Loading...
HomeMy WebLinkAboutC W McGrath Inc; 1992-11-06; 3203CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -C/O 11 Project: #3203, Tamarack Avenue Widening from Carlsbad Boulevard to Interstate 5 Date Routed: Reason for Change: City Engineer Engineering Inspection Community Development Director Finance Director City Manager/Mayor Engineering Inspection Item 1: The undergrounding of overhead utilities by the utility companies delayed removal of poles and therefore construction of portions of street, curb, and sidewalk during the normal course of work. This remaining work is scattered in small pieces over the entire project and therefore unit prices established in the contract are no longer applicable due to contractor's lost efficiency. COST ACCOUNTING: Original contract amount . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1, 176,669.65 Total amount this c/o . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $19,856.40 Total amount of previous c/o's ....................................... $83,061 .79 Total c/o's to date ............................................... $102,918.19 New Contract Amount . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,279,587.84 Total c/o's as % of original contract ....................................... 8.75% Contingency monies encumbered . . . . • . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $117,666.00 Contingency increase or decrease . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $0.00 Contingency Subtotal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $117,666.00 Total c/o's to date ............................................... $102,918.19 Contingency Balance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $14,747.81 H:\LIBRARY\ENG\WPDATA\INSPECI\CHGORDER\3203-11.CHN CITY OF CARLSBAD PROJECT: Tamarack Avenue Widening from Carlsbad Boulevard to Interstate 5 CONTRACT CHANGE ORDER NO. 11 CONTRACT NO. 3203 P.O. NO. 14987 ACCOUNT NO. 320-820-1840-3203 CONTRACTOR: C. W. McGrath ADDRESS: P.O. Box 2488, 13080 Highway 80 El Cajon, California 92653 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 subsection 3-2.2.3, Agreed Prices, of the Standard Specifications for Public Works Construction, 1991, perform the following: Item 1: Complete surface improvements which were not done due to utility undergrounding including curb and gutter, sidewalk, asphalt paving and all attendant work within the project limits in order to provide a complete project pursuant to the original plans. All work shall be done for the agreed upon lump sum price of $19,856.40. Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $19,856.40 TOTAL INCREASE TO CONTRACT COST .................................. $19,856.40 H:\LIBRARY\ENG\WPDATA\INSPECT\CHGORDER\3203-11.CHN TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE EXTENDED TO JANUARY 28, 1994. RECOMMENDED BY: ~Ii& 1:-11-,r ~R!NCl~ALINSPECTOR (DATE) ~(-/1-Jf G (DATE) /!Affl1.~~ COMM.DEV.DIRECTO~DATE) ~~~- FINANCE DIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL) PURCHASING (W/P.O. CHANGE ORDER) FINANCE CONTRACTOR H:\LIBRARY\ENG\WPDATA\INSPECI\CHGORDER\3203-11.CHN APPROVED BY: CITY OF CARLSBAD CONTRACT GHA:'~GE 'J9DER iHA.l'•BMITT'l..l. • C/G 10 Project: #3203, Tamarnck Avfl':'.L·c: l.VidG~!~:;i rr~r., Carlsbad Boulevard to Interstate 5 Date Routed: Reason for Change: City Engineer Engineering Inspection Community Development Director Finance Director City Manager/Mayor Engineering Inspection Item 1: Traffic signal at Jefferson Street/Tamarack Avenue intersection required special protecte<~ view signal heads in order to meet the Traffic Engineers safety requirements for westbound traffic. COST ACCOUNTING: Original contract amount . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1, 1 'lo,669.65 Total amount this c/o ............................................... $3,410.00 Total amount of previous c/o's ....................................... $79,651 .79 Total c/o's to date ................................................ $83,061.79 New Contract Amount . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,259,731.44 Total c/o's as % of original contract . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7.06% Contingency monies encumbered . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $117,666.00 Contingency increase or decrease . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $0.00 Contingency Subtotal ....................................... ·. . . . . . $117,666.00 Total c/o's to date ................................................ $83,061.79 Contingency Balance .......................................... ·. . . . $34,604.21 H:\LIBRARY\ENG\WPDATA\INSPECI\CHGORDER\3203-10.CHN 8/4/93 CITY OF CARLSBAD PROJECT: Tamarack Avenue Widening from Carlsbad Boulevard to Interstate 5 CONTRACT CHANGE ORDER NO. 10 CONTRACT NO. 3203 P.O. NO. 14987 CONTRACTOR: C. W. McGrath ADDRESS: P.O. Box 2488, 13080 Highway 80 El Cajon, California 92653 ACCOUNT NO. 320-820-1840-3203 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 includ·~s 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 subsection 3-2, Changes Initiated by the Agency, of the Standard Specifications for Public Works Construction, 1991, perform the following: Item 1: Provide and install protected view traffic signal heads for westbound traffic on Tamarack Avenue at Jefferson Street (Pole No. 5), inclusive of: 1 -3M 12" PV MAS ................................................. $1,430.00 1 -3M 12" PV Suit ................................................. $1,650.00 All labor, equipment, materials for installation ..................•............ $330.00 Increase to Contract Cost ............................................ $3,410.00 TOTAL INCREASE TO CONTRACT COST ................................... $3,410.00 H:\LIBRARY\ENG\WPDATA\INSPECI\CHGORDER\'3203-10.CHN 8/4/93 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE ORDER. RECOMMENDED BY: . ,4c-,f1'l-l; CITY ENGINEER (OATE) , : ~ (A ·--<(I{) iJ-'--&/;b( 7 j FINANCE DIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL) PURCHASING (W/P.O. CHANGE ORDER) FINANCE CONTRACTOR H:\LIBRARY\ENG\WPDATA\!NSPECI\CHGORDER\3203-10.CHN APPROVED BY: 8/4/93 CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL-C/0 9 Project: #3203, Tamarack Avenue Widening from Carlsbad Boulevard to Interstate 5 Date Routed: Reason for Change: City Engineer Engineering Inspection Community Development Director Finance Director City Manager/Mayor Engineering Inspection Item 1: Curb & gutter, sidewalk, and additional A.C. paving improvements were desired by the property owner of 3894 Garfield Street. The property owner is contributing $750 of this cost. COST ACCOUNTING: Original contract amount ......................................... $1,176,669.65 Total amount this c/o ................................................. $750.00 Total amount of previous c/o's . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $78,901.79 Total c/o's to date ................................................ $79,651.79 New Contract Amount . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,256,321.44 Total c/o's as% of original contract ....................................... 6.77% Contingency monies encumbered . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $117,666.00 Contingency increase or decrease . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $0.00 Contingency Subtotal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $117,666.00 Total c/o's to date . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $79,651.79 Contingency Balance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $38,014.21 H:\LIBRARY\ENG\WPDATA\INSPECI\CHGORDER\3203-9.CHN CITY OF CARLSBAD PROJECT: Tamarack Avenue Widening from Carlsbad Boulevard to Interstate 5 CONTRACT CHANGE ORDER NO. 9 CONTRACT NO. 3203 P.O. NO. 14987 ACCOUNT NO. 320-820-1840··3203 CONTRACTOR: C. W. McGrath ADDRESS: P.O. Box 2488, 13080 Highway 80 El Cajon, California 92653 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 subsection 3-2, Changes Initiated by the Agency, of the Standard Specifications for Public Works Construction, ·1991, perform the following: Item 1: Add curb & gutter, sidewalk, removals, grading, and A.C. pavement on Garfield Street fro'lting the property at 3894 Garfield Street as follows: Curb & Gutter 27 LF x $7.35/LF = $198.45 Sidewalk 135 SF x $1.89/SF = $255.15 Removals/Grading 1 LS = $250.00 A.C. Paving 1.43 Tons x$32.34/Ton = $46.40 Total $750.00 TOTAL INCREASE TO CONTRACT COST ..................................... $750.00 H:\LIBRARY\ENG\WPDATA\INSPEC'I\CI-IGORDER\3203-9.CHN TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE ORDER. RECOMMENDED BY: 7-fL(-9; (DATE) ~1-/21/13 ( ·;:r:,t<•c' Ii{~ '(/3/f3 FINANCE DIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL) PURCHASING (W/P.O. CHANGE ORDER) FINANCE CONTRACTOR H:\LIBRARY\ENG\WPDATA\INSPECI\CHGORDER\3203-9.CHN APPROVED BY: (DATE) )-HI:'" <;O~TtiCUC.."TnilN 1,1..-&. r1,, .-._,_,..., • ...... ,_ --••• ~-·••-••. - TME CON-STRUC.TION OF TVPf: "C.11 P.C.C. CUR& AND GUTTER -SMOWN THU4C : .••••.• =:=:=:=:=:=:=:=:=:~ ~-••• -~ .!.. ,, _:_ A :o TM&-CON~TAUCTION OF 4" P.c.c. filOl:WA.LI(. CSIDEWAL.K .;MOWN TMUc; : ••••.••••••••. •<1: ,v .a: .... :. .. :.,:-a. .. •.:~:°-·o·: _:,Q TM&: CON4'TAUCTI0N O~ O," P.c.c. CROSS GUTTER WITM A.PRON -SMOWN THU~~.... ; ::J .. ;:•:v:--~. "T'-'E CONC:.TRUCTION OS: P.C.C.. DRIVfrWAV.; e:-MOWN "TMU._ : .•..•.•..•..•.....••.•.•..•.•....••••• TW& c;i'RE:E:T G.RADING A.~ fiMOWM oN 11-1& -YYPICAL c;r:rcTto~. I I TM& C0N~TRUC'TlON 0~ 4" c;ewtR LA.T&-RAL CONNECTION' ~~WN TMUS ! ............... ·.............. 4• v.c.. /ii H~~ fl 80' re, 11 I 4 1 II' "241 . ·if '24 1 // 1 4 1 I 1_1 I -f• •I• •I• • • •I• •I• -.f ~ .····•,;LoPe VAR\&\ .OP& VARIE~--··r-. · ljl 11'. ,} ,·I! ,}j ) I l l f . .:XIST. <aROUNO : :·4"1 P.C.C. CalDtw~· .. ·. .... 't •1,." P.M. ~uar-. ·· .. ·• .. . • WLTM ~E:AL COAT ~~·to" CIIOWM 4'' P.c.c:. c;,01 l .,., E!<l~T. f\ROU"f~ ·I __ i,,_,, (2," ~"' V 'A'i j 5= 1'4".:J' ,;hiie,.49~,/,/-= t .• •• :'fVPli l'G." CUR& (} ~ ... GUTTt:R. TYPICAL • s:: Y,411 : 11 ---,,,57T,..- . "TVP& ''6,:' CUR.•··· ~ ~ G.U"'CTlalt :: ) c;Tlt&F:T c;E:CTIC.)~ ' a:,11 I I I I' CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -C/O 8 Project: #3203, Tamarack Avenue Widening from Carlsbad Boulevard to Interstate 5 Date Routed: Reason for Change: City Engineer Engineering Inspection Community Development Director Finance Director City Manager/Mayor Engineering Inspection Item 1: North County Transit District requested that the Tamarack Avenue railroad crossing be re- designed, crossing arms widened, and raised medians constructed. Additional traffic control is necessary to complete this work also. Item 2: Property owner at 411 and 421 Tamarack Avenue is refusing to provide the required underground utility facilities for the undergrounding district. This work will be done by the City in the event he does not comply with the last notice given and a lien will be put on the property. COST ACCOUNTING: Original contract amount . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,176,669.65 Tota: , .·:~0unt this c/o . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $14,000.00 Total amount of previous c/o's . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $64,901.79 Total c/o's to date . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $78,901.79 New Contract Amount . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,255,571.44 Total c/o's as% of original contract .................................. 6.7% Contingency monies encumbered ............................... $117,666.00 Contingency increase or decrease ................................... $0.00 Contingency Subtotal ........................................ $117,666.00 Total c/o's to date . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $78,901.79 Contingency Balance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $38,764.21 H:\LIBRAR Y\ENG\WPDAT A\INSPEC1\CHGORDER\3203-8.CHN CITY OF CARLSBAD PROJECT: Tamarack Avenue Widening from Carlsbad Boulevard to Interstate 5 CONTRACT CHANGE ORDER NO. 8 CONTRACT NO. 3203 P.O. NO. 14987 · CONTRACTOR: C. W. McGrath ADDRESS: P.O. Box 2488, 13080 Highway 80 El Cajon, California 92653 ACCOUNT NO. 320-820-1840-3203 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 subsection 3-3, Extra Work, of the Standard Specifications for Public Works Construction, 1991, perform the following as directed by the engineer: Item 1: Re-construct railroad crossing per revised drawing 321-6, sheet 7 of 61, including pavement removal for a B-1 curb west of railroad, construction of 4• PCC stamped concrete inside raised Type-B1 median curbs, re-alignment of sidewalk around relocated crossing arms, and survey to layout curb grades. Estimated Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $10,000.00 Item 2: Providt: unJt.~~round utility service (power, telephone, CATV) to 411 Tamarack Avenue and 421 Tamarack Avenue. Estimated Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $4,000.00 TOTAL INCREASE TO CONTRACT COST .................................. $14,000.00 H:\LIBRARY\ENG\WPDATA\INSPECI\CHGORDER\3203-8.CHN TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED 3 WORKING DAYS. RECOMMENDED BY: ~/ ✓IC , ~c"~ Hv 6/cJ.--'7 /; '.$ / ci 3 FINANCE DIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL) PURCHASING (W/P.O. CHANGE ORDER) FINANCE CONTP r,.STOR H:\LIBRARY\ENG\WPDATA\INSPECI\CHGORDER\3203-8.CHN APPROVED BY: (date) CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL-C/O 7 Project: #3203, Tamarack Avenue Widening from Carlsbad Boulevard to Interstate 5 Date Routed: City Engineer Engineering Inspection Community Development Director Finance Director City Manager/Mayor Engineering Inspection Reason for Change: Item 1: Item 2: Item 3: Item 4: San Diego Gas & Electric requires that the service stub to 625 Tamarack Avenue be changed to an alternate service point. This item represents asphalt paving that will not be required due to increase in AC removals shown in item 3 below. Removal of additional A.C. pavement and grading is required to eliminate deep lift sections of A.C. pavement (1-0' ±). There will be a cost saving by reducing the AC. quantity as shown in item 2 above. A portion of an existing fence at 308 Tamarack Avenue requires reconstruction due to changes in grade. COST ACCOUNTING: Original contract amount . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,176,669.65 Total amount this c/o ........................................... $995.80 Total amount of previous c/o's . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $133;905.99 Total c/o's to date ......................................... , . $f>•'\,901.79 New Contract Amount ...................................... $·1,~4~ ,STi .44 Total c/o's as % of original contract . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5.5% Contingency monies encumbered ............................... $117,666.00 Contingency increase or decrease ................................... $0.00 Contingency Subtotal ........................................ $117,666.00 Total c/o's to date . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $64,901.79 Contingency Balance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $52,764.21 H:\LIBRAR Y\ENG\WPDATA\INSPECI\CHGORDER\'3203-7.CHN CITY OF CARLSBAD PROJECT: Tamarack Avenue Widening from Carlsbad Boulevard to Interstate 5 CONTRACT CHANGE ORDER NO. 7 CONTRACT NO. 3203 P.O. NO. 14987 ACCOUNT NO. 320-820-1840-3203 CONTRACTOR: C. W. McGrath ADDRESS: P.O. Box 2488, 13080 Highway 80 El Cajon, California 92653 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 subsection 3-2, Changes Initiated by the Agency, Standard Specifications for Public Works Construction, 1991, perform the following: Item 1: Provide and install additional conduit and trenching as required to the new service point. Increase to Contract Cost .............................................. $750.00 Item 2: Delete approximately 130 tons of AC pavement (bid item 4) from the contract; 130 tons @ $32.34/Ton = $4,204.20. Decrease to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . <$4,204.20> Pursuant to s•...,osection 3-3, Extra Work, of the Standard Specifications for Public Works Construction, 1991, perform the following as directed by the engineer: Item 3: Remove additional existing asphalt concrete pavement along Tamarack Avenue; (1) Station 10+25 to 10+40 and Station 10+65 to 10+85 by 18 LF wide. (2) Station 15+50 through Station 16+50 by 28 LF wide. These removals shall be worked in conjunction with other contract removals. Only the incremental increase in traffic control devices over that which is needed to perform contract work will be considered in this change order. Estimated Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $4,000.00 Item 4: Reconstruct the existing wood fence and gate at 308 Tamarack Avenue. Estimated Increase to Contract Cost ..................................... $450.00 TOTAL INCREASE TO CONTRACT COST ..................................... $995.80 H:\LIBRARY\ENG\WPDATA\INSPECI\CHGORDER\3203-7.CHN TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED. RECOMMENDED BY: APPROVED BY: COMMUNITY DEVELOPMENT DIRECTOR ~~(date) ½l~ 1-/J-0_ (~ ~It ~1~3 FINANCE DIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL) PURCHASING 0/J/P.O. CHANGE ORDER) FINAl'ICE CONTRACTOR H:\LIBRARY\ENG\WPDATA\INSPECT\CHGORDER\3203-7.CHN CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL-C/O 6 Project: #3203, Tamarack Avenue Widening from Carlsbad Boulevard to Interstate 5 Date Routed: City Engineer Engineering Inspection Community Development Director Finance Director City Manager/Mayor Engineering Inspection Reason for Change: Item 1: Item 2: Item 3: Item 4: Curb & gutter, sidewalk, drive approaches, and AC. paving improvements where desired by the property owners of 3881, and 3895 Garfield Street. There exists an urgent need to eliminate a severe drainage problem along this portion of Garfield Street. Both property owners are contributing their share of the cost. A retaining wall is necessary to correct a separation in grade between back of sidewalk and existing ground at 250 Tamarack Avenue. Certain damage to tile properties existing improvements prevented sloping the grade to join the separation. CMWD requested that a 1 O" valve be removed from the waterline. Proposed cover over top of valve was not in accordance with CMWD requirements. The cost of this work will be reimbursed to the City by CMWD. CMWD Sanitation Division informed us of a broken sewer main within the project limts. They have requested that these be repaired as part of this project and will reirnb...irse the City for all the work. · COST ACCOUNTING: Origina, contrad 6mount . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,176,669.65 Total amount this c/o . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $11,672.00 Total amount of previous c/o's . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $52,233.99 Total c/o's to date . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $63,905.99 New Contract Amount . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,240,575.64 Total c/o's as % of original contract ................................. 5.43<r', Contingency monies encumbered ............................... $117,666.00 Contingency increase or decrease ................................... $0.00 Contingency Subtotal ........................................ $117,666.00 Total c/o's to date . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $63,905.99 Contingency Balance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $53,760.01 H:\LIBRAR Y\ENG\ WPDA TA\INSPECT\CHGORDER\3203-6.CHN CITY OF CARLSBAD PROJECT: Tamarack Avenue Widening from Carlsbad Boulevard to Interstate 5 CONTRACT CHANGE ORDER NO. 6 CONTRACT NO. 3203 P.O. NO. 14987 ACCOUNT NO. 320-820-1840-3203 CONTRACTOR: C. W. McGrath ADDRESS: P.O. Box 2488, 13080 Highway 80 El Cajon, California 92653 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 subsection 3-2, Changes Initiated by the Agency, Standard Specifications for Public Works Construction, 1991, perform the following: Item 1: Add curb & gutter, sidewalk, drive approaches, grading, and AC. paving on Garfield Street fronting residences at 3881 and 3895 as follows: 3381 Garfield Street Curb & Gutter 46 LF x $7.35/LF = $338.10 Drive Approach 176 SF x $2.52/SF = $443.52 Sidewa!k 120 SF x $1.89/SF = $226.80 Grading 1 LS = $200.00 ft .. c. Paving 3.01 Tons x$45/Ton = $135.08 Total $1,343.50 3895 Garfield Street Curb & Gutter 30 LF x $7,35/LF = $220.50 Drive Approach 132 SF x $2.52/SF = $332.64 Sidewalk 24 SF x $1.89 = $45.36 Grading 1 LS = $150.00 Total $748.50 H:\LIBRARY\ENG\WPDATA\INSPECI'\CHGORDER\3203-6.CHN Item 2: Grade north of 3881 to Redwood Street Grade & Pave to Drain 1 LS = $590.00 Increase to Contract Cost ...................................... $2,682.00 Construct retaining wall at 270 Tamarack Avenue, 174SF X $25.80/SF = $4,490.00 Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $4,490.00 Pursuant to subsection 3-3, Extra Work, of the Standard Specifications for Public Works Construction, 1991, perform the following as directed by the engineer: Item 3: Item 4: Remove and relocate existing 1 o• in-line valve from water mainline at Station 29+90 Tamarack Avenue. Estimated Increase !'J Contract Cost ............................. $2,000.00 Excavate, locate, and replace existing broken 1 o• VCP sewer main with 1 o• PVC at Station 27+28 through Station 27+48 Tamarack Avenue. Estimated Increase to Contract Cost ............................. $2,500.00 TOTAL INCREASE TO CONTRACT COST .................................. $11,672.00 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE NOT ... ~E AFFECTED. RECOMMEr~DED BY: (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL) PURCHASING IY'//P.O. CHANGE ORDER) FINANCE CONTRACTOR APPROVED BY: (DATE) J- COMMUNITY DEVELOPMENT ~ ~~, MA¥~~ H:\LIBRARY\ENG\WPDATA\INSPECI\CHGORDER\3203-6.CHN CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL-C/O 5 Project: #3203, Tamarack Avenue Widening from Carlsbad Boulevard to Interstate 5 Date Routed:· City Engineer Engineering Inspection Community Development Director Finance Director City Manager/Mayor Engineering Inspection Reason for Change: Item 1: During storm drain excavation, running sand was encountered which severely hampered the productivity of the contractor. Specifications allow for additional compensation when a physical condition such as this occurs. COST ACCOUNTING: Original contract amount . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,176,669.65 Total amount this c/o ...................................... _-. . . . . . . . . . . . . . . $5,000.00 Total amount of previous c/o's . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $47,233.99 Total c/o's to date . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $52,233.99 New Contract Amount . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,228,903.64 Total c/o's as % of original contract . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5% Contingency monies encumbered ............................................ $117,666.00 Contingency increase or decrease . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $0.00 Contingency Subtotal ..................................................... $117,666.00 Total c/o's to date . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $52,233.99 Contingency Balance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $65,432.01 H:\LIBRARY\ENG\WPDATA\INSPECI\CHGORDER\3203-5.CHN CITY OF CARLSBAD PROJECT: Tamarack Avenue Widening from Carlsbad Boulevard to Interstate 5 CONTRACT CHANGE ORDER NO. 5 CONTRACT NO. 3203 P.O. NO. 14987 ACCOUNT NO. 320-820-1840-3203 CONTRACTOR: C. W. McGrath ADDRESS: P.O. Box 2488, 13080 Highway 80 El Cajon, California 92653 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. Item 1: Pursuant to subsection 3-4, Changed Conditions, and as set forth in subsection 3-2.2.3, Agreed Prices, of the Standard Specifications for Public Works Construction, 1991, the following amount paid is full compensation for all claims due to loss of productivity and any other claim resulting due to the substandard native material encountered in storm drain trenches between April 9 and April 14, 1993. Increase to Contract Cost ...................................... $5,000.00 TOTAL INCREASE TO CONTRACT COST . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $5,000.00 H:\LIBRARY\ENG\WPDATA\INSPECI\CHGORDER\.3203-5.CHN TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED 3 WORKING DAYS. RECOMMENDED BY: --:-;r-9' Y (DATE) ~-I~~ S--~d-f--5 FINANCe'. DIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL) PURCHASING (W/P.O. CHANGE ORDER) FINANCE CONTRACTOR H:\LIBRARY\ENG\WPDATA\INSPECI\CHGORDER\3203-5.CHN APPROVED BY: (DATE) CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -C/O 4 Project: #3203, Tamarack Avenue Widening from Carlsbad Boulevard to Interstate 5 Date Routed: City Engineer Engineering Inspection Community Development Director Finance Director City Manager/Mayor Engineering Inspection Reason for Change: ltein 1: Item 2: Item 3: Item 4: Item 5: Item 6: A buried concrete structure for an abandoned railroad switching arm, not shown on the plans prevented the jacking of a steel casing for dry utilities; In order to continue, the buried obstruction must be removed and the remaining steel casing installed by open cut trench method. Several existing utility poles conflicted with traffic control plans originally provided by the City. The utility poles restricted roadway width, thus preventing two-way traffic as originally intended. Flaggers were provided to control traffic through construction zone and around utility poles. As a safety precaution an abandoned access shaft to . an existing RCB storm drain structure requires additional reinforced concrete to plug the opening. This work is beyond the original scope of work specified. An existing access shaft to service the RCB storm drain structure requires repair of its access steps which was not originally specified. The Pacific Bell company revised their drawing for a portion of the underground conversion. Approximately 150 L.F. of additional conduit is required. The City Traffic Engineer requested that high intensity grade reflectorized stop signs be used in place of lesser reflectorized engineers grade signs. COST ACCOUNTING: Original contract amount . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,176,669.65 Total amount this c/o . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $5,054.02 Total amount of previous c/o's . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $42,179.97 Total c/o's to date . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $47,233.99 New Contract Amount . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,223,903.64 Total c/o's as % of original contract ................................................ · 4% Contingency monies encumbered ............................................ $117,666.00 Contingency increase or decrease . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $0.00 Contingency Subtotal ..................................................... $117,666.00 Total c/o's to date . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $47,233.99 Contingency Balance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $70,432.01 H:\LIBRARY\ENG\WPDATA\INSPECI\CHGORDER\3203-4.CHN CITY OF CARLSBAD PROJECT: Tamarack Avenue Widening from Carlsbad Boulevard to Interstate 5 CONTRACT CHANGE ORDER NO. 4 CONTRACT NO. 3203 P.O. NO. 14987 ACCOUNT NO. 320-820-1840-3203 CONTRACTOR: C. W. McGrath ADDRESS: P.O. Box 2488, 13080 Highway 80 El Cajon, California 92653 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 subsection 3-3, Extra Work, of the Standard Specifications for Public Works Construction, 1991, perform the following as directed by the Engineer: Item 1 Remove and dispose of the buried concrete obstruction at station 23+90 and complete the placement of the 24" <I> steel casing for utility crossing of railroad by open cut trench method from station 23+80 to station 23+90. Estimated Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $850.00 Item 2 Provide flaggers for traffic control. Estimated Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,250.00 Pursuant to subsection 3-2, Changes Initiated by the Agency, Standard Specifications for Public Works Construction, 1991, perform the following: Item 3 Item 4 Provide and place reinforced PCC plug in accordance with sketch issued with project memo #15 (2-15-93). Increase to Contract Cost ....................................... $1202.05 Provide and place additional steps in accordance with SDRSD D-11 inside the existing access shaft to the RCB storm drain structure. Increase to Contract Cost ........................................ $502.06 H:\LIBRARY\ENG\WPDATA\INSPECTICHGORDER\3203-4.CHN Page 2 Project #3203 Change Order #4 Item 5 Item 6 Provide and install additional Pacific Bell underground ducts as· described in revised drawings per #DB 1992 R, sheets 7, 8, & 9 of 16, and per project memo #16 (2-22-93). Increase to Contract Cost ...................................... $1,055.45 Provide high intensity grade reflectorized material on seven (7) regulatory stop signs. These are to replace the seven (7) stop signs originally specified with engineer's grade reflection. Increase to Contract Cost ........................................ $194.46 TOTAL ESTIMATED INCREASE TO CONTRACT COST $5,054.02 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE ORDER. H:\LIBRARY\ENG\WPDATA\INSPECI\CHGORDER\3203-4.CHN Page 3 Change Order #4 Project #3203 RECOMMENDED BY: CITY NG EER (DATE) ~~? cOMM..DtREd[DATE) ~6~ d'-~~ A:h:.:r0 FINANEDIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL) PURCHASING {Yv/P.O. CHANGE ORDER) FINANCE CONTRACTOR H:\LIBRARY\ENG\WPDATA\INSPECI\CHGORDER\3203-4.CHN APPROVED BY: CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -C/O 3 Project: #3203, Tamarack Avenue Widening from Carlsbad Boulevard to Interstate 5 City Engineer Engineering Inspection Community Development Director Finance Director City Manager/Mayor Engineering Inspection Reason for Change: Item 1: Item 2: Item 3: Item 4: Item 5: Item 6: The project drawings called for the removal of the existing chain link fence. The affected property owner was very distraught over its removal. The decision was made to replace the fence. An existing overhead Western Union cable required conversion to underground which was not included in the original contract. Pacific Bell revised their underground conversion plans and the revision included additional telephone ducts. The roadway section in this area is not possible to remove in two separate phases as intended. Traffic should be placed on temporary pavement after excavation is completed. The project drawings called for the removal of an existing fence and hedge. The affected property owner has a small dog which could escape through the opening created. The decision was made to replace the fence and hedge. The drive approach at station 10+56 Hibiscus was enlarged at the property owners request. This necessitated the removal of additional curb gutter and sidewalk. COST ACCOUNTING: Original contract amount ................................................ $1,176,669.65 . Total amount this c/o . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $10,990.87 Total amount of previous c/o's . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $31,189.1 0 Total c/o's to date . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $42,179.97 New Contract Amount . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,218,849.62 Total c/o's as % of original contract . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3.58% Contingency monies encumbered . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $117,666.00 Contingency increase or decrease . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $0.00 Contingency Subtotal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $117,666.00 Total c/o's to date . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $42,179.97 Contingency Balance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $75,486.03 H:\LIBRARY\ENG\WPDATA\INSPEC1\CHGORDER\3203-2.CHN CITY OF CARLSBAD PROJECT: Tamarack Avenue Widening from Carlsbad Boulevard to Interstate 5 CONTRACT CHANGE ORDER NO. 3 CONTRACT NO. 3203 P.O. NO. 14987 ACCOUNT NO. 320-820-1840-3203 CONTRACTOR:_~c~. ~w-'-. ~M-'-'c....CG-'-ra=t"--'-h _______________________ _ ADDRESS: ___ P_.O_. _B_o_x_2_4_88~1_13_0_8_0_H_i_gh_w_a~y~8_0 ________________ _ El Cajon, California 92653 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 subsection 3-2, Changes Initiated by the Agency, Standard Specifications for Public Works Construction, 1991, add the following changes: Item 1 Item 2 Item 3 Provide and .install approximately 85 L.F. of 4' -O" chain link fence, with one 3' -0" wide gate at 391 Tamarack Avenue for the lump sum price of $1,419.56. Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,419.56 Provide and install two (2) four inch PVC ducts for Western Union cable undergrounding, in the joint trench along Garfield Street crossing Tamarack Avenue. Increase to Contract Cost ....................................... $1,878.70 Provide and install Pacific Bell facilities in accordance with Pac bell revised plans transmitted November 10, 1992. The additional work shown on these plans result in a net increase to bid item no. 70. Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,667.61 Pursuant to subsection 3-3, Extra Work, Standard Specifications for Public Works Construction, 1991, perform the following: Item 4 Provide, place, remove and dispose of two inches of C2 AR4000 asphalt concrete pavement between approximate stations 19+00 and 21 +00 as directed by the Engineer. Estimated Increase to Contract Cost ............................. $5,000.00 H:\LIBRARY\ENG\WPDATA\INSPEC1\CHGORDER\3203-2.CHN Page 2 Project #3203 Change Order #3 Item 5 · Item 6 Relocate existing fence and bushes to back of proposed sidewalk at 511 Tamarack Avenue, southeast corner of Tamarack Avenue/Hibiscus Circle as directed by the Engineer. Estimated Increase to Contract Cost ............................... $600.00 Remove an additional nine (9) L.F. of curb and gutter and 45 S.F. of sidewalk at 522 Tamarack Avenue along Hibiscus Circle to facilitate wider drive approach at Station 10+56R as directed by the Engineer. Estimated Increase to Contract Cost ............................... $425.00 TOTAL ESTIMATED INCREASE TO CONTRACT COST ........................ $10,990.87 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE ORDER. I-l:\LIBRARY\ENG\WPDATA\INSl'ECT\CI-IGORDER\3203-2.CHN Page 3 Change Order #3 Project #3203 RECOMMENDED BY: CITY'. NGINEER co~~ ~~~ FINANCE DIRECTOR DISTRIBUTION: 1-I'1-ff'J (DATE) z ..... , --=r 3 (DATE) INSPECTION FILE (ORIGINAL) PURCHASING (W/P.O. CHANGE ORDER) FINANCE CONTRACTOR APPROVED BY: ~ ~/7/ /~/? / ~~~2--j'Z CONTRACTOR ~ H:\LIBRARY\ENG\WPDATA\INSPEC'I\CI-IGORDER\3203-2.CI-IN CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -C/O 2 Project: # 3203, Tamarack Avenue Widening from Carlsbad Boulevard to Interstate 5 Date Routed: Reason for Change: Items 1 & 2: COST ACCOUNTING: City Engineer Engineering Inspection Community Development Director Finance Director City Manager/Mayor Engineering Inspection Carlsbad Municipal Water District requested all old existing orangeburg sewer laterals be replaced with new 4" or 6" PVC laterals. Replacement of laterals will be funded by Carlsbad Municipal Water District. Original contract amount . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,176,669.65 Total amount this c/o . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $20,300.00 Total amount of previous c/o's .............................................. $10,889.10 Total c/o's to date . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $31,189.10 New Contract Amount ................................................. $1,207,858.75 Total c/o's as % of original contract . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2.65% Contingency monies encumbered . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $117,666.00 Contingency increase or decrease . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $0.00 Contingency Subtotal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $117,666.00 Total c/o's to date ...................................................... $31,189.10 Contingency Balance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $86,476.90 H:\LIBRARY\ENG\Wl'DATA\INSPECT\CI-IGORDER\3203-2.CHN CITY OF CARLSBAD PROJECT: Tamarack Avenue Widening from Carlsbad Boulevard to Interstate 5 CONTRACT CHANGE ORDER NO. 2 CONTRACT NO. 3203 P.O. NO. 14987 ACCOUNT NO. 320-820-1840-3203 CONTRACTOR:_.,=cc..:..... -'--'WC.:.. . ...:..:M~c:....:::G::..:..ra=t:.:..:h _______________________ _ ADDRESS: --~P~.O~·~B~o-'-'-x~2~4..c...88.C...,,---'-13~0~8~0~H~i ..... g~hw~a=y~8~0~---------------- EI Cajon, California 92653 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 subsection 3-2, Changes Initiated by the Agency, Standard Specifications for Public Works Construction, 1991, add the following changes: Item 1 Construct approximately seven (7) additional six (6) inch sewer laterals per SS-3 at $1,500 each, at locations designated by the Engineer; 6 each x $1,500.00 = $10,500.00. Item 2 Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $10,500.00 Construct approximately seven (7) additional four (4) inch sewer laterals per SS-3 at $1,400 each at locations designated by the Engineer; 7 each x $1,400.00 = $9,800.00. Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $9,800.00 TOTAL ESTIMATED INCREASE TO CONTRACT COST ........................ $20,300.00 H:\LIBRARY\ENG\WPDATA\INSPECT\CHGORDER\3203-2.CHN TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY 3 WORKING DAYS. RECOMMENDED BY: (DATE) ~~~ c9/2173 FINANCE DIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL) PURCHASING (W/P.O. CHANGE ORDER) FINANCE CONTRACTOR H:\LIBRARY\ENG\WPDATA\INSPECT\CHGORDER\3203-2.CHN APPROVED BY: CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -C/0 1 Project: #3203, Tamarack Avenue Widening from Carlsbad Boulevard to Interstate 5 Date Routed: 13/:l I l"T ?-.. 1:J.(JJ/1-:)... ,~ ~/1A. ~ 3 I 1:,/93 I /I 3 City Engineer Engineering Inspection Community Development Director Finance Director City Manager/Mayor Engineering Inspection Reason for Change: Items 1-8: Item 9: The Santa Fe Railroad and the NCTD requested that a higher D-Load storm drain pipe be used under the full width of the railroad right-of-way. The contract traffic control plans did not address advance warning road construction ahead signs for all side streets intersecting with Tamarack Avenue. As a safety precaution these advance construction signs were placed. COST ACCOUNTING: Original contract amount . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,176,669.65 Total amount this c/o . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $10,889.1 0 Total amount of previous c/o's . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $0.00 Total c/o's to date . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $10,889.1 0 New Contract Amount . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,187,558.75 Total c/o's as % of original contract . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1.0% Contingency monies encumbered . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $117,666.00 Contingency increase or decrease . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $0.00 Contingency Subtotal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $117,666.00 Total c/o's to date . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $10,889.1 0 Contingency Balance ................................................... $106,776.90 H:\LIBRARY\ENG\WPDATA\INSPECT\CHGORDER\3203-1.CHN CITY OF CARLSBAD PROJECT: Tamarack Avenue Widening from Carlsbad Boulevard to Interstate 5 CONTRACT CHANGE ORDER NO. 1 CONTRACT NO. 3203 P.O. NO. 14987 ACCOUNT NO. 320-820-1840-3203 CONTRACTOR:_c ............ w'-'-'-. ___ M ___ cG~ra=th _________________________ _ ADDRESS: ___ P._O_. _B_ox_24_8_8~, _1_3_0_80_H_ig~h_w_ay_80 _______________ _ El Cajon, California 92653 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 subsection 3-2, Changes Initiated by the Agency, Standard Specifications for Public Works Construction, 1991, make the following changes: Item 1 Item 2 Item 3 Item 4 Item 5 Item 6 Item 7 Item 8 Delete 3~ LF of 18" RCP (2000D) from bid item 49; decrease to contract cost = 38 LF @ / $36/LF -$1,368 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . <$1 ,368.00> Delete 28 LF of 24" RCP (2000D) from bid item 50; decrease to contract cost = 28 LF @ .,, $35.80/LF = $1,002.40 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . <$1,002.40> / Delete 111 LF of 27" RCP (2000D) from bid item 51; decrease to contract cost= 111 LF @ $35.90/LF = $3,984.90 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . <$3,984.90>, Provide and install 40 LF of 18" RCP (3000D) at $48.65/LF; increase to contract cost = / 40 LF @ $48.65/LF = $1,946.00 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,946.00 Provide and install 28 LF of 24" RCP (3000D) at $51.20/LF; increase to contract cost = 28 LF @ $51.20/LF = $1,433.60 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,433.60 , Provide and install 108 LF of 27" RCP (3000D) at $69.35/LF; increase to contract cost = 108 LF@ $69.35/LF = $7,489.80 ................................ $7,489.80 • Provide and install an additional 10 LF of Jacked 27" RCP (3000D); increase to contract - cost= 10 LF@ $490/LF = $4,900.00 ............................ $4,900.00 Relocate Type A-4 cleanout, 18" RCP storm drain lateral #5, headwall, and additional grading shown on sheet 12 of the plans from station 23+85.76 to station 23+75.76 for / the lump sum price of $75.00; increase to contract cost . . . . . . . . . . . . . . . . . $75.00 / H:\LIBRARY\ENG\WPDATA\INSPEC'I',CHGORDER\3203-1.CHN Tamarack Avenue Widening, Project 3203 Change Order No. 1 Page 2 Item 9 Provide and install nine (9) C18, Road Construction Ahead, Construction Zone traffic signs on telspar posts for the lump sum price of $1,400.00; increase to contract cost ............................................... $1,400.00 TOTAL INCREASE TO CONTRACT COST .................................. $10,889.10 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE EFFECTED BY THESE CHANGES. RECOMMENDED BY: /L-'Z/-9-z.- (DATE) /z-tZ-ft-- (DATE) ~~~~.bl /-~-'?J FINANCE DIRECTOR # (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL) PURCHASING (W/P.O. CHANGE ORDER) FINANCE CONTRACTOR H:\LIBRARY\ENG\WPDATA\INSPECT\CHGORDER\3203-1.CHN I I t I I I I I I le I I I I I I I .. I CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS AND SPECIAL PROVISIONS FOR TAMARACK AVENUE WIDENING FROM CARLSBAD BOULEVARD TO INTERSTATE 5 CONTRACT NO. 3203 DRAWING NO. 321-6 6/24/92 I I , I I I I I I le I I I I I I I ,- 1 TABLE OF CONTENTS NOTICE INVITING BIDS ....•....................................• : 1 CONTRACTOR'S PROPOSAL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 BIDDER'S BOND TO ACCO MP ANY PROPOSAL . . . . . . . . . . . . . . . . . . . . . . . . . . 31 · DESIGNATION OF SUBCONTRACTORS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 33 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY .................. 35 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE .......... 36 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 37 CONTRACT -PUBLIC WORKS .................................. · · · · ~33 LABOR AND MATERIALS BOND .................................... · 46 PERFORMANCE BOND . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 48 ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . SO RELEASE FORM . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 54 SPECIAL PROVISIONS Part 1. SUPPLEMENTARY GENERAL PROVISION TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION ............. 55 Part 2. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR CONSTRUCTION MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 76 Part 3. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR CONSTRUCTION METHODS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 96 APPENDICIES APPENDIX 1 -ST AND ARD DRAWINGS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 190 APPENDIX 2 -SAN DIEGO GAS & ELECTRIC STANDARD DRAWINGS ........ 246 . 1 6/24/92 I I r I I I I I I le I I I I I I I •• I CITY OF CARLSBAD, CAI.JFORNJA NOTICE INVTI1NG BIDS 1 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 10th day of September, 1992, at which time they will be opened and read, for performing the work as follows: TAMARACK AVENUE WIDENING FROM CARLSBAD BOULEVARD TO I-5 CONTRACT NO. 3203 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 Municipal Projects Department. The specifications for the work include the Standard Specifications of Public Works Construction, (SSPWC), 1991 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 6/24/92 I I , I I I I I I le I I I I I I I ,- 1 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 is $1,600,000. 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, pursuant to Business and Professions Code Section 7028.15. The following classifications are acceptable for this contract: Class 11A11, 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 $50.00 per set. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of 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 file in the Office of the Carlsbad City Clerk. 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 provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 1720 shall apply to the Contract for work. A pre-bid meeting and tour of the project site will not be held. Questions concerning these plans and specifications should be directed to Richard Cook, Principal Construction Inspector, at 438-1161, extension 4411. 6/24/92 I I f I I I I I I le I I I I I I I .. I 3 All 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. 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 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 for a period of one (1) year from the date of formal acceptance of the project by the City. Bonds and insurance are to be placed with insurers that have (1) a rating in the most recent Best's Key Rating Guide of at least A-:V, (2) are authorized to conduct business in the State of California, and (3) are listed in the official publication of the Department of Insurance of the State of California. 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 11any auto11 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 cost of said insurance shall be included in the bid price. Approved by the City Council of the City of Carlsbad, California, by Resolution No. · 92-221 adopted on the 7th day of July , 19~. 1-2D--9 .2. Date ~ R. fG Aletha L. Rautenkran~ 6/24/92 I I f I I I I I I le I I I I I I I ,-, ...... Cl1Y OF CARLSBAD TAMARACK AVENUE WIDENING FROM CARLSBAD BOULEVARD TO 1-5 CONTRACT NO. 3203 . CONTRACTOR'S PROPOSAL 4 BASE BID SCHEDULE STREET IMPROVEMENTS PER DRAWING NO. 321-6 Without Street Closure Between Garfield St. and Hibiscus Circle 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. 3203 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: Item Description -with Item Unit Price or Lump Sum No. Price Written in Words 1 2 3 Clearing & Grubbing at Dollars per Lump Sum Unclassified Excavation at Dollars per Cubic Yard Class rr Aggregate Base at 7'hv4.r~~ Dollars per Ton Approximate Quantity and Unit LS 6350 CY 40TON Unit Price .35, &>o 5' I 371 ..f£ 6/24/92 I I 5 f Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price Total I 4 A.C. Pavement at J:i,N I i/1. 2'16 -4400 TON l. Dollars per Ton • I 5 Sidewalk (G-7) and PCC Walkway at I One. ~-a9 /lt't.1 20800 SF /.&9 .39 .3/..Z. c70 Dollars per Square Foot I 6 Driveway Approach (G-14) at 2,:52 /Wu 1 52//::;o 6265 SF /5 787.80 I Dollars per Square Foot 7 Pedestrian Ramp (N8B-Case E) at On~ h£Jnd.rc.d .$~-~ht' 14 EA /6/3. ~E? .2 3.52. 0 '° .,, I Dollars Each 8 Curb & Gutter (G-2, Type G) at 7_35 us le ..:$ e-V (.,,,,-, i ,3 :> /✓ e:n? 4963 LF .36 478 . , Dollars per Linear Foot I 9 Median Curb (G-6, Type B-1) at ,lc;,5o Tc.n ~-.:50/1~0 790 LF 8,29,5,QC, I Dollars per Linear Foot 10 Stamped Colored Concrete Path at 249o.0 v I 7"hr-t.'-c:.... 830 SF .3. <.:10 , Dollars per Square Foot I 11 Cold Milling at /_86 9P 0/JG.. ~, 86/,<->o 2065 SF 38./-o. ~ Dollars per Square Foot I 12 P.C.C. Driveway (Beyond Hinge Point) at 3.3-o 4 /41 50 I 1255 SF , . Dollars per Square Foot I 13 Stamped Concrete Driveway (Beyond Hinge Point) at .3_00 QO '7h/'e-~ 100 SF ..s~o. ,-Dollars per Square Foot I * 6/24/92 I I 6 r Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price Total I 14 Curb Outlet Type A (D-25) at 7hw~, /2,uu:u--~ ~3e:,;,o -5, 2e:,o. ao 4 EA I Dollars Each 15 Side'Yalk Underdrain (D-27) at I ,/V//}C..~ -,l::u.,..<._ 3 EA 93. p.c; _zas. oc> Dollars Each I 16 Concrete Gutter per detail C/3 (Adj. to Driveway) at ,t: wc-n~ .. -dr.:d t.<.<,,~4..,. ~M 1 EA .525. 00 .:52.S.c,o I Dollars Each 17 A.C. Dike (G-5, Type A) at I /: G.--'✓C-d!' 2.S//PO 188 LF 5,25 C/87, = Dollars per Linear Foot le 18 Water Service Relocation/ Adjustment at 45 EA /360.~Q 6IJ2oo. ,;n I Dollars Each 19 Backflow Preventer Relocation at .::, L-;.:, /20,-.d/ c..d-, ,£ .:.-:C ~ 4EA 615 ~o _z 460. o,;.• I , Dollars Each I 20 Remove and Replace 1" Water Service at / Zoo, 00 7~c..LvL hu;ne;t!..;cd,, /_.Zao -1 EA ; , I Dollars Each 21 New Water Service (1") including I Backflow Preventer at /V,;.~L~ h~,?~~ 1 EA ~ 9t?o· ,:, 9oa . .-?o Dollars Each I 22 New Water Service (2") at 00 7'GUD> /hoP..:;a,,,,-.d.-2 EA 2 ~;:;,o ~ooo. ~ I Dollars Each ,- I 6/24/92 I I 7 f Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price Total I 23 8" PVC Pipe, Class 1 SO, Including Cap and Connection to Existing ;;._~ 170 I Gate Valve at (p~- r'"VO lh~o,,.,c., h~,->d.red. ~~v~u.,--/i)ra., -·"!t ,1~~ ~ .. ~,.~ lt?O 35 LF , C: .• ,,,,v-.... 1- Dollars per Linear Foot I 24 Fire Hydrant Assembly Relocation at .Co~,,,.CZ-L,r, h~,~u::l, 3 EA /,; -#oo ~ ~2~o. ,7c, I Dollars Each 25 New Fire Hydrant Assembly, Including I Removal and Salvage of Existing Fire Hydrant Assembly at ..36<:>o -/8 00.t.'.J . .:,~ 7'hir~ -.sl..:< h~,'>d..rcd.,,, 5 EA ., , I Dollars Each 26 1" Manual Air Release at le ·rAZ-r~ hu,natr~ ..Cd~ 1 EA .I_, 3So. ~350, O,c;, Dollars Each I 27 2" Manual Air Release at .,c~~ /2,:,,,~d.,rc.d..-, 05PO -~ :St?o. c)cJ 3 EA I Dollars Each 28 2" Manual Blow-Off Assembly at -/ /Po c,o E.u.-v ~ /2 u~drt:d..-1 EA / ./Clo I ·' / . Dollars Each I 29 10" Gate Valve, Complete in Place at /-Ov ,,-k4,,, /2,e,,,?d.-_,,,. ?d,., 1 EA 1~+00-/., +o O. c70 Dollars Each I 30 6" Gate Valve, Complete in Place at .,c ~c.., ;«,t,,;-ac;i.-r-~ .Soo -.:5~o . d0 1 EA I Dollars Each 31 611 St~el Highline at I .::$~ -Li/?G 92 LP 6/.oo .:5, 6 /_,2. OV Dollars per Linear Foot 1- I 6/24/92 I I 8 , Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price Total I 32 1011 PVC Pipe, Class 150 (Includes Removal and Disposal of 10'' ACP) at ..3 &:,IV /.3 0.20. dtt:I I 'Thw~ . One.,, 420 LF /, ; Dollars per Linear Foot I 33 2" PVC Pipe Sch. 80 (Including Installation and Removal) at· ,2,Z. 8c7 ~+&2. P,:'J /"'-,i>t..,,,,t:-L; -~ V '!' ,5 0 /, {.1-0 65 LF I Dollars per Linear Foot 34 311 PVC Pipe Sch 80 (Including I Installation and Removal) at .2.2. 60 4~33 ~ 7w4'?½-Cw:;, ": .. 60 /,o v 205 LF ; Dollars per Linear Foot I 35 Te~porary Water Servic~s at &80. cJIP .z 6../o. 0 ~ £:-9,-,c, /2u,,,d-.,,-c.d ~ h ~ 3 EA ., le Dollars Each 36 Connections to Main Line at ~ I /4-1&,n~.-P/:>~ h~r?d-r~ 3 EA .2 /C/c? 6_3Pe>. l9e7 • , Dollars Each I 37 Adjust Manhole at 74.>cJh,v,--,dA-Ld Lu:.~ .Z5&. ao 3 7!3o. ,t!,)0 15 EA , I Dollars Each 38 Adjust Valve Box at "' I .d?r?t.: hc .. .>r)e.Ucd .::J~ -· .:JU<. 34 EA /6&.> .c7o .5 644. Of.J ,, Dollars Each I 39 Cross Gutter (G-12) at 552!,i. "'"" ~ci.x. f .50//00 · . Sc,, 850 SF 6. , Dollars per Square Foot I 40 Cleanout (D-9, Type A-4) at ~,:J '/ L-.., 0 h) o.:.,.5a:...nol 8 EA _zooo /~ OtJO. F I Dollars Each ,- I 6/24/92 I I 9 •• Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price Total I 41 Corrugated Steel Pipe Inlet, (D-16, Type A) Including Ditch Grading at l.,.ZJP -/ 270. ~o I 7~e...hG.1,-?d.red. .!Sc,,,,~~ LS ,> Dollars per Lump Sum I 42 Type B Inlet (D-2) at .. /4A9/Jw~~r?e-hv,?d/i!d. ~e::_.vc..,,~ 7 EA .2170 /f5 /'9CJ 'PC ., , Dollars Each I 43 Type B-1 Inlet (D-2) at 74.;:,o llwu~..:Je.vc.-rJv,-..dr~ ~u-"o/ 2 EA 2,730 -.5 460 . ...,,;, ; I Dollars Each 44 Type B-2 Inlet (D-2) at I 7 4,;,o 'lhPc.>..;;a,,,,,,d ,e,,,,, c.. l·:u.h?d-~ ~ 2,itCJo -.Z, id~. ,:t.t,l 1 EA ., Dollars Each le 45 Wingwall (D-34) at &i.,e~ ht.;.,"ld-r~ /,. :5~e? -· ~ 5ao. &,IC) 1 EA I Dollars Each 46 Connection to Existing Box Culvert at LJ8,o ,. 3 52P. '''° I LE~h r h~->.~c.d e.~h~ 4 EA ., Dollars Each I 47 Concrete Lug (D-63) at Zlo ~ 4-Zo. e1e> 74.,,oAv,--,d,rc:d, &t:--, 2 EA Dollars Each I 48 12" PVC SDR-35 at l~b6S,P0 7"hc.:r~ -..5<-v~ 45 LF ~z C,o I Dollars per Linear Foot 49 18" RCP (2000 D) at .1412.$ ,. I 948 LF 3,-' Dollars per Linear Foot I I so 24" RCP (2000 D) at ;i L t/-o,, tfo 598 LF 35~l) Dollars per Linear Foot , •• I 6/24/92 I I 10 , Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price Total I 51 27" RCP (2000 D) at 135 LF ,3 5:c,1u 4 °3<f'7~aP I Dollars per Linear Foot 52 Jacked 27" RCP (3000 D) at I 41 LF 4</0,,'QO .2o 09 E?o ,, 0. Dollars per Linear Foot I 53 Fence. Relocations at /-i.-vc., hv,~~ LS 6Po· 5o~:>. p,t? Dollars per Lump Sum I 54 Sewer Lateral Adjust (SS-3) at ' /:"c>vr~ hv_,.~a.;,-,~ -5 C...v~4t -/4?v<:, 53 EA ~ 4 7:5-7<:!3 / 7..5, !°;)1&~ ; I Dollars Each 55 New 4" Sewer Lateral (SS-3) at le r-ov.rC::,.:~ ,hu.~Gd--1 EA /,,,400-<,4cJO. ,;u Dollars Each I 56 New 6" Sewer Lateral (SS-3) at ,C i.J; UC.,.-., ,/2 v . ...,a,,,,,-cd_.. 1 EA ~5oop /~ 56?~. ov I Dollars Each 57 Concrete Steps (M-26) at //4,;o #-:>e.?v_;;a,,-,c:t., /J~C,, hv.--,.d,re.-d.,, .2 9&:J~ -2_ qoo. ~c I LS ,, / Dollars per Lump Sum I 58 Retaining Wall (C-6) at _z.5,.80 7 4,;c:,,,,,~ .. ~·dx_, <!3. 80 //o o 640 SF /6, SJ,.c. V.J Dollars per Square Foot I 59 Remove/Install New Chain Link Fence on Re!aining Wall at 3_40 .Z /76. ~:>o I Th,1t:.e. & 4-0/.100 640 SF . ✓ Dollars per Square Foot I 60 Survey Monuments (M-10) at 7 l.vo h.;, .n d/'~ 3 i.x.~ -¼>;;:,, 3 EA 2'6Z.oo 786. ,:1e; ,-Dollars Each I 6/24/92 I I 11 I' Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price Total I 61 Landscaping, Including Irrigation, Planting, Palm Tree Relocation, I Complete at 55~p-S5~t::>e -LS Dollars per Lump Sum I 62 Street Lights (Inc. P.B., Wiring, and Conduit) at 10 EA ,Z, 077~ .ZO 770 °"' ,, ~ ' I Dollars Each I 63 Signing & Striping at .ZB, 3.30. ::?V LS Z8,3.3o- Dollars per Lump Sum I 64 Traffic Signal @ Jefferson, Incl. le Safety Light at .33 z4a· 33248,,dC LS ,, ,, Dollars per Lump Sum I 65 Traffic Signal @ Carlsbad Blvd. and Tamarack Ave.-Adjust Pull Boxes, I Detector Loops at 5,,79~ -~ 796, 00 LS Dollars per Lump Sum I 66 Construction Traffic Control at S<Jo~-LS .59l9e>e- I Dollars per Lump Sum 67 Mobilization, Not to Exceed Thirty -c7d Thousand Dollars ($30,000) at LS .;:boe-;)o .3o Poo. I ,. . ... 7hu--~ J7>oo,:;a-d.., Dollars per Lump Sum I 68 For Temporary Bituminous Resurfacing Class D2 Asphalt Concrete, Grade SC- I 800 Liquid Asphalt at 45.00 45vo. c-'Q ,,Co,r4-,~,,:;~ 100 TON " .. Dollars per Ton I 6/24/92 I I •• I I I I I I le I I I I I I I .. - 1 Item No. 69* 70* 71* Item Description with Approximate Unit Price or Lump Sum Quantity Price Written in Words and Unit For SDG&E System Facilities, Provide Trenching, Furnish & Install Conduit & Install Substructures at LS Dollars per Lump Sum For Pac-Bell Facilities, Provide Trenching, Furnish & Install Conduit at LS Dollars per Lump Sum Provide Class "C" Field Office with Telephone at . ~ne-ht,;,,,-.,d.rt:.d ~h~ MO Dollars per Lump Sum 12 Unit Price Total I .52 8.32. o-o /5.Z8.32 -, ,,z4 319· 243/</ OV ,, ,, ' /,!Jo -~ ~ // 0 3"0 ~F TOT AL BID $ / I 1S:, 7 {, 9 • C:OS~ 7 *NOTE: Bid Items 68, 69, and 70 are specialty items. Refer to Section 2-3 of the Green Book. ·6/24/92 I I {' I I I I I I le I I I I I I I .. I CITY OF CARLSBAD TAMARACK AVENUE WIDENING FROM CARLSBAD BOULEVARD TO 1-5 CONTRACT NO. 3203 CONTRACTOR'S PROPOSAL 13 BID ALTERNATE SCHEDULE STREET IMPROVEMENfS PER DRAWING NO. 321-6 With Street Closure Between Garfield St. and Hl"biscus Circle 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. 3203 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: Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price Total 1 Clearing & Grubbing at LS .t/f0u9-48&Po- Dollars per Lump Sum 2 Unclassified Excavation at "!,l>C/ 51, 3?(,5() 6350 CY Dollars per Cubic Yard J 3 Class II Aggregate Base at ..35_ ov / 400. <:J-0 7"i->u-l:<.t ~ ..t:~ 4o To,,-, 40TeN ,, Dollars per Ton * 6/24/92 I I 14 {' Item Description with Approximate Unit Item Unit Price or Lump Sum Quantity No. Price Written in Words and Unit Price Total I 4 A.C. Pavement at 3 i~ '-(D I;/$ (6'-4400 TON I Dollars per Ton Sidewalk (G-7) and PCC Walkway at ..3</,. .312. dO 5 20800 SF I. t!J'I I Dollars per Square Foot I 6 Driveway Approach ( G-14) at 6265 SF ,2,52 15 7'8 7. $o ,. Dollars per Square Foot I 7 Pedestrian Ramp (NSB-Case E) at 14 EA /68 . .!N .Z,3.5Z. ,:,:;I I Dollars Each 8 Curb & Gutter (G-2, Type G) at 7. 35 364-78.05 le 4963 LF " Dollars per Linear Foot I 9 Median Curb (G-6, Type B-1) at · So 8, 295.oP 790 LF /0. Dollars per Linear Foot I 10 Stamped Colored Concrete Path at ~-00 .2, 490. <.1..:> /n/"&-G. 830 SF I Dollars per Square Foot 11 Cold Milling at , 8& .3 g4p. '9e7 I /. P....-,£-e' B6/,;oo 2065 SF ,, Dollars per Square Foot I 12 P.C.C. Driveway (Beyond Hinge Point) at 3_30 -4 i4/. So 1255 SF ,, I Dollars per Square Foot I 13 Stamped Concrete Driveway (Beyond Hinge Point) at ,3 < e;;,e:, .300. dO 7/2.,..~c..,G 100 SF .. Dollars per Square Foot I @ 6/24/92 I I 15 {' Item Description with Approximate Item Unit Price or Lump Sum Quantity · Unit No. Price Written in Words and Unit Price Total I 14 Cur_!) Outlet Type A (D-25) at 7"h~ hu.--:d./c:d...-/, 3e:>o. ,,:;,,c:, .5 jZc,d.17µ 4EA ., I Dollars Each 15 Sidewalk Underdrain (D-27) at I /V~~ -.CU>-G 3 EA 95. V'-7 285.0 " Dollars Each I 16 Concrete Gutter per detail C/3 (Adj. to Driveway) at . /=~v t-hu ,ncluoL 4-u 4,,, i:c.r -,,t,.:.,v<, 1 EA 525-~2..5. c:7<-" I Dollars Each 17 A.C. Qike C.9-5, Type A) at 5,25 I. .& t.,,V~ ~ 25/,oo 188 LF 9L/7, ,;,~, Dollars per Linear Foot le 18 Water Service Relocation/ Adjustment at 45 EA / 3~0 ,~~ 61 200. «'"-' ., ' ., Dollars Each I 19 Backflow Preventer Relocation at .:$ t::x h e,.,;-,d,r eol .£~ c:e..e..n 4EA 6/5-.2 460. O<.:J I ., Dollars Each I 20 Remove and Replace l II Water Service at -~.zo~_&o 7wc..L-v('... hCJ/?~ 1 EA ~2oo I Dollars Each 21 New Water Service (111) including I Backflow Preventor at /.., 900. 0 ~ N,;.-,c.,~ /20 ,,.,d.ru:L.-/900 -1 EA ,, Dollars Each I 22 New Water Service (211) at r00 ~Ov..:5a..,.-,d.. 2 EA .,Zoe:,c,~ ~ e:::Jt:7a • oo ,. I Dollars Each .. I 6/24/92 I I 16 , Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price Total I 23 8" PVC Pipe, Class 150, Including fp. /tt(. Cap and Connection to Existing 1,<c ~({70- I Gate Valve at 5,1'rt" T......,,o (€~ !l!--7eva /)')o,, -1c-,; ,;I. Q,,;,6,4.:,,-.d,~.:f,o,;w,Aj-H}1c.:z:-35 LF ...2..-lr.5-,7-6~- 0 -·~ .,, Dollars per Linear Foot I 24 Fire Hydrant Assembly Relocation at ~.Zt?o -~4<:?0 -/:ov r r~,..,, hv,")~ e,d.,, 3 EA I Dollars Each 25 New Fire Hydrant Assembly, Including I Removal and Salvage of Existing Fire Hydrant Assembly at ..3 600-/8Qoo. c:l<t..i '7hw~ -~Lx, hv.-,dre.d--5 EA ,, .,, I Dollars Each 26 1" Manual Air Release at le 7hv~J..v,--7,t:,l.re.d--~~~ 1 EA ~3.50-/~ 3 5o. oc:• Dollars Each I 27 2" Manual Air Release at F' c:..Xb=-c.-, Au ,-->d/ coL 3 EA /_, .5Po .. 4 Soo otJ ,, . Dollars Each I 28 2" Manual Blow-Off Assembly at I ,ELe-v.:..n h v ~ ~ 1 EA ~/oo· /_, loo. 490 Dollars Each I 29 10" Gate Valve, Complete in Place at /.=°Ot.N'"~ Ae,,,,-,d-r~ 1 EA ~.tloo· ,:. ,..;.?'cJ, O<J Dollars Each I 30 6" Gate Valve, Complete in Place at ~~e... hv,-,ctr~ 500· 500. aa 1 EA I Dollars Each 31 6" Stf:el Highline at 6;_00 56/2 . e:,e, I ..5 t-,X:. Le.:., -,on c.. 92 LF .,, Dollars per Linear Foot -- I 6/24/92 I I 17 f Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price Total I 32 1 0" PVC Pipe, Class 150 (Includes Removal and Disposal of 10" ACP) at 3/.00 I 7hwe'4 -~,,,e.-420 LF /3 0.,e.L:) c7<7 / ' Dollars per Linear Foot I 33 2" PVC Pipe Sch. 80 (fncluding Installation and Removal) at .2..2. 8a /~~ _ 4.,;;; s/ $o //dQ 65 LF /-482.po ; I Dollars per Linear Foot 34 3" PVC Pipe Sch 80 (Including I Installation and Removal) at 7'"w~t:<.,-~ ~-60//00 205 LF ..32, 4,>Q ~ 6.33. 0 '° Dollars per Linear Foot I 35 Temporary Water Servicrs at Eu:;hr hur,c::u'ui..-U-94 3 EA .8Bo·-2. 64-0 . .,., le Dollars Each 36 Connections to Main Line at I 7we,..,..,C-c.r-one.. hvnd-r~ .2 /Po ~ ~3&o . 4,tt 3 EA / Dollars Each I 37 Adjust Manhole at 7"4;,~ /2.,:,,,,--,d.rt:.d.. La:'T'. .25o -.3 '7,5d. "'° 15 EA , I Dollars Each 38 Adjust Valve Box at . I p,,.,,c,hu,--:A~t!-d,. .:S~ -.5 h'C; 34 EA /tbf# -5 64-4,. c70 I Dollars Each I 39 Cross Gutter (G-12) at 6. St'J 5,5Z5. "0 ~L.X.. ,( _:5 Ci'// IV o, 850 SF Dollars per Square Foot I 40 Cleanout (D-9, Type A-4) at t?o 7 ,:.,_;;c, H> ~(.> ..;}~d, 8 EA .2 €?~(? /6 O~o. •. ,, I Dollars Each .. I 6/24/92 I I 18 •• Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price Total I 41 Corrugated Steel Pipe Inlet, (D-16, Type A) Including Ditch Grading at ~27o -~27o. 40 I "7L-vt:L-v~hv,,,d/?d-..::i~~ ~ LS Dollars per Lump Sum I 42 Type B Inlet (D-2) at i'S 19£.l .. ~ "?'~o ~o.:;,-,,,,,,,e;i,on~:hv.-,,d.,,,d-~c.,,,,,'o/ 7 EA 2 17. ' , 0 ., Dollars Each I 43 Type B-1 Inlet (D-2) at 74>.:7 ~e;1~~..:iC:..V4::, hv~rhv~ .Z 73 -546P . dC 2 EA ✓ Cl , I Dollars Each 44 Type B-2 Inlet (D-2) at I 2.,/t::Jp -,2. It:?£)."" 7"~ /hoo.-,a,...,d, ~,n c.. hµ n,::;u--~ 1 EA , Dollars Each le 45 Wingwall (D-34) at ~ Soo. "0 ,/:~~ /2~,-,,d--,~ 1 EA !, s~o- Dollars Each I 46 Connection to Existing Box Culvert at 2380. -J, 52e:7. t!Jt:f ,G~M h~r:,c,u-~ e-~h"t-'-f 4EA I Dollars Each I 47 Concrete Lug (D-63) at 42CJ. c?V 74Jol,~,~~ .r~...-, 2/CJ -2 EA Dollars Each I 48 12" PVC SDR-35 at /,, 665. pr? 45 LF .37. t>" I Dollars per Linear Foot 49 18" RCP (2000 D) at I 948 LF 3'7-3'4/Z& Dollars per Linear Foot I 50 24" RCP (2000 D) at 598 LF 35:~o Z. 114/J 3 /fO f-' Dollars per Linear Foot I 6/24/92 I I 19 f Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price Total I 51 27" RCP (2000 D) at f ~4c.~5o 135 LF JS~ 1tJ I Dollars per Linear Foot 52 Jacked 27" RCP (3000 D) at I 41 LF ..,t.qo, t1d Zo d90 oci / . Dollars per Linear Foot I 53 Fence Relocations at /: (..,,V v iJ-{.h',..}~~?d,, ,5e70·· 5.t::JC!P. ~:,-c, LS I Dollars per Lump Sum 54 Sewer Lateral Adjust (SS-3) at • I /:o(.Jrti::e,...., hu.--,ch-,;.d,., .:$C:VG.rJC.:, _ ~~ 53 EA !, 475-78, 17.5. Q;-.:, Dollars Each le 55 New 411 Sewer Lateral (SS-3) at /.~ ~C7 ~.¢00 . ;t:°ou ,-~ h<->~~ 1 EA .., pe;,. Dollars Each I 56 New 6" Sewer Lateral (SS-3) at ,& ~t:z.G.-.. hCJ,..,,d-r~ /.,.Soo ~ ~5t:?o. dO 1 EA I Dollars Each I 57 Concrete Steps (M-26) at 2 9e:?L?. cc / 4,;::;, #}e?l./J.;; ,a.,,,...e,l, ~ 2-.., "' /2 t.,,, ne:::ir t!!.d,, .2.,, 9P0 -LS I Dollars per Lump Sum I 58 Retaining Wall (C-6) at .25. t!lo rwe..,,c.., £~ ~-.Bo//,:;o 640 SF /6 5/.2. ,:,i.• , I Dollars per Square Foot 59 Remove/Install New Chain Link I Fence on Retaining Wall at .3. 4o ..Z.,176. OI!.) Th ,..-e,,e-.e· 4-&> / ~~ 640 SF Dollars per Square Foot I 60 Survey Monuments (M-10) at 7"~hu~~->~t:.y .. L«.;o 3 EA .26.2. e:)43 786. V-0 1-Dollars Each I 6/24/92 I 20 , Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price Total I 61 Landscaping, Including Irrigation, Planting, Palm Tree Relocation, I Complete at $5_~£)€)-5,500-LS Dollars per Lump Sum / I 62 Street Lights (Inc. P .B. Wiring and Conduit) at 10 EA 2_077 .Z.o 7 7 · id<,; ✓ o. I Dollars Each I 63 Signing & Striping at -PO LS 28 3.3v. 28,330. ✓ I Dollars per Lump Sum 64 Traffic Signal @ Jefferson, Incl. le Safety Light at .33 248 .. 33 248. p,;;; LS , Dollars per Lump Sum I 65 Traffic Signal@ Carlsbad Blvd. and Tamarack Ave.-Adjust Pull Boxes, I Detector Loops at .5,71{; ~ 5_ 79 6 . .-;J<-> LS Dollars per Lump Sum I 66 Construction Traffic Control & Detour at 41 JL)t'J - I LS t{1£PO- Dollars per Lump Sum I 67 Mobilization, Not to Exceed Thirty 30,,, ooo. V~' Thousand Dollars ($30,000) at LS 3'cJooo· , rhv½ -"hoc.N~ I Dollars per Lump Sum 68 For Temporary Bituminous Resurfacing I Class D2 Asphalt Concrete, Grade SC- 800 Liquid Asptialt at 4-S. o<, 4 5'70. C.)"'"1 ,-~Or¼/4-Lu--C 100 TON ,, Dollars per Ton I * 6/24/92 I I -I I I I I I I le I I I I I I I •• I Item Description with Item Unit Price or Lump Sum No. Price Written in Words 69* For SDG&E System Facilities, Provide Trenching, Furnish & Install Conduit & Install Substructures at Dollars per Lump Sum 70* For Pac-Bell Facilities, Provide Trenching, Furnish & Install Conduit at Dollars per Lump Sum 71* Provide Class "C" Field Office with Telephone at . c:>/Je.. Av_,,a-ru;L ~h:'"1 Dollars per Lump Sum Approximate Quantity and Unit LS LS MO Unit Price l!:52 &3,z· , 24 3/9-1 21 /.:52,832, otO / 0 ( o tf ::f.-, TOTAL BID $ I. /'-(_f".73""3 ,-lr>5 I ( *NOTE: Bid Items 68, 69, and 70 are specialty items. Refer to Section 2-3 of the Green Book. 6/24/92 I I f I I I I I I le I I I I I I I •• I 22 Total amount of Base Bid in words: Ot-1£ n,wc;,,; 0;.1e11vPQ/l.e,t:J 51¼'tlf,¥?"Y ~ pt~A~b S$t/z!/;,'.1 JiUZ1>ii!~:J> .s,.ic ryA? .. ;;ve t>Pc:l..aAs #, s~ ..t. Tf' fv;te= ~1"s; Total amount of Base Bid in numbers: l \ 'Xl, 115; 7e,, q ~ 0 5 ~ I 761 bbCfJtJ5 If=,- ~~Mu.,,~ .o.N'e,tuvt)4"() F.P.A7Y /Iv€, ~P{) Total amount of Alternate Bid in words: 5£v'e.t i't'""..vl.>4q, T//14.7Y'T~1re 1)1){.U,i/,. ~ 51K7?"M~ ~ Total amount of Alternate Bid in numbers: $ / /'-{ 5. 7 ~ 3. ~ 5 Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). proposal. _1 __ ,,_2...._ ___ has/have been received and is/are included in this 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. 6/24/92 I •• I I I I I I I le I I I I I I I •• I 23 The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number / 6819 7 classification ,4 which expires on .SI 3 /,I 94 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.lS(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 him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is ___ a-__ e,_~ ____ >_" _6_o_n_<;_d.. ________ _ (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. 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. 6/24/92 I I •• I I I I I I le I I I I I I I •• I 24 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 _____________________ _ Zip Code _____ Telephone No. ____________ _ 6/24/92 I I I I I I I le I I I I I I I .. I 25 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted ------------ C. VV' . .l\..l.cG/·~ /nc. (2) . 1gnature (3) (4) (5) /IA.-c.C-h~ ~ .P. M.c G/"a.r;,, v,,,c c:.. .P,c.--> .:..r..L.c.,...,z Title Impress Corporate Seal here Incorporated under the laws of the State of _~_..a.. __ .L. __ :..£.._·,,c_•o._~_~_/J_~_· ___ _ Place of Business /30t!3o Ou:::L /-/c.,pht:..u'=o/ 80 (Street and Number) City and State £c.. ~or?, CCL. Zip Code '9.2oz I Telephone No. (t6/q) +4-3, 38 i I 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: J. C. A<..c6rc....#, -.:::J~~'-1 / "T/'c:Ll-~c:,r- A,.,<... P. M.c: G,-a...4; -V.rc~ /'/c._5~~ ------------------ L.. c. Al.<:: 6,,..,c:;.,/h ... v.1~ c:... Prc..s. ,, A .:5..5 L.5 ~ :/-,.:ft!:..C/~7' /rrc:a """'"'~ 6/24/92 St.ate of California ) ) ss. County of SAN DIEGQ ) On September J.Q. J 9 9 2 before me, Kathleen E. EarreJ J a Notary Public, personally appeared ____________________ _ Michael P, M.c;Gratb personally known to me ler pre\•eet te me Of\ the basie ef eatlsfeetery e•~idenee) to be the person~ whose narne~ is/a,e subscribed to the within instrument and acknowledged to me that he/sf:le/they executed the sarne in his/her/their authorized capacity~, and that by his/Aef'}thelr signature~ on the Instrument the person{~, or the entity upon behalf of which the person(s) acted, executed the Instrument. WITNESS my hand and official seal. Signature J:.-q;tl.l++o / ,?J, faA-v_t( OFFICIAL SEAL KATHLEEN f. FARRELL NOTARY PUBLIC • CALIFOR/'l!A SAN DIEGO COL\'ITY My Comm. Expires Dec. 11, 1992 I I •• I I I I I I le I I I I I I I .. I " . 26 BIDDER'S BOND TO ACCOMPANYPROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we, -------------~ as Principal, and _________ _, as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-bounden Principal for: TAMARACK AVENUE WIDENING FROM CARLSBAD BOULEVARD TO I-5 CONTRACT NO. 3203 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. 6/24/92 :] J 1 I ] ' J I I J I ) It ] i . ' --· ..... ___ , __________________ _ • ;- 26 HIDDER'S BOND TO ACCOMPANYPROPOSAI. KNOW ALL PERSONS BY THESE PRESENTS: That we, C. w. MCGRATH, INC. as Principal, and THE CONTINENTAL INSUR~~CE y as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount asMPAN follows: (must bt'! al least ten percent (10%) of the bid amount) TEN PERCENT OF THE TOTAL AMOUNT OF THE BID (10%) • for which payment, w~ll and truly made, we bind ourselves, our heirs, executors and administrntol:"S, successors or assigns, jointly and severally, firmly by these presents. THE CONDrTION OP THE FOREGOING OBUGATION IS SUCH that if the proposal of the abovr.