'I obligation, all to be ~od u com and included In any judgment ntnderad. Suraty stipulatea and ■Qr'NI that no change, extension of time, aJteratlon or addition to the terms 0f tl'le Conuacr, or to the work to be performed thorounder or the apaoifloatlont accompanying the same ahlul affacl Its obllQlllcns on thll bOnd, and It doAA hereby waive notice of MY c=hange, extension of time, alteraiio,,. or addition to the tarnw of the contract or to the work or to the 1pec:Hlcatlon1. 5/1/96 37 In the avant that Cont7&ator ia an Individual, it la agreed the the death of any such COmractor ina:1 not axcrwate the Suraty from Its oblig~·"• under thl• bond . .., -. I Exec;utad by CONTRACTOR this 5 TH dayof SEPTEMBER 1 19 95. CONTRACTOR: BASILE CONSTRUCTION, INC. (nama of Contl"Gtor) pawn A. Basile (print nama hera) CFO/Secretary Peter A BasjJe (print name heri) President (Tttla and Or;anlii!i0n ot a1gna1cry) 5TH Exacutad by SURETY this----day of SEPTEMBER ,1Q~. SURETY: £MPLOY~S INSURANCE OF WAUSAU A Mutual Company {name of Surety) 2000 WESTWOOD DR WAUSAU WI 54401 (address of Surety) 1 715 845 5211 (teleph0n11 num~r of Surety) By: JC1:/J~ IJ~ (signature of Attorney-In-Fact) DEBRA WATTERSON (printed name of Attorney-In-Fact) (AttaQh corporate resolutlon shOwing curr11m power of attomey.) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be artaehad.) (Prosldam or vlee-pruldant and secma,y or ualatant aecreta,y muat sign for corporations. If only one officer signs, the corporation m.J• lftach • rasolutlon cartif'aed by the eocretary or assistant secretary under corporate 181111mpower1ng thal offlear to bind the corporation.) APPROVED AS TO FORM: RONALD R. BAU. City Attomay By: g ~ICI-IAR9 Rut J/\ C Aulatant City A may D~,.,..+y 511/95 CALIFORNIA ALL-PURP0'9£ ACKNOWLEDGMENT State of California County of San Diego On September 5, 1995 before me, __ L_i_s_a_M_. _w_i_l_l_i_a_m_s_, _N_o_t_a_r_y_P_u_b_l_i_c_ Date Name and Title of Officer (e.g., "Jane Doe, Notary Public") personally appeared _P_e_t_e_r_A_. _B_a_s_i_l_e_a_n_d_D_a_w_n_A_. __ B_a_s_i_· l_e ________ _ Name(s) of Signer(s) [j{personally known to me -OR -□ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. ~v.'1!:::.'"0J< (p~_;) ------------OPTIONAL------------ Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: ____________________________ _ Document Date: _____________________ Number of Pages: ____ _ Signer(s) Other Than Named Above: ______________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: ____________ _ □ Individual □ Corporate Officer Title(s): ___________ _ □ Partner -□ Limited □ General □ Attorney-in-Fact □ Trustee □ Guardian or Conservator RIGHT THUMBPRINT OF SIGNER D Other: ________ Top of thumb here Signer Is Representing: Signer's Name: ____________ _ □ Individual □ Corporate Officer Title(s): ___________ _ □ Partner -□ Limited □ General □ Attorney-in-Fact □ Trustee □ Guardian or Conservator RIGHT THUMBPRINT OF SIGNER □ Other: --------Top of thumb here Signer Is Representing: © 1994 National Notary Association• 8236 Remmel Ave., P.O. Box 7184 • Canoga Park, CA 91309-7184 Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827 Notarial Acknowledgement-Attorney in Fact STA TE OF __ M_I_C_H_I_G_A_N ___ _ l S.S County of ___ O_AK_L_A_N_D ______ l 815 4216 9 79 95 On this ____ S_T_H _____ _ d !SEPTEMBER ay o 19 ____ , before m,-;, _ ____ S_HA __ WN __ T_. _H_R_E_N ___________ , a N:,t,,ry Public in and for said QAKT,AND County, State aforesaid, res1d1:1y the1r:1n, duly comm1ss1oned and sworn, personally appeared __ D_E_B_RA __ W_A_T_T_E_R_S_O_N _______ known to me to be the person whose nc1me 1s subscribed to the within instrument as the attorney in fact of EMPLOYERS INSURANCE OF WAUSAU A Mutual Comµa11y and acknowledged to me that he subscribed the name of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company thereto as surety, and his own as attorney 1n fact IN WITNESS WHEREOF, I have hereunto set my hand and affixed my off1c1iil s<!ill at my office in the said county of ----"O=A=K=L=-A-"N~D~------------the d;iy and year ,n this cert1f1cate first above written. C:J\OJ • M,'.Tt, Notary Publ,c 1n and for the county of _.....;O_AK __ L_AN_D _____________ _ State ot _M_I_C_H_I_G_AN ________ _ My comm,ss1on expires , (\ (' \-?_\..\-7 ~ z 0 w a: z a: <( w Q_ Q_ <( f-0 z U) w 0 0 f-z w 2 w C, f-<( f-z (_f) U) T I-· Li.. LL ; >-w z a: 0 ~ <( LL 0 a: w s 0 CL 0 _J <( > <( f-0 z U) U) I f- 217-057-0 0 8 3 2 F.MPIDVERS l~RANCE OF WAUSAU A M~ual Company POW•ER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the EMPLOYERS INSURANCE OF WAUSAU A Mutual Company, a corporation duly organized and existing under the laws of the State of Wisconsin, and having its principal office in the City of Wausau, County of Marathon, State of Wisconsin, has made, constituted and appointed, and does by these presents make, constitute and appoint DEBRA WATTERSON its true and lawful attorney-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal. acknowledge and deliver ANY OR ALL BONDS, UNDERTAKINGS, RECOGNIZANCES OR OTHER WRITTEN OBLIGATIONS IN THE NATURE THEREOF INCLUDING CONSENTS OF SURETY AND WAIVERS TO THE CONDITIONS OF CONTRACTS# NOT TO EXCEED THE PENAL SUM OF TEN MILLION DOLLARS ($10 000 000). & and to tind t~e corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the corporation and duly attested by its secretary hereby ratifying and confirming all that the said attorney-in-fact may do in the premises. This power of attorney is granted pursuant to the following resolution adopted by the Board of Directors of said Company at a meeting duly called and held on the 18th day of May, 197:l, which resolution is still in effect: "RESOLVED. that the President and any Vice President-elective or appointive -of EMPLOYERS INSURANCE OF WAUSAU AM utual Company be, and that each of them hereby is, authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute on behalf of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company bonds. undertakings and all contracts of suretyship; and that any secretary or assistant secretary be, and that each or any of them hereby is, authorized to attest the execution of any such power of attorney, and to attach thereto the seal of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company." "FURTHER RESOLVED, that the signatures of such officers and the seal ofEMPLOYERS INSURANCE OF WAUSAU A Mutual Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any su,h power of attorney or ,ertifi,ate bearing such fa,simile signatures and facsimile seal shall be valid and binding upon the EMPLOYERS INSURANCE OF WAUSAU A Mutual Company when so affixed and in the future with respect to any bond. undertaking or contract of suretyship to which it is attached." IN WITNESS WHEREOF. EMPLOYERS INSURANCE OF WAUSAU A Mutual Company has caused these presents to be signed by the vice president and attested by its assistant secretary, and its corporate seal to be hereto affixed this 1 ST day of NOVEMBER , 19 --2!_. 1~.,:,'.::-:.:;-:-;"';.. EMPLOYERS INSURANCE OF WAUSAU A Mutual Company /:'•·:~~"' 1\ ----!--,-.lll,, /J' ~-_,,,_-_ -------r SEAL fl By · ~ ,_. --'\:... -~/ --._,µ,, J Ste h R Vice President Attest Ad /4:£ . ,~: R. J. Blsteman~ant Secretary STATE OF WISCONSIN ) ss. COUNTY OF MARATHON ) On this 1ST day of NOVEMBER , 19..2.L_, before me personally came J_ Stephen Ryan to me known, who being by me duly sworn, did depose and say that he is a vice president of the EMPLOYERS INSURANCE OF WAUSAU A MutualCompany, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal and that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. I:\ WIT'.'iESS WHEREOF. I have hereunto set mv hand and affixed my official seal the day and year herein first above written. Patricia A. Kleman NOT ARY PUBLIC STATE OF WISCONSIN STATE OF WISCONSIN CITY OF WAlTSAll l ss. MY COMMISSION EXPIRES MAY 24, 1998 COUNTY OF MARATHON l CERTIFICATE Notary Public I. the undersiimed. assistant secretary of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company, a Wisconsin rnrporation. do hereby cntify that the foregoing and attached power of attorney, WHICH MUST CONTAIN A VALIDATING STATEMENT PRINTED IN THE MARGIN THEREOF IN RED INK, remains in full force and has not bet•n rPvohd; and furthermore that the resolution of the Hoard of Directors set forth in the power of attorney is still in force. Signed and sealed in the City of Wausau, Marathon County. State of Wisconsin, this 5TH day of SEPTEMBER . 19..2._2_ R. J. Besteman 7 / Assistant Secretary NOTE: IF YOll HAVE ANY QUESTIONS REGARDING THE VALIDITY OR WORDING OF THIS POWER OF ATTORNEY. CALL TOLL FREE (800) 826-1661. (IN WISCONSIN, CALL (800) 472-0041). ~~!~:- llis Corroon Corporation of San Diego surance Services ·c;1s Murray Canyon Road ~uite 800 San Diego CA 92108 (619) 297-7111 Contact : Susan Thurston INSURED Basile Construction, Inc. 7840 Dunbrook Road San Diego CA 92126-4369 .,.:;;:::•;:;~;:1:111111:1:1:11111■11111111111111111111:1111111~:jji!!ll!l!l!ll!ll!!lil!li!11i!1!1!1\1\lllll!i!!ll!l!lil!!i1!\!!\\i!!1!i!l!l ISSUE :~E~~;~Y;)g 9 5 6 5 2 5 THIS CEATIFICA TE IS ISSUED AS A MATTER OF INF OR MA TION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY A Transcontinental Insurance Company A-xv LETTER COMPANY B Valley Forge Insurance Company /r xv LETTER. COMPANY C LETTER COMPANY D LETTER COMPANY E LETTER ' THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED A80VE FOR THS POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, -~XCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY H.AVE BEEN REDUCED BY PAID CLAIMS. co LTR TYPE OF INSURANCE GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY =""+-_J CLAIMS MADE LI OCCUR. POLICY NUM8&R A OWNER'S & CONTRACTOR'S PROT. B117701901 B AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS X HIRED AUTOS X NON-OWNED AUTOS GARAGE LIABILITY EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY OTHER B117701915 DESCRIPTION OF OPERATIONSILOCATIONSIVEHla.ES/SPECIAL ITEMS POLICY EFFECTIVE POLICY EXPIRATION LIMITS DATE (MM/DD/YY) DATE (MM/DD/VY) GENERAL AGGREGATE $ 2,000,000 PRODUCTS-COMP/OP AGG. $ 11Q_Q~Q9_()_ r-P=ER_S_O_NA_L_&_A_OV_._I_NJ_U_RY_-+--$---1.,ooQ,.QClQ_ 28-JAN-1995 28-JAN-1996 EACH OCCURRENCE $ 1,OO_Q,OOO r-F--'I R-'-E--'0_A_M_AG"-"E'--('--A-'ny'--'--on-'-e_f_i r-'-e)-+--$ ____ 1--'-OO, 00 0 MEO. EXPENSE (An one erson $ 5 000 COMBINED SINGLE LIMIT BODILY INJURY (Per person) 28-JAN-1995 28-JAN-1996 BODILY INJURY (Per accident) PROPERTY DAMAGE EACH OCCURRENCE EACH ACCIDENT DISEASE-POLICY LIMIT DISEASE-EACH EMPLOYEE $ 1,000,000 $ $ $ $ $ THIS CERTIFICATE MAY BE RELIED UPON ONLY IF THE DESCRIPTION OF OPERATIONS ATTACHMENT REFERRED TO HEREIN IS ATTACHED HERETO. City of Carlsbad rchasing Dept. 1200 Carlsbad Village Dr. Carlsbad CA 92008-1989 ( :m:: ff ¢Aij~¢!:iAJ)P:Nf] j)j;fiij)vt::::hiiIH~if WiiiW ijj)jfijffi~~M : )'( / SrJOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE IHE ] EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DA VS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE )(LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR 1::LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. '.:::;::: ;,-A,.,-U"'T,.,-HO:-R,...,IZE=D-:R,-::E:-PR:-E--,S .... EN""T:-A.,,T-IV .... E---------------------1 yl, /l @'Xcoii:fii#F¥,id:·,vw:::t1r=rvrrrnftt>:irrwfr:::rnmrr•::=::rn:v>•t::•:•••:•::tllillil.,::::::r:=:i%·Wt~f7'if:::::::~:~;:•:::@tr2:::~:i~aB:::coaeea•i1iowa:i9cif 1•111•~~!~~§~~,.,.,.,.,.,lllllllllll~.dJU!, ,, Willis Corroon Corporation of San Diego Insurance Services 1 615 Murray Canyon Road .,uite 800 San Diego CA 92108 (619) 297-7111 Contact : Susan Thurston Basile Construction, Inc. 7840 Dunbrook Road San Diego CA 92126-4369 COMPANIES AFFORDING COVERAGE COMPANY A Transcontinental Insurance Company LETTER COMPANY B Valley Forge Insurance Company LETTER COMPANY C LETTER COMPANY D LETTER COMPANY E LETTER ' THIS DESCRIPTION OF OPERATIONS A TT ACHME~1T MAY BE RELIED U!>ON ONLY IF THE CERTIF!CA TE REFERRED TO HEREIN IS A TT ACHED HERETO. Certificate Holder : City of Carlsbad Certificate Holder is named Additional Insured per attached CNA Form G-17957-B for General Liability and Automobile Liability. It is further agreed that such insurance as is afforded by this policy for the benefit of the contractor shall be primary insurance as respects any claim, loss or liability arising directly or indirectly, from the subcontractor's operations and any other insurance maintained by the contractor shall be excess and non-contributory with the insurance provided hereunder. ~= La Costa Downs, #95-248 The term "Certifcate Holder" wherever shown on this Certificate of Insurance shall include: The City of Carlsbad, it officials, employees and volunteers CNA -THIS ENDORSEMENT CHANGES THE POUCY. PLEASE READ IT CAREFULLY. BLANKET ADDITlONAL INSURED ENDORSEMENT This endorsement modifies insuranca provided under the following: COMME.'qClAL GENERAL LIASIUTY COVERAGE PART -WHO IS AN INSURED (S.adon 11) is amended to indude as an insured any person or organization (ca.tied additional insured) whom you are required to add as an additional insured on this policy under: 1 . A wrjtten c::mrrac: or agreement; or 2. An oral agreement or contrac:: 'Nhere a cartific.are of insurance showing that person or organization as an additional insured has been issued; bur: the written or oral comrac:: or agreement must be: (a) currently in effec: or becoming etfec:ive during the term of this policy; and (b) exec:..,:ed prior to the "bodily injury,· "property damage.· ·persanai injury,· or "advertising injury.• Tne insurance provided to the additionai insured is limited as follows: 1. Thar person or organization is oniy an additionai insured wrth respec: to liabiiity arising out of -Premises you own. rent. lease. or oc:::.icy or a. b. '"Youc wori<" tor tttat additional insured by er for you. 2. Tne limits of insuranca applicable to the additional insured are those spec:ned in the written comrac: or agreement or in the Declarations for this policy whic:iever are less. These limits cf insuranca are inclusive of and not in addition to the limits of insurance shown in the Dec:arations. Tne insuranca provided to ttte additionai insured does not acpty to "bodily injury", "property damage", '"perscnai injury'" or '"advertising injury" arising out of an architec:'s. engineer's, or surveyor's rendering of or failure to render any professionai sarvicas inc!uding: 1. Toe preparing, approving, or failing to prepare or approve maps. drawings. opinions. reports. surveys. change orders. design or specifications; and 2. Supervisory, inspection. or engineering servicas. Any c:Jverage provided hereunder shail be excess over any omer valid and collectible insurance avaiiable -::l ;_;1,::; additional insured whether primary, excass. contingent or on any otner basis unless a ccrnr-ae: spec:ftcaHy requires mar tliis insurance be primary or you requ~ that it apply on a primary basis. THIS ENDORSEMENT IS A PART OF YOUR POLICY AND TAKES E:-t-:GT ON THE E:-t-:GTlVE DATE OF YOUR POLICY UNLESS ANOTr-iS E.-1"'":CTIVE DATE IS SHOWN BELOW. POLICY CHANGE NO. E:-t-:CTIVE DA TE OF TrllS POLICY CHANGE bUNTERSIGNED DA TE G-17957-8 (El. 09/92) 1-, ri-1-C"<-b -,~ AUlliORIZ=D RE?RESENTATIVE !.J :~c: f j/,;!f J]N.e.o. sox 420001, SAN FRANc1sc6, cA ~•1•2-0airr. i~!IJE1J-6iij:,.CERTIF1CAi&OF ~9~~PENSA-INSU81>. •:;? ·. ,, •.....• QCJ!t)BER"5'l; !±~~; 1)004409 r ctrv or=·/cARL$BAn .)! . > .· .. ATTN: . PURCH61$:Et~ifI)E?ARTfflE:Nlii ( ./i ·· 1200 CARLSBl{ti ?v···••···· A<3E DRIVE <?•.tr···•·•····· .CARl...SBAD/ CA ·r9 _18..,.1989 .. ··· :(~:>·: ~->•z (sL:•;;: Thi~·is't~c~~ifythat we have issue6avalidWorkers' Compensation insurance policy in a form approvedby the California lnsifr.ayGe'Coin.missioner to the employer nafr1ed below for the pqllcy period indicated. · · · This ~olic;:isno~subject to canceHJtionby the Fund except upon ~~:days' advance written notice to the employer . . ·:,_, . ?. ..•'.'/•;/ :'····· ·, . , . , . 1\i:t..· . . . " . . . , •• )¥Yeiftjjl;•alsodiv'.i:iou~·days'advancenotice should.this policy be cancelled prior to its normal expiratiort ~:··,.<: . , .. , :,,. ·:,. . ,l"'+.J,\_\·· . . . , .· ,, . . , W·\::;}.; .:J:1'11/dertific:~te"bt)nsuranCe .is not arrinsurance policy and does· no~ amend,· extend or al!e.r the coverage afforded by th(;) x;;:, ,:, ppliqfes. list~d .h!:i~(;}il)'. .Notwithstafldin.g .any requiren,~11!, }eqn, or conditiori gf any contract or ejtller docurn.ent with ~~;~~~'~ ~~ -: .;c: . El')r~oYER•. S. L'~~iffe LIMi-r; l'.t,liliio.1ii:!D.[ig:f ~ ibcisrs', ii,~.Ji.J PER OCCURRENCE ,Et~ORSEMENJ. 1Ji±t~~;iENTITLED CERtri:~li:ATE HOLDERS' NCiTIGS E!FFECTIVE ".'.tOICH.5195; IS ATTACHED TO AND FORMS A PART OF THIS POLICY.