-hounden Principal for: TAMARACK AVENUE WIDENING FROM CARLSBAl> 8UULEVARD TO 1-5 CONTRACT NO. 3203 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contmct including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited tu Lhe said City. .... ,. " 6/24/92 I •• I I I I I I I le I I I I I I I .. I . ' ..... ,, 27 In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this __ day of ----~ 19_ PRINCIPAL: (Name of Principal) '(\ ~ By:--------------- (sign here) (print name here) (title and organization of signatory) By:--------------- (sign here) (print name here) (title and organization of signatory) Executed by SURETY this __ day of --------~ 19 __ SURETY: (Name of Surety) (Address of Surety) (Telephone Number of Surety) By:-------------- Signature of Attorney-in-Fact printed name of Attorney-in-Fact (attach corporate resolution showing current power of attorney) (Proper notarial acknowledge of execution by PRJNCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL Acting City Attorney By: _________ _ KAREN J. HIRATA Deputy City Attorney * 6/24/92 1 .. --.. / ... , "' , I 1 I I· ~ .. I I i • 11 · 1· le J; II a' ) 1 I 1 I - . . 27 In the cv~nt Principal f.'.Xt:c·Gted this bond as an individual, it is agreed that the death of Principal shall nm e.xont:rate the Surety from its obligations under this bond. Executed by PRINCIPAL this 9TH day of SEPTEMBER .19 92_ PRINCIPAL: C. W. MCGRATH, INC. (Name of Principal) By:"<~ {sign here) MICHAEL P. MCGRATH (print name here) VICE PRESIDENT (title and organization uf signatory) LAURIE C MCGBATB (print name here) ASSISTANT SECRETARY/TREASURER (title and organization of signatory) Executed by SURETY this 9TH day of SEPTEMBER 19 ~. SURETY: THE CONTINENTAL INSURANCE COMPANY (Name of Surety) 500 S KRAEMER BLVD. #305 BREA, CA 92622 (Address of Surety) (714) 572-3050 (Telephone Nwnber of Surety) 1JJ By: 7lk' Si REGINA REEVES printed name of Attorney-in-Fact (attach corporate resolution showing current power of attorney) {Proper nct.irial acknowledge of execurton by PRINCIPAL and SURETY must be attached.) (President or vice-pi-<:$ident and ~ccretary or assistant secret:ary must sign for corporations. If only one officer signs, the corporation mu~l attach a resoh.nion certified by che secretary or assistant seaetuy under corporate seal cmpowerin~ that officer to bind the corporacion.) APPROVED AS TO PORl\1: RONAT .n R, BALL Acting City Attorney ~ By;____,~"-1---_ ~• { J__,:::. KARF,N J. HIRATA Deputy City Attorney 11 State of _ _,C,,,,.A:uI.w,T,.,_F-'"OwR.J.llN_._T.a.A ____ ) SS. • County of __ SA_N_D_I_E_GO ___ _ On this the _9=-=T=H=-day of _ __,S .... E ... P'--"T .... E.._.M ..... BtLJElilR __ 19 92 JANET M. POND , before me, the undersigned Notary Public, personally appeared REGINA REEVES t] personally known to me D proved to me on the basis of satisfactory evidence to be the person(s) who executed the within instrument as ATTORNEY or on behalf of the corporation therein named, and acknowledged to me that the corporation executed it. WITNESS my hauo and official seal. • ~ State of California ) ·· ) ss. County of SAN DIEGO ) On SEPTEMBER 10. 1292 before me, KATHLEEN F. FARRELL a Notary Public, personally appeared, ______________________ _ LATTBJE C MCGJ.rnTH personally known to me (or 19re¥eEI te ffle 8ft the easis ef satis:fa~eiy e,.·iElenee) to be the person6.Q whose namee(} is/a,e-subscribed to the within Instrument and acknowledged to me that M/she/tbev executed the same in Ws/herhheir authorized capacityfiee). and that by Afth'herhheif slgnature()!C) on the in$trument the person(.1(), ol' the entity upon behalf of which the person()() acted, executed the :nst(ument. WITNESS my hand and official seal, State of California County of SAN DIEGO ) ) SS, ) OFFICIAL SEAL KATlREEN f. FARRELL NOTARY PUBLIC· CAl.lfORNIA Si'.N DIEGO COUNlY My C<?mrn. Ex~iros Dec. 11, 1992 On SEPTEMBER 10 • 19 g 2 before me,, ___ K_A_T_H_L_E_E_N_F_._F __ A...;R;;.:;R;;.:;E:;.;L::;L=---- a Notary Public, personally appeared, ________________ ~------ MICHAEL P. MCGRATH personally known to me (er pre•.red 1:e ffl8 eH the basis of eatisf-aete,r e•.•idenee) to be the personl)ij whose namat'Q is/.a,e subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/he~r authorized capaclty(lflt, and that by histhe.mheir signature~ on the instrument the person~, or the entity upon behalf of which the person(X) acted1 executed the Instrument. WITNESS my hand and official seal, OFFICIAL SEAL K.4 TlllffN f. FARRHL NOTARY PUBLIC. CALIFORNIA ~ DIEGO COUNTY My C~mm. E1.pires Dec.11.1992 .. ,.,.,, The Continental Insurance Company GENERAL POWER OF ATTORNEY Know all men by these Presents, That THE CONTINENTAL INSURANCE COMPANY has made, constituted and appointed, and by these presents does make, constitute and appoint Regina Reeves of San Diego, California its true and lawful attorney, for it and in its name, place, and stead to execute on behalf of the said Company, as surety, bonds, undertakings and contracts of suretyship to be given to All Obligees provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of Ten Million (10,000,000) Dollars This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company on the 13th day of January, 1989: "RESOLVED, that the Chairman of the Board, the Vice Chairman of the Board, the President, an Executive Vice President or a Senior Vice President or a Vice President of the Company, be, and that each or any of them is, authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute in behalf of the Company, bonds, undertakings and all contracts of suretyship; and that an Assistant Vice President, a Secretary or an Assistant Secretary be, and that each or any of them hereby is, :·uthorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Company. FURTHER RESOLVED, that the signatures of such officers and the seal of the 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 or facsimile seal shall be valid and binding upon the 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, THE CONTINENT AL INSURANCE COMPANY has caused its official seal to be hereunto affixed, and these presents to be signed by one of its Vice Presidents and attested by one of its Assistant Vice Presidents this 1,!iay of April , 19 ·91 D.L ~nta, Assistant Vice President STATE OF CONNECTICUT COUNTY OF HARTFORD } ss.: THE CONTINENTAL INSURANCE COMPANY By c~.._._ ........ ;_n_ 6 . Al.Ja I 1.J Emil B. Askew, Vice President On this 12day of April 19 ~before me personally came Emil B. Askew, to me known, who being by me duly sworn, did depose and say that he is a Vice President ofTH E CONTINENT AL INSURANCE COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; 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. e....,~": .... !':;~~;~;~~ * ),..I \ \ ' />tJBLIC / I ~-~ -....;.;:....,,.., CERTIFICATE 1~.f:.l:L NOTARY PUBLIC My Commission Expires March 31, 1993 I, the undersigned, an Assistant Vice President of THE CONTINENTAL INSURANCE COMPANY, a New Hampshire corporation, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force. -s;gned and sealed at the town of Fa,m;ngton, ;n the State of c:.:.ectkut. Dated the 9~ }j oi SEPrEMBER , 19 92 . rt~~\ } , ~ 4 ,(~N J. Dennis l'.ane, Assistant Vice President ·-.;,~, . ~-:~··· 11 BOND 4315M ............. Printed in U.S.A. I I , I I I I I I 19 I I I I I I I .. I 28 DESIGNATION OF SUBCONTRACTORS 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: Items of Work .sz ' ~q~1o lPhp6j e,;1t8 b,vj-,0!, :, 1 o R vµK. Full Company Name Complete Address with Zip Code Phone No. with Area Code P. o. bo.x-~06 9 .:f~ J. h~,,,.~ Co.,,,,,/>44<;/ ~L>t..e..9t14'.-.'l21o.3 (619} -Z77-5-f8/ , ,,17.u, .5'o,..-r~ v~~. I, . ;) 3°""#;i~ .... ,,,l .... ~-~-,,-v~.:.,,,9, In,,;, ..;)a+, bUf(.). <a.. 9.Z;.z.1 (~✓o// 79,Z-55So /425 ./}-t:J~ .:i&Ge..C . .:/e..LL..c.t;, /:c..e..c..v4::, /,.-")<:. -'.,o.,..,:?9 v~,ea...9,917 (619) 4-60-eo~o iCJ /5'~ .P'o.,..oda..r ~VG • ( A't~ 6o,,-,._;,i Inc.. ~or?.ta..-.a..-C4.-.-9.23.3.5 714) .3So ~.8940 c 1-1t1t.st \/,:· ~ rtl $A.,() l)c,(__u; 6/24/92 I I •• I 29 AMOUNT OF SUBCONTRACTORS' BIDS The bidder is to provide the following information on the subbids of all the listed subcontractors as part of the sealed bid submission. Additional pages can be attached, if required. Full Company Name Type of State Contracting License & No. Carlsbad Business License No.* Amount of Bid ($or%) I I I .5¼ ./. ,-1/a.,-/"LJ c::o,,,., pa.-'1 .:k:1vf'h&L,,,d.,. ~v':o/.1,;.9_ / ,u::. ~~ l:U,e..L;,,..c:...'c, < /n~ . ;::I~ tf>o,,-✓,,;q, /_.,, c:: .• r1t-'(co '97352 -A /3. </lj .?..., 2,G-2--/4 I I le I I I I I I I .. I I/ """ // , .. * Licenses are renewable annually. If no valid license, indicate "NONE." Valid license must be obtained prior to submission of signed Contracts. 6/24/92 I I --1 I I I I I I le I I I I I I I .. I 30 BIDDER'S STATEMENT OF FINANCW. RESPONSIBILTTY Bidder submits herewith a statement of financial responsibility. 6/24/92 C.W. MCGRATH, INC. BALANCE SHEET -OF DECEMBER 31, 1991 CURRENT ASSETS CASH/INVESTMENTS ACCOUNTS RECEIVABLE INVENTORY PREPAID EXPENSES COSTS >BILLINGS+PROFIT TOTAL CURRENT ASSETS PLANT & EQUIPMENT DEPRECIATION TOTAL PLANT & EQUIPMENT OTHER ASSETS -TOTAL ASSETS CURRENT LIABILITIES ACCOUNTS PAYABLE BILLINGS > COSTS+PROFIT SHORT TERM NOTES PAYABLE SHAREHOLDER LOANS PAYABLE TOTAL CURRENT LIABILITIES LONG-TERM LIABILITIES TOTAL LIABILITIES TOTAL OWNER'S EQUITY TOTAL LIABILITIES & EQUITY UNAUDITED FINANCIAL STATEMENT - $230,159 $852,544 $127,443 $75,615 $4,413 $11,919,629 ($9,296,938) $220,198 $7,994 $345,000 $442,800 $1,290,174 $2,622,692 $9,316 $1,015,992 $0 $1,015,992 $2,906,190 C.W. MCGRATH, INC. INCOME STATEMENT FOR THE YEAR ENDING 12/31/91 DIRECT COSTS l:l:1iilii!iiii!l/illi!;lll;;iilii!l!:;ill;!lilil!i!!Jl:ll1:ll;~B.@§§';;Jllf,i1m:1Mlii1 GENERAL & ADMINISTRATIVE LOSS FROM OPERATIONS OTHER INCOME/<EXPENSE> ::1:::::1i1:::::::1:e:~1:1:1:ii9Mtz~ili:§§:;;::i:: UNAUDITED $2,244,632 $3,272,148 ($1,027,516) $656,026 ($1,683,542) $104,230 ($1,579,312) I I r I I I I I I le I I I I I I I ft I 31 BIDDER'S STATEMENT OF TECHNICAL ABILI1Y AND EXPERIENCE The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with 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 ' .::f t:-e-.:5 6::~.Le_/)'>v, 6 o /4-t. ~p~~C<., £/?c. :.e;;.,:;cd,. 6/24/92 ! '·' f·) -~ ) ') t, -~ 1 96 3 1%4 !%-1 i ~-,:i ii i ·:1,;,1 i ?h fi !. (! 6 () I 'lb':, l ~J :") ') I ,·,1 i ~ 1,) l 'if.,\ j 96 C) ] 9(,L\ lqt)S 1965 i ·1 t:, 1) j ?()t\ i ·?r~ 1-~ I ·) 6 Ci .l '~ 6 f) I. ,:1 (i 6 i •:•r):-:) I~ h ::, 1966 .l 966 1966 j • } f_~ ;, l ~l i.) / l '} t, 7 lo,; 7 1 ') (J ? 1. 9 ~-B 1 'l,:,<.) ) ') (','1 i q i;q f,Cl-](j') TYPE OF W(rnK R P ,1 o v e B r i d g P '; Site Developnent. Const,:-tic"i-.· "FL ilne· t;;;/,. Construct Highway Constn.1ct 4-Lane 1'1-1y. Cr ac!iii9. ..... .. . (:nnst r'L!C t ~\011d RP pair F 1 ood D;;,na9e r; i ci rle -s ii 6 d fv Ys \ 6 i-i .. Grade Subdivision H i 9 17 11 a y G 1· il d i n Cl r. o ii :s t1 ,:i'c + Hi;,:, ii ;;y · r;,•adc> School Sil:e Construct Road Grade Sc~ooT Site Const r·uc t Road Const nic t Road Con·:. tr IJ-i t · f-f i 9 h w ,,, y ~; :1 () t· e p 1 · 0 t (l' ( t i (}!I b1 adinq Subdivi•:;lon t.6ri:,uli'c.T Re<r,v6i,. Con°.t I cic t:. Road G,~?ding SLJhdivision ( ()I\.,, 1 I , . .-C 1.: f: ·, t. y $ ( 1 , .. P I (' () f I -t 1-l IC t. ,1 I, .-:nn;> r v, y . C,1 ad i nq ~.Subd iv i si1Jn Srad i rig ·'Ir Unde,·9nll'nd Con-stn1ct High11,.,,y C o n s I. ,-u c t J-1 i 9 h 11 ,1 y 1~;i-adl-n•1· ~~-,-,hcf-lv·i·· i,)11 H '1 9h,-J,-:..,.-(~ r;1d i .-19 (,,·;,ding S1Jhdivi·:·.io1l G,ac!rn9 S1.1bdivh'1on Const,,.1c:t Hi9h1,,,3y Coll r1 I. y ::~ o ad Const r 11 c ti f\ n T i 1/ ,, 1 ,, 11,:-l ·:·. F' ; 1 1 <"-.ti r.--t_ Cor1'~,ti·1.1ct.in11 ';. i· I() i i"' f1 t O f. i·~ (' t ) 0 n :,t,cef: Ciin••.t.i·11ction Grddin9 ':itc [i,•vf:'.lop:1ent .·. '·' '.j , __ / ~ ,._,, 1 ·; i \\ j 1 (, i -~ d i I I ·_1 --... c ... \J .•. _:·1, r (; 1· 11 t I 1 , T n c . STATfMCNf OF EXPfRIENCE .l 9 6 3 t o Cu ,-,-en t AM.OUN T /8,)lfl 2'o9,so1 ;1, tioo, oci1Y 3 /4 2, '_'; S 6 l,7B8,78c1 ? x·,--\'.3i 60, l ·1 3 7.3, 300 ·43 2,922 243,405 24,469 j 4 7 i ··1j 4 ()" -- t:~? , B ·1 ~) (, D, '., 3 D 5 2, 8 '1 S 60,530 18,656 :1 ·; S S 1\ , 9 $ ,3 19,209 34,005 .... _., _______ T46 ;·011·· 93,105 482,922 ....... ·--·ro r, T'; r l,~jl6,063 76,4'.iJ 2/1,3ti'S J 7 I\ , ~) Cl I '➔) '', ' () i' ·1 ) 7 .. c, 10} 9 n ·>, c1 i r::, ) ~ / ~) ;, 8, ; 70 68, ~)91 171,88"1 ; :) ~',. 7 s n lo·:.;, I. 8 ;:· ·i I , ,; /", ?-3,887 S7-i 8~,0 -'1 c), nou LOCATION Holtvi'lle, C,i '., ,, r~ .. 9. '1 ."'.9:) . \/ i •,;ta _PERFORMED FOR/PHONE t. State of C;il ifornia Har· r· ·1 ,; of Ca 1 i f o 1--n ·;-2 ____________ .. ____ · Rock Cn~ek s,,n Diego San O \ ego SiHI Di ego Bl'\dgeport, C,\ o f C ,; 1 i f o r· n i a S l a I.. r,-o f Ca 1 i f o r· n i ,; C.,"orge A. Fuller County of San Die90' State of Califor;,nia --··-·-···•···-··· ...... .:-:1 :>~ '' ·-sa n···o; e ijo·· · · ·· S 1m set Int '1 Pet":" Co . San Diego SomMers & Potous E1 Cajon V.R. Dennis .. H c:n t i t t ... ti.ari·-··· County o f S ii n () i e 9 o ... S ,, ,1 D i e 'J o ~; . D • U n i f i E! d S c ,1 o o l D \ s t San Diego County of San Diego s >, i,· . b i e g O -· . D • u n i T\ e if" s C h O O l .. ------· San Diego County of Si!n Diego San [) '; e 9 o. -----· i;, .. ?f.·. -~.1' rt .. :.' l.·Y o ol}:.c·.-~.-., al .!:!, •.. f [,·.·l,ti er,.1 ?, --~.l ... ·=J. -----............ ·',', ·1 ~I o"~i r.i ·pa· ~.--s· , , ~; ,.. ,_, San [) i e go lJ • S , tl av y ;: San Diego Accurate Products • San D 1 ego ·--------···--·-··o fily-·Mun1 c 1 pa IWa t.e I".... •· San Diego Otay Municipal Water· 1:'. S~1:J .... D.) ~ 9_() .. Bf.'.a1 nl ny e orf C ~~~t"1tD1·.t1·' = 9t oi on ---------·--·-----·---:. San b ,ego . -<> , S ,1 n D i ego S t;, t e o f Ca 1 i f o ,· n i a 1:., .. San Diego Johnson-Western s ;, 11 ., ti' \ e g "().... s 11 n ,:, e t I n t TT j5 e t . l' 0 ' 1"' San Diego County of San Diego : Tiogi'l Pas,,, State of Califoi-nia ;, n 1:, ·i E' 9 o ::. "' ; d e e ''fl 7 c:i"\j ·: To ; 'f) . · ... ::; ·:: ;11·, [) ·, e (lo M • L • C ,1 i l cot E' [l C,"!jon lft" Mat.hill Co, nel !-1,11 Pa,cfee Eldifi Coi'p ...... ---·--·-· Garrizo Gotge County of San Diego Sc1n [lier.io D.J, Mille,- ( Ii II la V i .,. t .,, . ~; . D . u riff i e d P~J r·f t) i .,: t: :i ,iri D i e 9 ,) ,J ,, t i t> a 1 r. i t: y San O eqo ~; ,,.1 n t) e i) n l ,:.,i.. r: .. · d,::· Co,rnty of San i)iP90 City of San Diego Count~ ~f S~ri Diiijij S.O. School District !1.H. Col,frn ···\" ,., ,, 1,,1 ·-1··· ,. - l qf19 I •) 7 fl I.,, <.I 1970 i '.l 70 J C) 7 I] l 'l i' l Hii l C) /l I 'l ? l i ':' ! ;· )97:' i ':l i' 2 l ~) / / i ,; : ;· I CJ!_;, [972 J;,n 19 n l ·~ --. I.'-• 7 :: .i CJ 7) 1972 )972 19/? .l i: 7 ;, '" n I ,_-. ? ,· I:'?:: .1973 l Q 7 :; .: '?-, 1 t ::! ;~ ·; 1 '-i / : 1~7J 1 () ? 'l l 'i 7 'J 1°n ! I! / 70-12 10 I'S 70-0B 7 0 -0 i ---, n : o i 7 J -OB 73--13 n-n 7?-?9 i' :: · Ci H-10 / 3 . .1 } - :; l /\ T C t·! U-1 T rH E X f'.' E R '. E t-: C E S i t e Dev,' 1 ;) r r; e r..t. S1Jhd 1-v i ~-i Oil ·e:;,-;;d ·1 n9 Site Developr;ent Site Deve1orH1ent ·)11bd iv i ~-fon· ··c.,·a,fl n9 S !_J h d -j v is lo n (\,·ad 1 11 q Site DevelopnenL sTi"·'ee-t Cons i-,: u C f1 0 11 S u b d i v i ~-i o n G r· a i:-J 1 n 0 Site Developnent --·s u-1iCi" rv·rs·1 o n---{,-i-o di 119 Subdivision G,·;idi11<,l Subdlvis.ion Graf~i;HJ '.i1ibdTvTs-1on-G1·r1d1n9 Construct County Road S II b d i v i s i o n (, 1· il d i 11 9 Const rue t fi E'1:?'~J.-iY ! , 1· n d !1 n 9 & In r> o I t l~ r i1 d i n g , St or· n Or (1 i tl , Pav i t) 9 G'i'a a 1119, st o r,1 tYi';; i ,i C,rading G ,·ad 1 n g & St o t-n () 1· d l 1·1 (~ i c< ·.:_: 1 rl -~] -8. ~; t ,_) i r-l! 1 ,:1 i · n (:1cid:1n'), Sto1·1 f1 rri·1n,?,. <"'t!'l~Ci.ll!(' rJ r ,-:1rJi119 & st. o ,-(: D 1 c' l 11 t'. ,·;id i-11-9-1;--·s-to,· :1 ti, i n brcidlng c,-ad1ng ! . r· ;: .J ·1 11 ~} , f·' ,.:: v 111 9 , , 1_) r1 , r· t c-, (. l ;~ d i n q 1 13 1 {.°i ,:-. t 1 t I 1} ) r·1 ,i \/ i n '°? G t· a-(fl n ,] Gr·adir1gt Stor·n 0t·air1, flAving i)(ad1 n'"1 (d·ac;;·n,j 8-l"rpor·/: r-,r·,1din'1 r, ~>to1·n (Jrr71:1n (,radln9 &, St.orr; Oii-iin t.rad1n9 E. x r av;, t ion & St o ,. r, I) t ,,, i n C x c-.=iv il t l on , ~;to i • • 1 P ( · :i i i 1 , :_; e PP 1 • ~)1t•~ G1ad)119 ;·: r'; V =, I I') ,; (~ I ,:: t} 0/ l: ') Gr ad i rr9 · c i· r. rl 'i ri 9 ; ·· rxv-r;-;·~ & c, t o ,· : 1 iJ ; a i ,', Gr ,:1d i 119 G,-,..1rJ l i"l'J (: I t1d ~ ii r) 1 .. ~ •. (l J j ! 1 -_:; J. ') (,] t 0 f' I! 1· 1' ('(It 6 q, ')8 ~ 6 3, ') 0 0 194,40? ,1g8,S07 / J I / -~ 1.; ;_·· i:-, / • '_;t)l_) '.)Ci,299 S36,'i59 74,6'16 26, ?",0 1~ .l , 7 t) !J .1B6,6~~8 11.3,004 tlo, n r ?51, 960 nn, 112 -~ , I /) '1 1 r ~ .~' )"- -1 :1 , f) 9 •j 18'j,J30 4 ,1, 2 8 8 77,614 26 800 ,, '73!'.i 6 7, l O; 94,37') ··:;s ,T8G 55,000 22,000 ~) 6. 1 ,:' ~) l~I "', c r:: n l)' .! • J ~ 2, 8 C) r) CT,S:lT ",19,809 6(), 96q i I h, ti I:) "} ''.)? \ -~ .'j :: l :J 3, l '.l ti 71., 6 7 4 2fi1,:?73 f, I.' ()'·',·1 () 7, ( :~ C } \ • f~ ) r:~ / ~., , I 3 / 170,770 ·3 1:), :1 8) ·l ;;' , ? ~; I·) l; i]'°'.: dn Di 1:~~1.) Pine Val'ley San Die90 Sein Di e90 I_ ,;:;kc•::. i cip I. ,-,kc•: i de S2,n fJ i P 1Jo San D feg·o-- Chu 1;; Vista Siln Die90 L r: 11 o n C, r· o v r- S ,rn Diego Sc1t1 0 :1 e90 -:;an--[J-,"i9o San Diego ~;z,n Diego ... f.i'I n i(Jriiif;;· 1 "p 0 ,-i ;i I fl 2 c1 ch Spring Vallf'y Chi1Li iJTsta San D '1 ego I.a ?·1e,:.a S /)-fJ I e 9 Q [ ':-C O t I d i d 0 San Diego ----~;·a·r; u·~1··2 go" San Di290 San f i Oieqo (' "J r) I) \pr '111 1J IJ,:,il lcy ~).~111 l) 1 e-90 ·ch,ila Vhta Escondido Siln O i f''JO Sdn "i:1 i .i:-~90 C, l'I ll I ,1 I/ i 1, t il '..)1Jn () i 090 tJ c ~> a ri ·:~id e f·'(H,ay S ;; n [) ·1 C' () 0 ~'., ::1 n () i (' q o ,'_; ,-l /"I )"'1 ~ (' 9 0 '.:.: ,:.111 0 ·i e 9 o ';,)II [) -, i' C) () Sdtl 0·1P9() ~) , ... 11 O ·i e ':~ n f"J ; I•'()!) ·' ,·' 1·1 I, 1 '1 :" , ·.' (I - Ke l i.: •) ) r on ran y Iri-vesf-lca·1 rrii,,lfy Lo,·p. R,>ncho Brr·nardo, lnc. Hewl rtt·PAci<sard l r ', i:,'i e '' f; " I) c v , Pionec1 Mort9;,ge S;,les M.H. Golden -Ci ly of S~1115T,,9-o- Bc<l nar, Inc, Albert Por e1· T () t· t---e-y"···-r··rr1 (:' ":> e V ' C O I •• ·---····-··--··----· -• Avco Connunity Dev. - Rancho Ger-nardo, Inc. coT'fw o 6-cr 1:re-rgT-i t~Tnc·:·------ R an c ho Monser·ate e Constniction ~; i: P () r··t-;;·rrf(:-)-·t-;-n·l d --··--··~······· l. on') [Ir;; ch C: on'., t . I': o , Robrrt lihite fl il pl es st . J () i n t Vent ll re I he Odmark/Ma 1 one Co, Rainbow Jnvestnent Co. -tY,iVT7T,; Ti\;-v·,;7 o-pr;p11 i /\dv.:-incc Jnvestr12nl Co. Sr,;;,n Con'.,,tr11(t.ion., Jnr ___ _ Co1TTns Dev21 opnent Co. Aberthaw Construction Sin J. Hanis Co. ,., 1 Gr-, i -F-o·,T,;-, Co>rnty of :;;in llie90 l3r<lnoc, Inc. ----T:,e O'd n ri't'l<--=.-0-.---------------- City of San Diego A ,-no I d C on s t . ~-1 a·r cJ;:·~? Con·;, t. • Avco Conn, Oev, Fl V C O C' O r; r, , [) P. V , ... -Ha·,-,-y l , .. 'Sti iiiffi'-·s; ·-rn·c .-·-------- B 1H· ad BuildP.rs fln~'1h,H1 Dr~v. Inc, F II v i r o ·;1 ri en I ;, l C o· ,·· ri, · I 11 ,:: • /'1ounljoy Con.,,t, Co, B,1ln<ic, In(. C ii rt ·1L· 'He·;it: o;; r 'R' C '"st.er· TI' IJ ,,. t /·1 <' cl a ·1 '1 ', t. CO I' p, H IJ h h .:-) I' d··lL.:i'l 1 ·-p;-,J·i""l rJi} i l~1~l ·1 r1l11. r n(. " ,I l''j "· ·-:.-: I '.I;' :'; I q? < 19d ·1 9? !1 I 0:i .'J j •J / ,.l "I 1.:i I ·l 1974 .i :.? ? .4 J. 9 / ,4 l '''r·l l '' i ·1 1 ·~ 75 1 9 7 ,, ] 9 ?5 i (j 7 ':) l :, 7 ', ·1 q 75 1 f.l ? 'i IQ;~, l •1 / '.i I 1) _"'/ 6 I ~~ / 6 l 976 I O '/6 l '-1 / fJ ! t/ :.' (·) l 9 ;-t, l ~1? 6 J. '.Ji G l Q 77 1>, ii l \-l-; l 19/7 j ~~ ,:-7 l c; .i 1 'l ! 7 l " / ·' 1. ·, / ? ? l .-i ! ! i'3·31 / "{ . ! 1·~ ;, ·; J ,, 7 -1 .. 09 ?r.-n 7 ft 3'J 7 ,:1 · 3 2 l 4 · 2 7 f x ( a v a 1. 1 o n ~~ (~ ( n rJ ~ n 9 C r >, c: i n CJ & ·· D i' a i n a Q·e · C 'i ea 1· i ~ 9 /', G 1· ad i ,; g G r· ad i n 9. & S_ Lo rr, D t a i n \tlht.l Iv 1 .:.. ~, Or) (nn•c.\11.1,:./: /\('CC·:.•', Road Excavation g Ba~e y,;·po·t t ... } .. T1 i ··&-c<;··rnp·act· ·---~--·-·-·· · Roug:·1 Grade r, Conp,F t fxcavatlon I Stor~ Drain ( (i·/1·p fc·1··r:> -· Ro~1-;J :3 u b gr· ii d ~ Prep,:, i (.1 t i on C ·1 car , Gr 11 b & f l n e G 1· c~ de Gi·ad lr19 __ .,_ ---------... . ...... ' .. Const,. u ct Pat 1· o l Rn c1 d Grad ir19 ····· (~·/·a-dl ng·····&-Pav 1~19 C.u«:l ing Con'· t ,· 11 c t St. o, n (l ,·;, i n st. I e et Ext en', i () II Gr;3ding & Pilv.:1119 C,rc1din9 & Pavin9 (,r·,~d :1.i'\~~. ~ D t·,·: I 11;19(' (, 1 r.1 d i n 9 ,t St o ( r, D 1· ;3 1 n f.xt'end Runw;iy l~ l ··,g;,t ·i11_?_ (ci-ri's t ; i.i'c·:c fax 1,1 ,,-y · Ston1 Drain Gr arl i n9 \.:,1·;!,-.iir1rJ ~;. ~;!01·1 l)1·.;1il C1r,;d·1n9 (,1 -::1d1n9 Grading· i ~torn brafn Cl'tid1n9 Grading (~ 1· .=, d ~ , , ') Gr·adir19 & OtAit1age (.,·ad :, n 9 ~ St ti,· :1 [Jr· ,•1 l n , f) l t. c :· (~ •:. C, r c1 d i n 9 & S i t <' f' r e ,. -'Ii.;, t. ·i oil C ,· ,: rl in 9 (, rad ~ ll 9 & !) to i-ri I) t ri i tl •:-. (1 i~ ,:id I fl') & ·:, I t C f.· I (' : ) C. r .~ d i n 9 & I) i ,:l :, n ,:i 9 r t,i·,~dii1')?.. ~-i~~--}11,'f·'J..' Grading f:.1·adin9 & ~~to,·:1 D,·;=--in (1 r ;: (1 ·i ri 9 (•,1· ·.,i) i)() ~ :·_. l (1;· .I !, I : I fl -C , 1,,: , t:: C (, I_ ,1 t :;_,_ [ il ,: , srATE~ENI OF EXPERIENCE 1 9 6 .1 t o C '·' t r e n t 7q,22~) 9(i',969 23,800 51,872 1-1,',l/(J Ii()}, 737 21, ':iOO 2 i, 850 60,900 Coi'ona<lo ·san Di ego El Cajon Lakeside . A ·1 pi Ill' San D :, e90 Sant ~)e Oc ear1s i de San Diego Nat_j onal .. C_i t y :;a 11 [) i e 9 o s.~n O i ego Si'n Diego ~) l n J . Ha,~ 1 · l ~~ f; 0 • ffe wTe t t :·p ,1 c kar d. Pacific Engineers LaPlaya Build~rs, lnr. .. ()or,;, Id C. f,i'oci,i9ai . General Services Adr,in. Sin J, H;i,.-i'; Co. La c ·av·a co r1 st.-. --co·: .. ---· · Sin J, Harris Co. Ronald A. Hart; -~-' i i;·····s·; ... Fi,;~,:·;_., :1 ·;;·····Cc,--;·· ... Sin J, Harris Co. r i ;·st Baptist Chtnd, 115,000 3'7, ,189 27,8S7 29,957 /6, 5:?°4 74,'')()() 48,078 5'i i°Bi 1 .148,4'16 ----·-s an .. 0 i e 9 0 ... _____ ,, ...... _.,, .. L a r· 11 i n , · I n c , · -....- San Diego Gen, Se>r, Adr,1',11. Burad Builders San Diego ·~; a n""i) i ego · ···------·----·· .. _ Ce n i. e r · C i t Y ·Ford · 27,151 S.:,n (l i ego EI Cajon . ···rti.4Tf-E:,c ond i do 71.000 102,492 s11J,64s 76,397 187,523 515,107 .116, 349 258,496 ·,j /0, 1.'0q 380,360 115, •1 I 9 . 3 77,921 190,307 84,477 HS, s"iO 6t),24S /8,609 :?1,, 9 3 1 l6,CJ00 69, 9:',0 ·1 r.,, UC1 0 :·;) \ ?O .,; .'. J, :1 uu 6t:!7,68l f g.) ·1 r.~ :? , 'l l r, San Diego San Diego ... ·{a,,--·o i ego San Oiego P a I o n a ,-I\ i r p o ,· t . Gillespie Field . ;;an Di ego San Diego ···san f))r•go S,,n f; i Pgo San Oie90 Saii. r5i e90 Carlsbad San 1)1,,90 \;:1n () ·i fl•JO Po~,ay ~~c71n {) i i:-90 ~; a n -0 :i ~~ g ·o En,:in\t;is Satl ()) ~•JO "p(\\J,Z!'y' C1·1(: in ·i L.:1·~- i")ov,;.-·jy '.,,:,n 01e90 c:·1,.,1 a vi 0,, ta Cl1P1r1 V1st.-:1 ··,:·:,I [) I ,. i { .') Pana Rana Estates City of El Cajo:cn ____ _ · c ; t y o f ·-rsc o·ri-cn do Porta P,icific Corp. Don Koll Co. ' " r•Ye a ii O ;, t '(' ci'n·.;,:-t;··ll( l i Or, l.arwin, Inc. County of S;in Diego C•Junt y of San D ;°e_g_o __ S.D. Unified Schools Defreitas Co. i) i r.k · Cor, Gro·;snont. Co 11 e9e Avro Cosrn. llevel opr•1·s ··McH'iTnri'T"s'-sc .. 11;;p;; --- E.W. Hahn Nielsen Const. Co. Ave o Conn. Oev :·. Tavares Const. Co. Ave o Conn. [)ev. f) i ;: i, . i: ci'ri' .. ' ' ' .... ' H • l • S lU·l n e r s Avco Com1, Dev. L (, : i r-9 e R e1 n < h f') r o fl • /\vr: ') Conr;, D,:v. Boise CascadP ~or~. Con rock· Co. Dal 8uilding Co . Bon ta l-lill 0, Prop, :-··;1 fie 1·1c.en(; , .. 1 J_(t?/ j Q 77 lq?7 .! ') ;-7 1 (/ / '7 l'·lll . I.-~~ 7 I l q / / l 'l / 8 l ~:~ ? H lq/8 I :, / 8 i <118 1 ()7() I qi il ! q / f~ .l ,·. ? :l I •l / tl J CJ 78 l':J78 : q 78 i9?8 .l q /:-~ I '.-) / f: l <\ ,t:) 197H 1978 i(}?H -; 9 7h l •i 78 1978 1979 l q ?':' ! .-; •·i ; ·.~ q 1 "·! ,_') 19 '1 19 S' 1 '} 9 1 .-, ,-! 1 '1 I') 1 ,, 79-07 /\} . ., 0 f .. / / B .. :'.· u 79-0 i 7° .. Q 2 7 q 0(, ,1c). -;: l / ~J l '.'.1 79 -2il ;J 1) .. () J .. , 'l l ;~ G,·.::1d l n9 t-r ad i rig G,·nd) n9 Grading t" i; & Storn $ t. 0 ,··1 Storn t. r rt-d =, n 9 Yr.. :::· l o , 1 Grading,'?, ~totr; ()l·nd i 119 !Yr a in Dr·a in (l rain !) 1· ii ;I II D r,1 in (;, ,,,,JTiig g "br'ainagP Guiding Grading & Site f'repar·ation ·· t·t·a((l~;g ··g 0 .. ,.<1 l n;,9-E~ · Grading ,t l1 rainage -r..1,. t!,.:C.r,3th, ln;_. SfATEMENT OF EXPERIENCE l 9 6 3 t. o C u r r· e, n t. ::· ·l '/, (16 9 242, %1 108,852 175,036 l 90, 6 t,) r,0, fjl)() 1.H,()19 '191 't3t13 Sr1r1 () 1 f:'90 ·san'[i"1eg,:i Santee S,3n Di ego '.,p1i"9 ViiJlr.>y Sein o·ieqo S/-in Diego ·san Ti i ego Sr1il Diego El Cajon -~~ ·t, n· ·· o ··1 ·~·;gos Vi,,. ta C1·11din9, '3torn Ora'.1:1°,, ()rainil'J>? t,;:,;·a--r;19_&.Site· !'reparc.1tion --· .... 544,118 31,618 6ff, ~67 57,973 80,505 35,0dO 79,297 19,940 )G,000 ;> J '0 60 1;·1 Cajon ··santee C ,-i'< di n 9 ?, S i t e P ,· e par at. i on Gn,din9 (;,•,«f1 ng (~ t .:1 d 1 n 9 C, 1· c1 d l n 9 & -~~ t () I "l i) r ,1 in •· G r ad T tl g·· Grilding Grad i n9 t1·r!d 1 n~l G 1 /id i 119 & SI f) 1 r; 0 r ~-:i in (.,r· ,:l cl i fl q & St. 0 I l I.) I' 11 ·i n (, i .:id 1 r1g-· .. Ston1 Drain Gr ild 1 n9 (, 1· :1 d -; n•) r.~ra,:ling G1·,1d~11•J & S101·n (), t-:..l11 Grading /I, ·storn Drain Excavation, I:. '.do,·•1 D1·il'1n (_ :,( ( ,:l V .~, t \ () f I : ; f (, , · . I 1 ·, {" /l l 1 ! i: ;< •.: (:': V ;:,, l. 1 () ll ~ '_') t O r (. I) I a i n (_,1·/11./ irl',) Gi ad i 119 (>1·ad1ng G r·ad i n9 (. 1 ,: d ~-1, :: 1:; i ;-1 ( / I t1 ,J. f :< •· c'·lVd I. ·1 Ori (., ~) !,,r:1 Crii(f1 n9 (,,·,"I t~l 1 ti 9 '< ( r'! V -4 I. :! f) 11 ,• ( /IV' l i 1,1 i I 1,428,171 -f39 iS04 252,231 330,335 i33,5T?. .112,644 104,088 1'9T;6?T. lSS,526 132,751 .... 2 !'lg·~ i~ !~. > no. G88 l ?2, Jil, 199,700 1.' ,1 i' )_. J <,Q .·l /4 :3 , l :, ti ·; 11 •~ ~ / • I 1.,.1 ?9:3 1 •. : !j J s.,· ·1, no 79.1 ,731 :: n,003 ?l8,J70 ;•~!~I, l~l /7 ,: (.J ,:-'•'.i ,:j j I (1;-.; H; ?,SilO 2 ~ 1 z I. 2 ••.! San Diego Chula Vista f:.:ic o"r1d 1do San Diego San Diego La Mesa ---- San Diego San Diego -S,rn .. [) \,ogo San Diego Son lli<'go i:scondido Siln [)\ego San Diego -!; .. , ri () ··1 ~~ '3 o C ::.c on,J 1 do ~an D~1c90 S'",,;i1· b\ego. Ch1iL, Vista San Oir90 '.,tin ll i ego ~>a11 D l e90 ... S;d1 ·o i e90 ·· San Diego S,,nt.ce ~;;-in i) l ,1 9 i:, :·:. d t I [1 ·1 ~~ rJ 0 ·:,..-,ii l) '1 fc'.')0 Fl C,,jon (.ill! 1 ,') V , ••. t. il (·, .. ,-:ond1do :·, .. , n f, ; -;c1 C ,:1 ~-ta S /1 n 1·1 r1 !"'co·: 0€ F t' eT fc1 ,.., t'o·. - - L,1r 11eve·lopnent Co. Avco Conn, Develope1s °f . ~~ • l·fii!·1 !"I ·-- C,,rieo Oi'.\/!'.1 opn,,nt. Av( o Con•i. ()evl'·iope,· ·tJick:t'on -· Donald L. Bren Co. Con et. Investors --c,;i'i nTy· ·of ·g;:; ri '6Te·g·o City of Vhta E.W. H,~hn · ffo-t er· i\ e r···E'o·r or'i aTo ··· So. C;il. Dev., lnc ... V.E. Po:;ey r.R.r.. Developnenr San Diego Diocese Pen.,sq11 it o~., Inc. -Pac if i c Sc e11e · · · · Avco; Con~. Developers Avco Conm. Developers ·t,,~~.-t ·o··-··co~1·r1 ·:· -·t,~·v·f> ro·r.)·r·;~. ~~ -·-·-.. -·-···· · A v c o C o r·: m • r, e v c,• l o p e r ·: Dick-Con tel1nf:'r· Comr-l ... Div. -···----······-·--·-···· County of San Diego Donald L. Bren Co. f..v'i (i. (: 0 :1 ii; (\e"ii'/"1 0 fl;;;··;::~ Zellner Con,,. l)ev. I -' i'. !, .. , l d i-•· i.m Avco C:0·1n. Deve·loper·s ··--A vc O. C o"rl'm .... fl e Ve To'pe r'":;, -· ···--·-··-·~---·· --j Ce,·,,:f .. Pn Corp. Conrock 1_:o. f:,11t1,.,,-i-:o,L.l°ng Co,r. Avco Conn. Developers ltel Coq). Surioi:irc,f "Hi:i'ries Pacif',c Scene Incone P1·op. Group ,/J, V (" 0 ( P 'In ·• [) ~ V ·{; 1 0 p P ,:. I,. l yon Co. ;J:1. I.yon Co. Chun h of Rel i rj 1ou':··sc' i, r->a1· Con°,tri1ction Co. l.,J1,;as Santa Fe (iev, Corp I ·• n n ( ,") ·n ..-:_ t ! , it: ... f' l () ri · ( o . I::: ,. ••: .. ,. I··· I•.,,,. " . ~-: . ;, " i:J __ , l ,: .I ( ~ I I I '• ::; 11 l'.l<>O l 0n3;j l 9:cl 1.1 I q;30 J ') ::ltJ /980 . J '.) i11) l q ~~ 1_l !%0 ] ')80 I 9/lfl t9fliJ .i q :3 () I,")/,'.(! I 1) :} 3 l ~:1 e 3 ]083 1981 J q:1 l ! (/ ~~ :; i "~1·) j 1 98 ·1 l. i'.l84 198 4 J <.)8 .(, 1.•.11::: 1 •:i:;ri 1 •Ji'. :1 i9S-, 198 ·1 J 9:-l r, 1 ·1.;.1 l' :,;11 : •:• J ,'[ 1 (\ :} t, l 'l8 ·1 'i () ;-~ .t, i ·: :, ~ 1 ··.! (,"J l r1:_;•) j" •-:0 \,; s t '. ! (~ r.~) GO ()Q 8 D ·· l 0 80 · lS Bil · J 7 80-18 -r . ~.; . Mc C, i <l t h 1 I r1,: • ~ T 1\r E ~ F NT Of f X PE :xi F rJ ct 1963 to r.1.1,1Pnt :· < C ii V ;·, I'. i () n I', ::; t (i ,· ;1 [I,· ,1 '1 n 2 2 i ' 6 1 4 E 11 C i n 1 ta,. txu,vnfion 28,640. San Diego ;, ,·ad ', n 9 2 ,1 , 7 81 San D i ego G1adin9 4,448 San Diego b,·adi~g 2,700 s~n Y~idro C,1adln9 /l9b:? San Oit~~io Grading 12,460 SAn Di~go. C. 1 a d i n 9 1 3 , 4 8 4· S a i1 D i e 9 o Excavation 52,050 San Diego lr1;ckin9 35,896 La Jolla ( ~ c ;:; v;:; i. To;; .. s Tl , 9 f:'. s·· . "\;·~·ii b 1 P 9ci f x c av at i on & s t o rr, r, 1· ,,, i n :l q b , J ') 7 S" 11 ll i 0 go 79-22 fxcavation :>10,·,84 (:;i,hbad 8 0.:; 03 E Xr a Vat 1 0 n 'i 4 7 ' 2 8 3 -· s ,rn [) i ego ... 80 07 Excavation 417,672 Encinitas 80··.13 [,u,vat.ion 42,869 San Diego ·80 · ?'? r X( ;,)·va·t"i on· 1. :'~ ::D -~~nn ·1, 1 e<fo' 8 .3 · 0 .l U c a r i n g • E x c a v "' t i o n , r! r c o i-, p ,'<t i o 1 , S 2 , •·) 0 0 E .,; c. 0 n d i d o 83~0:-c·1earlng, fxcnvat:1on, C.onp;·1ct.lo11 i'·-1rl,268 ~.;(,n D)e.90 ·g3:03 Ez,rthwotK .. . .............. r;g,;,no·--··san 01c90 8 3 -0 4 C l e A 1· , G r uh • f x, i1 v a t i on 2 5 9 , 9 0 7 S c1 n [) i e 9 o S 3 ... 0 7 R" c r) rr pa c t i o 11 , C 1 ear in 9 , Cut 8 5 • 0 0 0 San Diego tn ()i! f ·,,,,,,-ai.1()11, iJ1,,::,"l't·11i. Slc!I·,, ... ~·c,(r;·uou "Oce,111°.id'e' 8'3 on r:1,"a1·, F,c,,v;,t.',on ·100.oc,9 8·1 Ol RE'11oval of Materid.l :U,422 ·s;, -·o, ·· t; r a,ns;-13uTtre·;;; s·;· ReL,, iii rig 11 a1r·· -·--·-··-·-rn;s-otr 84··04 Clearing, Excavat'1(,r1, f,,·ain-:. 23S,OOO 8 ,1 • 0 S R" g r· ad i n 9 3 , 6 0 0 ;3 .-,; "0 .I f, -'I Ci,; · ··s4 •09 8 ·1-] 0 8!: ~ J t, [:-1 I i,·l '.\ ,; l i' 1 f: \() ·1··?2 11-) 4 C il[ (I.:· 1. 1 -~ c, 04 . 0 :) · 06. ,.:;/ :: x'.: ~ v ,, l ', ,, 11 • \.J .-,, t (· ,· ··· ·7;-,'O O 0 ("/f•,.'.'lr·, (;t·uf-J, Exc1;1vat io;1 Jf)4,000 '· , P a 1 , ( " t: ,; : ·, I ·, ? 9 •1 , 6 fJ 0 (o'r.i"Piic f1 n9 ,··Gt a(fi"il.~J .... 1,r, 7f'fT" F.x,r-,v;,ti(Hi, f.xport D'11·t 1·1,';)00 · C 1 E' a r· , G r u b • f x c a ,, ,, 't e , (; r· ,,, d c 7 , l O 0 i' , nr' ;-;i~(' ·,,~r·, J,.:Jft,-J.( t. j 011 f " ,·· .:·iv.-: I. , •} i ·, 1 r' ·1 p ,:; 1 , r~ r 11 b t;· I~ 1,1 i I' \'! ;'> ·n "t_ Cone t'?t e, f ,1;· l h<101·k f:p1i't ,, j fl0rn, ./,,tc-r i: X-:. ..-iv d l ~ O ,·) ~ f" ='.) 11, 1 ;, 1 (·' ;'-°: ,'. r.:] ;, ,'"; i 1.1 I 1.1 lJ I i· X r.. i::i Vat. l Oil J {. I (:r}i.' Ci r'i (, t, 1· 11 L, (, 1 ,-: ,·_:e [. 1 {~ a 1 ., f~ :"< c ·d 1./ (:1 t 1 c n F.: x l ,; v d l_ i (\ n , C, 1 1 n 9 Re-c o r' r a c t l o n , i ,1 .--: ·1 11 9 ! ,,:, , 1,r., I./. 68 t,; I iii , 000 t,JJt)'O , I(\ 8, /J 2 1 ';i 7, 11 B b !,~ \ •.-: i_:) i" i, J 00 / I ~ .,, I;.' , 177,,;71 I j••t , } (, ~1 . 1:'1 Ir:,:")!') Rancho Betn.2trdo M·ira~1,11· r~AS ··r1 Caj6ri ... Rancho 13ernc11·do l..a Me :c.a Po1.1ay E ·1 (.a', on l'\011 n::, · I.. ii .Jo I l ,, La ,Jo 1 ·1 ,, L ,, Jo I I;, s.~n rJ 1 ~~go s,~n D l e90 /.la H on,~l ( ify 1/,11·10-y C ntP; L"' Jo I 1 a I i.) 1 f:' /) r, : ,.: Jo 1 l ;:1 I ,} M,:? '::n Rar1cho B;,r·nardo ~ ill r:1€'f)O :, ._! ii () if' 9 o ,, \) '1 1,)(J - Av c o Co :1 n . ()eve ·1 ore , ~. . i> :,i"r-' ·tons tr:·1ic· tT0·1·i···r' o . -...... Pacific Scene, Inc. Avco Conn , Dev,:., 1 ope r· s i,in; t yon Lo.... ..... .. \in, Lyon ro, Av,, o C o w1. Dr v e ·1 op" ,· s L. ~~ber€P~yne ·· · The Collings Conpany Carver· Corp • ......... T.; oi;· lo n:; ti: ,-1-c-t~i-o_n_C:c,~·-----·· L i on Con"· t r· , , c t i on Co·. M·~·¼/+~ ; r .1:.'.2-!j_.i .w ,, _ t, ,, ~ o c .. -...... I-" ---~,'4 Hughes Investnent Daley Corporation -c o-fiEiiT T .. fl .ii n k.ii i·---. -· ........ -... --·-... _ Rincon DPOi,)blo/745 5')?? M ,:., i q e 1· C o n p d n y / 7 S 6 3 0 4 9 ·~r.f ,· els-en· c on$t.·:1FJT-i) TJo--··--·-- [) o tJtJ l as A 1 ·1 1· e d /2 9 9 · 6 7 6 0 K.W. Alleo/275-1374 -·· sii,:;f~sc ffc>ii-.;-::,727;,.nn·-· Buie Corp/487-3030 Golrlen State Excav/?80 0525 ·rsT.Tiit e-r'sfaTT ffo-r" fn-g-3 ~rrrs-- B u i e Corp/487-3050 .J.D. Cook/465-2900 ··· v ;·;;;1ir.:::;:;crTo·;;;TT697 .. 'J ·H; 6 ...... - Robe rt Childers/?97-3511 Anerican General/278-9187 .. v,-e.iil ii n ;rco·ii-:itf6<lT~lii5E, ·--·----- J e u y D. Cook/448· ?91'-i .Jan0s ClutlPr Const/ o I c. rn / .j~. 3: B 7J 3 0 Jnhn Brown/4ti0·497~ ., ::0•1e f'edrr2,l Savinqc,/,1SD·2l0l s· t,oi d0n sTafe--roi1so'i'ITff1J 7780--·---., Cn11nly of S.D./:16'-:i-1:ilSU MPt,o 'l'oun9/tiS0··974? /\Vd/1·.//6B:.i{j' i.2 frlp] Corp/4Sl.i·1610 !'ic,,er Con°,t/71~-':i9•1··788? u D c o·ev ,iro r729ff ~so 10· R.J. Carro1·1, Inr./460-l'lfH I' i ,: r i · Llebb,.is f n 1· ;c,66 · 0006 ,. "1 ... ···-:~j ''.• ., 1 •1f;•, 1 •:,:i•: ; .,;.::._, I ~~ :-,. '_) I <J il ·:, 1•.;::.:., l ': fi i.', l Clf, ~ i •1Gr, : ,.i:,,·. ·1 •)::5;._, J ~,: f:i t°) J l1,i 1; lr)p, .I r~ ::; ''.• ! ,_') ·_: ~. i ,-) Jh I '18r, 1. 9 8 ~) ! •.))_) 6 l ')':<i, 1 '.•i',:, I ,:ii.•:,:, .i.98r> ! 9t:-6 i 9Gt·) I '' ,, ; , I ') ;) ,'.) i 9 ~~ i.~ i 98,, i •.•:;.-, I I·,;.;, l '.l (-:: ,_l 1 9 t, / I",;:· 8 ,c,. () y f; r:1 -l (l 8 () .. J j 8 "j · l 3 'f'~ \)' .:· 1 -I~ 8':, .. I', n '·.? -1 r:, f::6 0 l H6·0/ 1,b ··O :,: ·si:, n·,1 8 .. , -0 'i t"l6 oc (; 11 · ()) 86 oa ii(,· 09 .ifo -· id ,.:: (,. I. 1 fJf.i -] ) (! ,':i I. C: ~i (, .. 1 ,1 Sb .. rs· 86 · l 6 86-17 ·F:1 1. i··; 8 l) j ,: 8,, .. ! 1_1 "/j,=,. j t 86 · 2 2 i:i,;-:n ~:, i·:, . > .'j B6 · 26 86-27 86-28 8 i' -1) e?. CJ 3? (I ~) l · tl 13 i' ~ () C. 1 i1 d =1 n q , L x c n v .-, t.-:i on 1~>~ c··o r1 r-'· ~/(~ -t. 1 () n ;· Cr ad i tl_g_ I d I" t. h\l() 1·k fquipr,ent, c·1earin9, t;u,rJin9 i >-.-( ::t V ·2, { r On-~. ll (;··.-:-e··r r l !·1 i ,;_: 1 Expo1·t M,·,t ('1' i ,11 . ( 1· ,~-,:1 r: -~ --•r,-r:·;~i"b" ' F. X (: "A·v·;.,·t ··1. 0 rl (, r · ;~ d i n 9 , C I e r1 1· } n ~J L.,port oi Mat.?1 i;,l L,~'a-dfi,~_3·,· i :1po·,--1. ,····ur1,·1cf'1_!Jt Clear, Gr·ub, Excava!.iqn Conp,1c t l 0,1, G1·tJd l nrJ u rid e-r ·crr:·a 1 n rx ·L,:·;i < i on· C l e 11 1· , G 1· u b , Ex c "' v ;i t i on c·1p;,r, Grub, Exi:;.1vation ;,11 n t. t' 1· .& .... \-c \-~ r..;·1· I' ine G1 adin9 S;,11} t..a,·y ~)P\.H:.>i" ·r',r;:;d;rig & stor:ri C 1 ea 1· , C-'1 1· t1 b , r:: x 1: n v ~ t i on Fxc;,vation \)(':•/e ·1·or) ~,tibd IV I-~. 1 Oil (~ 1 c~l d i n 9 , S t o r-r, 0 i ,1 l n f r) 1 Co:1rierc:ial ':iite Gr a"dTn"g""'·f O ;·····j "'Hou;;,, [' ,, ,::.;·· Gr;iding & Ston1 C o n is t. r u c t E c' r t Ii 0 n IJ a r. :,.J /t "t (,> !' ti• ~; ;:· \.J (' ! '":,:_'~~':~ I ;Z, 1,1 ,_i,J :! n,:J ~-~/1tc, & ~-,E->h1e1 Stor·m !Jr a i.n f:, ,-~d l ng Hou~~€-PMd Oev~lop Subrlivisio~ 11 .:' :·10 ·1 11 ·1 () i"I i",, Cf /·: d 1 nr1 r C1f'i 1i"lC) 1 1-,-:11 :1 pn··,r1I h·i.'ill ,11 ;~ a l e r & ~ f' 1., e ,- \J z, t e r & S n1 e r· f x c ,··1 vat i on f o r YJ ;1 I f' r, ,!:: f· -::_;, i-v o i r • D :· r () 1 1 t ·ion . , \ (1 ! 1 , :·, (· i,l (' f ;,i ,'1 I f:' I" f J ? i'I (.) j i t, 1 (", i I X, f. ,.~! I' !· h WO i !-_ f q l.! ·1 pr\~• n t R (' n I" rl ·1 -r . t.; • ~: t C1 , a t : 1 , I n ,: . S ., ,0, l i :1 1." t-1 1 () :' F Y r :: R f F ii C: C i '1 6 .3 t o C 1.1 1 , 0 n t. 1~5,700 s~11tee 6'.5, 000 -.. San t,Tego 1,220,00S San Di90 1 fl, 6111) FU111c ho Be n1a r-rJo h (1, U1J l6,UUU ........ ,s,ffO 26,301 12,000 t) /, 6 ':-,! (-; 493,'Ji'··~ 2,696 414,6)4 50,707 65,334 :, I 9 • .t·i{i '.)' .) .. :·,) 6, g :) a . "fi, j , 6 li 9 . 19,858 7,66} ... i :-1f-i Ji~ )% , 086 ''39, 686-·· 654.941 102,735 \sJ, . .,;• 19,670 ? •1 Q C,·1 I J ta 6, 0 8 , ~.:i Ir) J.,l~,r.1),Q.lS l O I , ,' c, 1. 6}, I) l J I ? ? ',:; (,J J i, 1 I) : iJ t~ ,'j • ."j . i ... H 3. 0''; ,·:, ~; d I"! (j ) 0' 1J o Ti ·cajor1 . Po11;,y S;,n Diego f;··,"f·fl .. f°) )>~}() f>r) ~1' ,::: Y S d n [) :1 P ~~ 0 --··s;;n Mc1r-co'.;··· Lakes',de l.akeside -~,-r:,;.J;;;y C ··. (' o n cl i d o [ ·,: c o n , I i d o Sall bTi,io C;irlsbad San Diego . "'5/4j, Li i !:''JO $;,n Di ''90 ···s· 2) t1 0 1 C 9 0 San Diego .. Alpine S;:n O) e-9·0 f '":. r on r: i (3 o Poh1 r1 y R ,i 11 c fl r) l, er r1 <'I °i do ~) (=Jn [):I(' 1_) 0 V i'.'-ld St:tn D 1 E'o,o Sn ·n [l le iJ o San D ·1 t?90 V a l l e y C c' n t r:: ,· ') ,) n l.'1 i ;-:--9 ,, p 1.) i·J -~ y St:i1 n i t~9f) Pot.,ny farthwork, tf'"r;ov/.~l ,:t, /\';_:,r·orip,:}C" /JJ11 ~-) 1)/ i I l:1 i C 9 0 I) 1 ," oo f. X ( a v ,-::.. t 1: :~. ,.1 c_. :: : 1 r.: r, 1 f o 1, L :1 t: ~· ! ~ xc,.::•,~;f: ·1,1, ., :~·1.~•.:•}1 1~::,. 1111 rt 11 I ''r• 'Ii ii' • i I ] , I {' ,~ () ' I i '-j ' : ~ , - P,-,C:,r:: [),i.1 Waterf,l4li-:n .. ll .. 1r:T:·-TarroTrT277 :73JT - Conrock/258-2777 UDC D0vrlnp/298-8070 F i•::.ci·1('!", !1(C°(ff•1i)-, \,J,11 r f1rr :JQ1 /\:/'·)i) So11t.h. Ca. L'1nco·1n/·1'):'·--:,99'i T ·;f Ii cor1sTT4iHF-:s:;16- I n co :1 e P ,·op • Gr p / 2 3 ·1 4 31 6 SCLC Inc ./452--5995 0 ,i· l (:~ ·-·c ·c) r l·····7~.:; .. }lr::T1s·~ri:" .. R. B. Mi: lo n i c IS 7 8 '1 ', /{) H.G. FPnton/298-8874 ToiJr,fY c>r-s·:·1f:ls~; s1xs···•-·· Sierra Pacific Bldrs/282-2302 S i er u, P a c i f i c B l d r· s /2 8 2 --73 0 2 R.8. McCo~ic/S78-S520 K e r1 p e r 1-i n / l1 :, fl -J J 7 CJ KPnper Fin/458-117Q : R • 8 , Mc Con i c / '.l / 8-5 '.i) 0 Nielsen lonst/291-6330 Sierra Pac. Bldrs./28?-2302 f-i,1Te· forrls'HFTs-1 t . . . .. . . Niel~Pn ronst/]QJ-6330 Bu i e Co 1 · P / :) 7 8 -J S Li 1 · · -·-·---~-·-·-··- R. 8, McCon\c/578 S520 Charles Gewalt/282-8502 · ·· li,i re· c I),-p /') n·::T,c; ~ t ·-·--· · --·-·· · Ker1 per f in/458-117q ~.B, McConic/578-5570 · ·rl. B. tfrCoriTcis1s:,-,,;-;,ri E1111e C:o;-p/578 .. J.'.i.'.Jl Patrick Cunst/2]1 3637 ll ! I s·Au·.· "(01,,1{~, (:(l-1jc;=1 oT·"'c~~-pt->nf.~~,-.,_ R.B. Mcronic/578-55)0 R • s . 11 rco ,i r i-/s·Je: s s ;' 1J- R. B. McConic/578 S528 Vly. Ct1. WAter/749-1600 ~~ i e t 1 · ;; fi ,:1 r ; B "f (J r· I) H ::-~ ..? \ 0 ,? R . f.l • Mc Co :1 i c / 5 7 8 -') ':,? 0 Coll ins/:-76--3.380 Connol~ C:o~i[/48t~il51 Calnat ro,/258-2777 P111;,1:1e 1· /I." ,·-,,i,n/2.3 3-· •.1 JO ·i '.'\ :I(' t' ( ~l :"'• /: (: , l~ l 1) j• / / ~~ _) ? ; u ,:. ,, ,1 n r, I l i: o ,-1 •:; t. / .:1 8 C:. / l ', 1 I ., ,,,, 1. I':: ,., I 87 t> l 1 Qf) 7 I ,C; .' 1 '.,i;·; I I r? ~) ? I (·1;;; {' 1 1·_. :J / i_ ~-' >; .... I ·-~ :) H I ,:,~;8 I -:i::;3 1988 ! ',! ,~: :j j '1 :p~ l 988 J •i,rn i ·1 ~i rl ! (J;]fl .l ·)88 I 9,SiJ l q;):-) l'.l8'l 19 c:~• i ~) 8 <:"J j •·'.::•· ; ')/-·.:_, 1 '18" ; '? ~""; C• J '1\1,_i j •J '.l 7 08 8 7 · 09 H?-10 87-lj B? l _;' B 7 .. I. 3 8 7-Ji, 8 i' -l '.l fl/ · l 7 ;;~ .: -i. E~ BB-OJ 80 o;, 83 -O.l. 88·0~ · ·en -u-~-. 8G flh CB·OB i, ,: -t 0 88 · .l l 88 · 17 flH-13 88-1,; B8., l / rm 1 8 ;: ~~ l ,:, 1~8 ·o 39 01 80-(l} B ·-1 -n ,~ f: ,_-,, lj l) . :}i) 89 07 <if! 02 :,-1 n :< <1!'1 Cl ·1 [.1•·:) - STATEMENT OF FXPERlfNCE .1963 to Current Excavate B~~;e~ent c'iear, _G.,tade ",f Fi'rifsf1 liou'.':c f'.'ad F', eparing Subgrc1de o,~noliti_on, __ Cl,~,,r·_ing, Excavation !,, 1 (r i:~ 1 n ~J f) 1 ~-p O \. Z: l O f [ X C (: ,:, -~ f) i i t. (. 1· A cl '1 tl') l..01. 0 P n oT l t io r1 &° 'TX C av i,; fTo n Deno l i 1 ion , Rec on p;, r l ',on • l n po,· t C 1 e~n i n9 ........ _ ........... . t ",( ( /IV.~ t i On ' :< e '·· () :1 f." ,.-, C t i () 11 C I e a r 'i O ;, ( r C' ~-o f b , ,_, .,. h c·1ea1·, (i(!Jb, J;lpo1·1., !·.1·11dc c; r ade-'I 08 ki:r'e-$1.i'Fd i Vi,: ion .. Site Grading 20,000,000 Gal. Reservoir · (. 1 ti lfi n ·g·· ""if lfi--·c~; l ;.-;·· .. ~; ~;-·i~ C1r~ai·, C,tub, G1·e:dln9 t, 1' /~ d ) n 9-~----~--.:~.P (-~-~-t ,· ---~: o ·1_p_ n f t l {·1 9 Excavation of Subdivision _ l o t ___ Grad i n_g .... Site Gr·ad1n9-Mh::,.',on Vr1l ley Grade R.0.1,i. for l,,He,line ," -• 1 ... ,i 111•)n1.-, r., rl(1f'" S11b(1 i Vis 1 Otl Ho ,1 ,., DP po L S 1 t e Gt" d d ) 11 Q Cr Z!cfP-(h.1.1r·c:·h····s·rt1·~ --- Dt Llea1 in') l.r,,d0 Tndu\ct.rial Park 1 "i r ;1 r· L f; 1 :··1 ·1 ~--·. ; u n V ,:.c 1 ·1 r • ..>· ~,-· • u~'tiO'i) f. ~I ('fl ·r; I c,d i ng · Rii<'.'b<i11 l"i ;,7·i:J & P,3i:k i tl•? Grade Lot (, r a c! 0 Sub ,::I iv i ·, i o ,, ,'<. Go I f Co", •.•, c '",-;ct":' ~: 11 ~-~ c: ~ v ·1 ~. 1 f1. ! r :·1 (~ :-~, i -··. • .. 1 c, r1 L:·;;<.if' foi C,0,1f~idi t,,yr1.1 1c··. l.~·1,·l,, ._,,~ (:, i· n d 0 . Su t d i \; i -:. i n n T h (' ';•lo(, d 7 ;1 r1 d -: (; I ;id i 119 \; ~~ I'' f~ r X. \,J <-1 l ~: 1 [ ><( :)V ,~ l. i );·, .·' ,:; I . ! •.) (1 r f •·. ·, ·, i:;i ''"•;t .,. L j •)' I ,'j), 8011 7, 3tl3 .?79, 128 _ _?Ii g. ,j? 7 _ 70,lf/:1 ,rn, S·10 --'7',;-:120·· 226,213 '36,700 ·--~r(r-~---;; s· ff 8 '(1f)lj 18,6/l) 1,D57,000- 2,7.19,933 J .1 , 7 "J ;) 13r;, 'i"d 122,720 5,800 229,957 49S,3B .l,B07,C2':1 l 8, :;!]() ,r,OOD 2l,100 i , S'i 6, 8.3 7 1 r:·;, ~89 9, 1)00 ms, so ? , 3 J 9 (~ s (~ -' t.; 1 :? :i 9 ;-,,) 1.. ::'l'i i : 1 l •:, o ·:· ' .. 1 Ji ;c -1 ~; '.~l I I 1 I ~ ,:) ·. ·; n ~ ~~ "i ,·, :: ;:,, S;in Oiego Poi,ay · · San Oiego San (i i ego El (c1jo11 Olily Mesa San Diego San [liego Oceansidl" .. "<i:in () i e<j"ci""'"''"''"'' Fnc in·ita,,, S.c,n () i PgO thula ·vrsta Spring Valley '',c,11 -ti i/90' San Diego ~a~----~_ l _ t~_2__~------~ San Marcos ChJ.JIA Vista SAn Di e.90 flonsa 11 o, eaI1", i ,je ':)an () l P'JO s~,i Ti19' Vii1 leY S o r 1· e n t o V a 1 l e y Otay Mesa f;rH1 iJ; (.'go El Cajon Til. Jol Ta- E I c.--ijon H ;• n,:: b 1; S <:n1'. a f' I:' fl( 1·'{-1(1•'." Id~ :·;,:in (.J i ~ .... 9 o 0(.f ,-:i1::; id>_> :·)P.tl l) ii:' ']t) '.:) ;:; i I {~ j f' f} () :· ~ (" .-! j '; . ! -:_; (' ! { • I -, ri(, - Guttn,,n Con·,t/?Q? /1.)6/. nc·c at thy -o-e.-vei /,rs§:. 9 J 3;,·----- 8 order Business/297 .. 1300 8 1_a ~~-Io n?_t./5_30-1'.:>_IJ l ~.8. Jordan/448-1375 Border Business/?97-1600 ( .,, G-.-T. Appel /294-9210 ------.. -----·------···· Co: l ins/276-3380 Shea Hones/549 .. ·31 S6 En~1ron Corp/~52 37j7 - ~tie a Ho r-1 es/() 4 9 ~ .3 ! 5 6 · DHW Const/223-8556 Rane F1 o --Der-Sur/ 2i1 -6 4,; 2 ·· ------------ <I ,'':' " 0 ta y W~ter Dist,Aicl/ ~ 462-2222 '.; • D . u " 1 t l (• d s (. 11 0 () 1 · (J I ~. t l i { I. I U.S. t-laval Rec/235 1353 M c !"1 i l ·1 i n S c I' i pp <, F o l! ,-/ --·4 77 ~ 411 T __ .. _____ .... __ -~---.... ------- Ro a ch & Roach Land & Cattle/ 282-2302 snf;-;:;-···rr;:i'~ie·s1s·;rir·:.·:rr'l0 ------- Fieldstone Co./546 8081 Calnat {o,/298-0551 Rich Const/630-1200 ·---~----, Rancho Del 01·0/St,CJ-31Sf, Coll ins/481-7700 ---sr vn r1e ·we·sTe·y-,,ri7~1TIHJ Cavanagh Devel. Co./277-1212 De La Fuente/297-1800 D t·o, A Pai·t',iio,·-sh\i,/ 797-1800 De La f uen le/297 ·· l 800 Regen l.s 'oTOCSDT5T4"·:·:;r~rg,r- R i chard Harris/447-5012 H<.'t i lage founder:,. I. td. / •1,:; 1 • 01 l. 0 UUC Ho7es/298-8070 N i c 1 :; n, C o 11'' t / 2 9 I -6 3 3 0 UDC Ho7e~/298~807U M,:G1 ath Oev. lnc/29?·6000 !1 d, ,-il t i1 D e v . I r,, / 2 9 l -6 0 0 0 fl;:~~ ; ;{ \J ,) t Er· 1,-1-~~ t. r·:··1 ·c·r · !-l•.:G,·,,t;, Dev. lnc/29?-60•)0 (i·1r.1t·!p•~~ Pc111!·-nH Bl<~t·:-. ,. " • l '-:'_/IJ I .--'()fl i .. ,:, I 1 (,CJ L I <:••ll ·1 •"': ! JI)·~ l J 'l9 l i ,,.· i ! :,•.11 i. '-i •) i 90 .. 06 ~! ij -1) 7 '.l l O? 9 l -1J -~ •·1 1},'\ "()\ .. (JS 91 06 ·:ll -0 7 . ~l i O ?) q I (I (I 9 l -l 0 <l .'. iJ l 9. q 3 q /. I) 4 Gr Md i 1lQ Pai" l ng l..ot (-. ,·i1d l nr)· (,,;1dc Churrh S1te fi,Hldill l,i,,11 c;,·r1dr,· & PavP F';11·k inq Lot r: l e 21 t & C. 1 I.' b C, o 1 f C o u I s. e W,1te1"fine ·· Under9r ound Iripr over;ent.,;. ,~ ,·,>de & P i1 v e Pa,-kin 'l I. o t ·····Li .. ;:·(.T,· L ~~~-·t·i·crr;·1 l. . br d(ie ~:t r·pr•t U1 ,;;;i 1ieT .... i n pi' o v e i: ,;;-·;1 t.-;- \,J ·\ dPn () ( i VP~lAY r ,) n y On V i"e ~, / V () l 9 l -~:: ,:, ,;·1 I ,_'i i 1·r;-~~·-;1·r·· -C . ~,! . ~-1 t !_-, I" ;1 t :,, • l I I,:: • STAlEMENT OF EXPERIENC[ l q 6 , 1 o Cur ,· ,~ n t. l, 5(10 ;~19,J(l6 Do11.1l ion 101 ,H? 7, Jf}(i l 8 l, 3 ~ i . _ .? /4 tj, 7q 4 .. ?O, 3 l :', 25·; B7 i .304,824 l J, 171 ~,4;0(10 ,1, i'l 7 389,092 S,c,n O i .090 ~)t--in [> ·., e .. 9o Oic90 ti C;,jon Ranch,.1 Sr.<nt.,, F" S,:n l) i ego P<Hl«Y Sr1n .. bi ego·-· Ot,1y Mesa SiH) Di (_.)90 F:a,,d1n si,ri O I ego El Cc1jo,.._n __ _ Tc r·1 ec u i ;:i 5,210 San Diego -.r·, ~1-J·h·:)'.:1·i:i·-··· l ,:; ,5·f;fli:1 !"i /: 9 n () ·1 ) <1 Ir.,· P ,.,, n f : r-·1 d l1 r. ·..;: Cu ·1 v e·,. t •::_ 194,609 C1 C.·ion Vic:.t.« l,ay 1-iiden1n9 1,733,18'• Ocr--a11°.idc -"-·-····-·--·· -· . . ·-·-· -·---·· ··--· ·-·- - f:ol l Con~.t/292 11550 be Tn 'fiienfe .. ··si1slness7 .. 542-100 YMC/1 !1i•;.sion Vr1l ley i~)8 ··· J·:,·1b B ll d f\ ;1 i ·1 (· y C o n s t / ( 8 I,) 1 ) "l ? l O O (, 0 Snyder l.angc;ton flvilders/ 294-jBtl . . /1cGr;ith Devel. lncn92 .. 6000 fnvironnent.ol Oev. Ltd. . ·;ii:, ~j -') / y·r.:) Munson I'. ,~hi le Gen. Co11t ,· / 711-6949 t McGrath tlevel. Inc/292-60ITTl De I.a Fuente/297-1800 McGrath Devel. Inc/29?-6000 Counly of San l)·ie90 ti 9 •1 .. .? 16 ·'I Rilild Kiti Corn r, e r c 1;,; l Cont r· a c t o r·"' , I n c , · S60-'i697 McGrilth Devel. lnc/292-6000 -·--ur 1ii77 S' 34" 3:Jil.,S"' --- Co. of s~n Die:cio/694-3170 . _______ C i t y __ o f .. O c_ e an s i de I 96 6 .. 4 7 5 2 :j ., ' ,., ·-::. ----·-·----·--·--·---·------i "I ., .. ~J I I ,. I I I I I I le I I I I I I I ,.. I State of California County of NON-COU.USION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WlTif BID ) ) ss. ) 32 ~L.. ,P, Mc Gra...?'h being first duly sworn, deposes (Name of Bidder) and says that he 0£ sne is ____ V_✓c.._· _e... __ .P._~_'C-_J_~-·---~----------- (Title) of C. vV. M.c6~ /,,..,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 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, or of that of any other bidder, or to fix any overhead, profit, or cost element of 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 penalty of perjury that the foregoing is true and correct and that this affidavit was executed on the 9#, day~-3c _c • . 19 '9Z_ . -/.i:2 .. ----~~ Signature of Bidder Subscribed and sworn to before me on the f(}/1...,day of ,5F.tTr.Y'll6l::"r'<_ (NOTARY SEAL) OF'fICIAL SEAL KATHLEEN F. FARRELL NOTARY Fl'BLIC • CAf IFORNlA SAN DIEGO COUNTY My Comm. Expires 0ec.11, 1992 Signature of Notary ' 19~- 6/24/92 I I ,. I I I I I I le I I I 1 I I I ft I 33 CONTRACT -PUBLIC WORKS This agreement is made this ~day of ~~ , 19 f'iv, by and between the City of Carlsbad, California, a municipal corpor~~(hereinafter called "City"), and C.W. McGrath, Inc. whose principal place of business is 13080 Old Highway 80, El Cajon CA 92021 _________ (hereinafter called "Contractor".) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: 2. 3. TAMARACK AVENUE WIDENING FROM CARLSBAD BOULEVARD TO I-5 CONTRACT NO. 3203 (hereinafter called "project") Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 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. 6/24/92 I I •• I I I I I I le I I I I I I I •• I 4. 5. 6. 7. 34 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) 1991 Edition, and the 1992 supplement, hereinafter designated "SSPWC", as issued by the Southern 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 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. 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. 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. 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: 6/24/92 I I , I I I I I I le I I I I I I I 1e I 8. 35 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 III 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. Change Orders. City may, without affecting the validity of the Contract, order changes, modifications and extra work by issuance 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. 6/24/92 I I , I I I I I I le I I I I I I I ,- 1 9. 10. 11. 12. 36 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. 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 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the Carlsbad City Clerk, 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. 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. 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 insureds. 6/24/92 I I , I I I I I I le I I I I I I I 1e I (B) (C) 2. 37 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. ADDITIONAL PROVISIONS -Contractor shall ensure 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 insureds 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. "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. 6/24/92 I I , I I I I I I le I I I I I I I 1e I 38 (D) NOTICE OF CANCELLATION -Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be 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. (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 insureds 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) ACCEPT ABILI1Y 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 do business within the State of California and are included in the official publication of the Department of Insurance of the State of California as allowed under the standards specified in by the City Council 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. 6/24/92 I I r I I I I I I le I I I I I I I 1e I 13. 14. 15. 16. 17. 18. 39 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. All claims over $375,000 shall comply with the Government Tort Claims 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. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with Sections 1776 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. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with Section 1720 of the Labor Code are incorporated herein by reference. 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. Affirmative Action. Contractor certifies that in preforming under the purchase order awarded by the City of Carlsbad, he will comply with the County of San Diego Affirmative Action Program adopted by the Board of Supervisors, including all current amendments. 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. 6/24/92 I I r I I I I I I le I I _. . ' I'_, • I· 1· I I ae I 19. 40 Additional Provisions. Any additional provisions of this agreement are set forth in the "Gen~ral Provisions" or "Special Provisions" attached hereto and made a part hereof. · NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALl.. SIGNATORIES MU~i' BE ATTACHED (CORPORATE SEAL) APPROVED TO AS TO FORM: RONALD R. BALL Acting City Attorney By: C.W. McGrath, Inc. Contractor Laurie C. McGrath Print Name of Signatory Vice President ~~ gnatu~Signatory J.C. McGrath Print Name of Signatory ~ature of Signatory Secretary Title ATTEST: ·~£ ~ City ClerkJ 6/24/92 State of California County of SAN DIEGO ) ) SS, ) On QCTGEBB J 9 J 9 9 2 before me,, ___ K1.1aA~T..:H..,L1,;1,E.,.E""'N-F....a., .... F,=;.A!.=Rl:;:R~E~Lia!.L=!,._ __ a Notary Public, personally appeared, ______________________ _ J.C. MCGRATH personally known to me (er ~FOYed 1.a"" me en ~e basis of oatisfa~ol'Y e"t•idoAee~ to be the personii'i whose name().1 is/aJQ.subscribed to the within instrument and acknowledged to me that-Ae/she/~ executed the same in hi!t/her/~uthorized capacitv(~ and that by ffl9'/her/~ signature~ on the instrument the person~. or the entitv upon behalf of which the person(ls;J acted, executed the instrument. WITNESS my hand and official seal, Signature /~,J ;J ~ ~ State of California County of SAN DIEGQ ) . } ss. ) """'~~-o...<> . ....:e:s. • ..c,,..~...a.,.A-4 OFFlClAL SEAL KM}iLEH! f. FARREL NOTARY FlJBUC -CP,LIFORNIA SfJ( C!EGO COUNTY My Comm. £<Pires Dec.11, 1!192 On OCTOBER 19, 1992 beforeme, KATHLEEN F. FARRELL a Notary Public, personally appeared·-------------------~--- LAURIE C. MCGRATH personally known to me (er 1'f8'+1ed to me 8f1 the basis of saasfaetary e'<i'ldeAee) to be the person(J(j whose name~ isl-. subscribed to the within instrument and acknowledged to me thatfflr/she/they executed the same in -hts-/her/ffieitt authorized capacity(~. and that by AJ.s/her/lheif signature{)Jf on the instrument the pe,son()lo, o, the entity upon behalf of which the person(:sj' acted, executed the instl'ument. WITNESS my hand and official seal. Signature /Go.:1:J.J,,µ-e J i/· ~ 01''FICIAL SEAL KA TttLErn F -f ARRm NOTi\RY PU!3UC • Cl,UfORNIA SAN DIEGO COl,liTV My Comm. Expires Dec. 11, 1992 I I I I I I I .Five I I I I I I I ,, I BOND #1321059 41 LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 92-306 adopted October 6, 1992 has awarded to C. W. McGrath, Inc. ________________ (hereinafter designated as the "Principal"), a Contract for: TAMARACK AVENUE WIDENING FROM CARLSBAD BOULEVARD TO 1-5 CONTRACT NO. 3203 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, C. E. McGrath. Inc. , as Princ~a~ (hereinafter designated as the "Contractor"), and THE CONTINENTAL INSURANCE COM AN as Surety, are held firmly bound unto the City of Carlsbad in the sum of hundred eighty eight thousand, three hundred thirty four and 83/00 Dollars ($ 588,334.83 ), said sum being fifty percent (50%) of the estimated amount payable by the City of Carlsbad under the terms of the Contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor that the Surety will pay for the same, not to exceed the sum specified in the bond, and, also, in case suit is brought upon the bond, costs and reasonable expenses and fees, including reasonable attorney's fees, to be fixed by the court, as required by the provisions of Section 3248 of the California Civil Code. This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Title 15 of Part 4 of Division 3 of the Civil Code (commencing with Section 3082). 6/24/92 I I·, • • -I~ I I _,, I \ 1 1· ► • II I ; I -,, I \ 1· I I ~, I I 42 In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this 19th day of October 19 92. CONTRACTOR: C.W. McGrath, Inc. (Name of Contractor) By.~~· (sign ere) Laurie C. McGrath (print name here) Vice President-C.W. McGrath, Inc. (title and organization of signatory) J.C. McGrath (print name here) Secretary-C.W. McGrath, Inc. (title and organization of signatory) Executed by SURETY this 13TH day of OCTOBER 19 92 . SURETY: THE CONTINENTAL INSURANCE COMPANY (Name of Surety) 500 SOUTH KRAEMER BLVD. #305 BREA, CA 92622 (Address of Surety) B Signature of Attorney-in-Fact SUSAN C. WARREN Printed name of Attorney-in-Fact (attach corporate resolution showing current power of attorney) (Proper notarial acknowledge of execution by CONTRACTOR and SURE1Y must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL Acting City Attorney By: ~~· /~~ Deputy City Attorney 6/24/92 State of California County of SAN DIEGO ) ) ss. ) On OCTOBER J 9 J 9 9 :z before me, __ K __ A_T ___ H __ L_E_E_N.....,.F_,.....,_F.._• A=R:.:..R=:E:..:;L""L.,_· --- a Notaf'I Public, personally appeated __ -:--~----~--------------J. C. MCGRATH personally known to ma (er pF01ted te me on the baeis ef oa!is#aotory e·tidenee) to be the person(l4 whose n~mat,() is/sre subscribed to the within instrument and acknowledged to me that-he/she/~ executed the same in ffl97'her/tAeff'authorized capacity~, and that by~/herhheif-signature~ on the instrument the person~, or the entity upon behalf of which the pel'son~ acted, executed the Instrument. WITNESS my hand and official seal. Signatute ~ J-;J~ State of California, County of SAN DIEGO .} SS. -~ OFFiCIAL SEAL KATMLEEN f. FARREil NOTARY PU3UC. cP,UFO/INIA , SAN DIEGO COUNTY ' lit'; Comm. Eapires Dec. 11, 1 ;92 On this 13TH day of OCTOBER , in the year J 992 , before me a Notary of Public personally appeared SUSAN C. WARREN , personally known to me OOK:P:A'RJtl9!:X'N: ~JDfieXOO:Jffl~~I«QJMCJ(~f~) to be the person whose name is subscribed to this instrument as the Attorney of The Continental Insurance Company and, acknowledged to me that The Continental Insurance Company executed the instrument. State of California County of SAN DIEGO ) ) SS, ) On OCTOBER 19, 1992 before me, _ _.;.K;.;.A;.;T;.;;;H.;;.;;L_E_E_N ____ F_. • .__F..,A..,R=R=E=L=L'---__ a Notal'Y Public, personally appeared, ______________________ _ LAURIE C, MCGBATB personally known to ma (er proved te me on the baeis c,f satis:f.ae-terv e"l•ieeneel to be the person~ whose nama(:10 is/&Fe-subscribed to the within instrument and acknowledged to me that -he-/she/!he'1 executed the same in 'fflS'/her/lR0ff' authorized capacity fies¼, and that by ~her/tAetr signature().:f on the instrument the person()sj, or the entity upon behalf of which the person~ acted, executed the Instrument. WITNESS my hand and official seal, · Slgnatul'e ~ ;1.-1]:CUyy.JJ OF'FICL\L SEAL KATHLWJ F. fARRHl I NOTARY PUBLIC -CALIFORNIA, SAN O?EGO COUNTY My Comm. Expires Dec. 11. l!l!Ja The Continental Insurance Compan~v \ ·rf[ I I I , • GENERAL POWER OF ATTORNEY Know all men by these Presents, That THE CONTINENTAL INSURANCE COMPANY has made, constituted and appointed, and by these presents does make, constitute and appoint susaa c. \lerren of Sin Df990, califomie its true and lawful attomey, for it and in its name, place, and stead to execute on behalf of the said Company, as surety, bonds, undertakings and contracts of suretyship to be given to All Cl>lf;ees ' provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of Tei Million cto,000,000, Dollars This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company on the 13th day of January, 1989: "If.SOLVED. that theOiainnan olche Board. the VlceOa.imanol the Boanl. lhef'residenr. an~ Vice f'n!lidellf oraSellior Vice Freidelllora Vice fll'esident ot the Company, be. a that each oran,ol them is..uthorized to e:acute l'owa'5 ol Attomey qualifying dledaml!y named In chegiwll Powerol Attorney toexema-in beNif ot the Company, bonds. undertakinp and all CXllllladS ol ~ and that anAssistalll Vice Pn!satent, a Sec:n!tay or anAt.sistant Seal!CIIY be. and that eadl or any ol them hereby is, authorized to .attest theexeamon ol .anysuc:h Pow.rot Anamey, and to.aaam then!n,cheseai ol lheCompmy. FURTiiER RESOLVED. that the5ignatures ohuch officen and the seal oltheCompanymay belllflba!d to any such Powero/Ananeycrto an,O!l1ificah!ll!tating thereto by faaimile,andan,such Powerof Altomeyorcertificatebearingsuch faaimilesignalul1!sor#aaimilesealshalla.¥dd andbindinguponthe-Companywhensoaffixedandintheiuture with respect to any bond. undertakingoranract ot sWl!tYShipto whidl it is anadled.'' • In Witness Whereof, THE CONTINENTAL INSURANCE COMPANY has caused its official seal to be hereunto affixed, and these presents • be signed by one of its Vace Presidents and attested by one of its Assistant Vice Presidents thisZT day of Apr; l , t9 9q Attest: STATE OF CONNECTICUT } COUNTY OF HARTFORD THE CONTINENTAL INSURANCE COMPANY By L ·.A 6 A J. -g • • •·AJ ~ . ..,,.._ £mil 8. Asu!#, Vice f'n!!5ident On this 27 day of Apr; l 19 9Q before me personaJly came Emil B. Askew, to me known, who being by me duly sworn, did depose and say that he is a Vice President of THE CONTINENTAL INSURANCE COMPANY, thecorporationdesaibed in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; 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. CERTIRCATE • I, the undersigned, an Assistant Vice President of THE CONTINENTAL INSURANCE COMPANY, a New Hampshire corporation, DO HEREBY CERTIFY that the foregoiU1gand attached Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force. Signed and sealed at the town of Farmington, in the State of Connecticut. Dated the 13~da of OCTOBER , 19 .. ~ .. }, 4 1:~ .. _ •._~\ r f~--:-:. :1 • \•.~ jj 1 n..nni!. ea-Assistant Vice President 92 I I I I I I I II I I I I I I ., I I . . BOND #1321059 43 PERFORMANCE BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 92-309adopted October 6, 1992 ,has awarded to C.E. McGrath, Inc. __________ _, (hereinafter designated as the "Principal"), a Contract for: TAMARACK AVENUE WIDENING FROM CARLSBAD BOULEVARD TO I-5 CONTRACT NO. 3203 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance of said Contract; NOW, THEREFORE, WE, C.E. McGrath, Inc. as Principal, (hereinafter designated as the "Contractor"), andTHE CONTINENTAL INSURANCE COMPANY as Surety, are held and firmly bound unto the ,City o( Carlsbad~ in the sum of One mi Ilion, hundred seventy six thousand six hundred 51 x5°'ollliae(f1d17glgg9 GS ), said sum being equal to one hundred percent (100%) of the estimated am~unt' of the Contract, to be paid to City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefor, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the Contract, or to the work or to the specifications. 6/24/92 one I :, I • I ' I I I I ' ,. ~ • I • I ,r' I 1' I I I I ., I I 44 In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this l9th day of October 19 92. CONTRACTOR: C.W. McGrath, Inc. (N_arne of Contractor) By:~· (sign ere) Laurie C. McGrath (print name here) Vice President -C.W. McGrath, Inc. (title and organization of signatory) J.C. McGrath (print name here) Secretary -C.W. McGrath, Inc. (title and organization of signatory) Executed by SURETY thisl3TH day of OCTOBER , 19 ..9.2... SURE1Y: THE CONTINENTAL INSURANCE COMPANY (Name of Surety) 500 SOUTH KRAEMER BOLVD. #305 BREA, CA 92622 (Address of Surety) SUSAN C. WARREN Printed name of Attorney-in-Fact (attach corporate resolution showing current power of attorney) (Proper notarial acknowledge of execution by CONTRACTOR and SURE1Y must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL Acting City Attorney " ;J Br-~,kb~ KARENJ.HI A Deputy City Attorney 6/24/92 State of California, } . County of SAN DIEGO ----· ss . · On this 13TH day of OCTOBER , in the year J 992 , before me a Notary of Public personally appeared SUSAN C. WARREN , personally known to me H~ntx dee~«tXtiii~.»DJOCQffl to be the person whose name is subscribed to this instrument as the Attorney of The Continental Insurance Company and, acknowledged to me that The Continental Insurance Company executed the instrument. f ~itvttGiPSON7 --COMM. #974186 ,-~ ~ NOTARY PUBLIC· CALIFORNIA Cl> ...J SAN DIEGO COUNTY ~ My Comm. Expires Sept. 27, 1996 State of California County of SAN DIEGO ) , ss. ) On OCTOBER J 9 , J 9 9 2 before me, __ K_A_'T'_. tt __ r,_E_E_N_p_,_p_A ... B ... B-E ... I .... ,I .... ,· -~-a Notary Public, personally appeared ________________________ _ ,I C I MCGF ATR personally known to m~ (or i,Fe·,·ea to me en the basis of satisfeetory e¥ideAee~ to be the person()$ whose name('l() is/~subscribed to the within instrument and acknowledged to me that-he/she/they executed the same in -his/her/tAeita authorized capacity9es-J, and that by-hi$/her/tflefr signature(lt on the instrument the person()::)', or the entity upon behalf of which the person~ acted, executed the Instrument, WJTNESS my hand and official seaJ, State of California County of SAN DIEGO ) ) ss. ) OFFICIAL SEP..L !(ATHLHN f. FARRfll NOiAP.V PUSUC • Ci'LiFORNrA SAN DIEGO COUf,TV M}' Comm. t::Pir<S 02c. 11, 1992 before me,, _ _;;:K~A~T;.,;;H~L;!.;!;E;!,;!;E~N.::.....iF ..... =--..:F~A...,R::.:::RE=L:;::aL=·~--On QCTQBEB J9, 1992 a Notary Public, personally appeared1 ________ ~:-:-:-=::------------ LAURIE C, MCGRATH " .. ' · f ti f tofl· e··ideAeet to be the personii$ personally known to me tor pre'+'efi to "'8 •6 ~ t~e ~a~s: :~;;:~n~;ledged to me that-Ae/she/!h;w whose nameci() is/~~ubscribe~ to t~e :"-'1!~ '"~~t~(~, and that by hte/her/~ signature(:83 on the executed the same m hi&lher/tMff' aut _orize ar>;ehalf of which the persont)id' acted, executed the instrument the person()'O, or the entity upon instrument. WJTNESS my hand and official seal, ~ NOTARY PUBLIC -CAUFORN!A st,N DIEGO COUNTY My Comm. Expires Dec. 11, 1992 , ' I \} -~~ The Continental Insurance Company 11 -, ~ · .i GENERAL POWER OF ATTORNEY Know all men by these Presents, That TiiE CONTINENTAL INSURANCE COMPANY has made, constituted and appointed, and by these presents does ~ constitute and appoint Susan c. warren of San Diego, callforni■ . ils true and lawful attorney, for it and in its name, place, and stead to execute on behalf of the said Company, as surety, bonds, undertakings and contracts of suretyship to be given to All Obligees provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of Ten Millien !10,000,000) Dollars This Power of Attorney is granted and is signed and sealed by facsimile under and bytheauthorityofthefollowing Resolution adopted by the Board of Directors of the Company on the 13th day of January, 1989: "RESOLVED. that the Chairman of the Soard. the Vice<Jiairman of the Boald, the President.an &ecudve Vice President or a Senior Vice President a, a Va Fr!sident ot the Company, be, and that each or 111f1f al them ii, .uthorized to execute Powers ol Altarney qualifying the~ named In the given Power ot Altamey to aKllte in behalf of the Company, bonds. undertalcings and aDanrac:IS ot suretyship; and that an.Assistanl Vice President. a SecJ'etalV or an Assistant Seaeta,y be, and that each Ol llflf olthem hereby is. authorized to attest theexeamon ol-, sudl Powerot Attorney, and toattac:n then!to theseaiolthe~. FURTHER RESOLVED. that the1ignatun!s otsuch officers and the seal oltheCompanymaybuifmd ta any such Powerol Anomeyortoanycer1ificaterelaling thereto by fac:simile.andanysuchPowerotAnameyarcertifimebearingsuchfaaimilesigauresorfaaimilesealshalbewalidandbindiagupontheCompanywhensoaifixedandinthetuture with respect to any bond. undl!ltaldngarcannct ot su,ety5hipto which ii isaaadled." In Wetness Whermf, THE CONTINENTAL INSURANCE COMPANY has caused ilsofficial seal to be hereunto affixed, and these presents • be signed by one of its Vice Presidents and attested by one of its Assistant Vice Presidents this27 day of April , 19 9~ Attest: STATE OF CONNECTICUT } COUNTY OF HARTFORD -.: THE CONTINENTAL INSURANCE COMPANY By t:t .. ·O L-~ • ..,,..._ 6. A,J,e,,J On this 27 day of Apri t 19 9Cl before me personally came Emil B. Askew, to me known, who being by me duly sworn, did depose and say that he is a Vice President of THE CONTINENTAL INSURANCE COMPANY, the corporation desaibed in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affoced by order of the Board of Directors of said corporation and that he signed his name thereto by like order. CERTIFICATE . l~,,£J, J,d.,L y~ GI.ORIAD.SEEJCINS NOTARY PUBlJC / My Cammissian Expires Mardi 3 t, 1993 ~ ... I, the undersigned, an Assistant Vice President of THE CONTINENTAL INSURANCE COMPANY, a New Hampshire corporation, DO EREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force. Signed and sealed at the town of Farmington, in the State of ConnecticuL Dated the liL3da of OCTOBER ,19 92 . ~ ... -~. ls~~•.;-,._-r ({ :~ ~) . . . . San Diego, CA 92186-5638 I ( 619) 457-3414 coMPANY -BRo:~1:fa1:;:I:;o;:~:~~:E~,~:sTITUTE ', Master #: 10 LETTER .11:10F LONDON UNDERWRITERS 1NsuRED C. W. McGRATH, INC. P.O. BOX 2488 EL CAJON, ~~~J;§§: CA 92021 COMPANY GOLDEN EAGLE INSURANCE co LETTER IE) COMPANY BROWN & RIDING INSURANCE - LETTER CPROVIDENCE OF WASHINGTON COMPANY rN1>usTRIAL IND MNITY co fl-: ·'/JI-- LETTER OJ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED /\BOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONH1ACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. i co :Lrn D TYPE OF INSURANCE GENERAL LIABILITY COMPREHENS~EFORM PREMISES/OPERATIONS UNDERGROUND EXPLOSION & COLLAPSE HAZARD PRODUCTS/COMPLETED OPER. CONTRACTUAL INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE PERSONAL INJURY ANY AUTO ALL OWNED AUTOS ( Priv. Pass. ALL OWNED AUTOS ( ~;;~erp:::~) HIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY OTHER POLICY NUMBER BRL1743 CCP177755 UL458239 CB8778800 POLICY EFFECTIVE i'OLICY EXPIRATION DATE (Mivi/DD/YY) DATE (MM/DD/YY) Lli\JllTS BODILY INJURY DCC. BODILY INJL.:RY AGG. 04/09/92 04/09/93 PROPERTY DAMAGE DCC. 04/09/92 04/09/93 04/09/92 04/09/93 04/01/92 04/01/93 PROPERTY DAMAGE AGG. Bl & PD COMBINED DCC. i Bl & PD COMBINED AGG. j PERSONAL INJURY AGG. BODILY INJU,SY (Per person) BODILY INJURY (Per accident) PROPERTY DAefAGE BODILY INJURY & PROPERTY DAMAGE COMBINED EACH OCCURRENCE AGGREGATE STATUTORY LIMITS EACH ACCIDENT DISEASE-POLICY LIMIT DISEASE-EACH EMPLOYEE ~********0 ~********0 DeSCRIPTION OF OPERATIONS/LOCATIONS/VE'KICLES/SPECIAL ITEMS RE: TAMARACK AVENUE WIDENING FROM CARLSBAD BLVD. TO INTERSTATE 5-PROJECT 3203 ~====c::::.c;===='"-"""","". _;l""'~~··:·~~\ 't.,.~~?t.:.:.,·~·:·~~:>~·;·:;:·-:-·.:,;::~/:l~-:·:.:;~:.·•_·.,<.2·::::·~r .. \:.'. ::;!~~~m~:._·.·,. I> SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCEL~jc1{5{}{~ttX )'., EXPl~(jON DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO OF CARLSBAD CARLSBAD VILLAGE DRIVE :,::_,· MAIL }OO{:~~~:t1xx5ecxxm~x~~~~3&tt x~~x~~~xxx·'.X · ~x~~~~ft~ CA 92008-1989 LIABILITYOF NYKI NTHE OMPAI , TSORREPRESENTATIVES. GL 20 10 (Ed. 01 73) $. • This endorsement forms a part of the policy to which attached, ~ffective on the inception date of the policy unless otherwise stated herein. (The following information is required only when this endorsement is issued subsequent to pre on f policy.) Endorsement effective 10/13/92 Policy No. BRLl 743 Named Insured It is agreed that C.W. McGRATH, INC. This endorsement modifies such insurance as is afforded by the provisions of the policy relating to the following: COMPREHENSIVE GENERAL LIABILITY INSURANCE MANUFACTURERS AND CONTRACTORS LIABILITY INSURANCE ADDITIONAL INSURED (Owners or Lessees) I. The "Persons Insured" provision is amended to include as an insured the person or organization named below but only with respect to liability arising out of operations performed for such insured by or on behalf of the named insured . • 2. The applicable limit of the company's liability for the insurance afforded under the Contractual l1ab11ity Insurance Coverage Part forming a part of this policy shall be reduced by any amount paid as damages under this endorsement on behalf of the person or organization named below. • Name of Person or Organization (Additional Insured) CITY OF CARLSBAD 1200 CARLSBAD VILLAGE DRIVE CARLSBAD, CA 92008-1989 RE: TAMARACK AVENUE WIDENING FROM CARLSBAD BLVD TO INTERSTATE 5-PROJECT 3203 • • • EXHIBIT A CITYO i: CARLSBAD SURPLUS UN£ BROKER APF[OA VIT Broker Name Address: • . ·p: Cil:y/Stare/Zl Date:· Project Name Type of Insura . . nee: I certify rhar of the above the insurance Resolution N type of risk in BARNEY & rco1 contract. I companie1 o. 91-403 :volved. . er: lnsurance Cam Name of Cont Addreu: act: Date: nasal: BARNEY & BARNEY 9171 TOWNE CENTRE DRIVE #200 SAN DIEGO, CA 92122 NOVEMBER 3, 1992 PROJECT 3203: TAMARACK AVENUE WIDENING COMPREHENSIVE GENERAL LIABILITY . BARNEY is the Broker of Record fM c.w .tractor .. ) who is required to provide insurance unde . MCGRATH, INC. r the specifications r. I have contacted ements included in d policy due to the "Urther certify that 11 Broker of-Record for Conmcto lisred below. all of whom meet the City's requir and all of whom have refused to write the require FEDERAL INSURA.l'l'CE COMPANY MR. TAYLOR 501 W. BROADWAY SUITE 1000., SAN DIEGO, CA 92101-3505 MARCH 92' WILL NOT ENTERTAIN GMI)ING OPERATIONS, E XCLUDES SUBSIDENCE Reason for Re Best's Raring A~XIII Listed by Stare Insurance YES . er. Insurance Cini Name of Conrac t: Address: Date: fusal: Reason for Re Best's Rarin1 . . Commissioner (Yes/No) ARGONAUT INSURANCE COMPANY MS. STEPHENS Blll CAMINO DEL RIO NORTH SUITE 900., SAN DIEGO, CA 92108 MARCH 92' ·EXCLUDES SUBSIDENCE, RESTRICTING CONSTRUC TION ACCOUNTS Aft-IX Listed by State Insurance YES Commissioner (Yes/No) • • • Insurance Carrii?r: TRANSAMERICA INSURANCE COMPANY Name of Contact: :MR. KUim Address: Date: 3655 NOBEL DRIVE., SAN pIEGO, CA 92122 MARCH 92' Reason for Refusal: EXCLUDES SUBSIDENCE, DECLINING CONSTRUCTION CLASSIFICATION Best', Rating AXI Listed by State Insurance Commmioner (Yes/No) YES I Contractor ii requestinr that the City accept LONDON UNDERWRITERS company who is a surplus line carrier havin1 an A-:V or better rating in the moat recent !Slue of Sett's Rating Guide and who hi• an office within the Srate of California at the following addreu in ordet to effect semce of procesa.. . Name of Surplu Line Carrier: Addreaa: City/State/up: INSTITUTE OF LONDON UNDERWRITERS 107 S. "B" STREET. SAN MATEO, CA 94401 Addresa cq effect Service of Process within the State of California. Name: BROWN & RIDING INSURANCE SERVICES, INC. Address: 107 SOUTH "B" STREET City/State/Zip: SAN MATEO, CA 94401 I ccrdly under penalr:y of perjury thar the foreaoinr faca are ll'Ue and comet. Dated: Sianed: NOVEMBER 4, 1992 ~C.