· . .. R THIS DOCUMENT HAS A BLUE PATTERNED BAC~GROUND sc1F 102s2 (REV. 12-94! I 38 •• I City of Carlsbad Purchasing Department Representation and Certification The following representation and certification are to be completed, signed and returned with proposal. I REPRESENTATIONS: Mark all applicable blanks. This offeror represents as part of this offer that the ownership, operation and control of the business, in accordance with the specific definitions listed below is: (Check appropriate Ethnic Ownership Type) Caucasian X Black Hispanic Asian-Pacific Native-American Asian-Indian DEFINITIONS: INORllY BUSINESS ENTERPRISE: "Minority Business• is fined as a business, at least 51 percent of which is owned, operated and controlled by minority group members, or in the case of publicly owned businesses, at least 51 percent of which is owned, operated and controlled by minority group members. The Small Business Administration defines the socially and economically disadvantaged (minorities) as Black American, Hispanic American, Native Americans (i.e. American Indian, Eskimos, Aleuts and Native Hawaiians), and Asian- Pacific Americans (i.e., U.S. Citizens whose origins are from Japan, China, the Philippines, Vietnam, Korea, Samoa, Guam, the U.S.· Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia and Taiwan). CERTIFICATION: I am currently certified bv""';_ ... N_,_I .... A.___ _______ _ Certification #..:..: _,.,_,_..u_ ___________ _ CERTIFICATION OF BUSINESS REPRESENTATION($}: Mark all applicable blanks. This offeror represents as a part of this offer that This firm is ' is not X a minority business. This firm is X ' is not a woman-owned business. WOMAN-OWNED BUSINESS: A woman-owned business is a business of which at least 51 percent is owned, controlled and operated by a woman or women. Controlled is defined as exercising the power to make policy decisions. Operation is defined as actually involved in the day-to-day management. I I I I I I I I I I The information furnished is certified to be factual and correct as of the date submitted. BASILE CONSTRUCTION,INC. COMPANY NAME I 7840 Dunbrook Rd. ADDRESS I San.Diego, CA CllY, STATE AND ZIP fu619)586-7800 I TELEPHONE UMBER ' •• I 92126 Dawn A. Basile NAME CFO/Secretary DATE 5/1/95 I •• I I I I I I I le I I I I I I I •• I OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION 39 This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and whose address ---------------------------is hereinafter called "Contractor" and whose ----------------------address is hereinafter called "Escrow Agent.• For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to Section 22300 of the Public Contract Code of the State of California, the contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract · entered into between the City and Contractor for --------------in the amount of _________ dated _____ (hereinafter referred to as the "Contract"). Alternatively, on written request of the contractor, the City shall make payments of the retention earnings directly to the escrow agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 1 0 days of the deposit. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the ______________ , and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the escrow agent, the escrow agent shall hold them for the benefit of the contractor until such time as the escrow created under this contract is terminated. The contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the escrow agent directly. 4. The contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5/1/95 I •• I I I I I I I le I I I I I I I •• I 40 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to ·cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the contractor pursuant to Sections (4) to (6), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 5/1/95 I •• 10. I I I I I I I le I I I I I I I •• I- 41 The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title ---------------- Name --------------- Signature _____________ _ Address -------------- For Contractor: Title ---------------- Name --------------- Signature _____________ _ Address -------------- For Escrow Agent: Title ---------------- Name --------------- Signature _____________ _ Address -------------- 5/1/95 I I . -I I I I I I I le I I I I I I -1 •• I 42 At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: Title --------------- Name --------------- Signature ____________ _ Address -------------- For Contractor: Title --------------'--- ·Name --------------- Signature ____________ _ Address -------------- For Escrow Agent:_ Title --------------- Name --------------- Signature _____________ _ Address -------------- 5/1/95 I •• I I I I I I I le I I I I I I I •• I 43 RELEASE FORM THIS FORM SHALL BE SUBMITTED PRIOR TO APPROVAL OF MONTHLY PROGRESS PAYMENTS. NAME OF CONTRACTOR: ---------------------- PROJECT DESCRIPTION: ----------------------- PERIOD WORK PERFORMED: __________________ _ RETENTION AMOUNT FOR THIS PERIOD: $ _____ _ DISPUTED WORK/CLAIMS DESCRIPTION OF DISPUTED WORK/CLAIM AMOUNT CLAIMED (OR ESTIMATE) Contractor further expressly waives and releases any claim Contractor may have, of whatever type or nature, for the period specified which is not shown as disputed work/claim on this form. This release and waiver has been made voluntarily by Contractor without any fraud, duress or undue influence by any person or entity. Contractor is referred to paragraph 4 of the Public Works Contract. Contractor further certifies, warrants, and represents that all bills for labor, materials, and work due Subcontractors for the specified period will be paid according to Public Contract Code Section 20104.50 and Business and Professions Code Section 7108.5 and that the parties signing below on behalf of Contractor have express authority to execute this release. DATED: ______ _ PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporation, etc.) By: _______________ _ Title:...: ______________ _ By: _______________ _ Title:...: ______________ _ 5/1/95 I •• I I I I I I I le I I I I I I I •• I 1-1 TERMS To Section 1-1, add: SPECIAL PROVISIONS I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION A. Reference to Drawings: 44 Where words •shown,• •indicated,• •detailed,• •noted,• •scheduled,• or words of similar import are used, it shall be understood that reference is made to the plans accompanying.these provisions,· unless stated otherwise. B. Directions: Where words •directed,• •designated,• •selected,• or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word •required• and words of similar import shall be understood to mean •as required to properly complete the work as required and as approved by the City Engineer,• unless stated otherwise. C. Equals and Approvals: Where the words •equal,• •approved equal,• •equivalent,• and such words of similar import are used, it shall be understood such words are followed by the expression •in the opinion of the Engineer,• unless otherwise stated. Where the words •approved,• •approval,• •acceptance,• or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. D. Perform and Provide: The word •perform• shall be understood to mean that the Contractor, at her/his expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at her/his expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. . . 1-2 DEFINITIONS Modify Section 1-2 as follows: Agency -the City of Carlsbad, California Engineer -the City engineer of the City of Carlsbad or his approved representative . 5/1/95 45 Own Organization -When used in Section 2-3.1 -Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 -Construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with section 2-3.1 of these contract documents. Owner Operator -Any person who operates equipment or tools used in completing the work who is employed by neither the Contractor nor a subcontractor and is neither an agent or employee of the Agency or a public utility. PRIMARY EQUIPMENT -Any equipment, with attachments, having an hourly rental rate in equal to or more than $100.00 per hour as listed in the California Department of Transportation (Caltrans) publication titled, "Labor Surcharge and Equipment Rental Rates" which is in effect at the time the equipment is listed or used. Supervisory Personnel -Any person within the Contractor's employ engaged in the Work that has duties principally involving the direction, supervision, evaluation and selection of the Contractor's work force. Supervisory Personnel typically includes superintendents, assistant superintendents and foremen. SECTION 2 -SCOPE AND CONTROL OF THE WORK: Modify Section 2 of SSPWC as follows: 2-3.1 GENERAL, eighth paragraph Except as specified in this section the Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract price. Within the meaning of this section Contract work shall include all of the elements used to complete the construction of discrete portions of the Work. A discrete portion of the work is a single bid item and all of the costs associated with the labor, equipment and materials used to construct or install the bid item, The individual components of labor, equipment or materials that are used to construct or install a bid item are not severable. For determining the percentage of work performed the value of a bid item shall be the contract unit price extended by the quantity of units completed. The performance of the actual lapor involved in the installation or construction of an item is the principal indicator of what force the work is performed by. As an example, the individual cost of a material can not be separated from the cost of the labor necessary to construct or install the material when computing the percentage of Contract work performed by the Contractor's own forces. Add the following: 2-3.~ SUBCONTRACTOR ITEMS OF WORK 5/1/95 I •• I I I I I I I el I I I I I I I •• I I •• I I I I I I I le I I I I I I I •• I 46 Where a bid item or any portion of a bid item of the Work is subcontracted the amount of the subcontract shall include all labor, materials and equipment required to complete the . subcontracted bid item or portion of the item designated. Where only a portion of a bid item is subcontracted the Bidder shall stipulate in the bid documents what portion of the work required to complete the bid item is to be performed by subcontract and what portion the Bidder proposes to perform. The value of material incorporated in any subcontracted bid item that is supplied by the Contractor shall not be included as any part of the portion of the Work that the Contractor is required to perform with its own forces. Add the following: 2-3.4 OWNER OPERATORS The Bidder shall stipulate in the bid documents what portion of the work required to complete any bid item is to be performed by owner operated equipment. The value of work in excess of 0.5 percent of the Contract Price or $10,CXX>.OO, whichever is the greater, completed by owner operated equipment shall not be included as any part of the portion of the Work that the Contractor is required to perform with its own forces. 2-3.S PENALTIES AND REMEDIES Should the Contractor fail to adhere to the provisions of sections 2-3.3 or 2-3.4, preceding the City may at its sole option elect to cancel the contract or to deduct an amount equal to 10 percent of the value of the work performed in contravention of said sections from payments that would otherwise be due to the Contractor all in accordance with section 4110 of the California Public Contracts Code. 2-4 CONTRACT BONDS Delete the third sentence of the first paragraph having to do with a surety being listed in the latest revision of U.S. Department of Treasury Circular 570. Modify Paragraphs three and four to read: The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in the amount of 100 percent of the contract price and the_payment bond shall be in the amount of 50 percent of the contract price. Both bonds shall extend in full force and effect and be retained by the city during the course of this project until they are released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 35 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the city engineer. . 5/1/95 47 The payment bond shall be released six months plus 35 days after recordation of the Notice of Completion if all claims have been paid. Add the following: All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1)An original, or a certified copy , of the unrevoked appointment, power of attorney, by laws,or other instrument entitling or authorizing the person who executed the bond to do so. 2)A certified copy of the certificate of authority of· the insurer issued by the insurancecommissioner. If the bid is accepted, the City may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. 2-5 PLANS AND SPECIFICATIONS To Section 2-5.1, General, add: The specifications for the work include the Standard Specifications for Public Works Construction, (SSPWC), 1994 Edition, and the latest supplement, hereinafter designated •sspwc•, as issued by the Southern California Chapter of the American Public WorksAssociation, and as amended by the Special Provisions section of this contract. The Construction Plans consist of nine (9) sheets designated as City of Carlsbad Drawing Nos. 331-8 and 331-8A. The standard drawings utilized for this project are the latest edition of theSan Diego Area Regional Standard Drawings, hereinafter designated SDRS, as issued by theSan Diego County Department of Public Works, together with the City of Carlsbad SupplementalStandard Drawings. Copies of pertinent standard drawings are enclosed with these documents. To Section 2-5.3, Shop Drawings, add: Where installation of work is required in accordance with the product manufacturer's direction, the Contractor shall obtain and distribute the necessary copies of such instruction, including two (2)copies to the City. To Section 2-5, add: 2-5.4 Record Drawings: The Contractor shall provide and keep up-to-date a complete •as-built' record set of transparent sepias, which shall be corrected daily and show every change from the original drawings and 5/1/95 I •• I I I I I I I el I I I I I I I •• I I •• I I I I I I I le I I I I I I I •• I 48 specifications and the exact •as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the City at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer upon completion of the work. 3-5.0ISPUTEO WORK All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: Article 1.5 Resolution of Construction Claims 20104. (a) (1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that •public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2 For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 d~ys of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. 5/1/95 49 (2)If additional information is thereafter required, it shall be requested and provided pursuantto this subdivision, upon mutual agreement of the local agency and the claimant. (3)The local agency's written response to the claim, as further documented, shall besubmitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d)If the claimant disputes the local agency's written response, or the local agency fails torespond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e)Following the meet and confer conference, if the claim or any portion remains in dispute,the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f)This article does not apply to tort claims and nothing in this article is intended nor shallbe construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a)Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings,the court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of CMI procedure) shall apply to any proceeding brought under the subdivision consistent with the rules .pertaining to judicial arbitration. (2)Notwithstanding any other provision of law, upon stipulation of the parties, arbitratorsappointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different dMsion. In no event shall these fees or expenses be paid by state or county funds. ·(3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Codeof Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo . 5/1/95 I •• I I I I I I I el I I I I I I I •• I I •• I I I I I I I ·1- 1 I I I I I .I •• I 50 (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. 4-1 MATERIALS AND WORKMANSHIP To Section 4-1.3.1, Inspection Requirements, General, add: All work shall be under the observation of the Engineer or his appointed representative. The Engineer shall have free access to any or all parts of work at any time. Contractor shall furnish Engineer with such information as may be necessary to keep her/him fully informed regarding progress and manner of work and character of materials. Inspection of work shall not relieve Contractor from any obligation to fulfill this Contract. Modify Section 4-1.4, Test of Materials, as follows: Except as specified in these Special Provisions, the Agency will bear the cost of testing materials and/or workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications and the Special Provisions. The cost of all other tests shall be borne by the Contractors. At the option of the Engineer, the source of supply of each of he materials shall be approved by him before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after trial, it is found that sources of supply which have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. After improper storage, handling or any other reason shall be rejected. All backfill and subgrade shall be compacted in accordance with the notes on the plans and the SSPWC. Compaction tests may be made by the City and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the City. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. Add the following section: 4-1. 7 Nonconforming Work The contractor shall remove and replace any work not conforming to the plans or specifications upon written order by the Engineer. Any cost caused by reason of this nonconforming work shall be borne by the Contractor. 5-1 LOCATION 5/1/95 51 Add the following: The City of Carlsbad and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy of completeness of the utilities indicated on the Plans is not guaranteed. 5-4 RELOCATION Add: The temporary or permanent relocation or alteration of utilities, including service connection, desired by the Contractor for his/her own convenience shall be the Contractor's own responsibility, and he/she shall make all arrangements regarding such work at no cost to the City. If delays occur due to utilities relocations which were not shown on the Plans, it will be solely the City's option to extend the completion date. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities which interfere with the construction, the Contractor, upon request to the City, may be . permitted to temporarily omit the portion of work affected by the utility. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the City. 6-1 CONSTRUCTION SCHEDULE Modify this section as follows: A construction schedule is to be submitted by the Contractor per the following: 1. The prime contractor is required to prepare in ad"'.ance and submit at the time of the project preconstruction meeting a detailed critical path method (CPM) · project schedule. This schedule is subject to the review and approval of the City. 2. The schedule shall show a complete sequence of construction activities, identifying work for the complete project in addition to work requiring separate stages, as well as any other logically grouped activities. The schedule shall indicate the early and late start, early and late finish, 50% and 90% completion, and any other major construction milestones, materials and equipment manufacture and delivery, logic ties, float dates, and duration. 3. The prime contractor shall revise and resubmit for approval the schedule as required by City when progress is not in compliance with the original schedule. The prime contractor shall submit revised project schedules with each and every application for monthly progress payment identifying changes since the previous version of the schedule. 4. The schedule shall indicate estimated percentage of completion for each item of work at each and every submission. 5/1/95 I •• I I I I I I I el I I I I I I I •• I I •• I I I I I I I le I I. I I I I I •• I 5. The failure of the prime· contractor · to submit, maintain, or revise the aforementioned schedule (s) shall enable City, at its sole election, to withhold up to 10% of the monthly progress payment otherwise due and payable to the contractor until the schedule has been submitted by the prime contractor and approved by City as to completeness and conformance with the aforementioned provisions. 52 No changes shall be made to the construction schedule without the prior written approval of the Engineer. Any progress payments made after the scheduled completion date shall not constitute a waiver of this paragraph or any damages. Coordination with the respective utility company for removal or relocation of conflicting utilities shall be requirements prior to commencement of work by the Contractor. 6-5 TERMINATION OF CONTRACT Grounds for termination of the contract by the City include failure of the City or Contractor to obtain necessary permits from other governmental agencies, or unreasonable delay caused by enforcement of laws and regulations by other public agencies, including but not limited to, enforcement of the Endangered Species Act and other similar laws. 6-6.3 PAYMENT FOR DELAYS TO CONTRACTOR The City shall not be liable for delay caused by the enforcement of laws and regulations by other public agencies, including but not limited to, enforcement of the Endangered Species Act . and other similar laws. 6-5 TERMINATION OF CONTRACT Grounds for termination of the contract by the City include failure of the City or Contractor to obtain necessary permits from other governmental agencies, or unreasonable delay caused by enforcement of laws and regulations by other public agencies, including but not limited to, enforcement of the Endangered Species Act and other similar laws. PAYMENT FOR DELAYS TO CONTRACTOR . The City shall not be liable for delay caused by the enforcement of laws and regulations by other public agencies, including but not limited to, enforcement of the Endangered species Act and other similar laws. . 6-7 TIME OF COMPLETION The Contractor shall begin work within fifteen (15) calendar days after receipt of the "Notice to r Proceed" and shall diligently prosecute the work to completion within ninety ~ (90) consecutive calendar days after the date of the Notice to Proceed. \ ,· ._,~~~,o--'\"?"5" To Section 6-7.2, Working Day, add: ~ ~ ~'o.._~n r2 '-"""' 5/1/95 53 Hours of work -All work shall normally be performed between the hours of 7:00 a. m. and sunset, from Mondays through Fridays. The contractor shall obtain the approval of the Engineer if he/she desires to work outside the hours state herein. Contractor may work during Saturdays and holidays only with the written permission of the Engineer. This written permission must be obtained at least 48 hours prior to such work. The Contractor shall pay the inspection costs of such work. 6-8 COMPLETION AND ACCEPTANCE Add the following: All work shall be guaranteed for one (1) year after the filing of a "Notice of Completion• and any faulty work or materials discovered during the guarantee period shall be repaired or replaced by the Contractor, at his expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. 6-9 LIQUIDATED DAMAGES Modify this section as follows: If the completion date is not met, the contractor will be assessed the sum of $500 per day for each day beyond the completion date as liquidated damages for the delay. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 7-3 LIABILITY INSURANCE Add the following: All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V and are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. 74 WORKERS'COMPENSATlONINSURANCE Add the following: All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS Modify the first sentence to read: 5/1/95 I •• I I I I I I I el I I I I I I I •• I I •• I I I I I I I le I I I I I I I •• I 54 The agency will obtain, at no cost to the Contractor, all encroachment, right-of-way, grading, and building permits necessary to perform work for this contract on City property, .in streets, highways (except State highway right-of-way), railways or other rights-of-way. Add the following: Contractor shall not begin work until all permits incidental to the work are obtained. 7-8 PROJECT AND SITE MANAGEMENT To Section 7-8.1, Cleanup and Dust Control, add: Cleanup and dust control shall be executed even on weekends and other non-working days at the City's request. Add the following to Section 7-8: 7-8.8 Noise Control All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to City Noise Control Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48. 7-10 PUBLIC CONVENIENCE AND SAFETY Add the following to Section 7-10.4, Public Safety: 7-10.4.4 Safety and Protection of Workers and Public The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. He/she shall erect and properly maintain at all time, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-13 LAWS TO BE OBSERVED Add the following: Municipal ordinances which affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, such conditions or modifications established pursuant to Section 1601 of the Fish and Game Code shall become conditions of the contract. 8 FACILITIES FOR AGENCY PERSONNEL 5/1/95 55 I Delete this section. 9-3 PAYMENT Modify Section 9-3.2, Partial and Final Payment, as follows: Delete the second sentence of the third paragraph having to do with reductions in amount of retention. 10 SURVEYING Contractor shall employ a licensed land surveyor or registered civil engineer to perform necessary surveying for this project. Requirements of the Contractor pertaining to this item are set forth in Section 2-9.5 of the SSPWC. Contractor shall include cost of surveying service within appropriate items of proposal. No separate payment wiU be made. Survey stakes shall be set and stationed by the Contractor's surv~yor for curbs at 50' intervals (25' intervals for curves), curb returns at BCR, 1/4, 1/2, 3/4, and ECR, headers, sewers, storm drains, and structures (4 comers min.). Rough grade as required to satisfy cut of fill to finished grade (or flowline) as indicated on a grade sheet. Contractor shall transfer grade hubs for construction and inspection purposes to crown line base grade of streets as required by Engineer. Contractor shall protect in place or replace all obliterated survey monuments as per Section 8771 of the Business and Professional Code. Contractor shall provide Engineer with 2 copies of survey cut sheets prior to commencing construction of surveyed item. 11 WATER FOR CONSTRUCTION The Contractor shall obtain a construction meter for water utilized during the construction under this contract. The Contractor shall contact the appropriate water agency for requirements. The contractor shall include the cost of water and meter rental within appropriate items of the proposal. No separate payment will be made. 5/1/95 •• I I I I I I I el I I I I I I I •• I I •• I I I I I I I le I I I I I I I •• ~· II. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR CONSTRUCTION MATERIALS 56 (NOTE TO PROJECT MANAGER: These supplemental provisions for materials and work comprise the technical or detail specifications and must be tailored to each project using the design engineer's experience and judgment. The Standard Special Provisions by the Regional Standards Committee is a good reference.) 200-2 UNTREATED BASE MATERIAL Aggregate base shall be crushed aggregate base (Section 200-2.2), crushed slag base (Section 200-2.3), or crushed miscellaneous base (Section 200-2.4). 201-1 PORTLAND CEMENT CONCRETE Concrete for drainage ditch shall be Class 520-C-2500. Modify Section 201-1.2.1, Portland Cement, as follows: First paragraph, first sentence amend to read: "All cement to be used or furnished shall be low alkali and shall be either Type I or Type II Portland Cement conforming to ASTM C 150, or Type IP (MS) Portland Pozzolan Cement conforming to ASTM C 595, unless otherwise specified.• Modify Section 201-1.2.3, Water, as follows: Second paragraph replace "1,000 ppm (mg/L) of sulfates• with "1,300 (mg/L) ppm of sulfates.• Third paragraph replace "800 ppm (mg/L) of sulfates• with "1,300 (mg/L) ppm of sulfates.• (b) Air-entraining Admixtures Last paragraph amend to read: "A tolerance of plus or minus 1-1/2 percent is allowed. The air content of freshly mixed concrete will be determined California Test Method No. 504. • Modify Section 201-1.3.3, Concrete Consistency, as follows: Second paragraph delete: "and shall not exceed amounts shown in following table:• Also delete table. Modify Section 201-1.4.3, Transit Mixers, as follows: Add after listing of information for weighmaster's certificate: "Transit mixed concrete may be certified by mix design number, provided a copy of the mix proportions are kept on file at the plant location for a period of 4 years after the use of the mix.• 201-2 STEEL REINFORCEMENT FOR CONCRETE No c.hanges. 5/1/95 203-6 and 400-4 ASPHALT CONCRETE Asphatt concrete shall be class C2-AR 4000, C3-AR 4000, or Type III C3-AR 4000. Modify Section 203-6.6.1, Batch Plant Method, as follows: Third paragraph, delete "and from the Engineer's field laboratory.• Last paragraph, add after D 2172: •method A or B.• Modify Section 203-6.8, Miscellaneous Requirements, as follows: 57 Add the following: "Open graded asphatt concrete stored in excess of 2 hours, and any other asphatt concrete stored in excess of 18 hours, shall not be used in the work.• 5/1/95 I /I -I I I I I I I el I I I I I I I -I I ~ I •• I I I I I I I le I I I I I 1· I •• I Ill. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR CONSTRUCTION METHODS 301-2 UNTREATED BASE No change. 302-5 ASPHALT CONCRETE PAVEMENT 58 A prime coat is not required for this contract. A seal coat is required and shall conform the · Section 302-5.9 of these supplemental provisions. Modify Section 302-5.1, General, as follows: Paragraph 1, replace •section 203-e• with •section 400-4. • Last paragraph, add: •An ·testing of underground installations at any given point shall be completed before the surfacing is placed at that point.• Modify Section 302-5.2, Prime Coat, as follows: After •grade Sc-25a' add •or MC 10.• Modify Section 302.5.5.2, Density and Smoothness, as follows: First paragraph, change 1/8 inch (3mm) to 1/4 inch (6mm). Modify Section 302-5.5.1, Rolling General, as follows: Second paragraph, Part (2), add: -Vibratory rollers shall ·be limited to breakdown, unless otherwise directed by the Engineer.: After last paragraph, add: •Unless directed by otherwise the Engineer, the initial breakdown rolling ,hall be followed by a pneumatic-tired roller as described in this Section.• To Section 302-5.8, Measurement and Payment, add: Cost of labor and materials for the seal coat shall be included in the unit price bid for asphalt concrete. 5/1/95 59 I Add the following: 302-5.9, Seal Coat All asphalt concretf• ·•.faces shall be seal-coated unless otherwise specified. The seal coat shall consist of a c . ..,_ · asphaltic emulsion and a cover coat of sand. The asphaltic emulsion shall be mixing typB ."-:;nforming to Section 203-3, •Emulsion Asphalt.• Sand shall be clean and dry. Immediately before applying asphaltic emulsion, the surface to be seal-coated shall be thoroughly cleaned of all dirt and loose material. Asphaltic emulsion shall not be applied when the street is overly wet or when the atmospheric temperature is below 50 degrees Fahrenheit. The asphaltic emulsion shall be applied by use of a power spraying device that uniformly applies the emulsion to the surfacing at a rate of 0.1 to 0.15 gallon per square yard. The distributor spray bar shall be equipped with asphaltic emulsion-type spray jets. Curbs, gutters, and other adjoining improvements shall be carefully protected from the emulsion, and any such improvements spattered or touched with emulsion shall be carefully cleaned. Immediately after the application of asphaltic emulsion, a cover coat of sand shall be spread at the rate of 6 to 12 pounds per square yard. After the sand has been spread, any piles, ridges, or uneven distribution shall be broomed to maintain an even layer over the surface. Five days after the seal coat has been applied, the surface shall again be broomed and any excess sand shall be picked up and removed from the job. The Engineer may authorize the sand. to be broomed, picked up and removed from the job after 2 or more days. •• I I I I I I I 306-1 OPEN TRENCH OPERATIONS 1 a• RCP shall have a minimum cover of one (1) foot below finished grade. aggregate base per these specifications. . I Bedding may be*. Compaction shall be a minimum of 90% density and backfill shall be mechanically compacted. 310-5 PAINTING VARIOUS SURFACES Modify Section 310-5.6.10, Painting Traffic Striping, Pavement Markings and Curb Markings, as follows: · Payment for all pavement marking shall be a lump sum as proposed in the bid documents. 5/1/95 * I I I I I I I •• I I •• I I I I I I I le I I I I I I I •• I WORK TO BE DONE: IV. SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION MATERIALS 60 The contractor shall construct Ponto Dr. Franciscan Road and Descanso Boulevard. The City may elect to install 12• waterline on Ponto dr. and a• sewerline on Descanso Boulevard and Franciscan Road prior to construction of the road by the contractor. Therefore these utilities may exist prior to the costruction and the contractor shall protect them during the construction of the road. However if these lines are not installed by the time the road construction begins, the City will have the contractor install these utilities per the requirements of the additive bid alternatives I & 11. UNDERGROUND UTILITIES: The contractor shall trench and install underground conduits, Vaults, Pull Boxes for the utitity companies. All undergrounding and utilities work shall be coordinated with the utility companies. 