\rn~~ Broker of Record ROBERT C. HALLOCK OCT 21 '08 15:42 FROM GOLDEN EAGLE JNS TO 4527530 PAGE.002 • • • CASUAL~Y REINSUBJ\.NCE C~RTIFICAT~ rt is hereby certified that as of the date specified herein there is in effect a Reinsurance Agreement between the neinsurers (specified below and hereinafter referred to as the "Re insurer") and Golden Eagle Insurance Company (hereinafter referred to as the "ll.einaured") which affords indemnity to thti!! Reinsured 1 s limit of $2,000.,000 each occurrence (Uodily Injut:y and Property Damu9e f.,iabilit.,y subject to a Combined Single Li11'it) less the Re insured I s. retention of $6 □0, ooo each occurrencei! Bodily Injury, $600,000 each occurr~nce Property Damage LiDbility (su~ject to a combined single retention by .the Re insured of $GOO, 000 each occurrence). ;\s respects the reinsurer's limits of liability expressed above, the .:111nual aggregate limit is $3 1 500, 000 Which is in turn in excess of $0 1 000,000 otherwise payable. Tl1a maximum gross aggregate loss subject to this Reinsur~nce Agreement is $11,500,000. While this Certificato does not confer any rights under the Reinsurance Agreement upon the Certificate Holder, the Re insurer \-lill endeavor to give JO days not.ice to the Certificate· Holder of termination of said Ha insurance l\.greemGnt. 'l'his cert i r icate places no obligation on the He insurer to notify the Cert if icc1te llolder or any other party of ·any i..lmenrlment to or termination or the Reinsurance J\greement. 'l'he Statement uf Reinsurance provided by this Certification is subject to the terms, r::onditlons, and limitations in said Reinsurance Agreement, and this Certificate does not arnond, e:xtend or otherwise alter any of such terms, ,.::on<l l tions or l imitations. This Certificate and the issuance of this Certificate: (a) do not result in the C1?rtlf :Lc.nte Holder becoming a third party beneficiary of any reinsurance agreement between the Reinsu:red and the Reinsurer; (b) do not: con1:er upon ·ti-ie Certificate Holder a right to assert any cause of action c:19uinst the Reinsurer or to recover from the Reinsurer any payments, claims, funds or obligations owed to the Reinsured by the Reinsurer under any reinsurance agreement between them; (c) do not create any relation- ship, contractual or otherwise, between the Reinsurer and the certificate Holder; and (d) ,do not constitute any representation by the Reinsurer to the Cer-tj,f.icate Holder regarding any such reinsurance agreement. L;:<ich Rein~i.1rer. subscribing to coven,ge as evidenced by this Certificate cmd na1ned in it has bound •itself only for its own part and not any other anu only for its proportion of the total coverage as evidenced herebelow: GENER~L SECURITY ~SSUMNCE CORPOMTION OF N.Y. GERLING GLOBAL REINSURANCE CORPORATION 50.00% 25.00'6 25.00!i SO:REMl\ ?lOR'rlt AMERIC1\ .REINSUn..-'-NCE COMPANY BY: J!_. rJi • ~ --t:-~ARK HUSS 4 111, CPCU 100 .. 00% FALCON RE-IUSUMNCE UlTER.MEDil\RIES, lNC. D~TE OF CERTIFICATE; CER'r.IFI:Cl\TE HOLDER:· J:NSUREO: C. W. MCGRATH> POLIC1! NUMBER: POLICY EXPIRhTXON DATE: XS-3038 C~S.C~RT92 (REV) 0C'l'0BER 21, 1992 CITY OF CARLSBAD. INC. CCP 17 77 55 APR!L 9, 1993 1200 CARLSBAD VILLAGE DRIVE, CARLSBAl>, CA 92008-1989 CERTIFICATE NUMBER: 92-098 ~* TOTAL PP.GE.002 ** • City of Carlsbad Purchasing Department Representation and Certification The following representation and certification are to be completed, signed and returned with proposal. REPRESENTATIONS: Mark all applicable blanks. This offerer represents as part of this offer that: (Check appropriate Ethnic Business Type) Caucasian * * Black Hispanic Asian•Pacific Native.American Asian•lndlan DEFINITIONS: ~IINORITY BUSINESS ENTERPRISE: "Minority ~usiness• is defined as a business, at least 51 percentof 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 by: ________ _ Certification #: ------------- CERTIFICATION OF BUSINESS REPRESENTATION(S): . Mark all applicable blanks. This off eror represents as a part of this offer that: This firm is is not X a minority business. This firm is is not X a woman-owned business. WOMAN-OWNED BUSINESS: A woman.awned 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. * C.W. McGrath, Inc. is owned by the McGrath Family Trust under Trust Agreement dated November 6, 1986. The information furnished is certified to be factual and correct as of the date submitted. Laurie C. McGrath Vice President NAME TITLE ~L~ October 19, 1992 .GNATURE DATE C.W. McGrath, Inc. COMPANY NAME 9/92 I I (' I I I I I I le I I I I I I I .. I OPTIONAL ESCROW AGREEMENT FOR SURE1Y DEPOSITS IN UEU OF RETENTION 45 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 ------------------------------here in after called "Contractor" and -----------------------whose address is ------------------------------------------~here in a ft er 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, Contractor has the option to deposit securities with Escrow Agent as a substitute for retention earnings required to be withheld by City pursuant to the public works contract entered into between the City and Contractor for ____________ in the amount of ____________ dated __________ _ (hereinafter referred to as the "Contract"). A copy of said contract is attached as Exhibit "A". When Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within ten (10) days of the deposit. The market value of the securities at the time of the substitution shall be at 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 City of Carlsbad and shall designate the Contractor as the beneficial owner. Prior to any disbursements, Escrow Agent shall verify that the present cumulative market value of all securities substituted is at least equal to the cash amount of all cumulative retention under the terms of the Contract. 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. Alternatively, the City may make payments directly to Escrow Agent in the amount of retention for the benefit of the City until such time as the escrow created hereunder is terminated. 6/24/92 I I f I I I I I I le I I I I I I I •• I 4. 5. 6. 7. 8. 9. 46 Contractor shall be responsible for paying all fees for the expenses incurred by Escrow Agent in administering the escrow account. These expenses any payment terms shall be determined by the Contractor and Escrow Agent. 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. 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. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven (7) days written notice to the Escrow Agent from the City of the default of the Contractor, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. Upon receipt of written notification from the City certifying that the Contractor has complied with all requirements and procedures applicable to the Contract, 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 monies and securities on deposit and payments of fees and charges. Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to Sections 6 thru 8 and 10, inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release and disbursement of the securities and interest as set forth in Sections 6 thru 8 and 10. 6/24/92 I I •• I I I I I I le I I I I I I I •• I 10. 47 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 _________________ _ 6/24/92 I I {' I I I I I I le I I I I I I I .. I 48 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 ________________ _ 6/24/92 I I f I I I I I I le I I I I I I I •• I 49 RELEASE FORM THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS NAME OF CONTRACTOR: PROJECT DESCRIPTION: PERIOD WORK PERFORMED: The above-named Contractor hereby acknowledges payment in frill for all compensation of whatever nature due the Contractor for all labor and materials furnished and for all work performed on the above-referenced project for the period specified above with the exception of contract retention amounts and disputed claims specifically shown below. RETENTION AMOUNT FOR THIS PERIOD: $ _____________ _ DISPUTED CLAIMS DESCRIPTION OF CLAIM AMOUNT CLAIMED The Contractor further expressly waives and releases any claim the Contractor may have, of whatever type or nature, for the period specified which is not shown as a retention amount of a disputed claim on this form. This release and waiver has been made voluntarily by Contractor without any fraud, duress or undue influence by any person or entity. Contractor further certifies, warrants, and represents that all bills for labor, materials, and work due Subcontractors for the specified period have been paid in full and that the parties signing below on behalf of Contractor have express authority to execute this release. DATED: PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporation, etc.) By:-------------- Title: _______________ _ By:-------------- Title: _______________ _ 6/24/92 I I f 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 SfANDARD SPECIFICATIONS FOR PUBLIC WORKS CONsrRUCITON A. Reference to Drawings: so Where words "shown " "indicated 11 "detailed " "noted 11 "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. 6/24/92 1-2 DEFINffiONS Modify Section 1-2 as follows: Agency -the City of Carlsbad, California Engineer -the City Engineer of the City of Carlsbad, or his designated representative 2-4 CONfRACT BONDS 51 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 Paragraph 3 as follows: Contractor shall provide two good and sufficient surety bonds. The "Payment Bond" (Material and Labor Bond) shall be for not less than 50 percent of the contract price to satisfy claims of material suppliers and of mechanics and laborers employed by contractor on the project. Add: The Payment Bond and the Performance Bond shall be kept in full force and effect by the Contractor during the course of this project. Both bonds shall extend in full force and effect and be retained by the City for a period of one (1) year from the date of formal acceptance of the project by the City. Add the following: All bonds are to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V and are 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. SECTION 2 -SCOPE AND CONTROL OF TI-IE WORK 2-5 PLANS AND SPECIFICATIONS To Section 2-5.1, General, add: The work shall be performed in accordance to the following documents: 1. 2. Standard Specifications for Public Works Construction 1991 Edition and 1992 Supplement. Standard Design Criteria for the Design of Public Works Improvements in the City of Carlsbad approved 6-17-87 and revised 11/90. 6/24/92 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 ,- 1 52 3. San Diego Area Regional Standard Drawings with Modifications as listed in the City of Carlsbad's Standard Design Criteria approved 6-19-87 with 11/90 Revisions. 4. City of Carlsbad Supplemental Standard Drawings as shown in the City of Carlsbad's Standard Design Criteria approved 6-19-87 and revised 8/91. 5. California Department of Transportation Standard Plans and Specifications Section 86, Signals Lighting and Electric Systems, 1988 Edition. 6. Standard Plans and Specifications for Construction of Water Mains for Carlsbad Municipal Water District dated January 1987 (Revised June 1990) adopted by Resolution 539. 7. Construction plans consisting of sheets 1 through 61, inclusive, designated as City of Carlsbad Drawing No. 321-6. 8. State of California Department of Transportation Traffic Manual. 9. These project specifications supplied herein. Copies of pertinent standard drawings are enclosed with these documents. 10. Standard Construction Specifications prepared by SDG&E and Pac Bell for installation of their respective improvements as designated. To Section 2-5.3, Shop Drawings, add: Prepare and submit, with the Construction Schedule, a separate schedule listing dates for submission and dates reviewed shop drawings, project data and samples will be needed for each product. Make all subrnittals in accordance with the approved Schedule of Submissions, and sufficiently in advance of requirements to allow reasonable checking time, including time for correcting, resubmitting, and rechecking if necessary. No claim for delay will be granted by reason of failure in this respect. Shop Drawings Shop drawings shall include original drawings, prepared by a qualified detailer for Contractor, subcontractor, supplier or manufacturer, which illustrate some portion of the Work, showing fabrication, layout, setting or erection details. Identify details by reference to sheet and detail numbers shown on contract drawings. Use same symbols used on contract drawings to identify shop drawing details wherever practicable. Reproduction for submittals: reproducible transparency with six opaque diazo prints. Sheet size: 24" x 3611 • 6/24/92 53 Project Data Manufacturer's standard schematic drawings shall be modified to delete information which is not applicable to project. Supplement standard information to provide additional information applicable to project. Manufacturer's catalog sheets shall include brochures, diagrams, schedules, performance charts, illustrations and other standard descriptive data. Clearly mark each copy to identify pertinent materials, products or models. Show dimensions and clearances required, performance characteristics and capacities, and any other pertinent data applicable to the project. Manufacturer's certificate of compliance shall certify compliance with specification requirements, applicable reference standards and test and data requirements. Include reference to the specification section and paragraph with which the product or material is intended to comply. Contractor Responsibilities Submittals shall be made by Contractor to the Engineer with a transmittal form or letter. Contractor shall review, stamp with his approval, and submit in orderly sequence all submittals required by the specifications. By approving and submitting items Contractor represents that he has verified all field measurements, field construction criteria, materials, catalog numbers and similar data, and has coordinated each shop drawing with requirements of the Project. Contractor's responsibility for errors and omissions in submittals or for deviations in submittals from requirements on the Contract Documents, is not relieved by review of submittals, unless Engineer gives written acceptance of specific deviations. Notify Engineer in writing at time of submission, of deviations in submittals from requirements of the Contract Documents. Begin no work which requires submittals until return of approved submittals with Engineer's stamp and initials or signature indicating review. Distribute required copies of submittal after final review. To Section 2-5, add: 2-5.4 Record Drawings: The Contractor shall provide and keep up-to-date a complete "as-built11 record set of transparent sepias, which shall be corrected daily and show every change from the original drawings and specifications and the exact 11as-built11 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 I I .. I I I I I I el -I I I I I I I job and shall be used only as a record set and shall be delivered to the Engineer upon -I 6/24/92 I I I •• I I I I I I le I I I I I I I •• I completion of the work. To Section 2-9, add: 2-9 SURVEYING 54 The Contractor shall hire and pay for the services of a licensed land surveyor in the State of California to perform all work necessary for establishing control, construction staking,. and records research. Two sets of grade sheets shall be provided to the City prior to work commencing in a given area. The minimum survey requirements are as follows: Rough sub-grade stakes for roadway section shall be set at SO-foot intervals at edge of pavement and/ or top of curb and crown line where no median exists. Finish sub-grade stakes for the roadway section shall be at 25-foot intervals at edge of pavement and top of curb and crown line where no median exists. Intermediate stakes between edge of pavement and top of curb shall be set at 15-foot intervals by either the surveyor or Contracto'r. Storm drain staking shall be done at 25-foot intervals. Catch basins shall be staked at centerline and each end of the local depression. Curbs/curbs and gutter shall be staked at 25-foot intervals, center line of driveways, and 1/4, 1/2, 3/4 delta on curb returns. Fills to finish grade at 25-foot intervals by paving pass width shall be painted on the pavement prior to the first and last lift of asphalt on variable thickness pavement overlays requiring leveling courses. Paving pass width shall be as approved by the Engineer. Intersections showing specific finished asphalt grids shall be painted per the grid. Limits of removal shall be marked for approval by the Engineer. Centerline monuments shall be laid out, disc stamped, and Record of Survey filed with the County in accordance with the Professional Land Surveyors Act. Water line stakes shall be set to top of pipe at SO-foot intervals on main line and lateral tangents and 25-foot intervals on curves; all fittings, appurtenances, and hydrants shall be staked. 6/24/92 To Section 2-11, add: 2-11 INSPECilON 55 Directions from others, including utility company personnel, shall be subject to the approval of the Engineer. 2-12 PROJECT MEETINGS Attend pre-construction conference to be held at time and place to be designated by the Engineer for the purpose of reviewing with the Contractor and major subcontractors the general requirements, progress schedules, communications procedures, and such other matters of general interest as may be appropriate. Attend biweekly job site meetings conducted by the agency, for the purpose of reviewing, scheduling and coordinating project progress, as well as other matters of general interest to the project. The Engineer and all major subcontractors involved in the work to be discussed shall be notified of each meeting. The Contractor's representative and representatives of all major subcontractors involved in the work shall attend each bi-weekly jobsite meeting. 3-5 DISPUTED WORK To Section 3-5, Disputed Work, add: 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. Application of article; inclusion of article in plans and specifications (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. 6/24/92 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 56 (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. CJ.aims; requirements 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 or claims 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 funher 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 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 or claims 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. 6/24/92 57 (3) The local agency's written response to the claim, as further documented, shall be submitted 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 reques):ed documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond 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) If following the meet and confer conference the claim or any portion remains in dispute, the claimant may file a claim pursuant to 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 the claim is denied, including any period of time utilized by the meet and confer conference. § 20104.4. Procedures for civil actions filed to resolve claims 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. (b) (1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 ( commencing with Section 1141.1 0) 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 Civil Procedure) shall apply to any proceeding brought under this subdivision consistent with the rules pertaining to judicial arbitration. (2) In addition to Chapter 2.S (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, (A) arbitrators shall, when possible, be experienced in construction law, and (B) any party appealing an arbitration award who does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, also pay the attorney's fees on appeal of the other party. 6/24/92 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 § 20104.6 • Payment by local agency of undisputed portion of claim; interest on arbitration award or judgment 58 (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. § 20104.8. Duration of article; application of article to contracts between Jan. 1, 1991 and Jan. 1, 1994 (a) This article shall remain in effect only until January 1, 1994, and as of that date is repealed, unless a later enacted statute, which is enacted before January 1, 1994, deletes or extends that date. (b) As stated in subdivision (c) of Section 20104, any contract entered into between January 1, 1991, and January 1, 1994, which is subject to this article shall incorporate this article. To that end, these contracts shall be subject to this article even if this article is repealed pursuant to subdivision (a). 41 MATERIAI.S 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. fnspection · 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 . 6/24/92 59 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 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: 6/24/92 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 1. The prime contractor is required to prepare in advance 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. The failure of the prime contractor to submit, maintain, or revise the aforementioned schedule (s) shall enable City, at its sole election, to withhold an additional 10% of each 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. 60 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. 6.1.1 Order of Work Construction shall follow the staging sequence shown on the plans. Any revision to the staging sequence must be approved in writing by the Engineer. Staging sequence is described in general terms as follows: 6/24/92 BASE BID STAGE f: STAGE II: STAGE HI: 61 · North Shoulder and Roadway Widening -Widening and construction of the north shoulder area including full grading -curb, gutter and sidewalk, base paving, utility relocations, installation of required underground conduits, water meter relocations and temporary waterline installation. Intent of widening is to provide adequate roadway width to accommodate two-way traffic for the widening and installation of storm drain facilities in Stage II or HI. The contractor at his option may grade and construct surface and underground facilities in the south shoulder area during Stage I as long as two-way traffic is maintained at all times. Contractor may restrict traffic to one lane with flagger control of two-way traffic during working hours if approved by the Engineer. South Shoulder and Roadway Widening -Completion of widening and construction of south shoulder and roadbed area including completion of underground utility installation, full width grading, curb, gutter, sidewalk, base paving, storm drain installation, watermain lowering, street lights, traffic signals. Storm drain may be done in this phase. Center Lane Construction -Complete final roadway grading and paving. Maintain traffic in the north and south shoulder areas throughout and complete storm drain and traffic signals as appropriate. BID ALTERNATIVE STAGE I: STAGE II: STAGE III: Closure to Through Traffic -During this stage upon authorization by the Engineer the contractor will be allowed to close the roadway to through traffic for forty-five ( 45) working days. At the end of that period, all improvements except the AC surface course and related work, shall be completed within the closure area to allow continuous traffic throughout the project limits. Construction activities during the closure period will be unrestricted. If the contractor fails to open the roadway after forty-five (45) working days, he shall be assessed $1,000 per day as damages until the roadway is opened. North Shoulder and Roadway Widening -Contractor will complete the north roadbed and shoulder widening including full width improvements, all curb, gutter, sidewalks, traffic signals, and utility relocations and installations. Contractor may perform Stage III work simultaneously if approved by the Engineer and two-way traffic is maintained throughout. South Shoulder and Roadway Widening -South roadway widening and project completion. 6/24/92 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 62 6-7 TIME OF COMPLETION The Contractor shall begin work ~thin ten (10) calendar days after receipt of the 11Notice to Proceed" and shall diligently prosecute the work to completion within the indicated consecutive days after the date of the Notice to Proceed. 130 working days for Base Bid. 100 working days for Bid Alternate To Section 6-7.2, Working Day, add: Hours of work -All work shall normally be performed between the hours of 7:00 a.m. and 4:00 p.m., from Mondays through Fridays. The contractor shall obtain the approval of the Engineer if he/she desires to work outside the hours state herein. If the Bid Alternative is awarded, the contractor will be allowed to close Tamarack Avenue in conformance with the Traffic Control Plan for a period of forty-five ( 45) working days. Closure shall conform to the approved construction schedule and shall not begin until authorized in writing by the Engineer. 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. Safety Requirements Store volatile wastes in covered metal containers, and remove from premises daily. Prevent accumulation of wastes which create hazardous conditions. Provide adequate ventilation during use of volatile or noxious substances. Conduct cleaning and disposal operations to comply with local ordinances and antipollution laws. Do not bum or bury any waste materials on project site. Do not dispose of volatile wastes such as mineral spirits, oil, or paint thinner in storm or sanitary drains. Do not dispose of wastes into streams or waterways. PROJECT RECORD DOCUMENTS Maintenance of Documents Maintain at job site one record copy of Contract Drawings, Specifications, Addenda, approved Shop Drawings, Change Orders, other modifications to th~ Contract, field test records and other approved documents submitted by Contractor in compliance with 6/24/92 63 specification requirements. Store documents in storage files and racks in the Project Field office apart from documents used for construction. Do not use record documents for construction purposes. Maintain documents in clean, legible condition. Make documents available at all times for inspection of Engineer and Owner. Submittal At completion of Project, deliver record documents to Engineer. Accompany submittal with transmittal letter, in duplicate, containing: Date, project title and number, Contractor's name and address, title and number of each record document, certification that each document as submitted is complete and accurate, and signature of Contractor, or his authorized representative. 6-9 UOUIDATED 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. For the Alternative Bid (Full Closure Alternative), the contractor will be assessed the sum of $1,000 per day for each day the roadway is dosed after the stipulated forty-five (45) working days. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 7-3 LIABIUIY 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 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. 7-4 WORKERS' COMPENSATION INSURANCE Add the following: All insurance is to be placed with insurers that are 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. 6/24/92 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 64 7-5 PERMITS Modify the first sentence to read: 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 secure and pay for all County or State permits, fees, and licenses necessary for proper execution and completion of work as applicable at time of receipt of bids. Contractor shall not begin work until all permits incidental to the work are obtained. Contractor shall obtain approval for haul routes. Haul route approvals shall be issued by the Engineer. 7-7 COOPERATION AND COILATERAL WORK The Contractor shall coordinate all work with the following utility companies and agencies: San Diego Gas & Electric, Pacific Bell, Carlsbad Cable Television and the Atchinson Topeka & Santa Fe Railway Company (AT&SF) and Carlsbad Municipal Water District. The Contractor shall be aware that upon acceptance and authorization by the Engineer, any utility companies will initiate installation of underground facilities within installed conduits. The Contractor will be expected to coordinate and accommodate this work. Payment for said cooperation shall be included in the lump sum price for the applicable utility facility and no further payment will be allowed. During placement of the Pac Bell telephone conduits, the Contractor shall coordinate and allow Daniel's Cablevision to place conduits in the joint trench adjacent to telephone conduits. Backfill and compaction of the full trench shall be the responsibility of the Contractor. The cost of coordination with cable t.v. shall be included in the lump sum item shown for Pac Bell facilities and no further payment will be allowed. 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: 6/24/92 65 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. 7-9 PROTECTION AND RESfORATION OF EXISTING IMPROVEMENTS Add the following: Contractor shall, prior to site work, send written notices to property owners whose property might be affected, notifying the extent of work insofar as it affects their property. Also send notices to utility companies and government operated utilities. Splicing of signal detector loops shall not be allowed. If loops are damaged, the entire loop shall be replaced. The Engineer shall be notified forty-eight (48) hours in advance of any potential loop damaging activities. , Replacement of loops damaged as a result of Contractor's operations at the intersection of Carlsbad Blvd. & Tamarack Ave. shall be paid for at the lump sum bid price for "Traffic Signal at Carlsbad Blvd. & Tamarack Ave., adjust pull boxes, detector loops, signal timing". Replacement of loops damaged as a result of Contractor's operations at the intersection of Jefferson St. & Tamarack Ave. shall be paid for at the lump sum bid price for "Traffic Signal at Jefferson, including street light". 7-10 PUBIJC CONVENIENCE AND SAFE1Y 7-10.1 Traffic and Access, add: The Contractor shall use signs, delineators, barricades, etc., as per Traffic Control Plan and the State of California Manual of Traffic Controls for Construction and Maintenance of Work Zones. Contractor shall obtain Agency approval for traffic control plans supplemental to those shown in the plans. Plans shall include, but not be limited to grading, concrete work, asphalt paving and striping, trenching, traffic signal repairs and landscaping. Cost for plan preparation shall be included in the lump sum cost for Construction Traffic Control. Traffic control devices shall be maintained on a 24-hour, seven days per week basis. This shall include Contractor's inspection of traffic control devices at least at 2-hour intervals. The Agency shall have the right to cause this work to be performed at the Contractor's expense should the work be defective at any time. 6/24/92 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 ie I 66 For traffic control measures not in conformance with the plans and these specifications, the Contractor shall prepare and secure approval from the Engineer a traffic control plan prior to commencement of work. Refer to Section 7-5, Permits. Add to the first paragraph of 7-10.3, Street Closures, Detours, Barricades: The Contractor shall conduct a prephase site construction meeting with the Engineer. The prephase site construction meeting shall be set up to the satisfaction and subject to the approval of the Engineer and conducted by the Contractor prior to the beginning of work on each major work phase. These meetings are intended to help improve the quality of construction, personnel safety on the project site, and safety of the traveling public. These meetings shall include all subcontractors connected with the particular phase. At each meeting, the Contractor shall indicate its current schedule for the phase, discuss maintenance of traffic, traffic control, project site personnel safety, compliance with the plans and specifications including quality construction, and all other pertinent subjects. The number of prephase site construction meetings will be determined at the preconstruction conference. No additional payment will be made for these meetings. 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. 8 FACILITIES FOR AGENCY PERSONNEL Add the following: Class "C" Field Office shall be provided as indicated. Field office shall have a 24" x 36" sign affixed near the door. The sign text shall be "City of Carlsbad Engineering Inspection" and shall have a City seal, which will be supplied by the City. 9-3 PAYMENT Modify Section 9-3.2, Partial and Final Payment, as follows: 6/24/92 67 Add the following paragraph as Section 9-3.4.1: 9-3.4.1 Mobilization and Preparatory Work Payment for mobilization and preparatory Work will be made at the lump sum price bid therefore in the schedule. The contract lump sum price paid for mobilization shall not exceed Thirty Thousand Dollars ($30,000), and will include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the Work involved in mobilization and preparatory Work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidentals to the project site; buildings and other facilities necessary for work on the project; for all other work and operations which must be performed or costs incurred prior to beginning work on various contract items on the project site. Progress payments for mobilization and preparatory Work will be made as follows: 1. 2. 