5/1/95 I •• I I I I I I I le I I I I I I I •• I V . S. D. G. & E. UNDERGROUND SPECIFICATIONS 5/1/95 I •. I I I I I I I le I I ,~ - ' I ... :'" u..:-, .. T'~ -£-ii I ~~ I I I I I sr SCOPE: THIS STANDARD SHOWS THE INSTALLATION AND MATERIAL REQUIREMENTS FOR A 3316 HANDHOLE. - PARKWAY COVER ASSEMBLY 1 't' PARKWAY FRAME WEIGHT: 217 5/1 MAX. STEEL COVERS INC. (3) REMOVABLE SUPPORT BARS WEIGHT: 622# TOTAL ·- LIFTING HANDLES c::::::::) = SUPPLIERS INITIALS "p" = PARKWAY COVER CAST IRON COVERS/ WEIGHT: 680# TOTAL MAX. CONCRETE COVER WEIGHT: 3775# "--- MAX. ------.. ..... .. .. ·• 2 TON LIFTING ANCHOR INSIDE-2 EA. SIDE. l 3316 :-:.:,:. Indicates Latest Revision Completely Revised New Page 1994 SDG&:E ELECTRIC STANDARDS HANDHOLE EQUIPMENT ENCLOSURE (INSIDE DIMENSIONS -5' x 8'-6") 2-TON LIFTING ANCHORS INSIDE-2 EA. SIDE (OUTSIDE-2 EA. SIDE OPTIONAL) HOLES 1" DIA. COIL INSERTS 3 Information Removed SERVICE GUIDE 331 6. 1 't!' . . 4 • ~ Jr' 1, le 12" SPECIAL EXTENSION SECTION WEIGHT: 2175# MAX. (TO BE ORDERED FOR USE IN 3441 SWITCH PAD INSTALLATIONS OR; FOR GRADING AND/OR ADDITIONAL HEADROOM) 24" EXTENSION SECTION WEIGHT: 4350# MAX. 2 OR 4 TON ANCHOR INSIDE-2 EA. SIDE 7 5" DIA KNOCKOUTS 12 EACH END 8 EACH SIDE 48" BASE ENCLOSURE WEIGHT: 11,850 MAX. 3316 HANDHOLE I 2 TON LIFTING ANCHORS I1\iSIDE-2 EA. S'.DE (OUTSIDE-2 EA. SIDE OPTIONAL) (2) 5/8" DIA GROUND RODS (OPPOSITE CORNERS) --_SERVICE GUIDE :-X·. Indicates Latest Revision Completely Revised New Page s c... PULL IRONS 2 EACH END ANO 2 IN MIDDLE Information Removed f--________ S_D_G_&E_E_L_E_C_TR_I_C_S_T_A_N_D_A_R_D_S _______ ----1 ISSUE 3316.2 HANDHOLE EQUIPMENT ENCLOSURE (INSIDE DIMENSIONS -5' x 8'-6") DATE APPD S3 . • HANDHOLE SECTIONS AND COVERS FROM DIFFERENT SUPPLIERS ARE NOT INTERCHANGEABLE • . THE PREFERRED LOCATION FOR A 331 6 HANDHOLE IS IN NONVEHICULAR TRAFFlC AREAS (BEHIND CURBS, p/,J~.'r(~NAY posmON, ETC.). USE A PAR'r<:#AY COVER IN THESE AREAS. HANDHOLES WITH A TRAFFIC COVER MAY BE INSTALLED IN AREAS WITH VEHICULAR TRAFF1C, BUT ONLY WHEN THERE IS NO NON-TRAFFIC LOCATION AVAILABLE. LIFTING ANCHORS ARE NOT TO BE USED FOR CABLE PUWNG. -3316 HANDHOLES ARE DELNERED BY THE SUPPLIER TO JOB SITT:. ·•SIJ. OF MATERIAL FOR 3316 PAR'i<:NAY HANDHOI.E! -DESCRIPTION ' FRAME PAR'r(:NAY, 12" COVER, PAR'r(:NAY, STEEL ( 4 PC.) EXTENSION SECTION, 24" ~ ENCLOSURE, BASE, 42" BOLT, PENTAHEAD, 1/2" X 2-1/2" SEA.LANT, PLASTIC-MASTIC SILICONE GREASE EXTENSION SECTION, 1 2" (FOR USE IN 3441 SWITCH PAD INST., 3671 SUBSURFACE/SURFACE OPERABLE SWITCH INST. OR FOR GRADING ANO/OR ADDITIONAL HEADROOM) GRAVEL, 3/S--3/4• QUANTITY , 1 1 16 AS REQ'D AS REQ'D AS REQ'D • AS REQ'D STOCK NUMBER STOCK NUMBER ASSEMBLY UNITS 248170 3316FO 248164 COMPLETE 3316CO PAR'r(:NAY 248162 HANDHOLE COMPLETE 248160 400310 PARKWAY HANDHOLE 156012 3316PC 631872 319424 336208 a.L OF MATERTAL FOR 3316 TRAFFIC HANDHOI.E! DESCRIPTION QUANTITY STOCK NUMBER STOCK NUMBER ASSEMBLY UNITS COVER, NECKING, TRAFFIC, 12" 248166 COVER, CONCRETE, TRAFFIC 248168 COVER, CAST-IRON, TRAFFJC 3 PC.) 287734 EXTENSION SECTION, 24" 248162 ENCLOSURE, BASE, 42" (INSIDE DIMENSIONS) 248160 BOLT, PENTAHEAD, 1/2" X 2 1/2" 12 156012 WASHER, 1 /2", FLAT ROUND STAINLESS STEEL -, 2 799680 COMPLETE TRAFFIC HANDHOLE 400312 331 STA COMPLETE TRAFFIC HANOHOLE 3316TC l.{~ri".:"10:-t-~EALA:;;:.u.:::co..::.:.:.::.!..· ..:..;..:::~~s:.::.:.::1~:....-..:.:M~A~ST.:..:.IC~-------l-:::.:~:~!~~~:~:..../---.'.:~:'..:~'...'..~~::.'....::=--~------i--------i \)j J1 ~NE1~~ 1~E~~~~· sWi~~A~~{fNST., l::s --· .3671 sussuRFACE/SURFACE OPERABLE -..:,: ·· S'NTTCH INST. OR FOR GRADING AND/OR ADDmONAL HEADROOM) AS REQ'D 336208 3316X1 GRAVEL, 3/~-3/4• • AS REQ'D ESTABLISH THE HANDHOLE LOCATION PAYING PARTICULAR ATTENTION TO FOREIGN UTILITY PLACEMENTS REl.OCATlNG THE HANDHOLE TO ANOTHER LOCATION REQUIRES APPROVAL FROM PROJECT MANAGEMENT. AFTER THE LOCATION IS ESTABLISHED, MARK OUT DIMENSIONS FOR THE EXCAVATION WIDTH, LENGTH ~DR SDEPTH PER DRAWING BELOW. THE WIDTH AND LENGTH DIMENSIONS GNEN, ALLOW AN EXTRA 8 INCHES • ETTiNG THE SUBSTRUCTURE. :·J· Indicates Latest Revision Completely Revised New Page SDG&E ELECTRIC STANDARDS HANOHOLE EQUIPMENT ENCLOSURE (INSIDE DIMENSIONS -5' x 8'-6") Information Removed SERVICE GUIDE 331 6.3 EXCAVATION DIMENSIONS ,-....-------TRAFFlC COVER -------- 7'-1o" (94°) WIDE X 11'-4° (136") LONG 1 ,,...•------PAR'r<:NAY COVER -------•, t 7'-4" (88") WIDE X 10'-1a" (130") LONG -$-,...-~_,.,. !. I I I I .., 1 Z' TOP SECTION FOR GRADE I '-+-------------------11--1 I ADJUSTMENT . ~1'5 24" EXTENSION SECOON : [ . 4.f5' BASE ENCLOSURE I 3/f!'-3/4" GRAVEL I FOR BASE SUPPORT I 7'-6" • S'l_ @ • ~~--,-,.--,-. -_----,-_ ->r--,-· -~,..--------.----,_--,-, ---,-.--,,:--,-_.__,...,_,--;] - f •EXCAVATION DEPTH ALLOWS 3 INCHES FOR ADJUSTMENT TO FlNAL GRADE ANO AN ADOffiONAL 3 INCHES FOR PLACEMENT OF GRAVEL AS BASE SUPPORT. C. EXCAVATION IS NOW PREPARED FOR INSTALLATION OF SUBSTRUCTURE SECTIONS. PLACE PLASTIC-MASTIC SEALANT BETWEEN ALL SECTlONS. USE DOUBLE SEAL IF FIELD CONDITIONS INDICATE THAT WATER WILL PENETRATE THE JOINTS. DO NOT APPLY SEALANT UNDER THE TOP SECTION iF CONCRETE IS REQUIRED FOR GRADE ADJUSTMENT. ASSURE TI-lE SUBSTRUCTURE WALLS ARE STRAIGHT AND THE FLOOR IS LEVEL D. TO DETERMINE FINAL GRADE, ONE OF THE TWO FOLLOWING METHODS MAY BE USED: 1) WHEN CURB OR GRADE LEVEL IS ALREADY ESTABUSHEO, MEASURE FROM THE TOP OF CURB OR GRADE OR 2) HAVE THE FIELD ENGINEER SET THE GRADE STAKES. AFTER GRADE LEVEL IS ESTABLISHED, SET A STRING UNE FOR CHECKING GRADE LEVEL F. ALIGN HANDHOL£ COVER TO FINAL GRADE USING BRICKS OR WOODEN WEDGES. BEFORE POURING CONCRETE (4-SACK MIX WITH 3/8 INCH GRAVEL OR AS REQUIRED BY CITY OR COUNTY CODES). FRAME THE INSIDE OPEN AREA BETWEEN SECT!,_ SO CONCRETE CAN BE POURED FROM THE OUTSIDE OF THE TOP COVER SECTION. MAKE SURE THE BRICKS OR WOODE WEDGES DO NOT SHOW FROM THE INSIDE ONCE THE CONCRETE IS POURED. THE INSIDE FRAME MAY BE OMITTED IF TH CONCRETE IS NOT TOO WET. IF FRAME IS OMITTED, TROWEL CONCRETE SMOOTH ON THE INSIDE. G. INSTALL CONDUITS USING THE BOTTOM OUTSIDE (CLOSEST TO THE WALL) KNOCKOUTS FlRST. @ WHEN INSTALLING THE TRAFFIC COVER, PLACE THE OUTSIDE CAST IRON COVERS ON FlRST, THEN SLIDE THE CENTER CAST IRON COVER ON LAST. WHEN REMOVING CAST IRON COVERS, SUDE CENTER COVER OFF FIRST. SEE DRAWINGS ON PAGES 3316.1 ANO 3316.3. 0 APPLY SILICONE GREASE TO THE PENTAHEAO BOLTS WHEN SECURING THE COVERS TO REDUCE REMOVAL OR INSTAl..l..ATION DIFF1CULTIES. TIGHTEN DOWN BOLTS Wf11i TORQUE WRENCH TO 30 FT,/LBS. MIN., 40 FT./L.BS. MAX. 0 CORE BORE(tNOENTION;S ~ P~Dm AAt)SHOUl.D si:· \JTil.lZED WHEN·. INSTAUJNG CONJ)urrs FRo~· THE sui/> THESE / ••• INDENTION'S AR£ EmiER Off. TH£. INSIDE OF OUStDE-OF .. THE LONG SIOE WAUS. ..PQ NO:T <;:ORE BORE OJttER ~ THE > PROVIOEO INOENTtONS,. AS ff ~¥ ~ JHE STRU(;TIJAL: INTEGRITY;. . . . . . . ... .. .. . ·.·. .•.·. ; •. 11,;.• •• :•:.:.;..,::-. REFERENCE: ® SEE STANDARD 3211 FOR INSTALLATION OF IDENTIFICATION TAG. L SEE STANDARD 3302 FOR SUBSTRUCTURE APPLICATIONS. M. SEE STANDARD 3306 FOR INSTALLATION OF PLASTIC-MASTIC SEALANT. @ SEE STANDARD 3365 FOR SLURRY BACKFILL 0. SEE STANDARD 3483 FOR MINIMUM OPERATING AND CLEARANCE REQUIREMENTS. P. SEE STANDARD 3485 WHEN SETTING HANDHOL£ ON A SLOPING GRADE. Q. SEE STANDARD 3486 FOR RETAINING WALL REQUIREMENTS AND CLEARANCES FROM REVERSE SUBGRADE RETAINING WALLS. R. SEE STANDARD 3605 FOR SUBSTRUCTURE USE AND UMrTATIONS REFERENCE SHEET (MAXIMUM NUMBER OF CABLES, CONNECTORS AND CONDUITS). SERVICE GUIDE 3316.4 )( Indicates Latest Revision Completely Revised New Page Information Removed _________ S_D_G_&E_E_L_E_C_TR_I_C_S_T_A_N_D_A_R_D_S _______ ----1 ISSUE HANDHOLE EQUIPMENT ENCLOSURE (INSIDE DIMENSIONS -5' X 8'-6") DATE 1-1-94 APPD jf,C.J/ I I I __..... ..• ------- I ~ ~ .. SCOPE: I ;--- 1• I I I I I I I I I I I I I I I I ~ - 1- -~ } --- ; • ' } i ~ ' r } ' ~ ; -L ~ I:_ • r ; ~~ ... i'' S5 THIS STANDARD SHOWS THE REQUIREMENTS FOR INSTALLING A SINGLE-PHASE TRANSFORMER/FUSE CABINET PAD AND MAXIMUM AU.OWABLE CONDUIT COMBINATIONS AND CONFIGURATIONS. 2-TON LIFTING ANCHOR i 331 2 HANDHOLE WEIGHT: 185" MAX. (REQUIRED FOR 3 PHASE FUSE CABINET INSTALLATION ONLY) EA. END I STOCK NUMBER -----·------HAN DH OLE 162426 ASSEMBLY UNIT '-----------; 3312-1 MAX. -9 3/4" MIN. 10" MAX. STOCK NUMBER PAD 514240 ASSEMBLY UNIT TERM-8 PAD WEIGHT: 619# MAX. STEEL DETAIL FOR POURED-IN-PLACE CENTER STEEL IN CONCRETE POUR. ----44• ----. S' 17" - I,: I 46" 2:s" ~ TS 0 REINFORCING ROD TABLE (4) REINFORCING STEEL ASTM A 615 GRADE 60 ,l'YPE DESCRIPTION QTY STOCK i . NUMBER R1 3/a-X 3' -'1.' 3 I R2 3/S-X 3' -S' 2 685280 I R3 3/S-X 1' -a-1 -,:-.:._-: Indicates latest Revision Completely Revised New Page Information 2.emoved · SDG&E ELECTRIC STANDARDS SINGLE-PHASE TRANSFORMER/FUSE CABINET PAD 3421 .1 : l i r •' . ~ ! 'II. 1 • l ~ . I' ' ,! I l. s r;, 3711, 3712 SINGLE-PHASE TRANSFORMER AND 3522 SINGLE-PHASE TERMINATOR INSTALLATIONS (TOP VlEW) 3513 THREE-PHASE FUSE CABINET INSTALLATION SECONDARY CONDUrT ARE'A~ NOTES: 3421 PAD /':',pR!MARY \.VcoNDUrT ARE'A .d ~ SIDEWALK SIDE INSIDE EDGE OF 1,-X 3(f' HANDHOLE (3312) -TRANSFORMER COOLING FINS MAY OVERHANG REAR OF PAO BY 6 INCHES. -FIVE INCH CONDUIT NOT ALLOWED IN THESE INSTALLATIONS. (TOP VIEW) ,r -PAO MAY BE ?RECAST OR POURED-IN-PLACE. TOP Of PAO MUST BE FlNISHED FLAT. 3421 PAO -WHEN PAO IS POURED-IN...;PLACE, CONDUIT OPENINGS SHALL BE FORMED SO THAT CONDUIT STUBS ARE NOT CONCRETE ENCASED. REINFORCING ROD {ITEM 5) STOCKED IN 8 FOOT LENGTHS. RODS TO BE CUT IN FJELD TO REQUIRED LENGTHS. APPLY GALVANIZED PAINT TO CUT ENDS OF RODS. SIU. OF MATERIAL.; ITEM 2 3 4 5 6 DESCRIPTION CONST STD. STOCK QUANTrTY OR PAGE NO. NUMBER ASSEMBLY UNIT PAO, SINGLE-PHASE TRANSFORMER/PAO, SINGLE PHASE FUSE CABINET (FUTURE TRANSFORMER INSTALLATION}/PAD THREE-PHASE FUSE CABINET BODY, HANDHOLE (REQUIRED FOR 3 PHASE FUSE CAS!NET INSTALLATION ONLY) CONCRETE, (f'c 3,000 PSI), CLASS • A-. 5 1/2 SACK MIX AS REQ'O #3 REINFORCING ROD (SEE TABLE ON 3421.1) CHANNEL, CONCRETE INSERT, 4• X 1 5/8'" X 7 /8'" UNISTRUT OR EQUAL GALVANIZED PAINT s·-r 2 AS REQ'D 3421 514240 TERM-8 3312 162426 3312-1 685280 426288 516064 INSTALLATION (FOR SINGLE-PHASE TRANSFORMER AND SINGLE-PHASE TERMINATOR): A. A 3 INCH BASE IN THE BOTTOM Of THE TRENCH IS REQUIRED TO PREVENT DAMAGE FROM ROCKS, SAGS AND ~; ® PL.ACE ALL PRIMARY AND SECONDARY CONDUITS WITHIN THE PAD OPENING AS SHOWN ABOVE. DO NOT CUTH ~'. THE CURVED PORTION ON THE ELBOWS. RADIUS OF CURVATURE IS 36'" MINIMUM FOR 3 INCH AND 4 INC - PLACE ALL CONDUIT WITH 3/0 OR LARGER CABLE TOWARDS THE REAR OF THE 12 INCH SECONDARY AREA. .· SERVICE GUIDE ,;.~ Indicates Latest Revision Completely Revised New Page Information Removed SDG&E ELECTRIC STANDARDS 3421.2 SINGLE-PHASE TRANSFORMER/FUSE CABINET PAD 57 _:-THE CONDUIT CONFIGURATION BETWEEN TERMINATING POINTS MUST MAINTAIN A 7-1 /t' CENTERLINE TO __ : CE.NTERLINE SEPARATION TO ACHIEVE MAXIMUM CABLE AMPACITY. THIS REQUIREMENT LIMITS THE SEC- :'-DARY CONDUIT CONFIGURATION TO 2 WIDE X 4 DEEP OR 4 WIDE X 2 DEEP (NO ONE CONDUIT IS TO BE --g~MPLETELY SURROUNDED ON ALL FOUR SIDES BY OTHER CONDUITS), USING SPACERS ANO l SACK CON- .; RETE SLURRY BACKFILL. CONDUITS MAY ALSO BE INSTALLED SIDE BY SIDE ON THE BOTTOM OF THE .-. ~RENCH WITHOUT SPACERS OR CONCRETE SLURRY ( 4 CONDUITS MAX.). !N THE TRANSITION AREA WHERE ~ THE CONDUITS FROM THE BOTTOM OF THE TRENCH START TOWARD THE SURFACE (THE STRAIGHT PORTION BY THE 90" SEND), SPACERS MAY BE REQUIRED TO ALLOW THE 9(] BENDS TO ENTER STRA!GHT INTO THE · .. PAD OPENING. A SEPARATION OF 7-1/2 INCHES CENTERLINE TO CENTERLINE OF EACH CONDUIT MUST BE , MAINTAINED TO ACHIEVE MAXIMUM CABLE AMPACITY. AT THE SURFACE POINT, THE CONDUITS MAY BE / BUNDLED TOGETHER. USE SDG&E APPROVED BASE, SHADING ANO BACKFILL ~-- MAXIMUM OF 4 CONDUIT WITHOUT SPACERS OR CONCRETE SLURRY SHADING 0.: TliE PRIMARY AND SECONDARY CONDUIT COMBINATIONS ALLOWED ARE SHOWN IN THE CHART BELOW. READ ·N': DOWN DESIRED COLUMN UNTIL THE NUMBER OF' RUNS BEING INSTALLED ARE LOCATED, THEN READ ACROSS . lliE ROW CHECKING F"OR ADDITIONAL ALLOWABLE RUNS. THE SUM OF THE COLUMNS SHALL NOT EXCEED . · .:_lliE TOTAL CONDUITS ALLOWED. ""· SECONDARY CONDUIT COMBINATIONS PRIMARY CONDUIT COMBINATIONS t' 3" (EB OR 08) (EB OR 5 4 3 5 2 6 7 1 , 3 4 4 5 6 TOTAL 4" CONDUITS DB) (EB OR DB) ALLOWED • 5 7 7 7 7 4 5 3 5 2 5 , 5 3 7 2 7 7 TOTAL 2" 3" CONDUITS (EB OR DB) (EB OR DB) ALLOWED •• 4 -4 2 2 4 2 , 3 1 2 3 2 -2 -2 2 1 -1 -t 1 • SECONDARY CONDUITS MAY INCLUDE TWO ADDITIONAL ONE INCH CONDUITS FOR STREET LIGHTS. •• 4 INCH PRIMARY CONDUIT IS ALLOWED WHEN THE CONDUIT IS EXTENDED FROM AN EXISTING STUBOUT. SECONDARY CONDUITS FLUSH WITH TOP OF PAO. · ~' THE NUMBER OF REQUIRED CONDUITS IS LESS THAN THE TOTAL CONDUITS ALLOWED IN THE TABLE, ·, .. ~ .'."'::L CONDUITS IN NUMBERED SEQUENCE AS SHOWN ON 3421.2. ''.;iOFT SOILS, A CONCRETE BACKFILL (2-SACK MIX -5" SLUMP MAX.) 12 INCHES BEYOND THE SIDE EDGES ,_E PAD AND 12 INCHES DEEP IS REQUIRED UNDER THE TRANSFORMER PAO. ~: ::-./: Indicates Latest Revisior, Completely Revised New Page SDG&E ELECTRIC ST AND ARDS SINGLE-PHASE 1RANSFORMER/ THREE PHASE FUSE CABINET PAD Information Removed SERVICE GUICE . 3421.3 SB INSTALLATION (FOR TiiREE-PHASE FUSE CABINET): J. A 3-INCH BASE IN THE BOTTOM OF TiiE TRENCH IS REQUIRED TO PREVENT DAMAGE FROM ROCKS, SAGS AND POCKITT. ® 11-lE MAXIMUM PRIMARY CONDUITS ALLOWED ARE ULTIMATE 2 RUNS OF 4" CONDUIT. PLACE All. PRIMARY CONDU WITHIN THE PAO OPENING AS SHOWN ON PAGE 3421.2. TERMINATE CONDUITS 3 INCHES ABOVE THE BOTTOM OF THE 3312 HANDHOLE. RADIUS OF CURVATURE IS 3s' MINIMUM FOR 3 INCH AND 4 INCH CONDUITS. L THE PREFORMED PLASTIC RE.TNNING WALl. (STANDARD 3485), CANNOT BE USED IN 11-llS INSTALLATION. REFERENCE: M. SEE STANDARD 3211 FOR PAD IDENTIFICATION. N. ·SEE STANDARD 3370 FOR TRENCH, UTILITY POSITlONJNG, SHADING AND BACKFILL REQUIREMENTS. 0. SEE STANDARD 3376 FOR CONCRETE SLURRY, SHADING AND TYPE OF CONDUIT. P. SEE STANDARD 3481 FOR BARRIER PROTECTION AND CLEARANCE. Q. SEE STANDARD 3486 FOR 1 PHASE TRANSFORMER LOCATIONS NEXT TO CATV AND/OR TELCO. R. SEE STANDARD 3483 FOR MINIMUM OPERATING AND CLEARANCE REQUIREMENTS (PAD PLACEMENT). S. SEE STANDARD 3484 FOR PAD INSTALLATION OF PAD-MOUNTED EQUIPMENT. T. SEE STANDARD 3486 FOR RETAINING WALL REQUIREMENTS AND CLEARANCES FROM REVERSE SUBGRADE RETNNING WALLS. U. SEE STANDARD 3485 AND 3487 FOR RETAJNING WALLS. V. SEE STANDARD 3513 FOR 3 PHASE FUSE CABINET INSTALLATION. W. SEE STANDARD 3522 FOR SINGLE-PHASE TERMINATOR INSTALLATION. X. SEE STANDARDS 3711, 3712 AND 3713 FOR TRANSFORMER INSTALLATIONS. Y. SEE STANDARD 4512 FOR PAD GROUNDING. Z. SEE STANDARD 4514 FOR GROUNDING TELCO CONDUCTOR IN PAD-MOUNTED EQUIPMENT. SERVICE GUIDE )\: Indicates Latest Revision Completely Revised New Page lnformatfon Removed _________ S_D_G_&E_· _EL_E_C_TR_f_C_S_T_A_N_D_A_R_D_S _______ __, ISSUE 199- 3421.4 SINGLE-PHASE TRANSFORMER/FUSE CABINET PAD DATE 1-1-91 APPD j/_G;/~ I I I . -I I I I I I I le I I I I I I I •• 1· 59 SCOPE: THIS STANDARD SHOWS "TYPICAL PLACEMENT OF UTILITIES WITHIN TRENCHES FOR DISTRIBUTION AND . -- SERVICE IN DEDICATED R/W (STREET) AND PRIVATE PROPERlY, ANO PROVIDES THE MINIMUM DEPTH AN . CLEARANCE THAT MUST BE MAINTAINED BE1WEEN VARIOUS UTILITIES OCCUPYING THE SAME TRENCH IN D. SAN DIEGO COUNlY. . PROPER'!Y SIDE PROPERTY SIDE ME !FIG 1 j PROPER'lY SIDE PROPER'TY SIDE PROPER1Y SIDE !FIG 41 !FIG ~ LOT LINE SIDE PROPERTY SIDE . S' SERVICE TRENCH !FIG 7! ON NOTES: PRIVATE PROPERlY IFIG aj SERYlC~JRENCH ~ PUBLIC PROPER1Y T SDG&E TELECOMMUNICATIONS -. ---DRAWINGS ARE NOT TO SCALE. -SPACE ALLOTMENTS (OTHER THAN FOREIGN UTILl1Y) ARE 1 /2 INCH LARGER ;,l!