3. 4. 5. For the first progress payment (after the Contractor's acceptance of the Notice to Proceed) 10 percent of the amount bid for mobilization and preparatory Work will be allowed. When 2.5 percent of the total original Contract amount is earned from other schedule items, an additional 20 percent of the amount bid for mobilization and preparatory Work will be allowed. When 5.0 percent of the total original Contract amount is earned from other schedule items, an additional 20 percent of the amount bid for mobilization and preparatory Work will be allowed. When 10.0 percent of the total original Contract amount is earned from other schedule items, an additional 30 percent of the amount bid for mobilization and preparatory Work will be allowed. When 25.0 percent of the total original Contract amount is earned from other schedule items, an additional 20 percent of the amount bid for mobilization and preparatory Work will be allowed. 6/24/92 I I .. I I I I I I el I I I I I I I .. I I I f I I I I I I le I I I I I I I .. I II. SUPPLEMENTAL PROVISIONS TO SfANDARD SPEOFICATIONS FOR PUBIJC WORKS CONSTRUCITON FOR CONSfRUCTION MATERIALS TAMARACK AVENUE WIDENING PER DRAWING NO. 321-6 201-1 PORTLAND CEMENT CONCRETE Modify Section 201-1.2.1, Portland Cement, as follows: 68 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 11800 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 weighmasrer's cenificate: "Transit mixed concrete may be certified by mix design number, provided a copy of the mix proponions are kept on file at the plant location for a period of 4 years after the use of the mix." All concrete shall be 560-C-3250. 6/24/92 I 69 I 202-2 CONCRETE BLOCK Modify Section 202-2.1.1, Masonry Units, as follows: Add: Masonry units shall be structural single split-face units as manufactured by R.C.P. Company, Inc. or approved equal. Black cinder aggregate shall be used. Masonry units shall be colored beige and shall be approved by the Engineer. Modify Section 202-2.1.2, Mortar, Grout, and Water, as follows: Paragraph (a) add the following: Mortar shall be integrally colored to match the color of the masonry units. Mortar color shall be approved by the Engineer. - 203-6 AND 400-4 ASPHALT CONCRETE Asphalt concrete shall be III D2-AR-4000 for leveling course, class III B-AR-4000 for base course, and class III C2-AR-4000 for surface course. 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: Add the following: "Open graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 18 hours, shall not be used in the work." Modify Section 400-4.1, General, as follows: Second paragraph, amend to read: "Unless otherwise specified, AR-4000 paving grade asphalt shall be used for asphaltic concrete pavement, and AR-8000 paving grade asphalt shall be used for asphalt concrete dikes." Modify Section 400-4.2.4, Fine Aggregate, as follows: Add: "The total amount 'of material passing the No. 200 sieve shall be determined by washing the material through the sieve with water. No less than 1/2 of the material passing the No. 200 sieve by washing shall pass the No. 200 sieve by dry sieving." Add the following paragraph: "Fine aggregate shall be tested for soundness in accordance with ASTM D-1073, and shall not exceed fifteen percent (15%) loss by weight." 6/24/92 .. I I I I I I el I I I I I I I .. I I I f I I I I I I le I I I I I I I .. I 70 Modify Section 400-4.3, Combined Aggregates, as follows: First paragraph, add: "ASTM D 2419 Test Method may be alternated for Test Method No. Calif. 217." Fourth paragraph, amend table to read: 1YPE ID ASPHALT CONCRETE CLASS B2 B3 SIEVE INDMDUAL MOVING INDMDUAL MOVING SIZES TEST RESULT AVERAGE TEST RESULT AVERAGE 1" (25 mm) 100 100 100 100 3/4" (19mm) 87-100 90-100 90-100 95-100 1/2" (13mm) 75-95 80-90 85-100 85-95 3/8" (10mm) 50-80 60-75 60-84 65-80 Number4 30-60 40-55 40-60 45-60 Number 8 22-44 27-40 24-50 30-45 Number 30 8-26 12-22 11-29 15-25 Number 22 1-8 3-6 1-9 3-7 Asphalt% 4.6-6.0 4.6-6.0 Also, in Table "Type III Asphalt Concrete," change percent passing sieves as follows: Class D -Change % Passing No. 200 to 5-12 Add the following: "Table of Sand Equivalent and Cleanness Values" and modify the sand equivalent value in the first paragraph and in the table of requirements in Section 400-4.3 to the values as noted in this added table." Mix Size D C B Table of Sand Equivalent and Cleanness Values Sand Equivalent (Min.) 45 Individual 50 Moving Average 50 Individual 50 Individual Cleanness Value (Min.) 55 Individual 60 Moving Average 60 Individual 60 Individual 6/24/92 71 After the last paragraph, add the following: The aggregate from each separate bin for asphalt concrete, Type III, except for the bin containing the fine material shall have a Cleanness Value as noted in the added "Table of Sand Equivalent and Cleanness Values11 and as determined by Test Method No. Calif. 227, modified as follows: Tests will be performed on the material retained on the No. 8 sieve from each bin and will not be a combined or averaged result. Each test specimen will be prepared by hand shaking for 30 seconds, a single loading of the entire sample on a 12-inch diameter~ No. 4 sieve nested on top of a 12-inch diameter, No. 8 sieve. Where a coarse aggregate bin contains material which will pass the maximum size specified and be retained on a 3/8 inch sieve, the test specimen weight and volume of wash water specified for one inch x No. 4 aggregate size will be used. Samples will be obtained from the weight box area during or immediately after discharge from each bin of the batching plant or immediately prior to mixing with asphalt in the case of continuous mixers. The Cleanness Value of the test sample from each of the bins will be separately computed and reported. Modify Section 400-4.4, Storing, Drying and Screening Aggregates, as follows: After fifth paragraph, add: "When the Contractor adds supplemental fine aggregate, each such supplemental fine aggregate used shall be stored separately and kept thoroughly dry. SECTION 207-2 REINFORCED CONCRETE PIPE Modify Section 207-2.1, General, as follows: Add: Low Head Pressure Pipe shall be provided in accordance with ASTM C361 as indicated. Modify Section 207-2.5, Joints, as follows: Add: Joints for Low Head Pressure Pipe shall be provided in accordance with ASTM C443. 6/24/92 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 f' I SECTION 211 SOILS AND AGGREGATE TESfS Modify Section 211-2, Compaction Tests, as follows: 211.1 Soils Testing 72 Add: All backfill and subgrade shall be compacted in accordance with the notes on the plans and the SSPWC. Compaction tests shall 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 non-compliance with the specifications shall be borne by the Contractor. The Contractor shall give 48-hours advance notice to the Engineer prior to commencement of work requiring soil testing. SECTION 212 LANDSCAPE AND IRRIGATION MATERIALS Modify per specifications contained in drawings, sheets 18-26. 6/24/92 ill. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBUC WORKS CONSTRUCTION FOR CONSTRUCTION METHODS FOR TAMARACK AVENUE WIDENING PER DRAWING NO. 321-6 300-1.1 Clearing and Grubbing. General, add the following: 73 Clearing and grubbing shall include removal of existing concrete improvements, A.C. pavement, A.C. berm, A.C. swales, A.C. run-off diversions, and other plant structures, and objectionable materials within the limits of construction. 300-1.5 Asbestos Cement Pipe Removal and Disposal The Contractor shall conform to the following requirements and instructions relating to the agency reporting for and the removal, handling and disposal of asbestos cement pipe, obtain necessary permits and state license in conjunction with asbestos removal, hauling, and disposition, and furnish timely notification of such actions required by federal, state, regional, and local authorities. Notify the regional office of the Environmental Protection Agency (EPA), state's environmental protection agency and the Engineer in writing 20 days prior to the commencement of work in accordance with 40 CFR 61-SUBP ART M. In addition to detailed requirements of this specification, comply with laws, ordinances, rules, and regulations of federal, state, regional and local authorities regarding handling, storing, transporting, and disposing of asbestos waste materials. Comply with the applicable requirements of the current issue of 29 CFR 1926.58 and 40 CFR 61-SUBP ART A and 40 CFR 61-SUBPART M. Submit matters of interpretation of standards to the appropriate administrative agency for resolution before starting work. Where specification requirements and referenced documents vary, the most stringent requirement shall apply. Submit written evidence that the landfill is approved for asbestos disposal by the EPA, state and local regulatory agencies. Within 3 working days after delivery of asbestos-laden material to landfill, submit detailed delivery tickets, prepared, signed, and dated by an agent of the landfill, certifying the amount of asbestos materials delivered to the landfill. Work procedures that will cause dust and airborne asbestos fibers to be released will not be permitted. Asbestos cement pipe shall not be dropped, thrown, nor roughly handled, but shall be carefully handled during all stages of removal and carefully lowered or taken to ground level. All hand-operated and power tools used when working with nonfriable asbestos materials that could cause airborne asbestos fibers shall be provided with exhaust ventilation systems, in accordance with ANSI Z9.2 and 29 CFR 1926.58. Wrecking, bulldozing, and similar operations will not be permitted during the removal of asbestos materials. While performing asbestos removal work, the Contractor shall be subject to onsite inspection by the Engineer, who may be assisted by safety or health personnel. If the work I I •• I I I I I I el I I I I I I is in violation of specification requirements, the Engineer will issue a stop work order to I be in effect immediately and until the violation is resolved. Standby time and expenses required to resolve the violation shall be at the Contractor's expense. .. @ 6/24/92 I I I •• I I I I I I le I I I I I I I .. I 74 Dispose of asbestos cement pipe at an approved sanitary landfill. Procedure for hauling and disposal shall comply with 40 CFR 61-SUBP ART M, and state, regional, and local standards. Payment for removal and disposal of asbestos cement pipe shall be included in the bid item for the installation of 10" PVC pipe, Class 150. 300-2 UNCLASSIFIED EXCAVATION Modify Section 300-2, Unclassified Excavation, as follows: Payment for unclassified excavation shall include payment for unclassified fill. No separate payment will be made for unclassified fill. Unclassified excavation shall include salvaging clean excavated material and filling areas to the required grades. Excess unclassified excavation shall be disposed of off-site. The total quantities shown in the Bid Schedule constitute the final payment quantity for this work. No additional payment will be made for this item. 300-4 UNCLASSIFIED FILL Modify Section 300-4, Unclassified Fill, as follows: Refer to Section 300-2, Unclassified Excavation, of these Specifications. 301-1 SUBGRADE PREPARATION Modify Section 301-1.7, Payment, as follows: Paragraph 3, delete and replace with the following: Payment for adjusting manhole frames and covers to grade will be made at the Contract Unit Price for adjusting each manhole frame. Paragraph 4, delete in its entirety. 302-5 ASPHALT CONCRETE PAVEMENT Modify Section 302-5.1, General, as follows: Paragraph 1, replace "Section 203-6" with "Section 400-4." Last paragraph, add: "All testing of underground installations at any given point shall be completed before the surfacing is placed at that point." 6/24/92 75 302-5.2.1 Cold Milling Asphalt Concrete Pavement. add: Cold milling or grinding operations shall be completed within three (3) calendar days. After completion of grinding operations, the asphalt surface course shall be placed within three (3) calendar days. Reset all valve covers, access holes, etc., within the grinding area. 302-5.2.4, modify as follows: Notify the Engineer 72 hours in advance of grinding at traffic signal detector loops. Grinding shall include removal of material through detector loops and detector loop home run lines. Damage to existing loops caused by the Contractor's operation will require replacement of loops in their entirety. Payment for this item shall be in accordance with Section 7-9, Protection and Restoration of Existing Improvements. 302-5.2.5 Pavement Transitions, modify as follows: Temporary asphalt cold mix ramps shall be constructed at all cuts opposing traffic. The bituminous mixture used for temporary ramp shall conform-to Class 02 asphalt concrete mixture in Subsection 203-6.3.2,and bitumen conforming to grade SC-800 liquid asphalt in the Slow Curing Product table, Subsection 203-2.4. 302-5.2.6 Measurement and Payment, modify as follows: Cold milling will be measured by the square foot for areas shown on the plans. Full compensation for providing all labor and equipment and for complying with the above requirements shall be considered as included in the Contract unit price for cold milling asphalt concrete pavement. The cost for installation and removal of temporary cold-mix asphalt ramps shall be included in the Contract unit price for temporary bituminous resurfacing (bid item 68). Temporary resurfacing shall be subject to the provisions set forth in Section 306-1.5.1, SSPWC. Modify Section 302-5.6.1, Rolling General, as follows: Second paragraph, Part (2), add: 11Vibratory rollers shall be limited to breakdown, unless otherwise directed by the Engineer." After last paragraph, add: "Unless directed otherwise by the Engineer, the initial breakdown rolling shall be followed by a pneumatic-tired roller as described in this Section." 6/24/92 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 f' ,. 303-1 CONCRETE AND MASONRY CONSfR.UCTION 303-1.3 Forms. modify as follows: 76 Forming of storm drain inlet structure tops shall include full width of sidewalk behind the inlet and wings with reinforcing mat extended both directions to 3" from back of walk. 303-6 Sf AMPED CONCRETE Modify Section 303-6.1, General. as follows: Add: Stamped concrete pattern shall be 4" x 1211 Soldier Course Brick as provided by Bomanite Corporation or approved equal. The color shall be French Gray, C-14, manufactured by L.M. Scofield Co. or approved equal. Color application shall be in . accordance with Section 303-6.3.1. Method A (dry shake). 306-1 UNDERGROUND CONDUIT CONSfR.UCITON Utility and underground construction shall conform to the specification of the applicable utility or facilities and this section. Potholing for locating existing utilities for gravity sewer and storm drain installations shall be done prior to trenching operations. 306-1.2.1 Bedding Bedding material shall be submitted to the Engineer for approval prior to placement. 306-1.3 Backfill and Densification Backfill and densification shall be by mechanical means in conformance with Section 306- 1.3. 2 unless otherwise approved in writing by the Engineer. 306-2 JAOONG OPERATIONS 306-2.1 General Modify Section 306-2.1, General, as follows: Delete the 7th paragraph beginning with 11Once the Jacking .... " and replace with ·the· following: The jacking operation shall be performed between: 7:00 a.m. and 4:00 p.rn. No work will be permitted outside regular working hours. The Contractor shall submit to the Engineer for prior approval methods and details that shall prevent the "freezing" of the conduit and ensure that the heading is stable at all times. 6/24/92 77 306-2.7 Special Requirements for Jacking inside Railroad Right-of-Way The D-load rating for the 27" RCP shall be increased to a minimum of 3000 for the pipe being jacked under the railroad. The boring pits (both ends) shall be located at the distances indicated, as measured perpendicular to the track centerline. The Contractor shall notify the AT&SF Regional Manager's Office 10 days in advance of · work within the railroad right-of-way. Contact Paul Renteria @ (714) 386-4075. 307 TRAFFIC SIGNALS AND STREET UGH.TING Description For the purposes of this contract Section 86 of the Caltrans Standard Specifications, January 1988 as modified herein shall be considered as the standard specification as set forth in Subsection 2-5.2, Precedence of Contract Documents, of the Standard Specifications for Public Works Construction (S.S.P.W.C.) and shall replace Section 307, Street Lighting and Traffic Signals, S.S.P.W.C. except as referenced herein. Furnishing and installing traffic signals and highway lighting systems shall conform to the provisions in Section 86, "Signals and Lighting", of the Caltrans Standard Specifications, the Standard Plans for the State of California, Department of Transponation, dated January 1988, the City of Carlsbad Standard Drawings, the San Diego Regional Standard Drawings, the S.S.P.W.C. as referenced, and these special provisions. 86-1 GENERAL 86-1.03 Equipment List and Drawings, modify as follows: Delete the last sen~ence of paragraph 2 and add new sentence as follows: The controller cabinet schematic wiring diagram and intersection sketch, to be mounted on the cabinet door, shall be combined into one drawing (24"x36") and placed in a heavy duty plastic envelope and attached to the inside of the controller cabinet door so that when the cabinet door is open the drawing is oriented with the intersection. The mylar transparency will be submitted to and retained by the agency. Add paragraph 5 as follows: The Contractor shall furnish two each maintenance and operation manuals for all new controller units, auxiliary equipment, and vehicle detector sensor units, control units and amplifiers. The maintenance and operation manuals may be combined into one manual. The maintenance manual or combined maintenance and operation manuals shall be submitted to the engineer at the time _of signal turn on. The maintenance manuals shall include, but need not be limited to, the following items: 6/24/92 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 f' I (a) Specifications (b) Design characteristics (c) General operation theory ( d) Function of all controls (e) Trouble-shooting procedure (diagnostic routine) (f) Block circuit diagram (g) Geographical layout of components (h) Schematic diagrams (i) List of replaceable component parts with stock numbers Add paragraph 6 as follows: As-Built Drawings 78 "As-Built" construction plans shall be provided by the Contractor to the City of Carlsbad within five (5) working days after completion of the project. Two (2) redline copies shall be provided with changes shown in a contrasting color to the original contract work. Details to be shown on the as-built plans shall include, but not be limited to, location, type and installed depth of conduit runs, location of loops under overlay, location of pull boxes, changes made to signal and lighting poles, and any changes made to traffic signal equipment. As-built plans shall be signed and dated by the Contractor and approved by the City. 86-1.04 The contractor shall warrant the work against defects in materials or workmanship for a period of one year from the date of recordation of the Notice of Completion for the· work. · 86-1.05 Maintaining Existing and Tempora:ry Electrical Systems, delete paragraphs 3 and 4. Payment for maintaining existing and temporary electrical systems shall be included in the appropriate bid item. 86-1.06 Scheduling of Work. add the following: Unless otherwise approved by the Engineer, the Contractor shall not perform sub-surface work consisting of the installation of conduit, foundations, and detectors, prior to receipt of all electrical materials and equipment. Materials shall not be stored on-site unless approved by the Engineer. Detector loop installation shall take place immediately after asphalt pavement grinding and/or base course paving and prior to A.C. surface course. All striping, pavement markings, and signing shall be installed the same day as the signal turn on. Contractor shall coordinate relocation or modification of any utility facilities with the respective utility company. 6/24/92 79 All signal operation coordination shall be made with the Engineer three (3) working days prior to construction. This includes all signal flash operations, bagging or signal heads, and recall settings due to cutting of loops, signals modifications, and blocking of lanes. Unless otherwise approved by the Engineer a minimum of one lane of traffic shall be maintained in each direction at all times. 86-2 MATERIALS AND INSTALLATION 86-2.01 Excavating and Backfill, delete paragraph 3; add Section 306-1.3, Backfill and Densification, S.S.P.W.C. 86-2.02 Removing and Replacing Improvements, Sections 306-1.5 and 7-9 of the S.S.P.W.C. shall apply in addition to this Section. 86-2.03 Foundations, delete first paragraph; add the following: Street light foundations shall be anchor base type in accordance with S.D.R.S.D.E-1 and E-2. Concrete for foundations shall be 560-C-3250 per Section 201-1, S.S.P.W.C. Delete reference to "Section 4-1.03D" in paragraph 18 and substitute "Section 3-3, Extra Work, S.S.P.W.C." To the first sentence of the last paragraph substitute "3 feet" for "0.5 foot". 86-2.05 Conduit 86-2.0SA Material, add the following: Rigid non-metallic conduit shall be used for all installations. 86-2.0SC. Installation. add the following: Location of conduit runs on the plans are diagrammatic only and the actual run locations are subject to the approval of the engineer. Conduit runs other than street crossings will be limited to the right of way behind curb for retrofits where no new asphalt overlay will be done as part of the work. Where a new asphalt overlay will be done, conduits may be installed in the street under the future overlay utilizing open cut methods. Trenches in the street utilizing the rock-wheel method shall be backfilled with 190-E-1000 concrete slurry. The slurry shall be placed flush with the existing finished AC grade. Damaged surfac;e improvements shall be replaced by the contractor at his expense . 6/24/92 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 -- 1 80 Depth of conduit for all installation methods shall be 30" in the street and 18" behind curb minimum. Conduit shall be installed utilizing the bore and jack method under existing PCC improvements and under existing AC improvements when no new overlay will be done. After boring the hole and prior to removal of the boring tool, UL listed heavy wall schedule 40 PVC conduit shall be pulled back through the bored hole. A suitable sized drill bit for the conduit size being bored and jacked shall be used as approved by the Engineer. Three inch minimum conduit shall be utilized for all street crossings when cable is required. Note is made that each parcel is likely to have water, gas, sewer and other utility services. Damages to these facilities will be repaired the same day at no cost to the agency. After conductors have been installed, the ends of conduits terminating in pull boxes and cabinets shall be sealed with an approved type of sealing compound. When abandoning an existing conduit in place, the Contractor shall remove all existing conductors. 86-2.06 Pull Boxes. 86-2.06A Materials. add the following: Pull boxes. pull box covers, and pull box extensions shall be concrete as shown on Carlsbad Standard Drawing GS-21. 86-2.06C Installation and Use, add the following: Pull boxes shall be installed in accordance with Carlsbad Supplemental Standard Drawings GS-19 and GS-21. 86-2.08 Conductors, add the following: 86-2.080 Signal Cable -Where shown on the plans, signal cable shall be installed in lieu of individual conductors. Signal cable shall conform to the following: • The cable jacket shall be black polyethylene with an inner polyester binder sheath, and shall be rated for 600 volts and 75° C. All cables shall have clear, distinctive, and permanent markings on the outer surface throughout the entire length of the cable showing the manufacturer's name or trademark, insulation designation, number of conductors, conductor sizes, and the voltage rating of the jacket. Filler material,· if used, shall be polyethylene material. 6/24/92 81 • Individual conductors in the cable shall be solid copper with Type THWN insulation, and shall conform to the requirements in Section 86-2.08, "Conductors," of the Standard Specifications, and ASTM Designation:· B 286. The minimum thickness of Type THWN insulation, at any point, shall be 13 mils for conductor sizes No. 14 and No. 12, and 18 mils for conductor size No. 10. The minimum thickness of the nylon jacket shall be 4 mils at any point. Three conductor signal cable shall consist of three No. 14 conductors. The cable jacket shall have a minimum average thickness of 45 mils and a minimum thickness at any point of 36 mils. The nominal outside diameter of the cable shall not exceed 0.40-inch. The color code of the conductors shall be blue/black stripe, blue/ orange stripe, and white/black stripe. The 3-conductor cable shall be used for pedestrian pushbuttons and a spare. Five conductor signal cable shall consist of five No. 14 conductors. The cable jacket shall have a minimum average thickness of 45 mils and shall have a minimum thickness at any point of 36 mils. The nominal outside diameter of the cable shall not exceed 0.50-inch. The color code of the conductors shall be red, yellow, brown, black and white. Nine conductor cable shall consist of eight No. 14 conductors and one No. 12 conductor. The cable jacket shall have a minimum average thickness of 60 mils and shall have a minimum thickness at any point of 48 mils. The nominal outside diameter of the cable shall not exceed 0.065 inch. The color code for No.12 conductor shall be white. The color code for No.14 conductors shall be as follows: red yellow brown red/black stripe yellow /black stripe brown/black stripe black white/black stripe Twelve conductor signal cable shall consist of eleven No. 14 conductors and one No. 12 conductor. The cable jacket shall have a minimum average thickness of 60 mils and shall have a minimum thickness at any point of 48 mils. The nominal outside diameter of the cable shall not exceed 0. 70-inch. The color code for the No. 12 conductor shall be white. The color code and functional connections for the No. 14 conductors shall be as follows, unless otherwise directed by the Engineer: I I .. I I I I I I el I I I I I I I ea 6/24/92 I I I f' I I I I I I le I I I I I I I -- 1 82 I COLOR CODE I TERMINATION I PHASE I red vehicle signal red 2, 4, 6 or 8 yellow vehicle signal yellow 2,4,6or8 brown vehicle signal green 2, 4, 6 or 8 red/black stripe vehicle signal red 1, 3, 5 or 7 yellow/black stripe vehicle signal yellow 1, 3, 5 or 7 brown/black stripe vehicle signal green 1,3,5or7 black/red stripe spare, or use as required for red or Don't Walk black/white stripe spare, or use as required for yellow black spare, or use as required for green or Walk red/white stripe ped signal Don't Walk brown/White stripe ped signal Walk The 12-conductor cable shall be used for vehicle signals, pedestrian signals spares and the signal common. Twenty Eight conductor signal cable shall consist of 27 No. 14 conductors and one No. 1 0 conductor. The cable jacket shall have a minimum average thickness of 80 mils and shall have a minimum thickness at any point of 64 mills. The nominal outside diameter of the cable shall not exceed 0.90 inch. The color code for the No. 1 o conductor shall be white. The color code and functional connections for the No. 14 conductors shall be as follows: 6/24/92 Color Code Termination Phase red/black stripe vehicle signal red 2 or 6 yellow/black stripe vehicle signal yellow 2 or 6 brown/black stripe vehicle signal green 2 or 6 red/orange stripe vehicle signal red 4 or 8 yellow/orange stripe vehicle signal yellow 4 or 8 brown/orange stripe vehicle signal meen 4 or 8 red/silver stripe vehicle signal red 1 or 5 yellow/silver stripe vehicle signal yellow 1 or 5 brown/silver stripe vehicle signal green 1 or 5 red/purple stripe vehicle signal red 3 or 7 yellow/purple stripe vehicle signal yellow 3 or 7 brown/purple stripe vehicle signal green 3 or 7 red/2 black stripes ped signal Don't Walk 2 or 6 brown/2 black ped signal Walk 2 or 6 stripes < red/2 orange stripes ped signal Don't walk 4 or 8 brown/2 orange ped signal Walk 4 ora stripes red/2 silver stripes ped signal Don't Walk 1 or 5 brown/2 silver ped signal Walk 1 or 5 stripes red/2 purple stripes ped signal Don't Walk 3 or 7 brown/2 purple ped signal Walk 3 or 7 stripes blue/black stripe ped push button 2 or 6 blue/orange stripe ped push button 4 or 8 blue/silver stripe ped push button 1 or 5 blue/purple stripe ped push button 3 or 7 white/black stripe ped push button common black/red stripe railroad pre-emption black spare Each signal cable, except 28-conductor, shall be marked, in each pull box, showing the signal standard to which it is connected. Vehicle and pedestrian signals shall be connected to the 28-conductor cable with a 12-conductor cable. The 12-conductor cable shall be installed from the terminal compartment to the adjacent pull box, and spliced. 6/24/92 I I I I I I el I I I I I I I -- 1 I I f' I I I I I I le I I I I I I I -- 1 84 Signal Interconnect Cable (SIC) shall consist of twelve No. 20, minimum, stranded tinned copper conductors as shown on the plans. Each conductor shall be insulated with 0.013-inch, minimum · nominal thickness, color coded, polypropylene material. Conductors shall be in twisted pairs. Color coding shall distinguish each pair. Each pair shall be wrapped with an aluminum polyester shield and shall have a No. 22 or larger, stranded, tinned copper drain wire inside the shielded pair. The cable jacket shall be black, high density polyethylene, rated for a minimum of 300 volts and 600 C., and shall have a nominal wall thickness of 40 mils, minimum. The cable jacket or the moisture-resistant tape directly under the outer jacket shall be marked with the manufacturer's name, insulation type designation, number of conductors and conductor size, and voltage and temperature ratings. Splices shall be made only where shown on the plans or in controller cabinets. A minimum of three feet of slack shall be provided at each splice and six feet at each controller cabinet. 86-2.09 Wiring. the followings: 86-2.090 Splicing, modify as follows: All splices shall be made using crimp type compression connectors as shown on ES-13 and said splices shall be soldered. The ends of loop detector lead-in cables terminating at the controller cabinet shall have crimped and soldered loop terminals. 86-2.09E Splice Insulation, add the following: All splices of conductors shall be insulated with heat shrink tubing of the appropriate size after thoroughly painting the spliced conductors with electrical insulating coating. Heat shrink tubing shall be medium or heavy wall thickness, irradiated polyolefin tubing containing an adhesive mastic inner wall. Minimum wall thickness prior to contraction shall be 0.04-inch. When heated, the inner wall shall melt and fill all crevices and interstices of the object bei·ng covered while the outer wall shrinks to form a waterproof insulation. Each end of the heat-shrink tube or the open end of the end cap of heat-shrink material shall, after contraction, overlap the conductor insulation at least 1 ½ inches. Heat-shrink material shall conform to UL Standard E46645 600V 125° C. 6/24/92 85 All heat-shrink tubing shall also meet the following requirements: Shrinkage Ratio: 33 percent, maximum, of supplied diameter when heated to 102°C and allowed to cool to 25°C. Dielectric Strength 350 kilovolts per inch, minimum. Resistivity i 014 ohms per centimeter, minimum. Tensile Strength 2,000 lbs. per square inch, minimum. Operating Temperature: ss0c to 135° c. Water Absorption 0.5 percent, maximum When three or more conductors are to be enclosed within a single splice using heat-shrink material, mastic shall be placed around each conductor, prior to being placed inside the heat shrink material. The mastic shall be the type recommended by the manufacturer of the heat- shrink material. After contraction, the ends and seams of heat-shrink material shall be painted with electrical insulating coating. Heat-shrink material shall be heated as recommended by the manufacturer. 86-2.095 Fused Splice Connectors, modify sentence one, paragraph one as follows: Install a fused disconnect splice connector in the handhole of each pole between the line and the ballast. 86-2.1 0 Bonding and Grounding, and the following: Grounding of street lights shall conform to S.D.R.S.D. E-2, method 1. Ground rod to be in pull box. 86-2.11 Services, modify paragraph 12 to read as follows: The Contractor shall arrange with the servicing utility to complete service connections for permanent installations and the City will reimburse the contractor for all fees required by the utility. Delete first sentence of paragraph 13. Modify paragraph 15 as follows: Substitute "Section 3-3, Extra Work, S.S.P.W.C'' for "Section 4-1.030." 6/24/92 I I .. I I I I I I el I I I I I I I -- 1 I I f I I I I I I. le I I I I I I I -- 1 86 86-2.14 Testing, modify the first paragraph of referenced Section 6-3.01, General, as follows: Unless otherwise specified, all tests of signals, lighting, and electrical systems equipment and m.aterials shall be performed by a qualified agent approved by the City by methods approved by the City and at the cost of the Contractor. This refers specifically to the controller and may be extended to any or all items questioned as to their suitability. Test methods shall be submitted to the City for approval. 86-2.14A, Materials Testing. delete second sentence c>f first paragraph; delete paragraphs 4, 5, and 6. 86-2.148 Field Testing. add the following: Field testing shall conform to the provisions in Section 86-2.148 "Field Testing" of the Caltrans Standard Specification and these Special Provisions. Insulation resistance testing (megger) for traffic signal and lighting conductors shall be preformed in the following order: Signals--After conductors are connected to signal head terminal, and before connection to controller. Lighting -Before fuses are installed in fused splice connectors. Load side conductors in signal heads shall be disconnected from terminal blocks during the test. The full cost for the Contractor performing this field testing in the presence of the Engineer shall be included in the lump sum price for Traffic Signal and Street Lighting Installation and no additional payment will be allowed therefore. 