-iAN THE NOMINAL SIZE OF GAS MAIN, GAS SERVICE OR ELECTRIC CONDUIT. SEE INSTALLATION NOTE @ FOR FOREIGN UTlUlY SPACE ALLOTMENT. -lYPICAL TRENCH SECTIONS ARE DESIGNED FOR INSTALLATIONS WHERE EACH OCCUPANT IS UTILIZING HIS ENTIRE SPACE ALLOTMENT. SIZE OF SPACE ALLOTMENTS MAY BE REDUCED OR ADDITIONAL ALLOTMENTS MAY BE ADDED PROYlDING MINIMUM COVER AND CLEARANCES ARE MAINTAINED AS LISTED ON PAGE 3370.2. ONLY ONE FOREIGN UTILITY SPACE ALLOTMENT FOR TELCO AND/OR CATI/ IS ALLOWED PER TRENCH. WIDTH . AND DEPTH OF THE TRENCH MUST BE ADJUSTED ACCORDING TO SPACE ALLOTMENTS, MINIMUM CLEARANCES AND MINIMUM COVER. . -GAS PIPE REQUIRES A MINIMUM OF 12 INCHES RADIAL SEPARATION FROM ALL UTILITIES • SERVICE GUIDE :'-;.: Indicates Late1t Revision Completely Revised New Page Information Remo\led 3370.1 1---------S_D_G&:E_....;E;.;;;.LE~C_TR_....;IC_ST_AN_O_A_R_OS _______ ---,1 ISSUE 1994 UNDERGROUND DISTRIBUTION (UD) TRENCHES AND UTILllY POSITIONING -S.D. COUNlY DA TE 1..:.1-93 APPD jlii!. l1"fE FOLLOWING CHARTS SHOW THE MINIMUM COVER FOR EACH UTILllY, THE MINIMUM SEPARATION BETWEEN SPACE oTMENTS AND THE MAXIMUM SIZE FOR EACH SPACE ALLOTMENT. TO READ THE CHARTS, READ ACROSS AND ~WN UNTIL THE TWO JOIN IN A SQUARE, AND THAT IS THE DISTANCE REQUIRED BETWEEN THE TWO UTILJTlES. I EXAMPLE -VERTICAL HORIZONTAL S IO I --· ES GS t ~ I ES ELECTRIC SERVICE -© 12" uNDER VERTICAL, • ES'" & • ES'" JOIN AT@WHICH REFERS TO INSTALLATION NOTE@. I UNDER HORIZONTAL, • ES'" & • Gs-JOIN AT 12 INCHES WHICH WOULD BE THE DISTANCE REQUIRED FROM THE oUTER EDGE . OF THE ELECTRIC SERVICE (SPACE ALLOTMENT) TO THE OUTER EDGE OF GAS SERVICE (SPACE ALLOTMENT). I '; MAIN TRENCH, l]ERVICE TRENCH PUBLIC PROPER-rrj (MINIMUM SEPARATION FROM) -VERTICAL HORIZONTAL I GM p s ES SL ME L u GM p s ES SL ME L u * MIN. F'ACIUTY SPACE i GS GS COVER AW)i\,100 (w.x) I GAS MAIN (DXKXNXP ;Gt.! 12" 12" 12' 12" 12" 12· ® ® 3r:J' MIN 4 1/t'x4 1/2" 'GS GAS Sl="RVICECo'XGXu'Xv) --------42" MAX -(Jt(VXDX"° iP PRIMARY ELECTRIC (PXw1 12" © @: © © © -, 2" -© © © © © 12" -42" 5 1/2" xS 1/2" I ~ I © @: © © © © © © © © 5 1/2'"x5 1/'t' 1s I 12" -12" -12" 12" 3r:J' SECONDARY ELECTR I i ~ © @: © © © © © © © © I ES 12" -1 2" -12" 12" 3r:J' 5 1/2'"x5 1/'t' ELECTRIC SERVlC I (UV~ © @: © © © © © © © © 2 1 /2'" x2 1 /'t' I SL SOG&E STREET LIGHT p W 12" -12" -12" 12" 3r:J' 1S"x13 1/2"(2 DUCTS)** ~ 12" © @: © © © (£ ® -© © © © © --24• 1S"x21 1/2"l4 DUCTS)** ME ANO INC UOES MULTIPLE ELECTR SPACERS ANO CONCRETE I FOREIGN UllUTY ~ 12" © 12" 1t 12" ,t 12" ~•or 12" 24" 2 1/2"x2 1/2" L STREET UGHT -------less FOREIGN UllUTY ~ CB: 12· 1 2" 12" 12" ® 12" -® -12" 12" 12" 12" 24" 9" X 24" I u (mco, CATV) --V SDG&E @X1) 12" © @: © © © -12" -© © © © © 12" 12" 3r:J' 4 1/2'"x4 1/2" T TELECOMMUNICATIONS I * ALL MINIMUM COVER DEPTHS MEASURED FROM FlNAL GRADE. REDUCED DEPTHS IN NOTE ® ARE LESSER DEPTHS THAN WHAT IS SHOWN UNDER • MINIMUM COVER'°. * * CONTRACTORS MAY REDUCE THE SPACE ALLOTMENT DEPTH APPROX. 2" BY USING BASE SPACERS. SDG&E I TO USE SPACE ALLOTMENTS AS SHOWN. (BASE SPACERS ARE NOT USED BY SDG&E). [:] NOT ALLOWED. MEASUREMENTS FROM MULTIPLE ELECTRIC •ME" ARE FROM THE TOP OF' THE •ME" CONDUITS, NOT THE CONCRETE. I SERVICE TRENCH PRIVATE PROPERTY (MINIMUM SEPARATION FROM) VERTICAL HORIZONTAL GS ES ME u L GS ES ME u L ~~~i., t.-.i;IUIT i~'wi) I AU.On,fl"MT MAX GS GAS SERVICE~ 12" 12" 12" 12" 12" 12" 24" MIN 2 1/'t' x 2 1 /'t' ----42" MAX ES ELECTRIC SERVICE C~XJdXY,X..QX,QXf) 12" © © 12" 12" 12" © © 12" 12" 24• 5 1/'t' lC 5 1/'t' I ME MULTIPLE ELECTRIC 0!!JJ;J.J:) 12" © © ~ ~ -© © --24• WILL V>Rf DUE TO BOARD &ui:u.l"'ITY -s~ STD 33711 u f~~el8N gff} T (QX2XEXOO) -12" ~ -12" 12" 12" --12" 18" t/' X fl' L FO~EIGN UllUTY ~ 12" 12" ~ 12" -12" 12" -12" 1" or 18" 2 1/2'" x 2 1/'t' I ~ STREET LIGHT ... GAs sm. :: /l Indicate:, Latest Revfslon 1 j Completely Revised I New Page I I Information Removed I SERVICE CUI 7403,2 ISSUE 1994 SDG&E ELECTRIC STANQARDS I DATE 1-1-93 UNDERGROUND DISTRIBUTION (UD) TRENCHES 3370.2 APPojyJ)/~ AND UTILITY POSITIONING -S.D. COUNTY I "·-• -· . ·:,·'t:: .. I_ 4 i 'I' 1 -I , . :,·--· ' . s II INSTALLATION: A. AN EFFORT SHOULD BE MADE TO KEEP THE TRENCH DEPTH LESS THAN 60 INCHES. IF A PERSON IS REQUIRED TO ENTER A TRENCH 60 INCHES OR DEEPER, IT SHALL BE SHORED, BENCHED, OR SLOPED TO PREVENT MOVEMENT OF EARTH THAT MAY ENDANGER LIFE OR PROPERTY. THE TRENCH CONFlGURATION, UTILITY PosmoNING ANO ALL OTHER RELATED CONSTRUCTION MUST CONFORM TO THIS STANDARD ANO THE STATE OF CALIFORNIA PUBLIC UTILITIES COMMISSION GENERAL ORDERS 128 ANO 1120, AND ANY OTHER APPROPRIATE GOVERNMENTAL AGENCY HAVING JURISDICTION OVER CONSTRUCTION. NOTE: BENCHING THE TRENCH IS FOR SAFETY REASONS ONLY ANO NOT TO BE USED FOR INSTALLATION PURPOSES. ® THE TRENCH DEPTH IN THIS $TANOARD SHALL BE FOLLOWED FOR ALL NORMAL INSTALLATIONS. IN INSTALLATIONS WHERE THE TRENCH DEPTH CANNOT BE MET, G.O. 128 REQUIRES ONE OF THE FOLLOWING: (1) STEEL, OR (2) SCHEDULE 40 PVC OR SCHEDULE 80 PVC CONDUIT WITH A MINIMUM WALL THICKNESS OF 0.15 INCHES, OR (3) A 3 INCH LAYER OF CONCRETE (2 SACK 3/5' ROCK) ABOVE AND 2 INCHES ON EACH SIDE OF THE CONDUIT. REDUCED DEPTHS MUST BE APPROVED BY BOTH THE PROJECT MANAGEMENT SPECIALIST AND SDG&E INSPECTOR. © ® ELECTRIC PRIMARY, SECONDARY, SERVICE, AND STREET LIGHT ("DB" AND •EB") CABLES SHALL HAVE A MINIMUM 7-1/2 INCH SPACING BETWEEN CENTERS OF SPACE ALLOTMENTS (EXCEPT AS NOTED BELOW TO ACHIEVE CABLE AMPACmEs (THERMAL CONSIDERATIONS). UP TO FOUR ELECTRIC SPACE ALLOTMENTS, (NOT MULTIPLE ELECTRIC-ME OR SERVICE CONDUITS) ARE PERMITTED WITHOUT SEPARATION WHEN INSTALLED IN A HORIZONTAL CONFlGURATION. A MAXIMUM OF THREE OF THE FOUR MAY BE PRIMARY. IF MORE THAN FOUR ELECTRIC SPACE ALLOTMENTS ARE REQUIRED IN A TRENCH, 7-1/2 INCHES CENTERLINE TO CENTERLINE OF EACH CONDUIT MUST BE MAINTAINED BETWEEN SPACE ALLOTMENTS. EXCEPTION -SDG&E TELECOMMUNICATIONS SPACE ALLOTMENT IS PERMITTED NEXT TO THE FOUR PRIMARY OR SECONDARY SPACE ALLOTMENTS WITHOUT SEPARATION. BASE AND SHADING MATERIAL FOR GAS TRENCH ONLY: IMPORTED MATE:RIAL CONSISTING OF NATURAL SAND OR MANUFACTURED SAND, EXISTING NATNE MATERIAL, OR COMBINATIONS MAY BE USED FOR BASE AND SHADING MATERIAL PROVIDED IT COMPLIES WITH GAS STANDARD 7405 (C-35) AND IS OF A QUALITY THAT WILL COMPLY WITH COMPACTION REQUIREMENTS OF GOVERNMENTAL AGENCIES (PERMITTING AGENCIES). STANDARD 7405 (C-35) SPECIFlES THAT THE MATERIAL MUST HAVE A MIXTURE OF PARTICLE SIZES ALL SMALLER THAN 3/8 INCHES. EXISTING NATIVE MATERIAL AND IMPORTED . MATERIAL PROVIDED BY A DEVELOPER DOES NOT HAVE TO BE TESTED BY AN INDEPENDENT PROFESSIONAL TESTING FIRM IF, IN THE OPINION OF THE INSPECTOR, IT MEETS THE 7405 {C-35) SPECIFlCATION. BASE AND SHADING MATERIAL FOR ELECTRIC TRENCH ONLY: ELECTRIC SHADING MATERIAL (ESM) SPECIFICATION. ACCEPTABLE MATERIAL FOR (DB) DIRECT BURIED CONDUITS. NATURAL SAND, MANUFACTURED SAND, DECOMPOSED GRANITE, ROCK FREE SANDY LOAM, EXISTING NATNE MATERIAL OR COMBINATION THEREOF. AGGREGATE COMPOSmON SHALL BE CAPABLE OF PASSING THROUGH A 1 /2 INCH SIEVE. GRAVELS SHALL NOT AMOUNT TO MORE THAN so,; OF THE MIXTURE. SCREENING OR OTHER SUITABLE MEANS MAY BE REQUIRED AT THE DISCRETION OF THE SDG&E INSPECTOR TO MEET THIS (ESM) SHADING MATERIAL SPECIFICATION. NOT ACCEPTABLE ARE SOILS OF HIGHLY ORGANIC CONTENT IDENTIFIED BY ODOR OR SPONGY FEEL AND HIGHLY PLASTIC (SOGGY) CLAYS, SILTS OR METALLIC SLAG. BASE AND SHADING MATERIAL FOR JOINT GAS AND ELECTRIC TRENCH: WHEN BOTH GAS AND ELECTRIC ARE INSTALLED IN THE SAME TRENCH, THE BASE AND SHADING MATERIAL WHICH COMPLIES WITH GAS STANDARD 7405 (C-35) SHALL BE USED FOR THE GAS PIPE. ELECTRIC SHADING MATERIAL (ESM) · MAY BE USED FOR BASE & SHADING MATERIAL ON ELECTRIC CONDUIT. BACKFlLL MATERIAL FOR GAS AND/OR ELECTRIC: THE MATERIAL USED FOR BACKFILLING THE TRENCH ABOVE THE SHADING MATERIAL AND EXTENDING UPWARD TO THE,., SUBGRADE SHALL BE FREE OF ROCKS OR CLODS LARGER THAN 6 INCHES IN ANY DIMENSION. THE COARSE MATER,._ SHALL BE WELL DISTRIBUTED THROUGHOUT THE FINER MATERIAL. THE AMOUNT OF ROCKS OR CLODS SHALL BE LIMITED, IN THE OPINION OF THE INSPECTOR, TO ALLOW FOR BAR TESTING FOR GAS LEAKS. THE: BACKFILL · MATERIAL SHALL MEET THE REQUIREMENTS OF ALL APPLICABLE CODES, ORDINANCES AND SDG&:E STANDARDS ANDG_ASBE FREE OF DEBRIS AND ORGANIC MATTER. SLURRY, (1 SACK MIX) MAY BE USED FOR BACKFILL MATERIAL IF THE PIPE AND ELECTRIC CONDUIT ARE SHADED WITH A MINIMUM OF 6 INCHES OF COMPACTED SHADING MATERIAL THE SLURRY INSTALLATION SHALL MEET THE REQUIREMENTS OF GOVERNMENTAL AGENCIES AND SOG&:E STANDARDS. BASE INSTALLATION: . FOR GAS AND ELECTRIC, 3 INCHES OF" BASE MATERIAL IS REQUIRED ON THE BOTTOM OF THE TRENCH TO PREVENT DAMAGE FROM ROCKS, SAGS, OR POCKETS. SHADING INSTALLATION: A MINIMUM COVER OF 6 INCHES OF COMPACTED SHADING MATERIAL (6 INCHES AFTER COMPACTION) SHALL BE REQUIRED ABOVE THE GAS PIPE AND ELECTRIC CONDUIT. A MINIMUM COVER OF 12 INCHES OF-COMPACTED S~ING _.1. MATERIAL WILL BE REQUIRED, IF IN THE OPINION OF THE INSPECTOR, THERE IS AN EXCESSIVE AMOUNT OF RBEFORE · AND CLODS IN THE BACKFILL THE SHADING MATERIAL MUST BE INSTALLED AND COMPACTED AT EACH LEVEL -· INSTALLING THE NEXT UTILITY. THE SHADING MATERIAL MUST BE INSTALLED BEFORE THE TRENCH 15 BACKFILANLED0 1~:-~- PREVENT DAMAGE FROM ROCKS, CLODS ETC. GAS PIPE SHALL NEVER BE CONCRETE OR SLURRY ENCASED, . ., ·: HAVE THE PROPER BASE, SHADING, BACKFILL. AND COMPACTION. -·:t --SE1MCE CUIDE :-\. Indicates Latest Revision Completely Revised New Page Information Removed 3370.3 SDG&E ELECTRIC STANDARDS UNDERGROUND DISTRIBUTION (UD) TRENCHES AND UTILITY POSITIONING -S.D. COUNTY s1e. I ·-COMPACTION: . . EXTR""ME CARE SHAU. BE TAKEN TO ENSURE TiiAT SHADING MATERIAL IS ADEQUATELY COMPACTED BOTH UNDERNEATH ANO AROUND GAS I PIPE -AND FITTlNGS TO PREVENT EXCESSNE STRESS AND SHEARING FORCES. HANO TAMP AROUND FITTINGS WHERE MECHANICAL COMPACTION CANNOT BE USED. COMPACTING WITH A HYORAHAMMER OR SIMILAR EQUIPMENT SHALL NOT BE ALLOWED ON TRENCHES WHERE POL~ PIPE HAS BEEN INSTALLED. WHEN THE SHEEP'S FOOT METHOD OF COMPACTION IS USED, A MINIMUM OF 1 ~ OF COVER IS REQUIRED , BEFORE COMPACTING. WHEEL ROLLING WITH A HEAVY VEHICLE, COMBINED WITH ADEQUATE MECHANICAL COMPACTION IF NEEDED, IS ALL ; ~oR COMPACTING BACKFlLL MATERIAL PROV1DED A MIN!MUM oF 6 INCHES oF MECHANICALLY COMPACTED SHADE MATERIAL AND A MINIMUM I r 1 z"OF BACKFILL MATERIAL EXIST OYER THE GAS PIPE OR ELECTR!CAL CONDUIT. WHEN FLOODING OF THE TRENCH IS DONE TO g6NSOUDATE BACKFILL. CARE MUST BE TAKEN TO ENSURE TiiAT GAS PIPE OR ELECTRIC CONDUIT IS NOT FLOATED FROM ITS POSmON 'rr,E TRENCH. COMPACTION BY THE WATER JETTING METHOD IS NOT ALLOWED. Sf-lADING ANO BACKFILL SHALL BE COMPACTED IN , ~CORDA.~CE WITH GOVERNMENTAL AGENClES (PERMITTING AGENCIES) AND SHALL HAVE MINIMUM OF 90 PERCE}ff RELATNE COMPACTIQN. 1 . m BASE, SHADING, AND BACKFILL MATERIAL MUST BE APPROVED BY AN SDG&:E INSPECTOR. -~-· I !~ FOREIGN UT:i.JTIES MUST NOT BE LOCATED UNDER ANY SDG&:E FACILffiES St.:CH AS SPL!CE BOXES, TRANSFORMER PADS, ETC. !@ MINIMUM TRENCH WIDTH GAS ELECT. MAJN TRENCH ELECT. SERVICE TRENCH UTILITY SINGLE GAS -SERV1CE SINGLE GAS SINGLE GAS ELECTRIC JOINT LITIUTIES MULTiP'..E ELECTRIC · SINGLE ELECT. SINGLE ELECTRIC &: FOREIGN UTILJTIES (EXCLUDING GAS) SINGLE ELECTRIC SJNGLE ELECTRIC &: FOREIGN UTILITIES EXCLUDING GAS) JOINT UilLIT!ES MULTIPLE ELECTRIC SIZE 1 INCH ANO LESS 2 INCH .3 INCH -4 INCH POLY ALL SIZES ALL PERMITTED SIZES SPACERS AND CONCRETE ENCASED 2 INCH CONDUIT 2 INCH CONDUIT LARGER THAN 2 INCH LARGER TiiAN 2 INCH ALL PERMITTED SIZES SPACERS ANO CONCRETE ENCASED MINIMUM WIDTH 6 INCHES 12 INCHES 18 INCHES 12 INCHES 18 INCHES 18 INCHES 6 INCHES 6 INCHES 12 INCHES · 12 INCHES 18 INCHES 18 INCHES ! I I I I I ' I I I I F_OR A GAS OR ELECTRIC SERV1CE, IF ANY OBSTRUCTION IS ENCOUNTE.~ED (WATER PIPES, ETC.), A 2 FOOT WIDE X .3 FOOT LONG HOLE• I MAY .BE REQUIRED FOR WORKING ROOM IN 11-tE AREA OF THE OBSTRUCTION. THIS IS TO BE DITERMINEO BY AN SOG&E INSPECTOR. • "THE FOREIGN UTIUTY (U) SPACE ALLOTMENT MUST BE A MINIMUM OF 6 fNCHES BELOW THE GAS MAIN AND 12 INCH RAJJ:Al SEPARATION i • FROM ALL OTHER LiTILmES MUST BE MAINTAlNED (SEE FlGURES 1 AND 5). IF (U) SPACE ALLOTMENT EXCEEDS A 9 INCH HORIZONTAL ! ·: MEASUREMENT, IT MUST BE PLACED DIRECTI.Y ABOVE THE ELECTRIC SPACE ALLOTMENTS AND SHALL NOT EXTEND PAST THE OUTER SIDES ' 0: Of ELECTRIC SPACE AlLOThlENTS (FOR INSTAU.ATlON PURPOSES, BENCHING THE TRENCH IS NOT AU.OWED), SEE FIGURES 2, .3, & 4-. IF (U) . ,.: SPACE ALLOTMENT IS 9" X 9• OR SMALLER IT IS ALLOWED AT THE SA.\lE L=.-V::L AS THE ELECTRIC (SEE FIGURE 6). THE SEPARATION -S.:s FROM (U) ANO MULTIPLE ELECTRIC (ME) MAY BE REDUCED TO 9 INCHES DUE TO THE CONCRETE ENCASEMENT OR 6 INCHES WHEN (U) IS -~•• ~ X ~ OR SMALLER (SEE FlGURES 1, 2, AND .3). ,(D_r · AU. EB c0Nou1T, REGARDLEss oF THE sIzE. sHALL BE coNcRETE EN~m w1TH cEMENT sLuRRY. DB coNDUIT MAY ALso BE coNcRETE I . OR SLURRY ENCASED IF INCLUDED IN THE MULTIPLE ELECTRIC PACKAGE. IN A MAlN TRENCH, ALL EB CONDUIT, REGARDLESS OF THE · . ' SIZE. SHALL BE CONCRETE ENCASED (2 SACK .3/F!' ROCK). IN A SERVlCE TRENCH, ALL ES CONDUIT SHALL BE ENCASED WITH CEMENT . ; ;:;, ~~';:~ ~;;;;~;;j; ;:;:;~;•(~:;,;;;;~;;;;:~~;:;:;;~ i~~;:;~~5'DE • "" J MiNlt,M,I SEPARATION MAlN TRENCH r UTILITY ;-m.co MULTIPLE CONCRETE DUCT (CONDEX), TRANSITE, WATER, SEWER, :~ ~ OIL. DIESEL, PROPANE GAS, SPRINKLER, DRAIN, LEACH LINES • ,.,,. ~~. TELCO,. VIDEO, AUDIO, SECURITY WIRES, FIRE ALARM, ETC., STT:EL .~ ~ """N LARGER THAN 'Z' := SE:WE:R, EXISTING GAS OR ELECTRIC, STORM DRAJNS, STEAM, ~N::~;,J;=LER PIPE LARGER THAN 4•, PRIVATE TEL.CO AND LESS DIESEL HORIZONTAL SEPARATION NOT PERMIT.rED IN JOINT TRENCH WITH GAS AND/OR ELECTRIC * 5 FEET WITH .3 FEET OF UNDISTURBED SOIL S' FROM MAIN TRENCH FOR EACH 1' DEPTH OF MAIN TRENCH .3 FEET PROV10ED DEPTH OF PIPE DOES NOT * EXCEED DEPTH OF GAS OR ELECTRIC FROM GAS 15 FEET, FROM ELECT. 5 FEET WITH 3 FEIT OF UNDISTURBED SOIL )( Indicates Latest Revision Completely Revised New Page Information Removed SERV1CE SDG&E ELECTRIC STANDARDS UNDERGROUND DISTRIBUTION (UD) TRENCHES ANO UTILITY POSITIONING -S.D. COUNTY . 3370.4 ~ ·~ I. le I s 13 .I -~ IN CONSIDERATION FOR THE SAFE.1Y OF THE GENERAL PUBUC, PERSONS ENGAGED IN CONSTRUCTION, PROPERTY AND FOR THE OPERATION AND MAINTENANCE OF SDG&E SYSTEM, PROPANE GAS UNES ARE NOT PERMiTTED !N A JO!NT TRENCH WITH SDG&E F"ACIUTIES. * IF FIELD CONDITIONS WILL NOT PERMIT ANY OF THESE SEPARATIONS, THEN APPROVAL OF REDUCED SEPARATIONS MUST COME FROM BOTH THE CUSTOMER PROJECT PLANNER AND SDG&E INSPECTOR. ON FIELD CONDITIONS THAT WILL NOT PERMIT STANDARD PARALLEL SEPARATIONS, A 12 INCH MINIMUM SEPARATION IS REQUIRED. PROPANE GAS SHALL N..WAYS HAVE A 5 FOOT.SEPARATION. UTILITY ALL WET UTILITIES, TELCO, iV, GAS, ELECT. FUEL OfL, GASOUNE, DIESEL ARC-WELDABLE PIP_EUNES Y AND LARGER STEAM (SEE NOTE) VERTICAL (CROSSING) SEPARATION MIN. 6 INCHES f"ROM GAS, 12 INCHES f"ROM ELECT. 6 INCHES 18 INCHES FROM GAS, POLY PIPE 5 FEET FROM ELECT., 5 FEET NOTE: PLACE INSULATING BARRIER BETWEEN STEAM MAIN _AND POLYETHYLENE PIPE AND/OR ELECTRIC. MINIMUM SEPARATION SERVICE TRENCH IN A SERVICE TRENCH, WATER, SEWER, PROPANE GAS, SPRINKLER, DRAIN, LEACH LINES, PRIVATE TELCO, VIDEO, AU:)IO SECURITY WIRES, FlRE ALARM ETC., ARE NOT PERMITTED IN THE SAME TRENCH WITH GAS OR ELECTRiC. WHEN i.l--1='.SE' --- FAC!UTIES PARALLEL GAS OR ELECTRIC, i 2 INCHES SEPARATION BETWEEN SEPARATE TRENCHES SHALL BE MAINTAiNEO BE'lVIEEN THE UTILITIES WITH AT LEAST 12 INCHES Or UNDISTURBED NATIVE SOIL BETWEEN TRENCHES. PROPANE ·• ~ SHAU. Af.WAYS _HAVE A SJOOT SEPARATION. WHEN CROSSING, A 6 INCH VERTICAL SEPARATION IS REQUIRED. FUEL OIL , GASOLINE, AND DIESEL L!NES MUST MAINTAIN A 15 FOOT SEPARATION FROM GAS Pl?ELINES AND A FIVE FOOT SEPARATION WITH THREE f"EET OF UNDISTURBED SOIL SEPARATION FROM ELECTRIC CONDUITS. IF FIELD CONDITIONS WILL NOT PERMIT THESE SEPARATIONS, THEN APPROVAL OF REDUCED SEPARATIONS MUST COME FROM BOTH THE CUSTOMER PROJECT PLANNER AND SDG&E INSPECTOR. WHEN FIELD CONDITIONS WILL NOT. PERMIT STANDARD PARALLEL SEPARATIONS, A 12 INCH MINIMUM SEPARATION IS REQUIRED. PROPANE GAS_ SHALL ALWAYS HAVE A 5 FOOT SEPARATtON. WHEN THERE IS NO SDG&E GAS IN THE SERVICE TRENCH, A SINGLE NATURAL GAS LINE MAY BE INSTALLED IN THE TRENCH PROVIDED A 12 INCH RADIAL SEPARATION IS MAINTAINED. (THIS IS FOR AN INDiViDUAL HOME ON A CASE BY CASE BASIS, NOT A GROUP OF HOMES). . @ THE GAS MAIN SHALL BE THE LAST INSTALLED, SHALL BE ON THE PROPERTY SIDE OF THE TRENCH, AND SH.A.LL HAVE A MINIMUM Of" 6 INCH PAD (AFTER COMPACTION) OF SHADING MATERIAL THE WIDTH OF THE TRENCH ABOVE ANY FOREIGN UTIL!TY. ANY CROSSING INVOLVING GAS SHALL MAINTAIN A MINIMUM VERTICAL SEPARATION OF 6 INCHES. A GAS SERVICE INSTALLED IN A MAIN TRENCH OR A SERVICE TRENCH ON PUBLIC PROP-ERTY SHALL REQUIRE THE SAME COVER AND CLEARANCES AS A GAS MAIN. A GAS SERVICE IN A TRENCH ON PRIVATE PROPER1Y MAY BE INSTALLED ON THE SAME LEVEL AS FOREIGN UTILITY OR ELECTRIC, BUT SHALL NOT BE DEEPER THAN. THE ELECTRIC SERVICE. SDG&E INSPECTOR IS TO DETERMINE AT WHICH LEVEL THE GAS SERVICE IS INSTALLED ON PRIVATE PROPERTY. SDG&E INSTALLED STREET LIGHT CIRCUITS, WHEN INSTALLED ALONE IN A TRENCH, SHALL BE AT A MINIMUM DEPTH OF 24 INCHES EVERYWHERE EXCEPT ON PRIVATE PROPER1Y, WHERE THE MINIMUM MAY BE 18 INCHES BELOW FINAL GRADE. . @ TrlE ELECTRIC PRIMARY WILL BE ON THE STREET SIDE OF THE TRENCH. THE SDG&E STREET LIGHT CIRCUITS - WILL BE ON THE PROPERTY SIDE OF' THE TRENCH WHENEVER POSSIBLE. FOREIGN UTILITY STREET LIGHTS (N~~• 1 SERIES) SHALL BE ON THE PROPERTY SIDE OF THE TRENCH AT THE SAME LEVEL AS SDG&E CONDUITS AND ' - MAINTAIN A 12 INCH RADIAL SEPARATION AND SHALL NOT BE INSTALLED IN SDG&E CONCRETE ENCASEMENT BUT MAY BE PLACED DIRECTLY ABOVE THE ENCASEMENT. ALL UTILITIES SHALL MAINTAIN A 6 INCH SEPARATIONE WHEN CROSSING ALL SDG&E ELECTRIC. FOR SEPARATION ON THE SERVICE TRENCH, SEE CHART ON PAG 7403.2 (3370.2). -· -...SERVlCE GUIDE 3370.5 :-X·-Indicates Latest Revision Completely Revised New Page Information Removed SDG&E ELECTRIC STANDARDS ISSUE 1--------------=::-=...::=-=::.......:=-=:.::.....:.~=-------=:....:..:....::...:..:::..:....::..:=..::=------------i UNDERGROUND DISTRIBUTION (UD) TRENCHES AND UTILITY POSITIONING -S.D. COUNTY I I I I I t l 514 FROM GAS PIPE TO ANY FOREIGN SUBSTRUCTURE (VAULTS, HANDHOLES, ETC.) .