86-2.14C Functional Testing. add second sentence to paragraph 3 as follows: Turns ons will not be qone Mondays, Fridays or the day prior to a City holiday. The contractor shall give the inspector a minimum of three (3) days advance notice of turn on date. 86-3 CONTROLLER ASSEMBLIES 86-3.05 Controller Assembly Testing. modify second sentence of second paragraph as follows: A Certificate of Compliance with the approved procedure and test report signec;i by a responsible managing employee . of the City approved testing agent shall accompany each controller assembly included in the work. 86-3.08 Auxiliary Equipment 86-3.088(2), Modulated Light Signal Detection System -Each modulated light signal detection system shall conform to the details shown on the plans and these special provisions. 6/24/92 87 (A) General -Each modulated light signal detection system shall consist of an optical emitter assembly or assemblies located on the appropriate vehicle and an optical detector/discriminator assembly or assemblies located at the traffic signal. Each system shall permit detection of class two emergency vehicles. Class II (emergency) vehicles shall be capable of being detected at any range up to 1,800 feet from the optical detector. The modulation frequency for Class II signal emitters shall be 14.035 Hz + 0.250 Hz. (B) Emitter Assembly -Each emitter assembly shall consist of an emitter unit, an emitter control unit and connecting cables and shall conform to the following: 1. 2. 3. General -Each emitter assembly, including lamp, shall be designed to operate over an ambient temperature range of -34°C to 60°C at both modulation frequencies and to operate continuously at the higher frequency for a minimum of 3,000 hours at 25°C ambient before failure of lamp or any other component. Each emitter unit shall be controlled by a single, maintained-contact switch on the respective emitter control unit. The switch shall be capable of being located to be readily accessible to the vehicle driver. The control unit shall contain a pilot light to indicate that the emitter power circuit is energized and shall be capable of generating only Class II modulating code. Functional -Each emitter unit shall transmit optical energy in one direction only. The signal from each Class II signal emitter unit shall be capable of being detected at a distance of 1,800 feet when used with a standard optical detection/discriminator assembly. The standard optical detection/discriminator assembly to be used in making the range tests shall be available from the manufacturer of the system. A certified performance report shall be furnished by the contractor with each assembly. Electrical -Each emitter assembly shall be capable of providing full light output with input voltages of between 12.5 and 17.5 volts DC. An emitter assembly shall not be damaged by input voltages up to 7.5 volts DC above supply voltage. The emitter assembly shall not generate voltage transient, on the input supply, which exceed the supply voltage by more than 4 volts. · Each emitter assembly shall consume not more than 100 watts at 17.5 volts DC and shall have a power input circuit breaker rated at 1 O to 12 amperes, 12 volts DC. The design and circuitry of each emitter shall permit its use on vehicles with either negative or positive ground without disassembling or rewiring of the unit. 6/24/92 I I .. I I I I I I el I I I I I I I -- 1 I I f I I I I I I le I I I I I I I .. I 88 4. Mechanical -Each emitter unit shall be housed in a weatherproof corrosion- resistant housing. The housing shall be provided with facilities to permit mounting on various types of vehicles and shall have provision for aligning the emitter unit properly and for locking the emitter unit into this alignment. '\_ Each emitter control unit shall be provided with hardware to permit its mounting in or on an emergency vehicle or mass transit vehicle. Where required for certain emergency vehicles, the emitter control unit and all exposed controls shall be weatherproof. (C) Optical Detection/Discriminator Assembly -Optical detection/discriminator assembly shall conform to the following: 1 . General -Each optical detection/discriminator assembly shall consist of one or more optical detectors, connecting cable and a discriminator module. Each such assembly, when used with standard emitters, shall have a range of at least 1 ,800 feet for Class II signals. Standard emitters for Class II signals shall be available from the manufacturer of the system. Range measurements shall be taken with all range adjustments on the discriminator module set to "maximum". 2. Optical Detector -Each optical detector shall be a waterproof unit capable of receiving optical energy from two separately aimable directions. The horizontal angle between the two directions shall be variable from 180 degrees to 5 degrees. The reception angle for each photocell assembly shall be a maximum of 8 degrees in all directions about the aiming axis of the assembly. Measurements of reception angle will be taken at a range of 1,800 feet for a Type II emitter. All internal circuitry shall be solid state, and electrical power shall be provided by the associated discriminator module. Each optical detector shall be contained in a housing, which shall include two rotatable photocell assemblies, an electronic assembly, and a base. The base shall have an opening to permit its mounting on a mast arm or a vertical pipe nipple, or suspension from a span wire. The mounting opening shall have female threads for 3/4 inch conduit. A cable entrance shall be provided which shall have male threads and gasketing to permit a waterproof cable connection. Each detector shall weigh not more than 2½ pounds and shall present a maximum wind load area of 36 square inches. The housing shall be provided with weep holes to permit drainage o1 condensed moisture. Each optical detector shall be installed, wired and aimed as specified by the manufacturer. 6/24/92 89 I I .. 3. Cable -Optical detector cable shall meet the requirements of IPCEA-S-61- 402/NEMA WC 5, Section 7.4, 600 volt control cable, 75°C, Type B and the I following: a. b. C. d. e. f. The cable shall contain three conductors, each of which shall be No. 20 (7x28) stranded, tinned copper with low-density polyethylene insulation. Minimum average insulation thickness shall be 25 mils. Insulation of individual conductors shall be color coded: 1-yellow, 1-blue, 1-orange. The shield shall be either tinned copper braid or aluminized polyester film with a nominal 20 percent overlap. Where the film is used, a No. 20 (7x28) standard, tinned, bare drain wire shall be placed between the insulated conductors and the shield and in contact with conductive surface of the shield. The jacket shall be black polyvinyl chloride with minimum ratings of 600 volts and 80° C and a minimum average thickness of 45 mils: The jacket shall be marked as required by IPCENNEMA. The finished outside diameter of the cable shall not exceed 0.35 inch. The capacitance, as measured between any conductor and the other conductors and the shield, shall not exceed 48 picofarads per foot at 1,000 Hz. The cable run between each detector and the controller cabinet shall be continuous without splices or shall be spliced only as directed by the detector manufacturer. 4. Discriminator Module -Each discriminator module shall be designed to be compatible and usable with Model 170 controller unit and to be mounted in the input file of a Model 332 controller cabinet, and shall conform to the requirements of Chapter I of the State of California, Department of Transportation. "Traffic Signal Control Equipment Specifications," dated April, 1978, and to all addenda thereto current at the time of project advertising. Each discriminator module shall be capable of operating one channel. Each discriminator module, when used with its associated detector shall be capable of: a. b. C. Receiving Class II signals at range of up to 1,800 feet. Decoding the signal-on the basis of frequency at 14.035 HZ+ 0.255 HZ for Class II signals. Establishing the validity of received signals on the basis of frequency and length of time received. A signal shall be considered valid only when received for more than 0.50 second. No combination of Class I signals I I I I I el I I I I I I I .. 6/24/92 I I I {' I I I I I I le I I I I I I I .. I 90 shall be recognized as a Class II signal regardless of the number of signals being received, up to a maximum of ten signals. Once a valid signal has been recognized its effect shall be held by the module in the event of temporary loss of the signal for a period adjustable from 4.5 seconds to 11 seconds in at least 2 steps at 5 seconds +0.5 second and 1 o seconds +0.5 second. d. Providing an output for each channel that will result in a "low" or grounded condition of the appropriate input of a Model 170 controller unit. For Class II signals the output shall be steady. Each discriminator module shall receive electric power from the controller cabinet at either 24 volts DC or 120 volts AC. Each channel together with its associated detectors shall draw not more than 1 00 milliamperes at 24 volts DC nor more than 100 milliamperes at 120 volts AC. Electric power, one detector input for each channel and one output for each channel, shall terminate at the printed circuit board edge connector pins listed below. Board edge connector pin assignment shall be as follows: ADC ground p NC B +24 voe C NC D Detector input Channel A R NC E + 24 VDC to detectors s NC F Channel A output (C) T NC u NC H Channel A output (E) V NC J Detector input, Channel B w Channel B Output (C) K DC Ground to detectors X Channel B Output (E) L Chassis ground y NC M AC-z NC N AC+ L_J Slotted for Keying (NC) Not connected; cannot be used by manufacturer for any purpose. (C) Collector (E) Emitter Two auxiliary inputs for each channel shall enter each module through the front panel connector. Pin assignment for the connector shall be as follows: 1 ) Auxiliary detector 1 input, Channel A 2) Auxiliary detector 2 input, Channel A 3) Auxiliary detector 1 input, Channel B 4) Auxiliary detector 2 input, Channel B 6/24/92 1. 2. 3. 4. 91 Each channel output shall be an optically isolated NPN open collector transistor capable of sinking 50 milliamperes at 30 volts and shall be compatible with Model 170 controller unit inputs. Each discriminator module shall be provided with means of preventing transients received by the detector from affecting the Model 170 controller assembly. Each discriminator module shall have a single connector board, shall be capable of being inserted into the input file of a Model 332 cabinet and shall occupy one slot width of the input file. The front panel of each module shall have a handle, to facilitate withdrawal, and the following controls and indicators for each channel: Three separate range adjustments each for Class II signals. A three-position, center-off, momentary contact switch, one position (down) labeled for test operation of Class I signals, and one position {up) labeled for test operation of Class II signals. A "signal" indication and a "call" indication for Class II signals. The "signal" indication denotes that a signal above the threshold level has been received. A "call" indication denotes that a steady, validly coded signal has been received. These two indications may be accomplished with a single indication lamp; "signal" being denoted by a flashing indication and "call" with a steady indication. In addition, the front panel shall be provided with a single circular, bayonet-captured, multi-pin connector for two auxiliary detector inputs for each channel. Connector shall be a mechanical configuration equivalent to a MIL-C-26482 with 10-4 insert arrangement, such as Burndy Trim Trio Bantamate Series, consisting of: • Wall mounting receptacle, GOB10-4PNE with SM20M-1S6 gold plated pins. • Plug, G6L 10-4SNE with SC20M-1 S6 gold plated sockets, cable clamp and strain relief that shall provide for a right angle turn within 2.5 inches maximum from the front panel surface of the discriminator module. Cabinet Wiring -The Model 332 cabinet has provisions for connections between the optical detectors, the discriminator module and the Model 170 controller unit. Wiring for a Model 332 cabinet shall conform to the following: Slots 12 and 13 of input file "J" have each been wired to accept a 2- channel module. I I .. I I I I I I el I I I I I I I .. 6/24/92 I I I {' I I I I I I le I I I (D) I I I I .. I 92 Field wiring for the primary detectors, except 24-volt DC power, shall terminate on either terminal board TB-9 in the controller cabinet or on the rear of input file "J", depending on cabinet configuration. Where TB-9 is used position assignments shall be as follows: POSITION 4 5 7 8 ASSIGNMENT: Channel A detector input, 1st module (Slot J-12) Channel B detector input, 1st module (Slot J-12) Channel A detector input, 2nd module (Slot J-13) Channel B detector input, 2nd module (Slot J-13) The 24-volt cabinet DC power will be available at Position 1 of terminal board TB-1 in the controller cabinet. All field wiring for the auxiliary detectors shall terminate on terminal board TB-0 in the controller cabinet. Position assignments are as follows: POSITION 7 8 9 10 11 12 ASSIGNMENT +24vdc from (J-13E) Detector ground from (J-13K) Channel A auxiliary detector input 1 Channel A auxiliary detector input 2 Channel B auxiliary detector input 1 Channel 8 auxiliary detector input 2 System Operation -The contractor shall demonstrate that all of he components of the system will perform satisfactorily as a system. Satisfactory performance shall be determined using the following test procedure: 1 . Each system to be used for testing shall consist of an optical emitter assembly, an optical detector, at least 200 feet of optical detector cable and a discriminator module. 2. The discriminator modules shall be installed in the proper input file slot of Model 332 controller cabinet. The controller cabinet, together with a Model 170 controller unit with the appropriate operating program, a Model 21 O monitor unit and 120-volt AC power will be available as shown on the plans and as indicated elsewhere in these special provisions. 3. One test shall be conducted using a Class II signal emitter and a distance of 1,800 feet between the emitter and the detector. All range adjustments on the module shall be set te> "Maximum" for each test. 6/24/92 93 4. Each test shall be conducted for a period of one hour, during which the emitter shall be operated for 30 cycles, each consisting of a one minL' , "on" interval and a one minute "off' interval. During the total test period (,) the emitter signal shall cause the proper response from the Model 170 controller unit during each "on" interval and (2) there shall be no improper operation of either the Model 170 controller unit or the monitor during each "off' interval. 86-3.11 Model 170 Controller Assemblies, add the following: The controller assembly shall be a Type 170 unless otherwise specified and shall be equipped with Type 200SA local intersection control program and a full compliment of prom chips. The Model 332 cabinet shall be aluminum. 86-4 TRAFFIC SIGNAL FACES ANO FITTINGS. 86-4.01 Vehicle Sign Faces. 86-4.01 B Signal Sections, add the following: Signal section housing shall be aluminum metal type. All signal faces and all arrow indications shall be provided with 12 inch sections and glass lenses. All lamps for traffic signal units (including programmed visibility type) shall be furnished by the Contractor. 86-4.01 C Electrical Components, modify second and third paragraphs as follows: Each lamp receptacle shall be wired with a conductor, connected to the shell of the receptacle, with white insulation. and a conductor, to the bottom or end terminal of receptacle, with black insulation color-coded as follows: Red signal Yellow signal Green signal -solid red insulation -solid yellow insulation -solid blue insulation These conductors shall, in turn, be connected to a terminal block mounted inside at the back of the housing. The terminal block shall have sufficient screw type terminals to terminate all field conductors and lamp conductors independently, with separate screws. The terminals to which field conductors are attached shall be permanently identified or conductors shall be color coded to facilitate field wiring. 86-4.05 Pedestrian Signal Faces, add the following: Pedestrian signals shall be Type G with international symbols. Each Type G pedestrian signal shall consist of a housing with front screen, a message plate and two light sources, each consisting of .luminous tubing and power supplies for the luminous tubing. 6/24/92 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 94 The message plate shall be 1 /8-inch nominal thickness, ultraviolet-stabilized, prismatic-patterned polycarbonate plastic; 3/16-inch nominal thickness hammered wire-glass; or 3/16-inch nominal thickness ultraviolet-stablized, prismatic-patterned acrylic plastic. The message plates shall have a flat-back surface over the entire projected area except where the symbols are located. The material used to mask the message plate shall be hard and durable and shall bond such that it will not flake nor peel when the message plate is in use or is washed. The symbols shall be the only illuminated portion of the message plate. The message plate shall be sealed to a polycarbonate case to form a dust tight and weatherproof module. The module shall contain and properly support the luminous tubing and power supplies. Each ·fight source shall have a separate power supply. Each power supply shall require less than 30 watts with a power factor of not less than 90 percent over a range of input voltages from 105 to 130, at a frequency of 60 (± 1 ) Hz. Each symbol shall not be less than 11 inches high and not less than 7 inches wide. 86-5 DETECTORS 86-5.01 Vehicle Detectors 86-5.01 A Inductive Loop Detectors 86-5.01 A(4) Construction Materials, add the following: Loop wire shall be Type 2. Loop lead-in cable shall be Type 118". Conductors for loop detector lead-in cable shall be 2 No. 16 (19x29) stranded, tinned cooper. 86-5.01 A(5) Installation Details, add the following: The additional length of conductor for each loop homerun shall be twisted together into a pair before being placed in the slot and conduit to the termination pull box. Like numbered detector loops, when shown on the plans, shall be connected to the same detector lead-in cable. Residue resulting from slot cutting operations shall not be permitted to flow across shoulders or lanes occupied by public traffic and shall be removed from the pavement surface. The Contractor shall test the detector with a motor-driven cycle, as defined in the California Vehicle Code, that is licensed for street use by the Department of Motor Vehicles of the State of California, or a bicycle. The engine displacement of the vehicle shall not exceed 100 cubic centimeter. Special features, components or vehicles designed to activate the detector will not be permitted. The Contractor shall provide an operator who shall drive the motor-driven cycle through the response or detection area of the detector at no less than 3 miles per hour nor more than 7 miles per hour . 6/24/92 86-5.02 Pedestrian Push Buttons, add the following: Pedestrian push buttons shall be Type B metal. 86-6 LIGHTING 86-6.01 High Pressure Sodium Luminaires, add the following: 95 Luminaires shall be 250 W high pressure sodium vapor with integral photo electric cells. Each luminaire shall be provided with an internal ballast assembly (including ballast, capacitor, and lamp starter unit). All connections from the ballast assembly shall be made with a single multi-circuit connector or individual color-coded NEMA tab connectors. Field connections to the luminaires shall terminate on a barrier type terminal block secured to the housing. Glare shields are required. The luminaires shall be constructed and installed in such a manner as to provide Type Ill distribution with the outer edge of the luminaire's housing below the entire light sources and all glassware. · The luminaires' optical assembly shall provide without the addition of external shielding, a 90° cutoff with no significant light emitted above the horizontal. 86-6.01 A (1 )(a) Lag-Type Regulator Ballasts, add the following: Ballasts shall be the lag regulator type. 86-6.065 Internally Illuminated Street Name Signs, change paragraph five to read as follows: Signs shall be Type A. 86-7 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT 86-7.02 Reinstalling Removed Electrical Equipment, delete paragraph 4. No equipment will be salvaged unless specifically noted on the plans. 86-8 PAYMENT 86-8.01 Payment, modify as follows: Lump sum price for signals and lighting shall be measured as defined in State of California Standard Specifications, Section 86, dated January 1988. Delete reference to "Section 86-1.05, Maintaining Existing and Temporary Electrician Systems" in paragraph two. 6/24/92 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 APPENDIX NO. 1 I STANDARD DRAWINGS I I I I I I f' I 6/24/92 I I 190 r I I 1· I I I le APPENDIX NO. 1 I STANDARD DRAWINGS I I I I I I .. I 6/24/92 PAGE DRAWING NO. NO. A193 C-6 A194 C-7 A195 C-8 A196 D-2 A197 DS-7 A198 D-9 A199 D-11 A200 D-12 A201 D-16 A202 D-25 A203 D-27 A204 D-34 A205 D-60 A206 D-61 A207 D-63 A208 E-1 A209 E-2 A210 G-2 A211 G-5 A212 G-6 A213 G-7 A214 G-9 A215 G-10 A216 G-11 A217 G-12 A218 G-14 A219 G-25 A220 M-1 A221 M-19 A222 M-24 A223 M-26 A224 S-15 A225 W-15 A226 A227 GS-6 A228 GS-12 A229 GS-13 A230 Gs~1s PROJECT NO 3166 INDEX TO APPENDIX 1 BOUND IN TiffiSE SPECIFICATIONS TITLE SDRSD Masonry Retaining Wall Type 6 SDRSD General Notes for Masonry Retaining Walls SDRSD Details for Masonry Retaining wall SDRSD Curb Inlet -Type B SDRSD Asphalt Concrete Driveway SDRSD Storm Drain Cleanout-Type A SDRSD Inlets and Cleanouts Notes and Details SDRSD Curb Inlet Opening SDRSD Corrugated Steel Pipe Inlets Types A and B SDRSD Curb Outlet -Type A SDRSD Sidewalk Underdrain Pipe SDRSD Wing and U Type Headwalls for 12" to 36" Pipes SDRSD Pipe Bedding and Trench Backfill for Storm Drains SDRSD Rounded Pipe Ends in Drainage Structures SDRSD Concrete Lug SDRSD Street Lighting Standard SDRSD Grounding of Concrete Lighting Standards SDRSD Curb and Gutter -Combined SDRSD Dikes -Asphalt Concrete SDRSD Curbs and Gutter -Medians SDRSD Sidewalk -Typical Sections SDRSD Sidewalk Joint Locations SDRSD Concrete Joint Details SDRSD Portland Cement Concrete Curb, Gutter, Sidewalk and Pavement Removal and Replacement SDRSD Cross Gutter SDRSD Concrete Driveways SDRSD Trench Resurfacing Types C & D SDRSD 24" Manhole Frame and Cover Heavy Duty SDRSD Fire Hydrant Markers SDRSD Pedestrian Protective Railings Detail No. 1 SDRSD Concrete Steps , SDRSD House Connection Sewer Repair SDRSD Meter Box Locations CALTRANS Wheelchair Ramp Detail No. 1 COC Locations of Underground Utilities COC Typical Driveways COC 6" & 8" Type B-1, B-2, and G-2 COC Mail Box Standard A191 I I .. I I I I I I el I I I I I I I .. 6/24/92 I I I f I PAGE I NO. A231 I A232 A233 A234 I A235 A236 A237 I A238 A239 I A240 A241 le A242 A243 A244 A245 I I I I I I I .. I DRAWING NO. GS-19 GS-21 SS-3 W3 W4 WS W6 W8 W9 Wl0 Wl2 W13 WlS W19 PROJECT NO 3166 INDEX TO APPENDIX 1 BOUND IN TI-IESE SPECIFICATIONS TITLE COC Street Lighting Specifications COC Pull Box for Traffic Signal and Street Lighting COC Sewer Lateral CMWD 111 Water Service Connection for 5/8", 3/4" & l" Meters CMWD 2" Water Service Connection for l 1/2" & 2" Meters CMWD l II Manual Air Release Assembly CMWD 2" Blow-off/Manual Air Release Assemblies CMWD Outlets on A.C. or P.V.C. Main for 1 Inch Thru 2 Inch Assemblies CMWD Outlets on D.I. or Steel Main for 1 Inch thru 2 Inch Assemblies CMWD Dielectric Connection to Steel Main CMWD Fire Hydrant Assembly CMWD Valve Box Assembly CMWD Concrete Thrust Blocks for Non-Restrained Joints CMWD Thrust Block Bearing Areas CMWD Standards for 2" and Under Blackflow Installation 6/24/92 A192 ' 2" \ft .5 ..Ill • e ~ ::c : :a --•N N- 1 1 /2: t sloping llacldill or 250 psf. li1111 load surcllarge. I 4 total 5 PLAN H • 5'. 4H 1 layout line -- A 193 l 1 /2: t sloping backfill or 250 pst. live load surcnarge. monar cap ,cl el.,,. .. : ~ i.D 1.2 •. .:a w . Horizontal reinf. not shown TYPICAL SECTION TYPICAL SECTION over 3' • 8 .. ELEVATION 3' • 8" max DIMENSIONS AND REINFORCING STEEL H (max) s·. 4" l' · 8" T (minl i a·. 10" O'. 8" I W lminl I 3' · 10" 2· · 9" NOTES t. S.. Standard Oniwings C-7 and C-8 for additional notes and details. (A) bars I , 4 @ 16" - Ca ) bars 2. Fill all block CIiis with grout. Max. Toa ~,ca■atNOID IY TMI SAM OIEGO •tGIOU~ ;lAJIOAADS co••1nu cUt../~ ~,, ,Jr,;. 1•1y ::""""'""'• "r: E ·390J .... 11 DRAWING C 6 NUMBER • Press. P.S.F. SAN OIEGO REGIONAL STANDARD DRAWING MASONRY RETAINING WALL TYPE S [LIVE LOAD SURCHARGE OR SLOPING BACKF1LL) .# 6 @ Hi" ·* 4@ 16" 2000 1400 R1v111on Bv I Aaaroved I □ ate t---+-+---....1,..l I I , I I I I 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 DESIGN CONDITIONS: Walls an to. be used for the loading conditions shown for each tv111 wall. Design H shall not be axcaeded. Footing key is required axc111t as shown otherwise or when found unnacusarv by the Engineer. Spacial footing design is required where foundation material is unca11able of su1111orting toa pressure listed in table. DESIGN DATA: Reinforced Concrete: Fe = 1200 psi Fs = 20,000 psi Reinforced Masonry: F'c = 3000 psi n = 10 F'm • 600 psi Fm .. 200 psi Fs = 20,000 psi n = 50 Earth = 120 pcf and Eouivalent Fluid Pressure = 36 psf per foot of height. Walls shown for 1 ½: 1 unlimited sloping surcharge an designed in accordance with Rankline's formula for unlimited sloping surcharge with a 11 .. 33° 42: REINFORCEMENT: Intermediate grade, hard grade, or rail steel deformation shall conform to ASTM A615, A6t6, A617. Bars shall lap 40 diameters, where spliced, unless otherwise shown on the plans. Bends shall conform to the Manual ot Standard Practice, A.C.l. Backing for hooks is four diameters. All bar embedmenu are clear distances to outside of bar. Spacing for parallel bars is center to center of bars. MASONRY: All reinforced masonry retaining walls shall be constructed of r119ular or light weight standard units conforming to the · . "Standard Specifications for Public Works Construction." JOINTS: Vertical con'!fol joints shall be plaCl!d at 32 foot intervals maximum. Joints snail be oesigneo ta l"!Sist snear and other l1t1ral forces while permitting longitudal movement. Venita! !ll:oansion joints snail be placea at 96 foot inter- vals maximum. CONCRETE: Footing concrete shall be 560-C-3250, using 8 aggregate when placing conditions permit. BACKFILL: No backfill material shall be placed against masonry retaining wails until grout has reached design strength or until grout has cured for a minimum of 28 days. Compacuon al backfill material by jetting or ponding with water will not be permitted. Each layer of backfill shall be moistened a.s directed by the Engineer and thoroughly tamped, rolled or otherwise compacted until the relative compaction is not less than 90%. FENCING: Safety fencing shall be installed at the top of the wall as required by the agency. A191l INSPECTIONS: Call for inspections as fallows: A. When the footing has been formed, with the steel tied securely in final position, and is ready for the concret1 to be placed. B. Where cleanout holes are not provided: (1) (2) After the blocks have been laid up to a height of 4', or full height for walls up to 5', with steel in pla but before the grout is poured, and •.•.. After the first lift is properly grouted, the blocks have been laid up ta the top of the wall with the steel tied securely in place but before the upper lift is grouted. Where cleanout holes are provided: After the blocks have been laid up to the top of the wail, with the steel tied securely in place, but before grouting. . C. After grouting is com11lete and after rock or rubble wall drains are in 11lace but before earth backfill is pjaced. D. Final inspection when all work has been completed. CONCRETE GROUT AND MORTAR MIXES: Concrete grout shall attain a minimum compressive strength of 2.000 psi in 28 days and mortar shall attain 1,800 psi in 28 days. All cells shall be filled with grout Rod or vibrate grout within 10 minutes of pouring to insure consolidation. Bring grout to a point 2" from the top of masonry units when grouting of second lift is to be continued at another time. MORTAR KEY: To insure proper bonding between the footing and the first course of block, a mortar key shall be formed by embedding a flat 2 X 4 flush with and at the top of the freshly poured footing. The 2 X 4 should be removed alter the concrete has started to harden (approximately 1 hour). A mortar key may be omitted if the first course of block is set into the fresh concrete when the footing is poureo. and a good bond. is obtained. WALL DRAINS: Wall drains shall be provided in accordance with Standard Drawing C·8. SOIL: All footings shall extend at least 12 inches into undisturbed natural soil or approved compacted fill. Soil shou1d be dampened prior to placing concrete in hlotmgs. Revision Bv Aoorovea Date SAN DIEGO REGIONAL STANDARD DRAWING ~ECDMME"DID BY THE SAN DIEGO New Des. ~ n,.a. ro-sz 'IEGIO"AL SUNOARDS CQMMJTTE!: r Notes ?1l.8. ~-¼ Cl&,./~..-....,.;_ .Ju:. :~'7S Notes u:• ?71-:-, 17-Ets GENERAL NOTES FOR MASONRY Coori:21"tcar ACE 19801 ::•te RETAINING WALLS DRAWING C--7 NUMBER a; > Q .. C: ·e .... <O I T I-d J 1 No surcharge loads within ;his I j area for level backfill design. Filter Material, 1" r.iax. crushed aggregata, 4 cu. ft. per 4" dia • drain or I cu. ft. par ft. of open head joinu. l . I ,-.:.,fliiii;" ___ 4" dia. drain with 1/4" galv. wire mesh L--: l I I b. screen 8' • O" on anters. or one row horizontally of open ilead joints. TYPICAL SECTION Mortar or cast-in-place cancreta finished ground tine .iw=~-Vertical reinf. -----..;;...-Grout filled block cells :: / 2" x 4" (nominal) key _J CAP DETAIL NOTES: 1. All masonry retaining walls shall be constructed with cap, key and drainage details as shown hereon. 2. 4" diameter drain may be formed by placing a block on it's side. KEY DETAIL ::~~:,.:tt~~~ .. ~~R~;\~: .. ,~~EE~o SAN DIEGO REGIONAL STANDARD DRAWING :::M:-./2 ...... ~/" •k. 1 Y~$ CaouttNtOf AC E 19801 Ju• '; . Revision Bv Note 2 Aooravea Cl /.J A195 Cate 7/88 ~-------4DETAILS FOR MASONRY RETAINING WALL~-+--+--.--, DRAWING NUMBER C-8 I I , I I I I I I 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 Mannoie trame ano cover see raw,ng M-2 Ii 4 ri around opening r?'.~~~--~ W,ng, where occurs ;., C • C, v I I I I I one or ootn s,oes I I 1-------i I I I I I I Transmon to normal cum he,gnt In 1 D It. on Doth SIDU unless otllerw,se noteo- See note 7 Galv. steel ang1e continuous ana protection oar. -See ar1wing 0-12 ,4!-'"@S"l Lr rrr~ I ' i... _____ .J......1-, ____ ~ ' J. .i • ,, ,. • u Ii 4 @l 12" I'-__ ___._. l . O T~"raciius 4" radius I --46" PLAN L l-e :.engtn snown on p1ans Edge oi Gutter J 1,._6 .. IL 6"~T SECTION B-8 I ·~-. . I ~i' I I Y !ri- Slooe floor 12 : 1 towaros outlet -f \rl~--4·_._o .. __ r_JrL Dtterm,neo ov p,pe s,n--4' m,n. a· max. SECTION C-C SECTION A-A NOTES: 1. See Stanoarc Oraw,ngs 0-11 & 0-12 for aod1t1onal notes and oerails. 2. Types are oes,gnatea as follows: 1no wing/ t!. 1one wing/ 8-1. \two wings) 8-2. 3. Exooseo eoges of concrete snail be rounaeo w11n a rao,us at 112··. 4. When i/ exceeos 4' steossnall be installeo. See Stanoara Orawmg 0-11 tor aetaus. 5. Concrete gutter to matcn ad1acent gutters. 6. An exoans,on 10,nt snail be p1aceo at tne enas ol tne inlet where 1t1e curb ,s to aa1om. 7. Prov,ae t/4" tootea groove ,n 100 stall ,n hne w11h back ot acliacent cur0. 8. Surface of 100 s1ao snail be s,aewaik fin,sneo to ora1n towara street at a s1ope of 1/4" per foot. 9. Maintain 1 1 /2'" ct ear soac,ng oetwten reinforcing ano surface uniess otherwise noted. llfCOIIIIMt'tOED .... TM!f s,,. D1tc.c. atc,c,.• .. iTA,,.a ... aas co11•1:-":'t£ :r&..J~r~ .. :a-4,,C , • .,~ :;o•c· ... •'!' ,a C ! ·9eo• -.--.. ,1. DRAWING NUMBER 0-2 SEE SDD-100 SAN DIEGO REGIONAL STANDARD DRAWING CURB INLET -TYPE B LEGEND ON PLANS 15' Type B-1 inlet ~ -15·i..- Rev1s1on i Bvi Aocrovea Notes i· PS Reterenct ~I H<e Reoar ~ J.?r-0. Oasn une 1--. ' ·-I ~ - A196 i Datt !: .. 7~ i '~-IZ •~-&, -~~ ~ :: A197 "El'LlC!: EXISTING SUll,-ACING IN K!NO . I ,. ~':HT I WAY I YEfllTI I CUIIIV(✓ 0.33' AGaltb&Tt LUE. Q..lSS 3. [MINIMUM I 101 l. PROFILE " (SU NOTE 1.l VA1t1£3 TYP!CAL SECTION ,s· ,:ii" ~i--·-· _..,, __ / --I 'L' Pl.ACZ 0.17' ASl'H"l.T C::lHCRETI:: .,,. CH COWNST'i'!EAM '•A~l(Wlo.Y .... 1 wHEN!VCR ROAOw.AY si..or-: ;; aaEDS S'J.. > ~OTES: ,. TYPE-~ OIKE DRIVEWAY PAVING SCHEDU~ .IOIN EJ:ISTINfl JOIN EXISTIIM j I I I • ! ... ! I. OIIIVEW.I.YS ,.,TI4 GRAOES GRUTE~ TH&N IS'!Ct SHALi.. !!E SURl"AC£l) WITH .lSPHAl..T CONCRETE Cit P'JltTUN0 CUH:NT CONCl'IET'E. OE?Tl4 0" l.C. I GRACE Z. WAXUlll,UII GRADE aRE.AIC 14-.... 3. sa STANO.RO OR.AWINfl '" -.... FOlt CCNC:MT'E OltlVE'#AYS. 4. SEE STANOARO Olt.&WING G-tis 5 G-tc Fl.lit LCC.:.TtON a WIOTH RE,:UIREMENT'S. S~N D:£::-30 CCUN7Y DE.SiGN S7ANDAR□ 0.17' o.~• 0.33' i 0-IS'J. I rs-ia,;. io-ts"1. Ol!A-ST __ j C"t!!OCt?J sY __ ) I :'!!C:~MMt~0!:?2 8T /:.v' '" :t,'.) ~:,;.::====-.:.:.~==::::=:=,;:._ ______________________ ..,1i 11!-,1S10N I 3T I _.;>l•'!OVE'.l I ·::.:::•t I J.11•11ey?;:.,,ay ,::UNT"I' l:NG1N£!;1t 7 I I Ft:~au.:r ST.l.NOA~o ::11.1·,.1-.c u 1../-.r'•U..''-h-• 10•:u AS?HALT CONCRETE DRIVEWAY "<' -.. ---· -\ NUMBER DS-7 0.i.T£ -;(~:,t/;/. I I I I I t I I I I I I le I I I I I I I f' I TYPE I PIPE DIA I X I y i A4 I up to 39" I 4' I 4' i A 5 i 42" IC 48" s· I ,. , A6 i 51 .. to 60" I 6' I 4' '. A7 63'" 10 72" l 1' I 4.: AS i 75" to 84'· I 8' i ,• I Bene Down 15" (Typl Manhole Frame anc Cover see arawm9 M-3 -,-.. Far steo Deta11s. see Clrawtng 0-11 4 . /I 4 Around p1oe Slope floor 12:1 towaras outlet E1ev s~own en 01ans C: ;- c, -_____ "'.L X \ i -T ,..• ---------T ,- SECTION A-A NOTE'S 1. See Stanoaro DrawmQ D· l 1 tor aa0111onal nom ana aeta1ls. 2. Concrete case snall be 56D-C-3250 3. All precas1 components snau be re,nforcea with 114" a,amet!r steel. wouna s111ra1t, an 4 ·· cente11. 4. All 1omts snail be set ,n Class C mortar. 5 Ma,n1a,n 1 1,'2"c1ear spacing between re,nforcmg ana surface unless otneiw,se natea. 6. Exoosea e09es 01 concrete snail be rounoee w,1n a raa,us ot 1 :2 ... LEGEND ON PLANS -·----~·-----------·· _,.,.,_,., ....... A198 z 6' 6' 6' ~- a· A.ooroveo I Da1e SAN DIEGO REGIONAL STANDARD DRAWING IHC'Oflffllt-.et: !" ''"ts•,~••::: •fG10-.•; s·•,o••':?~ ::::,.-1111 ··ti STORM DRAIN CLEANOUT -TYPE A DRAWING NUMB£ P. 0-9 I A199 I X ~ T f-------------· T \--_,_I i I i --r-~t1ca1 remtorcmg, 4@ 18".m~ j l homontal reintorcmg, see 1ao1e. r :__~, ,,,.."""=""a' Ir """ I ~ .-------------..--J 2" Tvpical __J l-. TYPICAL BOX SECTION I I 10" .1 ;-:_l_ 14·· ; l ~--=1 =ft 3/4" e s1ee1 bars, \ hot dipped galvanized -· STEP DETAIL NOTES 1. Concrete snail be 560-C-3250 umess 01nerw1se notea. BOX SECTION REINFORCEMENT MAXIMUM SPAN DEPTH THICK· IHOR. E, FLR. X or Y V NESS T REINF 3' . 0" tn 4 · . O" 6'• ' 4 @. 16 .. 4'. 1" to 7' -O" 4' · O" 6" , 4 @ 12" 1· . , .. to s· . o·· 6" • , @ 8 .. 