----~:· ''"·.::c•~ . GAS LINES MUST NOT BE LOCATED UNDER ANY STRUCTURE, SUCH AS BUILDINGS, CARPORTS, PATIOS, ;,·> ·.31 BREEZEWAYS, EQUIPMENT PADS. AND fACIUTIES SUCH AS SPUCE BOXES F'OR ELECTRIC, CATV, TELCO, ETC. ·'•~------ ~ . IF AN AGENCY OR UTILITY SUCH AS THE U.S. GOVERNMENT, SAN DIEGO UNIFlED PORT DISTRICT, TELCO, CATV, ETC . ..,_:,_~ EQUIRE CONCRETE ENCASEMENT, CONCRETE MAY BE SUBSTITUTED FOR THE BACKFILL BASE & SHADING SHALL :E PER SDG&E STANDARDS. ON SOG&E CONDUITS, EITHER DIRECT BURIED OR CONCRETE ENCASED, A MINIMUM 6 INCH COMPACTED SHADING MATERIAL SHALL BE INSTALLED OVER THE UPPERMOST DB CONDUITS BEF'ORE THE CONCRETE BACKFILL IS INSTALLED. ALL OTHER INSTALLATIONS SHALL PRO\/lDE THE REQUIRED MATERIALS AS SPECIFIED IN THIS STANDARD AND STANDARDS 3365 & 3376. NOTE: THE GAS MAIN, GAS SERVICE SHALL NEVER BE CONCRETE OR SLURRY ENCASED AND SHALL HAVE THE PROPER BASE, SHADING, BACKFILL, AND COMPACTION • . ,. ~ •'. . MINIMUM SEPARATION OF /WY FOREIGN UTIUTY INC~UDING ,WATER .~Jl>,~S. _S~ER ETC., FROM SDG&E •'!'' -· SUBSTRUCTURES SHALL BE 1 2 INCHES. PROPANE· GAS SHALL BE ,5 FEET;; FOR UTILITY LOCATIONS IN LOCAL AND COLLECTOR STREETS. ::-SEE STANDARD PAGE 3364.2 FOR UTILITY LOCATIONS IN MAJOR STREETS PRIME ARTERIALS AND EXPRESSWAYS. SEE STANDARD PAGE 3364.3 FOR JOINT TRENCH "TYPICAL LOCATION FOR UNDERGROUND CONVERSIONS. SEE STANDARD PAGE 3365 FOR IMPORTED OR NATIVE BACKFILL MATERIAL SEE STANDARD PAGE 3365 FOR SLURRY BACKFILL MATERIAL -~ I I I I w;:-:\~NCRETE oR coNcRETE sLuRRY ENCASEMENT oF ELECTR:c coNDu1rs SHALL BE 1N ACCORDANCE w1TH STANDARD • I •. ~ 3376. W , SEE STANDARD PAGE 3376, 3421, 3425, 3426, AND 3427 FOR CONDUIT CONFIGURATIONS ALLOWED ... IN THE SERVICE TRENCH . • ~ SEE STANDARD 4620 TELECOMMUNICATIONS INSTALLATION. ~~ JRENCiilKG\ANo ·sHORtNG auESTtONs,. SEE soG&E TRENCHING AND ~HOR!NO M>.,NUAL :~-Indicates Latest Revision Completely Revised New Page Information Removed SER\IICE G SDG&E ELECTRIC STANDARDS UNDERGROUND DISTRIBUTION (UD) TRENCHES 3370.6 I I I I I I I I AND UTILl1Y POSITIONING -S.D. COUN1Y ~-:--__________ _L__ _ __J, I •• I I I PACIFIC BELL I UNDERGROUND SPECIFICATIONS I I I le I I I I I I I •• I 5/1/95 eACIFIC ■ELL• NEVALA 8£L.1.-T..._ C-- Pl GA 150117/861 I .... _.1f'1c s-•and N-daEB~H. -~BcomlTmonA~~~~~~~~uln~~~~R. s AND ASSOCIATED REGULATIONS .-.... .,, vu ,.,, • -.,. .....,......,... -,...,. , ...... ·~-(d) ContractOl'I acting m good faith may rely on wrmen ~Mntatlons by \heir t-rA in work as conI111ctor1 fo, va,ious departments and agencies of the United aubcontrae10<"S ~rding their status as either I small buaines.s concern or I small S.Government. Also. cenain facilities m.ay be constructed p.irsuant to tedilrally business concern owned and controlled by socially and tconomiellly disadvan-E. ted construction prog,ams. Beuuse of the fon,going. wort under this contract taged individuals. . be subject to the provisions of certain Executi\19 Orders, fedetlll laws ind Small Busim,ss ind Small Disadvantaged Busil'l6SS Subcontracting Plan iated regulations. To the extent that such becutive Orders. fedetlll laws and Contractor, unless it is I small business concern, as defined in section 3 of the HSOCiated regulations apply 10 the wor1t under this cont111ct, and only to that extent, Small Business Act. agrHs to adopt and comply with I small business and small Contracto, agrees to comply with the provisions of all such Executive On:ler,, federal disadvantaged business subcontracting plan, which shall be included in and made 6 and associated regulation_,. •.s now in force or as may be amended in the future, a part of this contract. The parties incorporate herein by this reference the ud,ng, but not limited to the following: regulations and contract clauses required by 48 C.F.A., Ch. 1,119.704(4) and OUAL EMPLOYMENT OPPORTUNITY PROVISIONS 19.708(b) to be made a part of Govemment contracts and subcontracts. In accordance with Executive Order 11246, dated September 24, 1965, and 41 I. WOMEN-OWNED SMALL BUSINESSES C.FR.§60-1.4, the parties incorporate herein by this reference the regulations and As prescribed in 48 C FR., Ch. 1. 519.902, the following clause is included in l ontract clauses re. quired by. those pr011isions to be made a part ol nonexempt solicitations and contrae1s when the contract amount is expected to be over the ontracts and sutx:ontracts small purchase threshold, unless (a) the contract is to be performed entirely outside . CERTIFICATION OF NONSEGREGATED FACILITIES the United States. its possessions, Puerto Rico, and the Trust Territory of the Pacifte In accordance with Executrve Order 11246, dated September 24, 1965, and 41 Islands, or (b) a personal services contract is contemplated: C.F.R.§60-1 8, Contractor cert:t,es that it does not and will nol maintain or provide (a) "Women-owned small businesses," as used 1n this clause. means businesses ( its employees any facilities_ segregated on the basis of race, color. religion. sex. that are at least 51 percent owned by women who are United States citizens and national origin at any of its estatll1shments, and that it does not and will not permit who also control and operate the business. employees to perform thetr services at any location, under its control, where "Control," as used in this clause means exercising the power to make pohcy ch segregated facilities are mainta,ned. The term .. facilities" as used herein decisions. means wa,ting rooms, work areas. restaurants and other eating areas, lime clocks, "Operate," as used in the clause, means being actively involved in the day-to-day restrooms. wash rooms, locker rooms and other storage or dressing areas, parking management of the business. . I s, drinking fountains. recreation or entertainment areas, transportation, and (b} his the policy of the United States that women-owned small businesses shall using facil111e~ prov,ded for employees. pr011ided that separate or single-user have the maximum practicable opportunity to participate in performing contracts o let and necessary changing facilities shall be provided to assure privacy between awarded by any Federal agency. the sexes. Contractor will obtain similar certifications from proposed subcontractors (c) The Contractor agrees to use its best efforts to give women-owned small lrior to the award ol any nonexernp1 subcontract businesses the ma,.imum practicable opportunity to participate 1n the subcontracts . CERTIFICATION OF AFFIRMATIVE ACTION PROGRAM it awards to the fullest extent consistent with the ett1c,ent performance of its Contractor certifies that it has develope_ d and is maintaining an Affirmative Action contract. Ian as required by 41 C.FR §60-1 40 I. LABOR SURPLUS ARO CONCERNS. 4. CERTIFICATION OF FILING As prescribed in 48 C F.R., Ch. 1,52().302(aXb), the following clauses are Contractor cert,I,es that 11 will lile annually. on or before the 31S1 day of March, included: l omplete and accurate repor!s on Standard Form 100 (EE0-1) or such forms u (&) Applicability This clause is applieable if this contract exceeds the appropriate 8) be promulgated in its place as required by 41 C.F.R §60-1.7. small purchase hm1tahon ,n Part 13 of the Federal Acqu1s1t1on Regulation . • AFFIRMATIVE ACTION FOR DISABLED VETERANS AND VETERANS OF (b) Policy. It is the policy of the Government to award contracts to concerns tl'la' THE VIETNAM ERA agree to perform substantially in labor surplus areas (LSA's) when this can be don,; In accordance with Executive Order 11701. dated January 24, 1973, and 41 consistent with the efficient performance of the contract and at prices no h,ghe, 1 ... 250 20. the parties incorporate herein by this reference the regulations than are obtainable elsewhere. The Contractor agrees to use its best efforts tc 1rae1 clauses required by those provisions to be made a part of Government place subcontracts in accordance with th,s policy. o s and subcontracts. (c) Order of Preference. In complying wilh paragraph (b} above and witt, fi. AFFIRMATIVE ACTION FOR HANDICAPPED PERSONS paragraph (c) of the clause of this contrae1 entitled Utihzahon of Small Busines~ In accordance with Executive 01de1 1 t7S8, dated January 15, 1974, and 41 Concerns and Small Disadvantaged Business Concerns. the Contractor shal I .F.A §60-741.20, the parties ,ncorporate herein by this reference the regulations observe the following order of preference in awarding subcontracts: (t) smal nd contract clauses required by those provisions to be made a part of Government business concerns that are LSA concerns. (2) other small business concerns, anc ontracls and subcontracts. (3) other LSA concerns. 7. UTILIZATION OF SMALL BUSINESS CONCERNS AND SMALL DISADVAN• (d) Oelin1tions "Labor surplus area," as used in this clause. means a geographi TAGED BUSINESS CONCERNS cal area idenhhed by the Department of Labor in accordance with 20 C.F.R§654 f.48 C.F.R., Ch. 1, §19.704{4) and 19 708(a) require that.the following clause is Subpart A, as an area ol concentrated unemployment or underemployment or ar luded: area of labor surplus. Ut,lizat,on of Small Business Concerns and Small Disadvantaged Susin6SS .. Labor surplus area concern," as used 1n !his clause, means a concern tna· Concerns (June, 198S) together with its first-tier subcontractors will perform subs:ant,ally 1n labor surplus (a) It ,s the policy of the United St~tes that small business concerns and small areas. Performance tS substantially in tabor surplus areas if the costs incurred Esiness concerns owned and controlled by socially and economically disadvan-under !he contract on account of manufacturing. production. or performance o! ged ind•v1di..als shall have the maximum practicable opportunity to participate in appropriate services in labor surplus areas exceed SO percent of the contract price rform1ng contracts let by any Federal agency. including contrae1s and subcon-Labor Surplus Area Subcontracting Program tracts for subsystems, assemblies, components. and related services for major (a) See the Utilization ot Labor Surplus Area Concerns clause of this contract for systems. It is fun.her the policy of the United States that its prime contractors applkable definitions. E!ablish procedures to ensure the time_ly payment of amounts due pursuant to the_ (b) The Contractor agrees to establish and conduct a program to encourage labor rms of the,r subcontracts with small business concerns and small business surplus area (LSA) concerns to compete for subcontracts within their capabt1111e: ncerns owned and controlled by soc1aHy and &eonomically disadvantaged ind,-when the subcontracts are consistent with the elfieient performance of the contrac viduals. at prices no higher than obtainable elsewhere. The Contractor shall - (b) The Contractor hereby agrees to carry out this policy in lhe awarding of (1) Designate a liaison ott,cer who will (i) maintain liaison with authorize, Ebcontracts to the fullest extent constSlent wrth efficient contract performance. representatives of the Government on LSA matters. (ii) supervise compl,ance w,:: he Contrae1or further agrees 10 cooperate in any studies or surveys as may be the Uttl,zation of Labor Surplus Area Concerns clause. and (iii) admin,ster th, nducted by the United States Small Business Administration or the awarding Contractor's labor surplus area subcontracting program; agency of the United States as may be necessary 10 determine the extent of lhe (2) Provide adequate and timely consideration of the potentialities of LS.. Contractor's compliance with this clause. concerns in all ma~r-buy decisions; (c) As used in this contract, the term "small business concern" shall mean 1 (3) Ensure thal LSA concerns have an equitable opportunity to compete le all business as defined pursuant to section 3 of the Small Business Act and subcontracts, particular'y by arranging solic,tations. time for the preparation c levant regulations promulgated pursuant thereto. The term .. ,mall business offers, quantities, specifcations. and delivery schedules so as to facilitate th concern owned and controlled by socially and economically disadvantaged individ-participation of LSA concerns, u&ls" shall mean a small business concern. (4) Include the Utilization of Labor Surplus Area Concems clause in subcor (1) Which is al least 51 percent owned by one or more socially and eeonomi-tracts that offer substantial LSA subcontracting opportunities; and lly disadvantaged individuals; or, in the case of any publicly owned business, at (5) Maintain records showing (i} the procedures adopted and (ii) the Contrac • ast 51 percentum of the stock of which i1 owned by one or more socially and tor's performance. to comply w,th this clause. The records wift be kept ava,table le mically disadvantaged individuals; and revi-by the Government until the expiration of 1 year alter the award ol th, Whose management and daily buSiness operations are controlled by one or contract. or tor such tonger period as may be required by any other clause of th, bf such individuals. contract or by applicable law or regulatiOns. Contractot shall presume that socially and economically disadvantaged (c) The Contractor further agrees to insert in any related subcontrlel that ma uals include Black Americans, Hispanic Americans. Native Americans. exceed SS00.000 and that conta,ns the Utilization of Labor Surplus Area Concern Aaian-Pac,fic Amerieans, Asian-Indian Americans and other minorities, or any other clause. terms that conform substantially to the language of this clause. 1nclud1n individual tound to be disadvantaged by the Administration pursuant to &ection 8(1) this paragraph (c). and to notify the Contracting Officer ot tne names of subcontrac r the Small Business Act tors. GENERAl sPECIFICATION<; V£RIFY THt LOCATION Of TELlrHONE COMPANY SUI- STRUCTURES 91:FORE EXCAVATION, 1-.00.CU-4133, ·ll llHPONSIILI FOR ALL TIUNCMING ANO ,11ov10E COf'jOUIT 1111 ntOSE PQIITIONS OF THE TllENQC, 10TH COMMON ANO SUAIIATE. AS IPECIFIID IY TH£ TELEPHONE COMPANY ENGINHII. It HSl'CINSIIL£ FOIi THE r\.ACtMENT o, C:O,,,OUIT ACCORDING TO TtL£PHON£ COMl"ANY SPECIFICATONS ANO UNOEII THE INSPECTION 0, A ffLUHONE co»P..:.HY TRENCM INSPECTOR. CO,IES OF SIECIFI- CATIONS ARE AVAIi.AiLE FROM ENGINEER UPON REQUEST. PACIFIC TELll'MONE WILL OCCUl'Y THE to, POSITION IN ALL TRENCHES. UNDER NO CIRCUMSTANCES WILL OTHER UTU.ITIES 1£ ALLOWED AIIOVE THE TELEPHONE COMPANY POSITION. TMERE WILL IE NO ~ANGE IN DESIGN WITHOUT TME CONCUIIIIENCl o, THE TILiPHONE COMPANY TRENCH INSPECTOR AND ENGINEf.11. CONTACT PACIFIC TELEl'liONE TRENCH COORCINATOll 171"-__ ._ I TWO WEE-:S PRIOR TO CONSTRVC'TIQN TO ESTADLISH A~,t1;-c0N5TIIUCT10N MEETING DATE. I!!!!!:!!: t. A&.L TRENCH. BACKFILL MATERIAL CCI.ASS 81 AND COl.'P.ACTlON TO IE IN ..-CC:ORDANCE WITH MUNICIPAUCOUNTY S."ECIFICA- TICINS. 2. IIIINIINM ltAOIAL CLEARANCE TO IE 12 INCHES FROM ALL TRENCH OCCUPANTS EXC:El"T C:AT.V~ PER C.,.U.C. GEN1aRAL ORl>E111& 1. IIINIIIUII COVER TO IE AS SPECIFIED IN TRENCH DETAIL CONDUIT: t. CQIICDUIT MATERIAL TO IE T'Yl'E l'TS 16 FOIi T ANO "5 T1 FOR4": 2. IN$Ul1l THAT ALL OUCTS ARE CLEAR ANO .» "PoL Y"ROl'YL• EN£ fULL LINES ARE IN f'I.ACL I. IIENDI. SWEEPS OR GRADE CHANGES HAVING A RADII OF • FEET OR L£SS OR A GRADE CHANGE OF 20 PERCENT nu DE• GIIEESJ Olt IIORE MUST IE EIIICASED USING SEPARATIONS IN IICCOIIOANC:E WITH 8ELL SYSTEM 51'1:CIFICATIONS -MATlRIAL 2" SAC1C. 1' AGCREGATE TYPE I CEMENT. 4. UCN SEC'TlON TO 9E UMITEO TO '!WO ICI DEGREE FACTORY •ENDS ANO NO 1110111£ TMAN TINO 90 DEGREE SWEEPS OF NOT LESI TMAN 2S FEET IIAOIUS ANO EXCEPTIONS MUS1' IE 111'• Pl'OV£D ay TRENCH INSl'ECTOA. lkSPECTION: I. PACIFIC TELEl'HONE SHALL l'AOV10£ Sl'ECIFtCATONS ANO IN- sPEC1'10f( FOR CONSTRUCTION. 2. CCOIIDINATE WORK WITH PACIFIC TELEPHONE'S TIIENCH INSl'Ec:;. TOR ANO DIRECT ALL COIIISTRUCTION RELATED OUESTIONS TO fflE T£LEf'HONE COMPANY TAENOI lfocSPECTOR H•---- TRENCH TO BE INSPECTED ANO ACCEPTED IY TELet. l'RIOR TO IACltFILL .IOINT TREt,i1,;H DETAIL T •· ........... p;::°"'➔ PZI -I IC'"P.D: trl'.P. @ U-IAIIID .l.. -L DEVELOPER 10: @~© ~!Gt:IIO \ r © ftl.DIIMI \/"' 0~ '-\:!.I CIIIIDUIT , ... _ ©w QI"<------~·"' r::-, ILICTa1c r \,!JNIIIAaY © rucra1c RCOIIDAa\ T 1r1AND J_ :lOf'ER TO: TIAHDLU£ I • MAINTAIN MINIMUM COVER Of 24• IN f'UILIC DOIIIAIN, tr ON PIIIVATE PROPERTY • MAINTAIN MINIMUM 12"' FROM ALL TAEHCH OCCUl'AHTS EXCEPT c.A.T.V. PER CAI.IFORNIA l'UIUC UTILITY CD,I. MISSION GENERAL OROER 1ZI IN"TAIN MINIMUM COYER OF 2C-IN l'Uel.lC DOMAIN, PRIVATE l'ROl'EIITY ~ • TRENCH IACl:Flll MATtAtAL TO IE Cl.ASS A •ACTION TO 1£ 11'1 ACCORDANCE WITH M , INTY Sl'ECIFICATIONS • ALL TIIENCH IIACKFILL MATERIAL TO IE Ct.ASST AND cor.t,ACTION TO IE IN ACCORDANCE WITH MUNICIPAU COUNTY SPECIFICATIONS. :NCH TO IE INSPECTED ANO ACCEPTED IY TELEPHC •&JIY TRENClt INSPECTOR PRIOR TO BACXFIL~ • TRENCH TO IE INSf'.ECTED AND ACCEPTED IY TELEl'HON£ COMPANY TRENCH INSPECTOR l'RIOR TO IACKFILL. CALL IIFY THE LOCATION OF TELEPHONE C:OMP...& UCT\JRES IEFOR£ EXCAVATION 11-100-422--113:31 • VERIFY THE LOCATION OF TELEPHONE r:1:>MPAHY IU8- STRUCNRES IEFORE EXCAVATION CI-IDIMD-'lXII PACIFIC BELL STANDARD UNDERGROUND SERVING ARRANGEMENT FOR RESIDENTIAL 8U11.DINGS NOTES; (1 10 , LIVING UNITS) BNllOOW OR EQUIVALENT _____ .... ____ _, -- 1 i 'i ,.,. , ., /; I ; I I , I I' ! ! I ., ' '/ t~· Feoaoa:ion ~Condwn (lincftMA......,.1.0.j 1. If TIit 1illpllane Conduit Enters The Sime Say As The Power Cond:iil (Ouhecl Conduit In Ottlil Abow) S-i,s Must Be P'.aced By The OMooer 1"10 The Teltphor,e Clblnel. Condutt SWffl)S Mull Be OI Adequate Rat/1111 To NIIIIIForWn~ 2. The o...klpe, Shall Placi A 112 GIIIUlld Wq From The Telephone 5"ice Clllillt! To The Prope,GIDunding Mediu11: AlldAa:els To Thr Ground Medi.Im MUii 81 Plmiantnlly Ac:cessiblf. ATTACHMENT 'A 1 I I I el I I I I I I I •• I I •• I I I I I I I le I I. I I I I I •• I GENERAL SPECIFICATIONS P3 DEVELOPER SHALL: 1-Verify the location of telephone and all utility substructures prior to excavation (l-800-422-4133). 2. Be responsible for all trenching, and provide conduit in those portions of the trench, both common and separate, as specified by the Pacific Bell Engineer and must provide "As Built" drawings with footages to the Engineer upon completion of ~ conduit placement. 3. Be responsible for the placement of conduit according to Pacific Bell specifications and under the inspection of a Pacific Bell Trench Coordinator. Copies of specifications are · available from the Engineer upon request. 4. Insure there will be no change in design without the concurrence of the Pacific Bell Trench Coordinator and Engineer. 5. Contact your Pacific Bell Trench Coordinator ___ days prior to construction to establish a pre-construction meeting date. 6. Provide supervision over and coordination between the various contractors· working within the project in or~er to prevent damage to Pacific Bell facilities. Developer is responsible for the cost of repairs, replacement, or relocation made necessary by damage to the Pacific Bell facilities by other work operations.until the project is ready for service and the Pac:ific .Sel-l ·facilities tested. TRENCH: 1. All trench, backfill material (Class B) and compaction to be in accordance with Municipal/County specifications. 2. Minimum cover to be as specified in trench detail. 3. Minimum radial clearance to be 12 inches from Power and Gas, except C.A.T.V. per c.e.u.c. General Order 128. 4. Minimum radial clearance to be 6 feet from power transformers, 3 feet from power pull boxes and 18 inches from Cable TV at all riser locations. 5. Under no circumstances will other utilities be allowed directly above the Pacific Bell position. 6. Grading to within 6 inches of final grade shall be completed pripr to trenching 7. See attachment 11 for trench details. TELEPHONE SERVICE CABINETS: 1. Pacific Bell r-equir-es the use of the 14• W X 11 1;4• H x 4" D weatherprooof enclosure to provide adequate space for protector equipment and customer devices. (BN-11Q9W or equivalent) BACKBOARDS: 1. Backboards are required to attach Pacific Bell and customer provided equipment. 2. A 1/2" plywood backboard is required for all residential units. 3. A 3/4" exterior grade plywood backboard is required for all multi-unit complexes. 4. Size of backboard will vary according to application. GROUNDIN;: 1. Developer to provide Ufer Ground. The #4 (1/2") or larger r-ebar to which the grounding conductor is to be c~nnected must be a minimum of 20'long unbroken. Where splices are necessary to obtain the 20' minimum,they must be made so that the two rebacs overlap 15" and must be secured by at least two st.eel tie wires. 2. The rebar is to extend out of the slab in a dry location not less than 6" or more than 18"(option S&C). It must accessible and must not be inside the power cabinet. ( option 2A) 3. See attachment #3 for details. PREWIRE: 1. The ._ire shall contain at least! SOLID COPPER CONDUCTORS, each of which has insulation in a industry standard color coding format. This format should provide "Red and Green" wires for the talking pair and the "Yellow• and "Black" wires as the second pair (for the two pair sheath wire) and Blue/White, Orange/White, and Green/White (for the three pair sheath wire. 2. The wire shall also have an outer sheath of insulation to protect the individual conductors insulation. The conductor size will be either 22 A~ or 24 A~ and shall be twisted as pairs within the sheath. 3. The wire shall rtEet-the FCC registration rules part 68, subpart C -section 68.213. Wiring for-commercial buildings shall also meet the National Fire Protection Association standards as specified in the National Electr-ical Code, Article 800-3 (communications circuits). 4. Developer shall tag and identify all multi-unit complexes. P4 I •• I I I I I I I el I I I I I I I •• I I •• I I I I I I I ·le I I I I I I I •• I INSPECTION: 1. Pacific Bell shall provide specifications and inspection for construction. 2. All trench must be inspected and accepted by the Pacific Bell Trench Coordinator prior to backfill. 3. All conduit must be inspected and accepted by the Pacific Bell Trench Coordinator prior to backfill. 4. Coordinate work and direct all construction related questions to your Pacifi~ Bell Trench Coordinator. PS PACIFIC BE!L STA~..RD ~ ~ AR?A~S FOR RES~ B:J!!.D:!lCS . ( l ~ 2 I.J:v-:IN:; t.Nr:S) Stud : ·.,. • :· • ~: ...... : • • : :,· :·i 1::· , .. ·•·t·'···· :'\,~-\ ! ' • . • • :-• . • • • . • -.. . ·. ·, ..... ~t ~ (See Note tl Ee.10,,1) Te1--hale C:c:::-i:tit ~ ir.Cl Mi.'li.'7!...-n I.D.) I::o.:ble Gang Ofer Bar .M;:i. 20' •P • Ii! !Alt: In Concrete Slab 1. If Tr..e Tele~hOl'l.e Cor.C'..lit Enters Tne Sam: Be:j }..s T!:e Pcwez' Ccnc:-..rl.t (Dash ... .:.d Cor°'.duit I."1 Detail Above} Sweeps Must Be 'Placed '3'.f '!be tevelcpar Into The 'I'ele""...:.=i.e cabir.et. Ccnduit Swest.'S M.lst Be Of Adecua-:e ~2-,:;.:t:s To ~.llcw Fer WL~·Flace?!e!lt. -• 2. 'n'.e D:velo:::er Is P:ovided. Wit.11 ~ree ceticr.s F.elatina To G...."'"OIJ.'ldina. l?Z!.cific Bell's Priority Is 1-.s FollO,,,'S. --- A. Ufer 132!:' E:x-.....e:lced Into Tele_phoe. Se--n.ce C!.:lir.et. :S. Cond-...i t n-au Ofer To Tele:."-l.cne Senr.i.oe cabi.11et. C. Develcoe.r Insttlled il2 Grotr.d Wire Fr.:m U.fer To 'llelecllcne Service -~~-- The Grol.m.Cing M:diu:n Ml:St Be Pe:::::ra"'le!:tly ;.~sible 'B'y ?~,t Of A D:mble Ga.'lg P Ring (5") Mount-c:.d 0:1 The Build.i.'lg Exte:dor. --ni.e·t:eveloper Is Not ~~.;::-ed To P.rcvide A Grol.lnd WL""E! But ~.a.y to So If It Is More Ccnve..,..,..ie..'"lt. . 3. '!he Mi.n.i.n..-n D;~~ic:r.s C£ The Telephcne Se....-vice ca:,i..T'let Shocld Be ll~"H' x l4"W x 4"D. Pb I •• I I I I I I I el I I I I I I I •• I I . I 1'<P\ CAL JD\N°T -:-~NCH --____ DE.TA\L_ ATTACHMENT 'Ir l P7 TYPICAL 1EL ,:.o ONLl' IB.E.,~CH CE.TAIL I ,.~ .~ I ~ . ;::,- i-: --,n L VJ -;:·~ < 0 1§ i~~-_[ lZ." --r ®. 4 LEGEND 12 11 SANO I -! ® ~ G"SANO I RADIAL P-=-PPJMARY ELECTR\C . \2" 5=-SECCNDARY ELECTRIC ~ F --+--'-- :>" SAi 5A~ I _J_ G~GA5 ® @) TV=-CATV I I I le I _T -=-1ELEPHONE OJRB UNE. BACK OF SIDE'IVALK v LEGEND -B.T--BUR\ ED JOINT TRENCH WITH OW.ER UT\l\TIE.S TEL®--PAC!FlC BELL ONLY UTIL:TY_ CLOSLJ AREA I --2·1 -----CDNDUIT(51ZE P-::J IND\CATEDJ CL05URE D::.TAI L ------SERVlCE CONNE:G1lON lREN01 ( t-JON-RE IM BURSABLf.) I I I I I •• I ~ ProVE_ GROUND CABLE CLDSURE 0 UNIT NUMBER @ POWER TRANSFORMER (BOrJD LDCAllON) ~--PRE.WtRE.. ROUTE. TO TERN11NAL CABLE GROUNDING LOCATlON UFER GROUND(CONCR~TE ENCASED ELECTRODE) COMMON WITH POWER SERVICE GROUt\\OAT oUILDING TERMINAL !4'i W x. 11 Y4" H x 4" DEE.P WEATHER PROOF CA51NE.T (B~-\ I 00 W OR E.&U \\J.) ' A1TAC\-\ME;·.·1~ foe P8 I CONCEALED Rl5E.~ FKffEGTiON ANO CU51DMER FRO\JICBJ ENCL05U~ • 0 RECESSED CR SE.IV\IFLU.SH CU5fOMER PROJIOED TELE. SERVICE CAJ31NE.T- ------r-OUTER RNISH OF = WALL "l"' LO 12 RISER PROTEC.-~ "TlON CLolDMBl l PROVIDED t CF I Nf\L GPPDE. lf:UILD\NG FOU~JDATION CUSTO\AER PROJIDED :::.=====:;= 1'1 CONDUIT 1D P/L 1~11 MIN, Z!.. 4'' C.ONDUIT IN lRE.NCH LESS Tt-\AN BO' RAD\ U5 (----r---PEDE:::>TAL TO BE ! I Pt.ACED 5'1' TEL co. I I I I Flt-...H:,H GRADE l I I 14n \~ ___J,.J,-,~.....-?'"" _____ ..__ ~II M!Nl~JIUM CONCRETE. COV~!NG TOP OF BEND LA :-<I wt.K r I"-..)! CL;\ i-_ \ r=YP05E.O --.. -r-r:;,c:;;_,..-,...."T", -, I Pf\JD OJSTOMER PRO\IIDE0 tNC- 1 • OUTER fl t-.llSr-l OF WALL __ S_U_P_R::)_R_T----.-1- STRAP RISER PRO-~ I I I I lfl:,TION OJST-= OMER PROVID-~ I ED l_ 6 • FINAL I 0 _ ___,......,_,_...,.. _ __.__,,,,-=-•• OJSTOMER lB'' Mi..... I PROV I OED I" CON OU\T TO P/L I CONCRETE ON INSID,-I OF Rf\OlUS Wl-lERE REGlJIR: z.q·•~cH 3G::> 1' 7'R E1'J CH Co'' l'\.11 NI MUM DEPTH:. U.SE. z..q ., I I I RAC l AL e;e,-·. J. OEP1H': U~E. 3G'' I RADIAL E-l I I •• I I I I I I I le I I I I I I -1 •• I ...PACIFJC■ELl WNEVADA■fU 00 ?t l.· ... l)uC.1 p,-;, u.o''" 4C.. Git) 0-re(D 0 l'!. 1-4· DLle.i 1'1-\, 'l5' .. 4e..@:) pt, I-~• buc.; I¼. Illa' "( 4£.._ <ill © io ® 0 i>L I· 4 '7:>uc. T .,,.., 12'5' ~ 4c.,(]lf) ®,o@ 0 ,t ,--1·1:iu:- ?11, D'S' .. 4£..~ () ?t \-4""tlt.)C.) ,I,' ... ,,, #, «..Cfil I'\. l-4•b.JC.'j ""' 11.-5' ii 4C-~ Pl. 1-4·-i::..x.1 --;,.A_~ :;5, -'I( +-:,a[) ..__ .. ,~.-, ,~n, 0 T.:, ,Q> ® Tc, © 0 0 'Pt. I-<I 0<XT >\ ;-4"91.JC.T ~: i50' ... ~::.\t,5' .,lf( 4(..<X) 4G. <ID T :i\ I ':\ -@1 CAP'n.SEilL n ! - I(, H1 i ,'f I I '1 Q ~ dl (j) i \. T I ,, ~ (::;::\ '0 CAP 'n _iE.; . '- 'I.. ~\ © ~ l\ ,, '2 I c;: <J "' ;d - ~ =NCL:t~E5 .!' ~LL1EE?!: ·}~"'t) CL$R's ONb UP =c LE:5. 0 ,o © @ To 0 0 ~o @ 0 0 0 ;,,_ 1-•·~~ .it. ; • ~' .. )i_x:_:f "'lt·<·:,ue_~ DJ-1; i<;:' .. !>oM.: :cs,...._ '+1.·.u:-:.' «; 4c..G;w 4l.<zL:; ~<2D \ I \;/ T I ~ ~~t\NCl',c.D J , ~1 ~ ~o '.::1 I ~, JI f / ,\ ~ '.' / \ [,,;·1-t·oo ' (\j .t i I ~ \J\ I lu : i ilJ J i i if\ i I \/ TI y ?c»J1D ~, J ~I "DR ~ !I@ lo, "ti '.: ... 1 J .,,.,, j \ /\ o' / \ - \ ,. J / . .5ub. "1' PetlVID€ RDICJ+, C,U/JT,... ·cer5TY ·eox.Es. Tt=lCD f-o Ri:=!M(}ttr.J£ -:-e=-,1c H.,.. c.1.,:Dr. 2 t1at1 ;3,Nf l-t::=1,ic/1 1; 1i1 /J?1vHlc P,!r"_;K Ty~:::-_;-:l'1£Nf sraA/1?:2 :!: C >h ;/~~s '-:,"-;/4.; R£G.11E5Tlc €(,,; !/,(91. Ji-ri.1/10 !:!Q_CIN 40' .EEiJl(ciTE.l).j/l!. LU,.l>Jj) l'CO.u,'.:Jut,.- _ +-~•)l.l'f PLEASE CALL FOR INSPECTION PIO IN EF'F£CT REVISED Ml-ll; IITIDIIZAIIU ,£:.~1.,.,, 112t.,:,·5 ISSUI! SEQ NO. ill•• 78,~ 1-------I RIC .le_ EXCEPT AS NOTED PACIFIC BELL EXCH.(JC~J) ~8{..·!S.82.. co.fJl!t..S :i:J. -:), trci-lAP~~ QEO. C.O. CODE -::,~ (1°l"\ Dl3 -.3r:,2,e_ SCALE: RECORD NO. 1··--+o' ~...)es!. c1 I •• I I I I I I I el I I I I I I I -SHEET 2. Of 2.. I I I •• I I I I I I l- ie I I I I I I I •• I MCI UNDERGROUND SPECIFICATIONS NOTE: The two 4-inch conduits and the manhole shown on the attached plans as "existing" and "by others" is the work to be performed under this City contract. 5/1/95 - L ,_ -I ~ Ill - ----- CONSTRUCTION NOTES: 1, ALL CONDUIT Will llf 4H Ill ':,CttlOULf ◄O ( iu. PVC OR H'.:)f'/CSP, MANUf ACTUR[O SPL 11 PVl: OH St'\ Ir B'S.P/GSP I, lJNt fSS Sf>Hlf 1(0 UfttlHWISf. ?. CONlfUCroH IS Hl',PUkSIBLf FOR LOCAi iNG All UIILll1£S ◄l:I UOlJR'::, f'fl!OH IU C~· SIRUCIION AOIVIIY. CALL "UNOfRGROJND SERVIU AllHI -suutu Cl 1 • 800·◄22 ·◄1H J. All UNO[RCHUUNO uosTRUt:I ION'::, • llfttlN l.llCftHD, Will RUIUIR( THf f'tArH.t(Nf lll /I Ulllillll CAUi! MAli.(1/t Ahl) l11i Pl At t Ml NI Ill 4. ~ Mi\MJf Al Tulj If .i \•'t 11 i'VC. (j'.>l'/CSI' OVI If illl UNUtt-! lAL11 t18SJt.1ut:J ION. 4, SHORING MAY Hl IHOUIH(U AN[) St1All COWLY 10 O.S.t1.A. STANUARO'::,. 5,. All OURl[O COhDUI T /CABLE WILL 8[ PLACED Al ]6" MINIJ.l.JM COvfR UNLESS SPHIFl[D OTHfH\lllSf ON lH[ CON· SrAUCI IDN ORAWJNCS. C.. M[(HAN)Clll PHOllCI JON '::,HALL Ul RfOUIHlU AkYI IMl. A HJ' MINIMUM CUvlR IS UNUtHAINABtE UNLE'->5 5PH1fll0 OTH[lfwl'.)( UN l11l CUNSTHUtTIUN DRAWINGS, I, Al L 9U I)( cm l Bl NOS IN COM)U I I CUN~IHtJCTIUN Will Bf A MINIMUM 1rl."/~ RADIUS UNLlS~ SP[{.lf" lfD Ol11(fhl1Sf. All SPL If {;[lNIJUI r BtNCS ANO SOL 10 PVC: BlNOS SttAl L HlOUIR[ CONCH[ fl ENC.AS[M(NI, UNLLSS SP[Clf"t[D OTH[RWIS[. .. 9- IU. 11. 1('. ,,. OP(HAT IONS PlR'->ONNE.L TO 6£ CONTACIEO BY hi[ CONIAACTOA 48 HOURS PAIOR ro CONS TRUCI I UN. CON I Ac:T CttUf.K HOCK 0 l.llOl GO~-191O All SIAJIONING l::i 8AS£0 ON AS-~Ull.l INfURMAIION, rt1tRUOA£ SOM£ VARIANCi. SttUULO H( ANIICIPAllO. AOJU~t AS NHO(O. WOHi< Al NIL.it r AMJ (Jll Wl l l<l t-.U':::. MAYOL HlOUIHlO OIJL IU lHAfl IC CONDI I IONS 011 f'lRMI IT lt-.G AC.:[NI'::>. ALL CONSrkUCI ION PE.HM[ rs Will BE PROV IU(O. ALL IHAff IC PLHMI I'::> WILL BE. PHOVIUEll BY TH( CONIHAL IQH. TIii~ PU(JJ(CI 1(1 Oi wrno:.[Q IN (Or-.1uN{IION ■l ltl PR0.1£CT t1/0'1'..,. ONE PlfCl Of CA81 t IS HE ING OH0lti£0 f(JII 60111 .JOOS. wl Tti A IOIAL {.lJI L[N(:Jtl ril 1901)' 'l -4-PVL OuC:IS AJ.lf TO 0£ f-'HOVIOtU ANU PtAClO av c.c.c. All MAN1101(~ UN HUTII PR0.1HIS AHl ro U£ PROVl()[U UY Mf.lM ANO PLACE() bJ C.(..\. ) • 1.'lS~ INIJI ANO TH£ 44 f(JC CAUlf Afll JO t,f t'RtJVIDlD ANO Pl ACfO tJY MCIM, ------ GENERAL NOTES: 1. ALL WORI( TO 8[ 00Nf. WITH (XHl(M[ CAUTIDN. FIBER OPTIC CABLE CARRYING TRAFFIC. ANO LOSS Of SERVICf Will HES.ULT IN LOSS Of R(v[NIJ(. 2, ALL WORK TO ft£ PlHHJ/0,At..U IN SIRICI ICCUHOAl'-lCE Wllti ltl[ APPLICABLE C:OOE.S. ()fl RE.OUIH[ME..NIS. Of ANY HEGULATINC. GOVERNMENTAL Af.[NCT, MCI 1£\E.C:OMMUNICAIJONS. CORPORAflOtll, OH ltil fUGHT-Uf-WAY-GHANIOn. .5. LOCAi iONS or SOM£ Of Jtl[ PHYSICAi f[ATUU[S wt:Hl OHfAINlO fHOM 0Ar[D RAILROAD [VAlUIIUN MAPS QR OfH(R OHAWINGS, ANO MAY OE AS SHOWN OR O[tllUtO UN IH[S( DRAWINGS. 4. UNOlRGRUUN!J Ulll lTl£5 UAV[ O[E.N PLOTIEO fROM AVAILOlf RECORDS AND f IELO 08S[HVATIONS, our AR[ NUI NEC[SSAAILY EXACT. IH[RfOHt. ur11.1rv lOC.UIONS Will DE. VfRlfl[O Al LlAS.I l(){l }fl I IN AIJVANtl 01 flllNCIIJl\r: llll P[(lwlNf., ~o 11,AI (11A:\C:f', IN (Alllf P1A(P,l/.kl 1.1\k (H M/\llt IN lVlNI UI (fl~t111 r~,. - ~,. ALL KNUWN Olllllf(l lltl':,lll!JCIION'> AHL ~ttOWN UN 111[ ltJt,.':,lhULIIU,\ tJllAWll'.C::, ANY ANI) Alt Ult1l1IS [N(Oi.;NlfllllJ Affl ALSU TIU !tlSPONSltllLllY m ftlf C(JNJJ4ACIOH 10 l.O(Alf, PHOllCI, ANO REPAIR, If OAMAUO. t,. ANY ANO All lt.lf-'ROV[M(NTS, SUCH A~. ASPIIAl I 00 f.ONCfllll PAV(M[NJ. CURBS, CUll[A~, WALKS, DRAINAGE OIICH[S, E.MBARKMENIS, SHRUBS, TREU,. GRASS SOD, (TC .• IF DAMAGED, SHA\ L 8£ RES I OREO TO OHGINAL OR BETTER CONDIT ION. 7. [OUIPMfNT lYPf.S St'[Clfl(O HEREIN (io: "BACKHOE., "SWAMP PLOW', £.JC. I AR[ SUCC.[SIIONS. ONLY Al'-40 ARl NOT INT[NOEO AS R£0Ulll(Pi«:r-,IS. [UNIRAC:TOR Will. BE. NOTlflEO AS ro fxC(PTIONS. SPECIFICATIONS AND STANDARDS: 1. fUL.1 IN'>PfClllJN ANO APPIIUVAI. HY AN ACC['>S TIIANSLll~S.IUN S(RVILlS.,INL. REPRlS[NTAll'vE. I'> RiUUlll[O UlFORi:. FINAL At.:C[PfANt.:( Of UNO[R- CFHJUJ'.d) CON~lHuCflON. ACC[PTANC[ I'.> RE.OulR[D PRJOR TU TH[ INS.TALL Al/ON Of C:IIE,lE. AND (OulPM(NT. 'J, NUllfr l(Ct.'>'> THANSMIS'::>ION S(HVIU~. INC. lwU UJ NUHMAL Wl)fif(INI, DAYS IN ADVANCE Of CONSTRUCTION, j. (XACT LOCATION Of SuBSTRUCllJAlS IU Bl lffSPON5161l ll'Y OI CU:-.OIRACILlt-L ◄. MAINTAIN A MINIU.JM C:L£ARANr.f Of l, lfl.CttE.S -.11E.N UH)S51Nr: f□Nl IGN SU8SIRucruR£5 • S. All OIMEN!:.JUNS AH[ tlA!:.E0°0N SJREll cE.NIU4L INE. AS SttOWN ON Cl IY ENG!t-!U.H'S DRAWING, b. IH[NCt1[S fOH oucr wUHlt. SHALL. IN UN£fU,L. NUf 8l ww:;1 IHAN N[CESSAHY FOH PROP(H PLAC Jt-..C. Of SUCH wOR,<,. A(MOVAl Of '::>UHfACING IJI/EH lti[ fHENCH [XCAYAIION SHALl UE ACCUMtlL['.)11l0 BY cu1r1NG Titl SUflFA([N(j IN ::.IRA!Gtil ANO PARALL(l LIN[~. PAVlM[NI StlAU Ol 5Alll·CUI TO A MINl).IJM O[Pft! OF 2 INCHES PRIOH TU fi[MOVAL. f. ALL f'lA'::>flC CONOull I.JUST Cllr-.iiOHM W\lti A~IM O··l7SO FUR At:!5 ANO A~IM f-~li fOfi PVL. 8. ALL CONOUII ANU MANHOlf'::> SttALL t,[ tUCAllO IN PlJBLIC PRUP[RTY LIii.LESS Oltll.RWl'->f. SP(Clfll.0. 'J, ALI •ORK PDUORM£0 ACCORDING 10 lt1E. OHAWINL SHALL f:IE UONf A':::, TO COMPLY Willi All IH[ CONDITIONS, AESIR!Cll□NS, CUN'::>IRUCIION M(IHQQ::, ANO SAf(lY H(OUIRU,l(NIS IMt'US.fO t:!Y ltU fXCAVAIIUN P(RMI T ISS.uLU TO Atnss THANS.Ml!:.SlllN ~lHVIC['::>, IN[.' At.ID fltUSl RE.OUIR[M[NTS IMPOSED BY CAL -OHSA. 10. 11 I'> l1tE tONll~Al..l(JH':, tll~PUN~!Olt llY 10 PLACE ANU MAINrAIN 11-MPOltAHY HLSUIHACJN(; ON All !XLAVAIION':) IN PAV[U ':)fHt[I'::> AhL.l SIOUtALKS. lttE. MAINllNANC( Of Tit£ l[MP01IAfH fl[SUHfACINC '::>HALL CONTINUE tJNIIL f>tRMAN[Nt HE.SuRfACINC I::. PLA(lO. 11. IN~TALLAIJUN ti~ l'lHMANfNT 1-'AVINL 10 Ol JN ACCOHUANC[ Wllt1 SPl(IF[(.A IJONS fUHNJ':)tt[O OY CIIY, COUNIY Utl '::>fAI( WllffH RU'AVINl, IS BflN(, 00Nl, li, CllMPALIIUN H~I ::itM!t lJf JN ACCUHHANU llllltt S.l'LClf ICA[JUN'> fllflNISttEO OY INSPlCflUN AlllttuRITIE<; Uf C/JY. (ULJN·IY OH '::,!All: WIIHIN WllU~[ JlJAISl>llilON CUl',1'::>IHuCl!ON IS. Bt ING Pl/ilUIIMEO. 1.L IOIAt CAthl HJIJI.AU: ADDENDUMS TO CLARIFICATIONS: .Sll AIIACti ~Pt..Clfl(.U '::>ILl/[YPE Rl'::>[R fll l'ULl ---- CLARIFICATION NOTES: t. STATION 2. (OCAIION 10 t:t-:l ---~~---). Cl ARIF ICAI ION NO,. MINIMUM covrn _.al..!_. -•~-r. 4. OUANIJIY, Sil( OF ttANOHOLE. Silt:: Of MANHOtf. OIJ.tENSION Of WALL, L INEAH FOO[AGE/SOUAR( fOOIAC.E. Sill Of PULL/'.)PLICE BOX, HE I Gtt TICL ASS/l'fPt:: ~. URAWING NO. ANO Jvt-•ICAL UflAll owe. NO. (,. PLAN! ACC.OUNl ING COO[ 1. ~f'£Clf 1£0 CUNOUJ I, t1ANOIILILE. N(J.. MANttULl NU. ~l'tClfJ(O PURPO'::>E ANO MAT(RI.At. BR/OGE NO. ANO RR STATION. MAli:.HI.Al., POLE NO. CLARIFICATION NOTES: 110 .JACK 4. UllY UOllf. '::.l't.Clf ll(} '.l[/l./lYPl/NUMUlA Of CONOUll(SI/CAS.ING Wllll A SPECIFllO MINIMUM tDV!IL l1U /-'lACl '>1--'£:.Cli IEU S.llE/IYf-'l/NUMt3ER 0~ CONUUJIS. 212 OIH((Tt Y OURY tilLH O[N::.JTY PULYllllYL[Nl Pi Pl IHOPf J. 'J14 S.LUliRY UAC,<,~ Ill .AOOEH l l 5 l Xt'O'::>f CUNULJ I ! I 5 l. ll1 lXf'O::,r CONUtJ"Jll'.i) ANO SUil~fllUll. UO C.UNLHl:. If lNCA~l:./(.At'. /40 f'l AG. tlANOtttll f 11!~, H[lULAlf i1/\N011U1 i:.. €41, ':::,UU':) I I lttll t1ANl)ti01,.f. 1.r.1 lX(AVAlf SPtlU Pl!. /'.,ll l'l At I MAN!l□l l, ,?'.,', kf I Ol A It. PR[('AS r' MAtllHULl. if..() CUI\·, lflU(i WALL • Cli ':,PH; IF I £0 PuHt'USl Ur S/llt H H 0 1.AAifh1Al l~I ANO OIMfNSIONS.. i/0 HlMUVl AND H(SIOnt. AS.f'tiAt I. l00 HL MOVL ANU lif SI OH( CONClll I l. 31U AflAUt ~PE.Cl~ IE.0 ~llE./TYP(/NuMUtR Of <.ON0tJlll~I 10 WAIL on STRUl: !URE. JlS O[IACtl CONOUII IHUM WAll UR srnucTUHL 3l0 LUI-it UOHl. 130 Al IA(lt f'Ul I !'::>Pill i:. OOX Ill WALl UH '::,IHtJC lUHf.. 410 t'UL l l11fiOUCII Lllll l. 411 f'lll l [riHOu(.;11 l XIS. I. uuc I. 510 OIH(CI 8UfiY 1...t.tlll!'::>l Wlltl ::.Pl:.Clfl(D MINIMUM CUVlH. Sl'l OIIHtf BUHJ LAIJllt'::>I At-iO ~i'lll HOPl WJl11 ':,Pl(IFllU MINH.CUM C.lJVLR. ~IS lXl'O~l UIFilCf t:luHJlU CAbll. rilf, E.XPO~l OIRtrl 8tJHIEO CA6Lt. A~O HUUt:AI~. ~1 f HlMUVl ANO Ul'.>1-'U':,t Uf CAttl l. ~20 1'1 ACl A[fi[At CAflltl!:il '..ilO A OVUtl A~tt ro f x IS l I NG A IS 5 [HANO '..i'l~ tff10CAFf AlRIAI CAtlll. Slb IH.tASH At.HIAL !"Abt[ '..il1 IHLAStt AllilAl (All1£ ',ld ntMUVl ALii/At lABtl. ~ j() f'L .A!.t t-(J\ t /l'U~II UHALl . ', 1'l IH MllVf f'UL f /t--'U'>II fiHALl . L10 Jl I Sl'lCJI l!U '.:-.ILl/lYt't./NUMlllll/ m CU,'-,1h..JI f(',J WI/rt A sn(II lflJ ~INIM!JM Ctlv[H. (,lO I MIii !JI.II NI i'I (lw. t.JUDIIII.LIIUNAL UUtll. 11U PLAU UUllltD (AOll WAllNJN!. \JC,N. fll f'LACi l'::,UtAIOll/1'1i.JL/L1..lllJN ,,r lX[':,[lf>I(.; 11AN!l11(Hf ----- _!~PORTANT CONTACTS ATS,INC. PAOJHf N.UtAG(R 1IIAl•.h( 01ClkHM :.f'l lCIPfC IUl'01c.£R fbP ~I«; 1 h(lll w.i«U R OSI' ci..s,. 'iul'lRVI SIJI tr.,f> Fl(lOHtf.lH((R 11:.0 .•. 111,l .. •C(R (OOIE Qllfflk DiU#IIT (QIAIIO~ UlrtRr .. c.ROIIUI JlHt Jil&COIH 10 AO...U,O fltlCfR [llllT NOfU lhlll H(NJUN 12UI ,11-1011 llltl ''l·INI 12"141 ,1,-1011 1l14l11110tl 1)101 ~ 11'6.f 1Ju11 WI lt,J tllH ,u.,u4 ATS FIELD REPRESENTATIVES flflll(!lw.HAl,(11 (l'IGl/o4(A PHOJ(LI ~Ul'II, CONSTRUCTION COmRACTOR ace CDN!AC:f 1 lUf<(IAtl/ UTILITIES (Ol',l!J.C:( I t~IALfl NU( I hAlll l CllY GOVERNMENTS ·-.... COUNlY GOVERNMENTS STATE GOVERNMENTS OTHER i;IH LI• O(\ILlr UJfo~. 1!111111.lN ,(.N.(tf~ IIH>"Jl IOa PKl.)loo(lrlll rar.1•c11 lrAlil, NOTES & CONTACTS l'HO.Jl I" I MJ. : . 15'J I PrlOJi CI NAM[ : I /\Cf)') I A IHlwNS Ht I UCJ\f l()N C.MH l HUlHl CAHI \JlAl), LAI IHJIINIA • AC O ••a TPIANaM1aa10N ..,,.v,c••· INC. ........ 2200 LAKESIDE BLVD AJCHAAOSON, TX. 70042 SHE[ f __ NO: _2 ot_13 OWG NO: 1~~,0002.0GN ·--·------- AA l'IPICAI. IJETAIL"A• , .. .,.P\11('1 .... , C ..... llll1 ...... ltl""'"I.._Cf_HOC ... I. l -,· ., .. '.,, .... -·~ ,1 .. 1-.... ~ L. ,_, l ·••t• a..c:•• !« ... \. --•• '" -· .... _,, .. , ... ton'•"" li.-u1 11•" j111f.11w-r11••• ~ IJETNl "N" lft,■C t ,f.M""--"' :J\,..o ""·"-" ~-· . ~ ....... -, .. ~-141..QO H IJthllu•.~ .._, l<l HUIQ ~~ •• 11-.;h, H, 1P(<no, ocr ..... lltCAM ..... r, !~!il ........ 1111,_t -•1• 1,r1 ~ ·-.. , .. , ..... "'""""''"" ...... . .._r • .,.,,., u.:•,u,o. •"-' ju\11"'• ""'" Ul'II(. • 0(1, 1 Ill\ """' '"I\ ut••h 1,o,"'-1 Ul!l,I _,,Ii,! I""-to•u\u!Ot ~ a,, -llll(IHNII, "''"' !,,a., , ... ,JU(_.., i W fl.Ai Gw,. ,,i .. · .· rtP1CAI. DETAIL •c· w,r ... JL ...,,,. I. 1,1•1•1 , .. , "-~•••~ t.lo•l•'<l•I •~ .,~u "-~•••' 1-~•" 111 • w, n,ca..u 0<•1..t ,.,_.,.,.._.,, 111 '"' v.. ,, c--.,,1 "' '"''""'""t<•ll•D#ln(CU,00,UI-. --- .--ca,n,,~""0 kll .,.,.. L,C...._.,..._, ---;;:~;~ ... -'°"'"''••'"'''') -1111' .. ,111 l+I I l,,.,.j "•••~w I ' . . ' I PlAN v.ew I TYPICAL DETAIL •a· ""Ill IA ii""'-di&Jlf 1,r>,11 O'\<t:~l•-:U,t(.((i<l.cl Al t,H.Q'll(.11,.41 .... , r ",,H..,, , ....... , .,. '~ ~, .. ,,. tOlJu ... L"I HAI~~""" no .. P""' I .,11,111 A-~· fl•tfl,u O'-"""'' P\AH .... l 0.-J .... ~ .... , L<1'o0ull l!I ,,.,u111 ,.,q _.., u OI IN( CC.00~1 I • ., .. I. 1-1'\_II ~n t~LI""--I" ,.v r,t~t\ 'OIi t,.i1111 h,ot~O\.l,~ ill',,.• --··----- ... -1 I PlAN VIEW .__.,.1 °"' ........ ,1, .... , ..... , !fillllh tU ,t_,11 ·••11111;..-.1, · TYPICAi. DETAIL "R· t:.Ull:A' ~OO>JL•M• MH(I (PUU guJuf ·~ uUD" -..ir~ lllln .. CQil\fl,QllllOH"<.11.ll.-f-Of'I"(, .[j:···:. ~\· .. \ (:.J].,· t ..... t ....... ~!ti" ' ~''"""' '·· :,.; ~<' / . /", /<~ r(..)I"· ''°~"""'" ~p-ltlll Ill ~l••I ! CONSTRUCTION TYPICALS - t'HUil\./ NO.: l 'o'l/ f•R()J [CI NA"l : I A CO\lh DOWN> fHtOCAI IUN • ..-..cc••• TRl...._,...,,.M,aafC>N a•"'v1c••~ tNo. ~ - L ----------- 4'x4'x4' MANHOLE TYPICAL DETAIL "A" 11(\1111111 __ , __ JG llL" towe• h) o,Aft 141 ,10 IUIII ,,_ "ll•l•At-U-"&11" l•«twt&. 1CCUll!lll1 11,1•• r ··-.... ,,. -, .... ""'l"i"i'""""""ll''lf"..P--; i~~~L";]J RING NIO COVER OETAI. Ill"'•'-• lt<><U. ,-•■1.1 ,00,.•1 -o,,,.J--_---~------~--------- J\"O Dl&···- .. --__. ,.,.,.i-a:0,-11-----, l'l1'ICAL NECK EXTENSION DETAIL 4'X4'X4'CIAl.v,01m1 OUCKSET Wt<HOl£ (OR 4"X4'X2'MNHOLE) .... ,-,..,-.. "'-;.._~- I 'i LO•lll l,ILfiQOt--•---- __ MN-tiO..E 4"l.X4~f~ _.(;1~ t i ----j-, L-:l PLAN VlfW: IEHMIP>!AIOAS. SUMP, It GR0u1',(J Al.10 SI.EEVE ~, l ' V --J 1 ·1] I 1 l V. I J-1 i ., •. "',:,:.~:.:.,··:;.--:.:-f :--~] "--i:.~.:::::.::· ,,..,,_,,~,-~,,, ......... ,, r::: 11-1~ ·---·--·---· ~ ~LX-tWXO'! _ . .l!~~ 1-'Ll"IN Vl[W: £iOl.1 IN:::.lHI~ r. f'ull IHON'i NOTE: IN~EfH Sl'ACl"'C.. AHHANGEQ fOH FIU[A Of'IIC (A81.~ "JM"$~tlt.:C lA'.:>t,. _ CONSTAUCOON _ NO'fcS. I w<llO ,_ l.,aoAUO •■A~ lg I( .,._Ol<,lU •11'4 V.,HI ... ,,~ ..... J. itll11 ... ~ ,o<.A,Alf" fll fu N. __ ,..luU) ...... 11 .. Uf l~U SI ..... <},0"1""'0(1 ---------- 2.5' x 5' x 2.5' HANDHOLE DETAIL "B" NOTES, I ■] • 4•,,•· Ulr( (),l.)■" 0lvltl At,O OIIH SNlftO Pl.AN VAULT BOTTOM U-H t.QI. I•• 10fM,. CM,.1.1..,,c;( I r-::~: -, ,..I,, J !■ '''" .!::-~ (.l(ll<J(l1l•r]1\J . ___ ,,,,, I Yl.l/lJ IH t.lCAYAllO AfUAl, IU Bl 8AfU l1tfO ., !,fd(I IIAIIIIIA,. l $011uu ,_ {J(.A~Al(O PII IU $.( 8Atlll ltllO ., 11• Ut u«.~••10 \fo,..j ! 1,4 <,NA1)1 J J. ~11(),ll•«, •Ill 8.( A(O.,H<tO ... All 11A'4}m)t[!, S,,All Bi t'1&(t0 Btul• (.ll">ft"L \.IIAOI, ~ lt1I"> IOM<ll•II~( I~(» I hlH<ttA\S IIIUtNJAo •-"), 11.>~ AAI ,lt t'<• , .. ,1 Ulh~lt!" .,.,.,.,., hlllE: •I lt1 C(NllH ~IN ..,, ·R£ IMORllU 1>1i,. ~Ml;II •OHAR fAANt. lAPllil llllk()fl) 10 10,IJl.f BY 1,0ANUfACluRER. _,,,,-f l&Hl:l&S'., A£ l"°'ORClO PL&\IIC OfA.<Jl,I HAl'I J All,_ . ... TYPICAL &OE WALL ~(;W ,, tr,,,, JN11i: Lmi.i• &,if I +~-_J --........ I "' ,,.··lAC6:',1._I '-.../ A,.(lti;AIIYP.J , 11"{.u,r OL:.CAt.<..t lJl latll• lAG tlllt..l .U.<~lfl~ 1,1,J\I 6( l'.. MANHOLE,HANDHOLE TYPICAL l'HUJI CJ NU.: . -_) '.~~! ~ --·. . . PtHlJ EC f NAM[ : I A Lil', l A IJ()WN', tH 10111 r ION l'AUI.L Htlll H CAIH \Ufl!J. LAI If OHN I A ■ ,._cc.mas TR...._N.t,,AIOOIC>N ••""v1c••· tNc. Slti-F T NO: 5 ot 13 owe; NO: 1591000':l. ocflt "" '2. ··------------·------------------------------------------------------------------·-- TYPICAL DETAIL "A" TYPICAL DETAIL "B" TYPICAL DETAIL "C" l•ll..OV~••111 ... ••tt•O-~tlrt1 t~~J!,.~,ii_"·c....ffl.O lhO. WIIM'.t IU .........__ __ Cl)O,()ull TYPICAL DETAIL "F" --------··- •H( ~ 1-..(U', .... ( U ~111....0 l(l V,{ .... I" 1,1-.0 l0l.41H-"' Pu,.( Jtl'wll• (°"'°"'1!0 C-Q,l>Jlll• .. 1t.~?Yu TYPICAL OETAIL "G" -----, .. C ·, )~ R(NOwt ~· SLAl,.I\ IN hit L.-'..1111'. llllHl tn HJt!M JH[ LASt,JhC WIiii loRl).H) Jtt( SlkANO ~i,,,u,1 .. 11'(, A f'U.l (JJ,I 1..-: ·,nAt l!Hl JN't'llol,; ANO Pl._l,(l JI 81.l0w IH( Sh.O ~ i,(lw((N ft<( )IRAf<ll St<AHf'\.T, ft1U1 JORN It,€ .,IR( IHl $((0,.0 '""s,.,(11 ~ SluO ~OE:JI. OV(R IH( SIUO ~ IIGIIILH !Nf M..11. Cul IP'll fRH ffotO Of IHIE l A':>NlNG WIit( OFF~·lk IOh() TYPICAL DETAIL "GG" -----··--- TYPICAL DETAIL "D" TYPICAL DETAIL "H" NOf(, C LASttll'll, ',olfll:: \,Hit' ,,.:,111,LlU lrt SlflOV.U LAS,,Jr;,.; WJHI: SUOLl.0 fl~ LO._ L'°I Of SIKAl10 llllflt S IJi'IOtR CHU' ·----·-·--- r TYPICAL DETAIL "E" TYPICAL DETAIL "I" IYP!(AL OE TAIL AN(l"t()fl l DOWN CUT AERIAL CONSTRUCTION TYPICALS PfHl,JlCI NU,: I ~'-J / f'iHl.J ~ C I NAMf : l A (O', I A UUWN'., IRL OCA I IUN CAUlt IWull CAtll ;UAIJ, -CAI~ • .-.cc .... ,.. ......... ~-"-"'••••C> ...... ..... v,c••· INC, --------------- .. I ~-__: C: ··------·-· ·-·-·-·-----------------.. ------------------- CONST. NOTE: ALL CONOU IT TO BE PROV I om I!,. PLACED BY OIHEHS. ~ ,~ I ~tr >◄ -c I ~~ ''"" :: I ) ll' HAltHOAD [AS[MENI ... -t : .. ---J -------L __ -----... I :::. ---......... ~ ~------1-------=----•· ---;:~ -·· -·---ll---· ---/ M·-/ I o~--- ~ .. "' ... .., ~J z .,, ;;~1 ~ -·<r ~ I ~~I ... :')('). ,., U')QI I SEE SH££1 9 10 MAICtl SIA. 100+5 PHAS[ 11 INO[ [XISIING 2-4" PVC CllhOUlfS PLAC(D SY or11rns IN .IOINI IR(NCH ---------•----- i'RANCISCAN RU. ------- [X[SIING AIS AlRIAL CABll NOIE: IHIS JOU 10 BE WORKED AT lttE SAM[ l lMt AS 2045 ru 8[ R[MOVEO UPON CUMPL[ I ION or SPLICING OP!RAIIUN~ - lt0.1tc:1 NO. PftOJlCI MAI(, '"' l ,c°' ,,. OOiiis PRW(l:I LUCAIIOfU CAll~)9ALI, u.. '..HE [ I NOil S: MAl[HIAL L ISi 1. lS • INNlRDUCI Ill' CABLE -SI' • -""'CO•&s TRANal'w'l1e&IC>N &&AVfC:aa. INO. ~~:~ I AKl,S11.Hc UI VO HICHAFID80N, Tl( 7000:1 ~Jl;l'i~i~~~-~!~( ... _,, _______ 01..r( _ l'Hl1J J.aiRI J. NIICCA;uru I I i'HIJ~-~1·[; t.RE•ffN ,· I ~~I) OSttcl II: IRO ,t.lff I---~--', --~------···-----·----- ~IIEET N0:8 ot 13 ·s"c.·•\(1 G j ,·.w· ,...-,- t,Oki/Oki ~l SCA~ 1, 1 • •10·; ·~!,~flCAI. SCAl.(1 _____ 1• .. 10' ----• .. ....!!!£U~--·-·--··•"''u•• .. ···,_, ....... . W.>I ....-1 -llllllfKIII,_ 141 ■•M Joll,aAIIII■ ........... IJ)•ll•Mlt--C t111•■-HMf•IIIKIMlfll&IG .. .._. ...... __. ............. """"" .11 ....... ," .. 1111,,. .. , ..... - S!f ~IIH I 8 IO MAfCtl ~IA. WOOt':>7 I ' " "j ' u 8 I CU-1':?J t· ····-·--· -1··-Ci-) !d- i 8 ~) ' ~ ·rsri ~~, IND! t) .. J _·······-·· ...... . f ~~-~1~ r~:~ ~-~-;~:.:, ~~~-·.rs:~~"" • BY Olll[RS r• JUINI 111r•u1 P/L ··· -··--····--·-·-···-·····-----·- CONS!. NUIE: ALL Cllllll I I ID Bf f'IWV I Dl D & PLACED lJY DIH~HS. NOfE; I I 11 ', J(Jil I() lli W(illKI IJ Al JIil SAME TIME AS 2045 P/1 El:fl ··· C~. >---u, .. "' L " . , " r ~ f .1 IW' ::/ l\ •111. (;J (·] I -- ~'~-__________ }!i!: P~!~I kAMC: lAC0$1.l 00WtS NIOJ[C f l OC.&f 1(»11 C-Ull~AO, LA. OCSCIIIPJIOH DAU: ~HU. l NOr(S_: __ _ MAlfRIALS 1. 25" INNfROUCT 1 OJ8' CABL( <12' • AO C a 8 a TPIANe ...... 1aetON ..... v,c••· INC. ~ :.>:Z!lO 1.AKl~SIUt: tll.VU AICHAADeON. TX 780all ;j'~~j;:;ii("01:L( 0AI( . l'IIIJJ wc:111 J. Jrrl.t,CCAIU.TU I I PflOJ ('-1,,1 (. tifflFrll•• I I "c7o-o~..c:1 W(lftO ~r,.;;··-··-1·_--i·· -·-···-··-· ·-•·•-·----·'··I ,. '.'iH[ [ I NU: 9 ot 1 3 -----·----------·--(HlAWING NO: 1597000H SCAt(I •---·•····-· O \ 10 lO !·:1~·-·,....,__,. s 111Jlll/C¥oifAt._!ICk(1 _____ , l••IO; VINIIC&I S,CAl.il ·-··-·--··j·•:io.· 0111.1-1 .. 11 .. ·--~------ (11(1,i •'••ICt~IIIMil'll•lllllltial .. l tlWllll~-M't(lf"tl11lil\-1 ••11 Ill• tCCIH """l•IUU,i 11._,ICO-I"( 1111 IH1U II IIIICI Cl'lll1a.a .. ....,, ...... , ... """"' lol ,Wf 111 • ~ -·~:'.~ .. ----- ----------·---·-·--------- Nlij•~D --:~· j l(,0 ◄ f. ,c r =-r. 2s 1"-'I u ., "' 0 "' VJ ---·--•--··--- --c:D--· · · f OP · f'll ---- -------- -· ---------~ .. -------~--------- (~ . 1-0Bl" Pill ·-·-··""-:. ·· · ~~r i~----~ r --- CONST. NOT£: Al L CONDU I T I 0 lll l'lllJV I llf ll & PLACED BY □IHERS. - [XISTINC l--4" PVC CONUUl15 - NOH:: TH IS -108 TO lJf WllllKFD Al 111[ SAME I !Ml AS 2045 PLAC(O BY □111rns IN JOINT fHlNCI!. r· ----------d Ci. ) ·-·-C/L •. --·-- ,ROJ(CI LOUTIOt,11 C£HL ~&O. lA. SHfET NOlfS: MAT(RIAL5 1 .2~" INN£RDUCT 11:10' CAUL[ 260" Ci')-____ __,__ I -oo,· PHI --- · l UP - ··f'IL · ACC-S& TAANaf'V11aa1C>N SBAVIOS.•. IN~ . ..?~!:.0 I AKLSIOE Ul VO A~~!:::!~~oeoN. TI< 7oooa ~n.~l~R~ CTn( _ ----~!! SI IL l I NO: 1 0 ot 1 3 ()HAWING NO; 1S'J7000~ ~,~i."fi ---~-~ IQ 10 ,-~~~-_ ,.....__ ; ,,QHllOHf,1,l \[AL[I •:~£' vi"AI~~ -Sc.u l .!. _______ 1 • -10· IKI.~• d -· a ,1 .... ,14 ,_uu 11 .:.....-:1 ,,.,. .,.,u,n • i,ui,::,,,_ -• .... l"I Ml'lllll fl ""1H IU'4•lUI__, W. .. 11.11. !lot P• .116 11~1 •• IU;(I cr..-1■1Q Mll••u -.,i --~•-'9'111 .. !Mflllt•""""'-I 111,AI tflW K •ill&• l'f._,Uu• M7 •·· l. I._• __ _;_ . I ·; .. V> -~~---:::::~. -=----.... -~· ~I\ - ~) a ·--cf::)----·· .. -------------------- ~ ~ 21•10 [XISt. PULE ·--·-► NflH: IHIS .Jill.\ 10 BE WUHKUl Al lllF SAMl 1 IMI A~, ?!W.1 . . . -.. ------·-.. -----.. t ----------------------------------· -------------· --···-·-------------------··-··---.. ·--------· ______ , ~~ PIIASE 11 £XISIINC 2-◄• PVC CUNDUI rs ---PLACED BY OltiERS IN ,101•1 !RENCH ___ lXISIINC AIS AlRIAL CA8lE IU Bl PLAC£0 BY UIH[RS IN JOIN! IR[NI.H H(l( II E.u.c. CON)l. NOi£: Al. L CUN OU I T l D BE f'IHJV I llrD & PLAC[O UY UIHEHS. CUil r,o· CAtll[ V, ~ ,n or .,~ z ".I: .... ~[ ! (:) ..:{ ., ~ ~· G it " "' •-.,, ~iA. ljtjU SIA 7\t'J8 L=24' H•lff C[IAll':)HI.I ~~~-•g~,D~·~-~~g. -· ----1 l ~:~~u~;;,tlPROPOslU -----------------lQ]t----- =~~=+[J~-==-·-· ) ~ .. ---■'41 ··----A. - l'ltC.1t'cr HO, --·•• !!fr° Pk0.1,cr ~1 1.-•cosr ... oo-.s . PflOJ(Cl I.OCAUllk1 URt'llDAQ. c;.t,. ~t-:· -.. _.::--· ~: ··---------- --------·---- --------- ------ ___ ~II[[ T _NOTES: __ __ MAfERIALS 1,25" INNEROur.r -911~' CABLE • 4n' a AOC•ae TAANa""'•--ION ..... v,c••· INC. ~ 22!:.0 I AKti.SIDE ULVI.) PIIOHAA08C>N. TI< 700.a 'loll;NAIURC c,nt OUE l'ltOJ .. ;R1_J. ~ACC4RA10 I I l'MIU l114; l, lilllHIN , •; c;o-o\;;: Z,i lMO ~IMf I -I ---·, I ·--· _, ______ . -·--- ~tiff T NO: 11 01 13 IIHAWING NO: 1591011111 -sC&Lfj'""--·-·-o ,;, 10 ,u !·:!~:,....__ I tlllllllOHfM. ~CuE, 1•-ao·· YtAliCA&. SCA1,.[1_. ___ 1•..zo•. ··---JU/uAUlllt ----·---IKl'I 11 ., ■ •111Utik ,._,,,_., 11 w,1111n I ...... ,.il,.llftCllltllllll\-<■-­ IU,. ""'Ji 1-IUI\II 1t•IUl• IIC , ,11,.ia~11uuwia-a•t.1 .............. *•··--------.. ... .. ------··--""1,- - - CABLEVISION UNDERGROUND SPECIFICATIONS 5/1/95 - 5720 EL CAMINO REAL CARLS8AO, CA 92008 (619) 438-n41 NOTE: Conduit shall be installed by the contractor but will be supplied and delivered to the site by Daniels Cablevision. CONDUIT AND TRENCH DATA -CLOUDED AREA INDICA"""TES CATV TRENCH ONLY. ALL OTHER TRENCH IS JOINT TRENCH. ALL FOOTAGES INCLUDE 3' AT EACH PEDESTAL ANO BUILDI~NG. NEW CONDUIT TO BE IN~ALLED: 2-2 1/2" CONDUIT I -21/2" CONDUIT ---------- I -I 1/2" CONDUIT 3/4" CONDUIT (SERVICE) --------- --------~----------- CONDUIT FOOTAGES: 2 1/2 " I l/2n 3/4" CONDUIT· CONDUIT= CONDUIT I I (SERVICE) · · · 5, I 09' ± 2,420'± · 3,242'± l I 2 T T c.2. T 3 4 5 6 -I ~----~--___L_ __ jjj__J_ikJ__L_j _ _J _ _ill__1_j _ ____,._Ji --_.i_;::,~----oH---I--~ If I I I --/ P123020 ,-If -11--1 ,. ~11~ • 11· • / . : ~ rn n rn FRANC r scAN R□ ~: 1 ~ m: I\.. ,~ ~,,~ ~,1~ 2-2.5"(890') ~, ' I --~ ' ----~:-;;-; ii I 0 > ...J a) I I I I 20 I I t- 19 l I I I i I i I I 18 17 16 15 I l I I I I I l I I I I _J-I \__ _ _) k\l ____...__r<¥'-'\lt j~l ---'-- \ I II _ __.J,__~, ...... I -- 1 1 l'\ltl ........_____,. __ -L ,~ ,, I 1· :-11:-IN IDIIID I -Ill (I l!l PONTO DRIVE , 2-2.5"(299' )I~ ~tl- .5"(80') /.:;;:::: -.=.---------~,~ - l 1i I 0 (f) z <i u (f) w 0 - ' ~I~ I ~I~ I I 2 3 4 I L ___ l_ I I _l_ [=-------TO POINSETTIA LANE--~- CARLSBAD BLVD (SOUTHBOUND) ,~ I • I~ ,_ ,~ 5 11 ~''~ . II • ID II ID ~II~ II I 6 J __ I LA COST A DOWNS] -T T 5 6 7 8 9 2-2.5"(890') ~r 7';_~7EE=~~~-"~ttTrT~:Jf _=_=======- 1 I ~I~ I 5 6 I 7 8 1 I __ 1 i I I I I -t-----t I I I I 15 I I i I 14 I I +---- 13 I b'\ltJ ---~ II J_lkj __ ......__, -- ,____ 11 -1'-II :-11:- CD II CD ~II~ II • I I • ,,, 1•,.., ~1• ~ -11- 9 12 I I 8 -I \ C3 EXISTING PEDESTAL --,-- 10 1 I l l CATV TRENCH ONlY' CABLE POLE p 5 6 7 \ I \ 2-2.s" J_ 9 \ / (44') I I _ l_ COSTA DOWNS! - I I _l _ ,,, ' - /' l-l.5"(213')------' ~)(JS ------', ........ _ TING ROAD ----L -------------- Recording requested by: ) ) CITY OF CARLSBAD ) ) When recorded mail to: ) } City Clerk } City of Carlsbad ) 1200 Carlsbad Village Dr. ) Carlsbad, CA 92008 ) Notice is hereby given that: 1295 ·e· DOC tt 1996-0410420 13-AUG-1996 02=04 PM OFFICIAL RECORDS SAH DIEGO COUNTY RECORDER'S OFFICE GREGORY SMITH, COUHTY RECORDER FEES: 0. 00 Space above this line for Recorder's Use NOTICE OF COMPLETION 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California, 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work of improvement on the property hereinafter described was completed on July 1, 1996. 6. The name of the contractor, if any, for such work of improvement is Basile Construction, Inc. 7. The property on which said work of improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: La Costa Downs Assessment District 92-1, Project No. 3417. 8. The street address of said property is Ponto Drive, Franciscan Road, and Descanso Blvd., within the City of Carlsbad, California 92009. VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Council of said City on August' 6 , 1996, accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on August 7 , 1996, at Carlsbad, California. CITY OF CARLSBAD ~ l '&..;J;.;; J,NI/ ALETHA L. RAUTENKRANZ City Clerk