3' . O" to 4' • O" 6" • 4 @ 18" 4' . I" 1,---:;........,_.;;...;:.-;.::.. ... 4'. 1" to s·. O" 10 6" " 4 @. 12" I s·. ,.. to s· . G" a·. 0.. f" 1 F , c. e--! 6' . 1 .. to 8' . 0'" 6" ; 4 @ 6" 3· . O" to 4· -o·· 8• . 1.. 6" • 4 @ 15" 1 4•. ,.. 10 s·. O" 10 B" 11 4 @ 12 .. s· · 1" to 6' · O" 12 •. O" 1-,__::.8_··_,_• .. · ..;4....:;,;@_.,::8..,"~ 6' · 1" to s· · O" 8" ; 4 @. 6" ! 3' -O" 10 4' · O" I 6" • 4 @ 12" I 4'. 1" 10 5· · O" i2' · 1" -__,a._·_· _....,•_4;;..,;@:;.r.~t2~· .... · s· · 1" 10 6' · O" I to S" I ; 4 @ 8" I 6' · 1" to 7' · O" 16" -O" ,.___,E_._. _1..,, -•-'-~ ... c..----~~ 7' . , .. to s· . O" i 8" • 5 @ 8" I 3· . O" to 4 · • O" ! 8.. ! • 4 @ i 2" 1 4'. , .. s·. , .. s· . , .. 7' . , .. 3' · O" 4'. , .. s·. 1" 6'. , .. 7' • 1u to :·. O" 15·. 1'" ,_.....,1.;;.o·_·_...,.•_,~@ ...... 1.::.2_ .. _1 to 5· . O" to 10" • 4 @ 8" I to T · O" 20' -O" 1---1 ... 0_ .. _.;_,,•_4 __ @~.::,6_" .... to a· . O" 1 a--• s @ e" ! to 4' • O" 8" • 4 @· 12" to 5' · O" 20' -1" ___ 1..,o ..... _.....,,._4"'-'@.._.;..::12 ... " .. to 6' -O" I to 10" • 4 @ s·· tc 7' . O" 1 24 • . O" 1---1..,0 ..... _ ... 1 _•_4_@,..· ....,.s_·.., to 8' . O" 12" I • 5 @ 8" 2. Rernforc1ng steel shall comp1v w1tn this arawmg unless otnerw1se s11ec1fied. 3. Reinforcing steel shall be tntermeo1ate grade aetormeli bars coniormmg to latest ASTM s11ec1iicat1ons. 4. Bends shall be in accoraance with latest ACI code. 5. Minimum spuce length tor remiorcrng snail be 30 diameters. 6. Floor shJII have a wood trowel finish ana. exceot wnere usell as junction boxes, snail have a minimum slope ot 1" per toot toward the outlet. 7. Depth V 1s measured from tne too oi the structure to the flowirne at the box. 8. Wall thickness and reinforcing steel reau1red mav be decreased m accordance with taote aoove 9. Wall thickness shall be steopea on tne outside of the box. 10. When tne structure death V exceeas 4'. steps shall be cast into the wall at 15 inch intervais tram 1 S" above floor to within 17 inches of toP of structure Where possible place steas in wall without 01pe opening, otherwise over ooenrng of smallest diameter. 11. Alternate step mav be an approvea steei remforcea po1ypropylene step. , I I I I I I I I I I I I t---r--,--------~----11 ilev,s,on Bv Aoarovea Date SAN DIEGO REGIONAL STANDARD DRAWING INLETS AND CLEANOUTS flfCOMMf'-0£~ !• twt s•, orEc.c R(GIO .. .t.1. S'TAN.OAAO! COMlll"TT(! a.r:../; ._.,~ C.c.;roi111tt· Fi: i 196(. .._ _ _._..1.-_--4-_.1.-. ____ N_O_T_E_S_A_N_D_. D_E_T_A_l_L s ____ ..i.--_~~-~w_a~_iG __ D_-_11 __ 1 I I , I I I I I I le I I I I I I I ,. I 1112·:1·· 3• i t I I t 4 ! j t·._ ./ . I. ~-/ L 112• • Ancnor bar @ 3• o.c. max. o· NOTES: 10· Jta· a· : / 4"'ll 3"x 3/8" 1W 1 ~3 t/2" Radius0 . . .o 0 q 0 a 0 t. Face ang1e snall be cast into struaure canunuous for the tull length •L•. 2. All u11ose11 metal oam to oe not-1i11111111 galvanized after t1bricat1on. 3. When cure ,ntet ooen1ng ne1ght (H) exceells s• install 1", steel protecnon bar. H d "I -· .c:· .; ..c: .Cl ; .. c. ~I .. , ~i ii ..c:: 3:\ : I ---~-~ ~! -QI ' A200 4. Install a11dit1anai bars at 3 112• clur s11ac:mg above first bar wnen 0111n1ng exceeas 13". •tCOMMfllfOtD IY TM( SAIII OtEGO .IIEGIOJll&l SlAJillOAIIIOS C0111M1nu ,:!,;.!_,/; r~.,.. v"Zc •~"1 " · · ... l :"!C~ .:.. • DRAWING NUMBER D-12 SEE SDD-100 5. When cure inlet aoenmg iengtn exceeas 8' install 1" hte■I support baits, spaceo at not more tnan 5· o.c. SAN DIEGO REGIONAL STANDARD DRAWING CURB INLET OPENING Revts1on I .Bv I A1111rove11 I Cate Angle :t'C:: 0 .$ '7.. 7-, Note3 l1l'PI 11!.S 111.1-i. Angle 1--v-1 1ff /5 I 10-n. I I I I Punch I" hale in CSP • Place pipe so txrs of '-~~~,,,. grate wiil be parallel with main surface flow Join1o CS NOTES SECTION A-A TYPE A nlet pipe ock weld 1811 of 1~• heat· treated chain to frame and cover (See Note 5 ) ¾" Rivets, Spot Weld or Tade Weld at Va points or better DETA~L 11~1 1. All components shall be galvanized. 2. Inlet and outlet pipa shall be sat at factory and positioned as shown on plans. 3. Ladders and Steos: None l'IIIUired wi11111 •w is J' .a-or less. SEE DETAIL.'~ EE OETAIL11B" A201 (See Section A·A for bottom design) SECTION C-C TYPE B DETAIL "8" ©-¾" Rivets, Spot Weld or I I I I I I I I I I Where ·H• is be~ l'-S'" and 4•.11• placa one st■o +16" allow the ti oar. If ·H• is 5' .zy" or more illfflll a ladder placing the lawwt runq 1 S'" abOVI th■ floor and the high■st rung not mare than 14• below tao of inlet. Place single st111 or ladder in WIil without wall openinq. ----------------i 1~;~:.~!: :: better I SECTION F-F 4. See Standard Drawing 0-17 far additional details. 5. Grat■ to be provid■d Wft8II soecifi■d. 6. Grata detail shall be as shown on drawing 0-17 unless otherwis■ aooro111d bv A91ncv. RICO-ttOID IY TMI SAIi DllGD a11111-. ST-• CO-ffll tlll.l~~ .Ju:.,~ C-.i111tlllll,IIQf ~ C.t : 'JIOi ""'" DRAWING NUMBER D-16 SAN OIEGO REGIONAL STANDARD ORAWING CORRUGATED STEEL PIPE INLETS TYPES A AND B Rl'lision Sv AoorDIIIKI NattS 0. .s I I I f I I I I I I le I I I I I I I .. I --Ancnor ~ ~-------•, -• 4 oar1 cantrnuous _, /'. 'i'"" ' I ! --.., ""T1 A A j 11~---!.!.;;--1-----------":--~.::.. L -----=~ij,. --;;;r--11'1 '· i ' i ll1ii ;~I : \ l=i -1 -DiL!L..L _______ •---~I -, : jp i /I /, I q:l \ ..,, AncnorJ I I _J .L Monoiltn1c .. ----=~-:. ! ! , '...J' I ! q , I ~ ---=------------•·----·~, l~~--~~------------~--i Gutter I : 1 ii4 x 3· _--.; • j I \ ;,_ __ ..;.., ____ ....;;.D_,m;.;;e;.;;n.;_sr.;_on_s_s_n_0w_n_o_n_o_1a_ns ___ 1 ____ . -Curb Line PLAN ~B S A D I Elev. snown r •4 @ 3" c.c. I ee ncnar em --an p1ans ,_., ,,-Manno1e trame and cover. see araw,ng M-2 / 'r 4" m,n. r #4 @ 6 .. c.::. \ ,/ , ,-_114 @ 3" C.C. tout 4 / + , . / 'i-~=====~:==;::~5~/.-=.,,,,,---. ~ ======~-:-,,--.:.. __ -__ ~: .".2,8_• ,!_1..J' Sil.!11;;.;;-· ---.-,-=------~ ! l ------------------•---,--...:.'*;._•~-\~: :--:-~ i -6··-;., i-::::---ii~ .., ~ ~-11··--=J!-:1~ 8 For canstrucuan tnrouah --· \ existing curn-Eximng Guner , For all new canstrucuan-J Monoiitt11c Gutter SECTION A-A 3"x 3" Construc:,on Jornt ) /-114 @ 6" C.C. .-f~ !: ""~ \ ;!; c:-;-;//\ i-,li 1 ...... ----2·· ,' -' :>f"'t L·-... ,,._-=-ii,--, -_ ~:"\i J-•~-T-& • -~ -~ .. ~ ... ' 3 •4 =-, .. O" -l 1 -.....a ... -·•1....,._ ... SECTION B-B NOTES 1. Concrete snail be S60-C-3250 2. D=rns10e 01ameter oi 01pp or deotn of cnannei. 3. Secuon to ce s100ea lateraiiv w1tn top con1ormrng 10 tne graces of tne exisung s,oewalk ana curo. 4 Manhole trame ana cover mav be oeieted with ooen cnannel. .L Full Weld\ \-:: I :, UI • 5 bar~ ·, ! I ~----;:_ ,... • • ',-ls . Cr leg at 900 _...- 10.. '\ ' \ 2 112·. 2-. 1/4"x 4•.o· Gaiv1mzea Steel Angie - ANCHOR DETAIL A202 5. TroMi t1n1sn too suriace and reoroauce markings oi existing s1oewalk ana curb. LEGEND ON PLANS 6. Trowel iin1sn hoer of outlet. Aooro.eo I Date SAN DIEGO REGIONAL STANDARD DRAWING CURB OUTLE"f -TYPE A AECOM•f .. OEC I• !ti1t S.&lit J•f.:: IIEC.1010,L $TAllilOA•OS :01ii111t1"TU DRAWING NUMBER 0-25 A-.--, • Sidewalk cuts per _____ :~~:L __ c= ________ /~--- "' A C :.:; ~ PLAN .. Cl. = cl: t :::. SECTION .;,;,-.: ,,. -Pi111 to ba finished flush with curb. utter -◄-. · .. •· . . :..· Ill •• • in existing curb and gutter. SECTION B-8 APPROVED DRAIN PIPE SIZES 3" 6" to 8" CURB FACE 4" 8" CURB FACE 6" 10" CURB FACE NOTES 1. Pipe shall be one continuous length from property line to curb line. 2. Multiple pipes to be set a minimum distance of D/2 apart. 3. Concrete shall be 520-C-2500 4. Pipe shall be circular asbestos cement, cast iron or rigid plastic. B .. C :.:; ~ .. ~ ·.&• • .·•·. ii C.I ~I B Gutter C ·e if .= I :I UI Drain shall not occupy the hatched area BLOCK CORNER I A203 ! -! I Revision Bv Approved Date SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN OIEGO REGIONAL STANDAAOS COMMITTEE Mod if. '?7:7. 8. ·BG SIDEWALK UNDERDRAIN PIPE tl&-/t7r~ ~ Coor•,....., RC E 19801 --..:=1 DRAWING NUMBER 0-27 I I f I I I I I I le I I I I I I I .. I A 2" :I B" ,_ __ ;.:.•'1 ____ __,E ___ _ U TYPE PLAN WING TYPE l.-.a ELEVATION SECTION A-A I ; u -. -. \ I i-, tQ M1 ,-1--! ! , i : l t ;.. r ,---._..,..,.... ... ' .. -- ' ~---:,-;-~ ... ' 2 "4 \ __,,;__,_ "'' . ~ , ..... _, , • . I - Alternate ,' II 4 @ 12" ·. :-• ;.. Y Oeta,1 C -' 1 · *_:_; 6 .. ~ SECTION B-8 I SINGLE P!F>E DOUBLE PIPE I DIA . DIMENSIONS I u TY?': 1w1NG TY?EI I U TY?E !WING TYP!=l OF ,· ICONC1Sl'EEUCONC!Sie:Li I CDNC:s.EELic□Nrn, :.E~! PIPf L E F W !C.Y.i~BS.IC Y:L9S.I W IC.Y.:LSS.IC.Y.!LSS.I I :a--,,·11.a·" "'3" ~:·101,nz-.a .. 10.ss; :is 10.s:i; ~J •= .. 10.sz, 5310.so1 5, 1 24" 13'-1718"' :·g" '2',71'2 .. 12'-6"10.791 4710.931 50 !~jll.22! 7311.36, 861 JO" 4J5,8"'2'3" J'-~\.2",3'·0"11.0Si 71 :,291 35 J:!;11.66i1091192ii231 TY 14-~l: 2 .. 2'-3" ~··1 ~ Z"\3"·0"! i 33. 30 1 ~ 53! ;~~ !<=I 2.~3 l !36 j 2.55'. i5i. j NOTES: 1. Concrete snau oe 560-C-3250 2. !:xoosec corners to ae cnamterec 314". 3. Mult101e 01Des to ae set a distance at 0/2. w11n a I· m1n1mum cerween auts1oe 01ameters at pipes. ~-Top oi neaaw111 snail be 01acea a00r0x1mate1v parailel to protile grace wnen tne grace 1s 3% or more. 5. Skewed 111Des: Dimension W to be increased ,n w,atn or length aue to suw or mu1up1e p1pll$. 5. For DID! wau 1n1citness greater than J" use a11ernate Oeta1i-C. WING WALL REINFORCING A204 (i :,1\. ' I ' I I , , ALT. DETAIL C LEGEND ON PLANS __ (( --~ ~H'J111 .. ,111oto eT " .. f s.1.1111 ~1tc0 afG<QJIA\. ST.UQA■QS ,:~11111tTTE( DRAWING l\jUMBER D-34 SAN DIEGO REGIONAL STANDARD DRAWING WING AND U TYPE HEADWALLS FOR 12" TO 36" PIPES Rev1Ston I Bv j Aooroveo i Date Cone. it ???. 8. :5-~ I A205 I • • -t' I I I ! ; Q I i-, I -, ~ i ! ~I :: I I ' -' ..... ... :,; ~ I ~ i Q ,.;; ' .. ' '-' ,= ~ i ' ' ' ♦ :,. ~, j t Trench Width ""'' = ! ''" I i I I I ,---Pipe 0.0. ' t 8" min ~ I I ~! .. ' !/:' .,, ~i C, Q I .i I ~I ... ' .. .. : • I C. • ~- Q; • .. ::& .. 1· inven elevation ,.;:; ""'' .; g1 = ci: ' ' ' ' t :...._ 4 .. clearance tmini SECTION NOTES 1 i'or trencn,ng on ,mcrovea streets see Stanaara Oraw,nq G-24 or G-25 tor resurtacmq oe1a11s. 2. 1•1 ,na1caces m,n,mum re,auve camoact,on. afca111 .. f ... OEC a• , .. f ),u,. :1tcc •Ec,0111.a._ iT.a. .. oa•os -:o.,••nH .!.:_. , ,.:-.,~ • ~ ~·t ,--.--:-:--:--...,..-- DRAWING NUMBER D-60 SAN DIEGO REGIONAL STANDARD DRAWING PIPE BEDDING AND TRENCH BACKFILL FOR STORM DRAINS Rev,sron I Bv I Aocirovea I Date Reference (1l'P ,+Ce, 110,f~ Comoac. I~::, 7/'t.~ i5-/'- I , I I I I I I ,, 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 A206 Face of drainage structure Face of drainage structure Face at drainage structure Concrete pipe Concrete pipe Concrete 010e Revmon Note R BELL END SPIGOT END CUT END R s Thickness of pipe Face oi ora1nage structure NOTE The rounded areas mav be built uo of cement mortar or poured m p1aa with the aramage structure. Corrugatea stee1 01ce \ Appr0111d Date .0 5 . ..,. ) R- R s Inside diameter of pipe SAN DIEGO REGIONAL STANDARD DRAWING ROUNDED PIPE ENDS IN DRAINAGE STRUCTURES 10 •tCD■■lNOlD IY TME SAN CIEGC IIIEGIO.&L. STAIID&•DS cn•••nH {14../~ ~~ .:,-.£<. !~75 i;w...,.., AC l 1,eo1 ba1• DRAWING D-61 NUMBER ' A l Lt-+--+---♦---!-~--~'l"7"------·----1-- PLAN SKEWED CONNECTION SECTION A-A NOTES 1. The end of connecting pipe shall not project into the waterway of the larger pipe. 2. The larger pipe shall not be less than 24" Lei. 3. The smaller pipe shall not ba more than 2/3 tha size of the larger pipe. 4. Concrete shall ba 470 • C • 2000. 1 ..... ---... --------- --~.....,,, U.., mi, PLAN SECTION B-8 LEGEND ON PLANS Revision Bv Approved Data SAN DIEGO REGIONAL STANDARD DRAWING RECOIIIIENOED IY TME SAN DIEGO REGIDNA~ STANDARDS COIIIIITTEE CONCRETE LUG (74,./t? ~/! -R.C.L 19801 DRAWING NUMBER D-63 I I I , I I I I I I It I I I I I I I .. I A208 irr----------------~-r-Arm Length a· max -.c "" ·;; ::i:: I =~ t ...w_ ... -..... ------W: DIRECT BURIAL FOUNDATION POLE MOUNTING HEIGHT· HEIGHT 25' ± 2' 27' ± 1' 28' ± 2' 30' :t 1' 23' -O" 26' -9" 26' -6" 30' -O" Revision Bv Approved Oate Table 77! .IJ. 5-8(; NA? LAMP SIZE (WAml 170 M.V. 100 H.P.S. 90 L.P.S. 400 M.V. 250 H.P.S. 180 L.P.S. 70 H.P.S. 150 H.P.S. Curb Over~an~ 1' min~ Lumina1rel- 1 ---__;;::.... ____ --i 560 · C • 3250 P.C.C. Anchor base square or round, add 1' to each dimension for loose soil or soft day conditions. Finished Grade Anchor bolts must not protrude. Light Standard ----it iA .. • • .. .L ::--~ -a, ·;; ::i:: "' .5 c = "' :E '• . ·, I 2' -6" I . • .. ! .... ! ANCHOR BASE FOUNDATION ·• Anchor Baits (4 req.) 1"x36"x4" hook. galvanized. Use two leveling nu ts with washers (all galv.) on each bolt. SAN DIEGO REGIONAL STANDARD DRAWING AECOIIIIENOEQ BY THE SAN OIEGO AEGIONA~ ST ANOAIIOS COMMITTEE STREET LIGHTING STANDARD- C!L/d~ .,J-u:.. 1¥15 Coarct1Nf0f R.C.£. 19801 0Jalt DRAWING 1 NUMBER E- I r--------------------------------......;,A.:.:2:.;.09. I DIRECT BURIAL FOUNDATION S110atail A .. ~-· ·•. ~--.=: ... :•~.:• I I I I I I I # 8 capper wire grounded to pole steel with lug ~~. ~ ... -~---~~;¼ STEEL CONDUIT NON-METALLIC CONDUIT ANCHOR BASE FOUNDATION © 3/4•x 8' copper caventd stnl ground rad. @ Alternate Ground: 15' no. 4 bare stranaad copper wire, coiled. (D Approved nan-metallic conduit. © Steel conduit. DETAIL A •ECOMlltllHD IY TME $All DIEGO •£GIOIIM. STAIIOARUS COMIIITTH tT4../d~ ~.m$ C:--R.C.L 19181 J• DRAWING E 2 NUMBER • SAN DIEGO REGIONAL STANDARD DRAWING Revision 8v Approved Oate GROUNDING OF CONCRETE LIGHTING STANDARDS , I I I I 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 -·= 2" Weakened Plane Joint .. •.: ..•. ... : : •. . ,, .. . . ' ... f..~ ... ·.>_.":_·~_.:_· •_=_•._:._:._. ______ ..:;:w~ _____ ... _:_:._~ _·:·_·_· . ...,-1 L,n- TYPE G & H CURB TYPE I w • AREA SQ. FT. A210 G 124"1 1.34 I H 130" 1.61 • witll 6" Curb Faca NOTES: 1. Cancnna shall b1 520-C•250D. 2. See Standard Or.lWlng G-10 far joint details. 3. S10111 tap at curt:1 1 /4" par foot toward strett. LEGEND ON PLANS AECOllllfltOU IY rME SAN OIEGD AEGlOIIA~ ST 4NDAAOS COMMITTEE SAN DIEGO REGIONAL STANDARD DRAWING Revision Cone. Bv I Aoorovea I O ate tm.e. !~I {Ut./~ ~... .J-u:.. ,~,~ Nate 3 Co.,..,...• ,:i C E.. : ':101 ~•" DRAWING G-2 NUMBER CURB AND GUTTER -COMBINED TYPE A-SECTION Height s ... a ... or 9" as indiccted -i 6,. f-on plcns ~~ 2H + 6.. I ·1 TYPE C-SEC110N 4" 13" TIPE B-SEC1lON TYPE D-SEC1lON . I ,· I R=l" ·1, R=l~-.L _L~ (Level I, ,·-a· . / R=1· ~ R=1" ~ Una~ r-1 ,•_4.. . ~ . I 2·-2· ---~I TYPE E-SEC110N Slope end of dike 1: 1 when not joining other improvements TYPE F-SEC110N APPROX. DIKE QUANTITIES I TYPE TONS/UN. FT. A 0.0250 ALL TIPES -SIOE Vial NOTES: 8 C-6" c-a· C-9" 0.0.375 0.0J75 0.058.3 0.0702 1. Dike is to be placed on a minim4m 2" of A.C. road surfacing, extending throughout the width of the dike. 2. AR-8000 grade asphalt to be used for all dikes. D E F 0.0062 0.0407 0.062.3 3. A.C. dikes may be shaped and compacted with on extrusion machine or other equipment capable of shaping and compacting the material to the required cross :section. Revision Type e: SAN DIEGO REGIONAL STANDARD DRAWING vpeF DIKES -ASPHALT CONCRETE LEGEND ON PLANS Type A Dike RECOMIIENOED 8Y TME SAN OIEGO REGIONAL ST ANOARDS COMMITTEE att../tl ;--~ .ru:.. Coo, ... mr A C.E. 19181 J• DRAWING G 5 NUMBER - I I I I I f I I I I I I le I I I I I I I .. I . ... !O:· .\~·-::~.:·: ... 1--9" .I B-1 AREA • 0. 79 SO.FT. . s ~ ... J 5'" 3 1/2" B-3 AREA • 0.29 SO.FT. NOTES 2" Weakened Plan, Joint 1 Top of f Pawment ;... - Z" Wanned Plan, Joint 1. Concnt1 snail be 520-C-2500. 2. Set Standard OrawifllJ G-1 D for joint details. ! ::; -= ; c~ 5" 4" .:- ~1\t. I • • = ::. = ~ 0 15" 24'" 8-2 AREA • 1.29 SQ.FT • :! ::. -e :, 5 .. u 1r B-4 AREA • 0.35 SO.FT. 2" Weakened Plant Joint LEGEND ON PLANS 3. Extrudld type B-3 curtl shall b1 anchored to existinq pa1111111nt by placing stlll dowats and reinforcing stlll as shown or by usiRIJ an approwd adhaiw. Typ1 B-2 Curb and Gutter •tCOMMIIIDIQ IV fMt SAIi OlfGU ~IDIONAL ST ..... o.-as COIOMITIU t/4./ t1 ,:;..,(.../ iJL:.. 1'1!! Cw1mtmac1t it r: £ :9aoi w1tt DRAWING G-6 NUMBER SAN DIEGO REGIONAL STANDARD DRAWING CURBS AND GUTTER -MEDIANS Type B-1. B-3, B-4 Curb Revision Bv Aparoved Nata 1 ~ P. :S Cone. J1e4. I A212 Date i'. 74, ~-tt; A213 varies Width as shown on plan • i 1/2" R I . 1 Weakened Plana Joint ,---I I I ______ __) I I I I I I I I I -----------------I ------.. NON-CONTIGUOUS Width as shown on plan 1/2" R 1/2" R -1/4,. par ft. ,,.--.............. ~: .. ···•· -"' ----I ~--•:. I ll~~--.. t,,_-~ .. ::,,;-.·.:..---~~------f----------:- ' I ,.___ I : __________ .,,1 I I I I '--I ------------I ---------.l NOTES 1. Concrete shall be 520-C·ZSDO. Weakened Plane Joint CONTIGUOUS 2. See Standard O rawing G-9 and G-10 for -joint details. SAN DIEGO REGIONAL STANDARD DRAWING SIDEWALK -TYPICAL SECTIONS LEGEND ON PLANS : ·• ·::: ~-. RECOMMENDED BY THE SAN OIEGO REGIONAL ST ANDAROS COMIIITTU CUt-1 (1 j,"_,t...,,4 Ca-•• R C.E. 19801 DRAWING NUMBER I I I -i I~ I I I , I I I I I I le I I I I I I I .. I Mid Point at Curb Return P.C.R. .. · . . . ·- ca ·•.·-: ... -----+ .. . ~. + a ... .. . NOTES 1. Expansion Joints ---at curb returns, adjacent to structures and at 45' intervals. (See Standard Drawing G-IOl. 2. Weakened Plane Joints---at mid point of, curb return, when required, and at 15' intervals from P.C.R.'s (See Standard Drawing G-10). 3. 1/4" grooves ---with 1/4" radius edges at 5' intervals. Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING Note 4 717.5. 5~l¼ SIDEWALK JOINT LOCATIONS A214 RfCDMMfND£0 av IH! SAN OlfGU REGIONAL $TANOARDS CUMMIITFE .lit../.;'"~ -"'-~-~.,~ C1n,uhu11m R C f 19801 O.u .. DRAWING NUMBER G-9 t .. ,I···-·:..::.- Expansion Joint fmer material 1/8" R ·~:.: ·-·.. 0 • .: .. ~-> . :-~ ... "'. ... · : . :.-'}I ___j I-1 /2" (PaYtmentl 3/8" (Sidewalkl EXPANSION JOINT Preformed Joint filler WEAKENED PLANE JOINT GUTTER AND PAVEMENT 1/8" R /_:;?f. ',.;·~·-.. ~'ii. :i(;·•.;,t?-' ..... ·:· ·:;t:~~ fo·_~L·::~ .... ~>:~--~-~~. ~~-:~: . .-~ ...... _ ~. · .. !::.::j;I L # 4 x 22" Smooth bar x JO" C.C. CONTACT JOINT 1/8" R ♦ •••• , ::.:..·--·t··-•.-. ··-··· "4·•·-·.·.·· }' ,).~~ : •·· . ·i-.., ... ~{ }· · .. -. ... -. -·: ---·2 . __j f-1/8" ..... •.· -~ ~---~-.;.~~:: ,.: -~ :' .:.-. : .......• -.. .;,.-~ ·.:.· :~{ f.~/~--. 1/8" R WEAKENED PLANE JOINT CURB AND SIDEWALK •-:,. ... ;;~:'-,{-. .... ~:~ ~ .. --:-.. 1 --l ~15/8" AECOMMINOEO IY !HE SAN OIEGO REGIONAL STAIIDAROS COMMtfTH au../~~-.J-u:. If?~ Coo,....., A C.&.. l'JIOJ J••• DRAWING NUMBER G-10 KEYED JOINT SAN DIEGO REGIONAL STANDARD DRAWING Rev1s1on Bv Aoproved Radius ~ o s Notations CONCRETE JOINT DETAILS A215 I I I I I I I I I I I I I I r I I I I I I le I I I I I I I .. I A216 Existing Score Mark Area to be removed SIDEWALK PLAN Existing Score Mark ~-t/' ~:,.-r·· j I Area to be removed SIDEWALK SECTION 5' or from joint to joint in panel whichever is fess. 30" Min. from existing ioint or edgs of curb Existing Joint or Edge I a Curb Line Gutter Line t ! CURB PLAN c,j Area to be r!moved , 5' (Min.} ~U··.· ....... ,·; • ... ·,. 1· .. ,·'' .,_· :-. S·· ..... I :~, 5' Min. from existing joint _i or edge of pavement 1 ~Existing Joint or Edge ... ~-~L-->; ,. --_'l .\1n PAVEMENT SECTION NOTE t•: 1 1/2" ·:;· . .-_ ..... ) •·:min .~· .. .J,,. Portlano cement concrete · ~-·. l . ~~~ Cut to ho "=wd t.:_°.'.·.~i. . ,;:.:t ,........___ ...... _._._. · ... • ....... · 'Mien distance from. "Area to be removed", to existing joint, edge or store mark is less than minimum shown, "Area to be removed" shall be extended to that joint, edge or score mark. SECTION Showing Cut Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING AECOMMENOEO SY THE SAN OIEGO REGIONAL STANOAAOS COMMITTEE Pvmt.mm. Notes PORTLAND CEMENT CONCRETE CURB, GUTTER, SIDEWALi{ AND PAVEMENT REMOVAL AND REPLACEMENT att./<7 ~ .J-u:.. 11'75 Coo,dlnM• A.C.E. 19807 O•r• DRAWING NUMBER G-11 PLAN Contact Joints per Standard Drawing G-10 when separate POUi'$ are made 10' unless othllt'Wisl shown on plan 5~" 1/2" R typical -::,. _1 __ 1_]..z.i __ 1-L-:-,:·tt:.'::1~:.s __ ;= __ "=_=_t'-=_=_=,_·:;55%£:dt;;:::/;~/;~/i'·-,--~To::P at Paving I __ ....._~, ,1..../ ..:..' ....:-..:.. I \_ Base material as shown on plans SECTION A-A NOTES: 1 . Concrete shall be 560-C,3250. 2. ------------=Weakened plane jointS. LEGEND ON PLANS 3. ------:Typical tlowlines. 4. o =Elevations 10 be shown an plans. 5. Return segments to be 5½" thick. A217 I I , I I I I I I I I I I I 6. Curb between P.C.R.s snau be co11S1derea as ~ r===:-::-::--::-=::-T--P-•rt_o_f _cr_oss_gu_1_te_,. __ ~-------------r""'.:'""---r-~-----ll •ECOltltfNOED SY TNE SAIII Ol!GO A!GIONAL STAII000S COMMITTEE SAN DIEGO REGIONAL STANDARD DRAWING ~-~-; <"~,,. -ru::. -~71 i: .... ,,u,-JU., ""r ( . , • .,, .: .. ,. DRAWING NUMBER G-12 CROSS GUTTER I I I f I I I I I I le I I I I I I I .. I Non-contiguous Sidewalk --"I Limit of driveway non-contiguous sidawaik --::::::._ curb line I i \ 3• • o-· I .. -.. ,. . :.~;. ~-. ;,·:. a ptionai Canract Joint .,.·. PLAN Driveway Curb Ooening Driveway width lhawn on plans Oeoressad Curb Bottom ot Curb ELEVAT'ION NOTES 1. No concrete shall be placed until forms and subgraae are insaected by the Agency. 2. Concnna shall be 520-C-2500. 3. See standard drawings G-15 and G-16 for width and location reouiremena. 4. Driveway ramp to extend to 10 feet from curb face or to prooerty line whichever is less.. t For commen:1al driveways onlyl 5. Seti Standard Drawings G-2 and G-10 for curb and joint details. ProoertV Line Limit of driveway far no sidewalk or contiguous sidewalk. 3' • O" I 12" R 0(typ.) LEGEND ON PLANS -+-+-q_ of_ Residential (Commerc1aO Driveway A218 AECOMMENOEO SY TME SAN Olf.GQ SAN DIEGO REGIONAL STANDARD DRAWING Revision I Bv Aoaroved Date REGIONAl STANDAAOS COMMITTEE Thi~kness / OS 7_7--, a4../Cl~ .J-u:.. 1"15 Thicltness fl(.~ 6-!'Z C...-o.c.E. 1911GI a.ltl CONCRETE DRIVEWAYS Cone. -;,re. /<J·8Z DRAWING G-14 Limiu ?XLJ 5-86 NUMBER Notations J r-f 7.8~ Revision Bv 561J.C·3250 Concrete Existing P.C.C. Pavement Existing A.C. and basa 0 TYPE-C GENERAL NOTES I, .5 e t 0 TYPE-0 1. Existing A.C. shall be cut and remOVl!d in such a manner so as not to tear, bulge or displace adjacent pavemenL Edges shall he clean and vertical. All cuts shall be parallel or perpendicular to stn■t centerlin■, when practical. 2. Sloughing of trench under pav■ment shall be cause for requiring additional pavement and bas■• NOTES TYPE-C 560.C-3250 7 1. Concret■ shall be colored black where required to match existing pavement. Method to be specified by Agency, 2. Minimum concrete thickness: Alleys and local residential stmt------5 inches Major streets and highway·--------7 inches Trench resurfacing in P.C.C. pavament shall have th■ above minimum thickneu or match the existing concrete thicknllSI plus one inch whichever is greater. NOTES TYPE-0 1. A.C. shall be hot plant mix. 2. A tack coat of asphaltic emulsion or paving asphalt shall be applied to the existing A.C. at all contact surfaces and to the pontand concrete prior to placing the new A.C. 3. A.C. resurfacing shall be seal coated with an emulsified asphalt and covered with sand. Chip sealing shall be applied as required by Agency. Date SAN DIEGO REGIONAL STANDARD DRAWING TRENCH RESURFACING TYPES C & D AECOIIIIHOED SY THE SAN DIEGO REGIONAL STANDARDS COIIIIITTEE Co-• A C.E. 19801 DRAWING NUMBER I I I I I 1· I I I , I I I I I I le I I I I I I I .. I Revision Note 3 DETAIL NOTES finished surfaca MANHOLE COVER FRAME CAST IRON WT. 175 LB. 26 1/2" dia. 24 1/2" dia. 22" dia. -----3';-R- 23 3/4" dia. • I 2' · 6 3/4" dia. A220 1/4" finished surface ~ .;; ._,.___ 24" dia. --I ;;: J_ ·------1 - 1/4"7={ =r I I 3/4"! 13 ~'!1 \3£4" 114 I ,··--f---'I 23 1/2" dia. 1-.1/4" MANHOLE COVER CAST I RON WT. 155 LB. ® 1. Frame and cover shall be cast iron. FOR Sewer Projects MARK Sewer Storm □rain Water 2. Weights: Frame 175 lbs. Cover 155 lbs. 3. Imported covers and frames shall have the country of origin marking in compliance with federal regulations. Storm □rain Projects Water Projects Date 1·SS SAN DIEGO REGIONAL STANDARD DRAWING 24" MANHOLE FRAME AND COVER HEAVY DUTY RECQMMENOEO av THE SAN OIECO REGIONAL STANOAROS COMMITTEE t1l,t../ (/ ;,,_,:,_,J? ,{J-"• l'f7$ Coo,_. .. ,_ R.C.E. 19801 DRAWING NUMBER o.,. M-1 Revision Frwv loc. STREET LOCATIONS I ~ ,~; .. ~ I-., I i i .I I I I I I I I I I I I I I■ I■ •I ■I •I i+ _. __ _._. __ ._ +, • ·,+ ... •I I~ I I I I I I I I I I I I I I. , I I I I I I I I I I I ■I . ., 0 I I Traffic stripe-:) t - Marker DETAIL NOTES: ... "' II • .s g -.::, w • _. ~ .. ... C: .. C QI ~ .. -.::, :;; = f .. = :I: .c en FREEWAY LOCATION MARKERS -Shall be blue 2-way stimsonite lifelite 88AB or equal. ADHESIVE -An ample amount of two part ( A&B ) epoxy or equal. SURFACES -Clean and dry prior to installation per manufacturer's recommendations. Install markers with reflective surfaces facing oncoming vehicles and offset 2" from lane lines toward fire hydrant. A221 1. Fire Department will provide location(sl for all markers in PRD's, Commercial Lots and other areas outside of Public Right of Way. LEGEND ON PLANS 2. Markers must be installed at all new and relocated hydrants and within all resurfacing projects. 3. For streets without lane lines or streets with raised pavement markers and no painted lane lines, install markers s·• from centerline or existing markers. Marker ■ Fire Hydrant ? A11proved Date SAN DIEGO REGIONAL STANDARD DRAWING FIRE HYDRANT MARKERS DRAWING NUMBER M-19 I I I I I I I I I I I , I I I I I I It I I I I I I I •• I l'\.M AT IND o, IWIDIIAIL I ---1 1 jPOST SHAL.L. 8£ CENTE"EO --~IN STAIR T1'EAO. SEE STO. A222 2·-10· HANDIIAIL IIIACXET jOltAWlNG M-?• FOR STAUIS. ffUXNI DETAILS ~-------,• MAX. --------ei ·-114"11 1;.• _________ ....,__ -,.--;;;-. STD.M --I --= = -r. = ____ _J _.....__ -----c----~ --------'---------------A" -r I I ' .. I I II I I L.J IIAILlNf mil U U I. 1/4• 11:XNN!ION JTS. AT •••· CT1tS. 2. ftl.O &1110 G1t1NO SMOOTH &L.L. ccNNt:c,ioNs. ,.,,.. 1u1o•o•1o11. ,osT TYf'I 1 AL.L. IIAIL.ING TO • HOT 01-.t:O GALVANtZEO __ ._ ==":.:;"=.: -- Al'Ttlt ,aa111CATION. 4 Plflf: TO at: SEAML.l[SS STF'U. ,..,,. .a.':IJ,GAAOt 8 RECDIIIIEMDED 8Y TME SAM OIEGD REGIONA~ STAOIQAaos CO-TTU -4-:,.,~~ c-a .. DRAWING M 24 NUMBER • SAN DIEGO REGIONAL STANDARD DRAWING PEDESTRIAN PROTECTIVE RAILINGS DETAIL NO. 1 ----3"HOL.E MOUNitftt Ql!!ll.. POST SHAL.L. 8E GAOUT!'.0 IN Pl.ACE USING"POR-AOW'° GROUT, OA EOUAL.. Revision Bv Aoorovaa Date .. OSING IMIT 1104AT2 .. O.C:. Ell ,._ ____ OISTANC:E SHOWN ON Pl.AN-----...--• Handrail par Std. Dw1. M-24 NOTES: I. lflOOIII ll'lNISH ON Tl";ADS, TltOW(I.ID l"INSH ON Au. OTMCII IXi,tOSCD SUIIP'ACIS. Z. 1,14• SLON 0111 TMAOS l"OII OltAINAGt:. :s. LOCATt: HANOltAILS ON 80TH s10n. ,z• IIAOIUS PIIOYlO( CIM9 ON [ACH ---5101 WMl:N S~CIP'IIO ---- I I I,.,._ , __________________ ,_._.....__ --------···-------... l't------eo" WITHOUT 0.1118 ------- SECTION A-A I A223 I , I I I I I I I I I I •O. ♦ AT 12" 0.C. I r------,----------,----,--~ 1 Revision Bv Ap11raveo Date AECCMME .. DED IY TNf SAIi DIEGO AfGIONAl STAIIOAROS COMMITTEE b,~~l"W C1'1Wffllf'I ---a;;-- DRAWING SAN OIEGO REGIONAL STANOARO DRAWING CONCRETE STEPS NUMBER M-26 -----'---------L--L..L._~1 I I I f I I I I I I le I I I I I I I .. I A224 Trench Width -------..: /Ground Line Calder couplinq-Calder coupiinq , ,j_ No intermediate joints -----.. I i-,-,.,...., .. ,.,....,,-.1 I---!~---------·-------!,----+ \ ., .. ,, """''"' ho"" '""'"" ~, t NOTE 2• • O" sn note j P.V.1:. Sch. Bll pipe or an approved alternate B e •• .!! •• c:! ·e fa I . I I ' . : I / / / , _/ / ., / / !" L ....... , ~ ijsee nota I - -· ©--------,--Proposed Conduit I ---- TYPICAL SECTION For water line construction repair pipe shail extend to first joint beyond 2 ft. at both sides ot trench or ta a distance of 4 ft., whichever is less. Revision By Aoprowd Date SAN DIEGO REGIONAL STANDARD DRAWING HOUSE CONNECTION SEWER REPAIR UCOMIIENOEO SY T~E SAN DIEGO AEGIONA~ STANOAROS COIIIOITTEE (Ut../~ &.,/..,f' 4'".u:.1~5 -R.C.L 19 .. 1 □a .. DRAWING S-15 NUMBER .. = ~ A225_ TYPE *A1 WITH OR WITHOUT COMMERCIAL OR RESIDENTIAL SIDEWALK Curb or ~halt berm Meter Box Sidawelk Mater Sax Curb Meter Sox Sidewalk TYPE •A1, CONTIGUOUS SIDEWALK TYPE B NON-CONTIGUOUS SIDEWALK H--h;;;;:=========-~~~-, -~.,., s,n.., TYPE C NO CURB Slape down • Agency to determine alternate NOTE: Mater Sax ------=Road Surface Meter Box TYPE D NO CURB Meter boxes shall not be located within driveways. R1v1s1on By Aoorovao I Date Note O J<t. 7-88 SAN DIEGO REGIONAL STANDARD DRAWING METER BOX LOCATIONS RECO-D BY THE SAIi · OIEGO REGIONAi. STANDARDS COIIIIITTEE (,/4../ 121,_;_,4 .1;; C-~t.E. 19901 DRAWING NUMBER W-15 I I I I - u..., __ ........ ,-11 .. ., ,_ -· loceteil ....... ,., of ....... ., .. rr Io CASE A CASE 8 SECTION A-A Tepolll•• 1,.--4'~ ••....,.cw~ I~ .. ...: • ,..,_, • - 1.53"11, Moa. T] SECTION e-e .,.,,. ........ ·-.. ,..,.,.. 11a,.....,con ,~ ----L""' -------:fj4= .. _, ~ y.J SECTION C-C ------- CASE C tsi.ewet• leH -S' wide) :c· -1· ,.I -J> CASE D 12.5"1,, •••. •• cu,. Ctoltwolk CASE E -- SM Noll 10 ... l -- Pl .. 11"9 ArH CASE F SH Note I! SOI Noto 10 ___ 4_'_ ~ CASE G SN Noll I GROOVING DETAIL Fronl [ ... ol Sldl .. lk ---- Et-·e·1 ~-t:'E-i ~~w ........... ............. ,,., IIOJIES I. ~ =-=• ':"' -=• :..~ .:.:::..-:. ~=::.~ "'.:..,~.:~: := 7' or C o, _, lie widened ao la Cno D. 2. If aldowet• I• 1"1 •""• s• •IM, Ille fltN wldlllef •lie., ............ ..,_, --••Cna c. S. Al••lf••••• .. C-•.--=~ i;:,.::.oc::: b':.ce;~ ., , ... 4. -• ,.,.. •• lacofN i,, _.., ef -' ............ _,1 __ , ... _ ... al111ii.. lo Ille! -• Ille plM •• -•-t• _, .... ,, •. !I. If ,, .. Ii ... -•"''" .. __, .. ., ., .. ,., ,_ ·-'""!I"'• -... 1!cpe 'l!" di9tMC• • S IS.. CaN ti I. F« C..1 F_. I,""'...,..,_ porlioll of Ille ■1-lk -, -• lo lie ....., ........ -,.c ... 1. T. If lacatod OIi • Cu•" Ille 11doe ef IN ~~!;;:: ~ r=;· .tl, •:: 4•_ I. TIie loll•ra et ,,.;· ,..,, -I -• 112· "' o1 .,. 9. ,, ...... ,, and, ... , .. , ...... .-,~ ...... N HI. 10. TIie • ..,, lllell -• 12• •• ..... with 114• -II _..._.tot, ~•.c. '".._.,, • ..,,_ TIii --··-""'" -· -----·-l1atw1 ,.......,. 1111111 lhe twr-4i .. ••dow•I• .,..,, -• locotod lo t""• •'cw•,., • .._ ....................... -.... ... At•••• It ollall lie •I"" ia • ...... . bone ,.,,.,. "''~ ',4 .,_ _ __, I Vz' ··•-SH .......... ii. -'"°"Id N •Ii ..... po•ollel le_ ..... 1lrlpH le dlrocl blin4 ..... ,;_ .,._ -····· .... -,. 12. "-....... _ .......... ., ,_ • _,;.,_ of .... 12., 'II. el _, Ill -· lero, wit• lontit .. inol 11-1• , .... .. jocenl IO lap of Ille •• ... _.,, la c...s ca G. 13. ~IJ3--•-•lcltolr-11 ii., .. , .. ..., , .. mi,, 111c fl!1etr.,. ..._._.., .. 11 .. , IAl-,tr ... IIIC.MC-lle ....,_ ..... . 1111 Olw-..--,1Ni-1o ■-•l-mol ll.l 'II.. I-- lllel111, llooy -Id N "' llel N ......... , CCI -. Ille 4',-t-lo Ml f:tloollole, fllt wld••-, INi N<reoN4tol. IOI Tllo .... ,.,.,...., N ol•MINloll It ""'•--.. ,..-a.Js11.. WHEELCHAIR RAMP DETAIL NO.I -tL - NORTH AND WEST PROPERTY LINE .. SEWER LATERAL SERVI CE m n 7' SOUTH AND EAST PROPERTY LINE ft I t t I 60' AND 84' R/W I -I i02' ANO 126' R/W REQUIRE SPECIAL DESIGNS i I STREET L I GHT. BASE ANO ! I I • S l DES OF STREET I F l RE HYDRANT TYP I CAL I I 0 0 1- STREET CONOU IT TYP l CAL BOTH J ~ BOTH S l DES OF STREET 7 , 1 1· 1 I \ i I ,s· I I I WATER SERVICE 7YPICAL BOTH SIDES OF STREET \ I I :• ':,1' ~ t-= 1 4. ~. 5. 5. 1 1°, r ! 1 ... • • -· I I I I CDI I I • ~, -i r ,.,:,,.: ~C1i ~ 1: 1 ::;,i !J BOX CONDUIT l I I I j ?' I I . I,• I ""!-------{·,..., t ·"' ~a:-::-s;-::-::::::-::::::::F~s=,:~E:I'•~L]~~,'=~g:H=:~A=::A=r:s=E~6=-=t_=;:·7·t~:::..·~_:_j _Lj ~. SEWER LATERAL SERVICE I TYPICAL SECTION I I NOTES ! ) . LOCAT!ON OF WATER MAIN WILL GOVERNJ LOCATION OF UTIL171ES. NORMALLY TH WATER MAIN WILL BE LOCATED ON SOUTH AND EAST s I DE OF SiREET. I 21. STREET LIGHTS AND FIRE HYDRANTS WI ~ BE LOCATED 18" OFF FACE OF CURB WHEN CONTIGUOUS SIDEWALK EXCEEDS 5 FEETI IN WIDTH. L LOCATIONS OF UNDERGROUND _UTILITIES GS- I I •• I I I I I I le I I I I I I I -- 1 '•. '••··. " " . I / \ 7 7REM0VE ~ffffe@m@?ffe~ L,ACK :AT S A.C. PAVEMENT SAWCUT ONLY. FEATHER OVERLAY TO PROVICE SMOOTH TRANSITION. A228 ' t ·-6" TO 12" ,,....--313" :..:0 \, 3/4"RA0I\JS 1/2"RADIUS "-\ I ,\..,.,,,.> 7. .I •. ,✓ / / ,. / / / •• / ~~====:3:~=,===-==.c~. ""Ci·:l / 0?· ,;: << 5.5" R"<:::10.:-, 75"C~-, ~,JT14L : OMMERc: '""L · .a: .. ·. · ~ -///,/,/,'/_//. . ////' ·' ,' ,' / ,• I • i /2" l . . _,,. /., .... NOTES: . : . . . · "''':a.• 6" RES::::DJT:,,:,~ s· c::MMERC:.:.:_ A.B. AS REQUIRED BY ?~AN PROVIDE WEAKENED PLANE AT 15' MAXIMUM, OR AT TOP OF TRANS:TiON. 2. REMOVE CURB, GUTTER a SIDEWALK AS SHOWN ABOVE. FORM AGAINST A.C. PAVEMENT IF IN STRAIGHi LINE WITH GUTTER LIP, OTHERWISE FORM ON A.C. SIDE AND PATCH WITH HOT MIX A.C. DATF" CITY OF CARLSBAD TYPICAL DRIVEWAYS SUPPLEMENTAL STANDARD rio. A.:; . GS-12 112· ',:\/ . ,' '. A229 I RAO\i--•--Vrl/2• RADIUS 112· RADIUS\ L .. --J;,12· RADIUS l l 1 i ,',,··c. i ... ''- t -:: HI l 8" .'1:,. ... ,, I' ::~.~ ·_ ;_ ;, .. ·--~ 14" ' 3..1_ .:.-=\~-p,·. ~. :··~·-· .. ,s -~ . ·.'~-" ·. p _:_t:, .... ----9"----------9"- TYPE ~ 8-1 " TYPE ~ 8-2" : 2 -i /2" ' ' I /2" ,--: /2" RAD I US 18"------ 3/8" I 6" _A· l,.1_: "RADIUS 6" 6 .. •·:/\. •-, .. ·•:-·ft/!/: I _..._,_ 25-i/2" -------- TYPE ~ G-2" I A. C. I -o••~ I SLOPE !/4" PER FOOT ·.; .. ::-.;>:: NOTES: o,,),_:/• ~~ ~-· -k.-: I 6':...... f'\:~., D TE . :::;.~::: KEY OR OTHER MEANS OF CONTROLLING SIDEWALK SEPARATION AND UPHEAVAL REQUIRED WHEN EXPANSION INDEX FOR SUBGRADE EXCEEDS 50. PROVIDE WEAKENED PLANE OR QUICK JOINT AT 15' MAXlM..:M SPACING AND AT DRIVE APPROACHES, 8.C. ·s, E.C. ·s. CROSS GUTTERS AND CATC~ BASIN TRANSiTIONS. 2. CHAMFERED KEY I " x 2 ., . 3. CHAMFERED KEY l " x 2" TO BE CONSTRUCTED WHEN CONCRETE PAVING IS REQUIRED BACK OF CURB. 6" & 8" TYPE 8-1 , 8-2 , & G-2 GS-13 I I I I I I I I {' I I I I I I le I I I I I I I -- 1 45•~ 2' i 2' ~ ______ __,l/ 4 ·I ~ f 3· SIDEWALK ~ I I .. 3" I. ii! I' I i I l, 1 CURB FACE 4• 5• s· a· A ' i. FACE OF MA!L30X SHALL BE 81/ BEHIND CURB FACE. A 35• 37• 35• 34• 2. POST TO BE P!PE, SMOO:~ ~lNiS~. 3-iNCH !RON P!PE(M1N. )OR APPROVED EQUAL. A230 3. S~W CliT 8" QI A. MIN. CORE IN EX I ST i NG SIDEWALKS. F: L:... SA\/;' CJT WITH CONCRE7E OR E?0XY AS REQU!REJ BY THE c:~y E~G:NEE~! INSPECTOR. ,::. ADJACENT LOTS C~N USE A COMMON P \ PE LJCAT I ON BEl'NEE~l DR! VE'.'/AYS. 5. 1/0 i D BETWEEN Pl PE AND HOLE TO BE F ! LLEJ WI TH CONCRE7E, OR ROCK, OR 2: i MIX CEMENT MORTAR. 6. MAILBOX TO BE LOCATED 5' MINIMUM FROM STREET LIGHTS, DRIVEWAYS, WATE~ METE?S, El...ECTR l CAL, :ELEPHONE, AND C. A. T. ·.1_. VAULTS, PEDESTALS, AND POLES. 7. i~JSTALL 8" OR 10" DIA. FOR NE\V SIDEWALKS. 8. MAILBOX SHALL BE LOCATED A MINIMUM OF 5' FROM FIRE HYDRAN~S. 9. PERMITTEE IS RESPONSIBLE FOR DAMAGE TO ANY AND ALL PUBLlC UTILITIES. i CAU .. BEFORE DIGGING. l CITY OF CARLSBAD GINEER JA~ MAIL BOX ST AND ARD SUPPLEMENTAL GS 18 STANDARD NC. - A231 STREET LIGHTING SPECIF!CATIONS P1J.LL BOXES A. SERVlCE POINT ; . WHEN SDG8E HANDHOLE i S UT: LI ZED, IT WI LL BE CONS i DEFIEJ FiRST PULL-BOX IN C!RCUT. 2. WHEN SDGaE TRANSFORMER IS UTlllZED, F!RST PULL-BOX VvlU .. 3E LOCATED.A8JACENT TO THE TRANSFORMER. 3. LINE CONDUCTOR IN F!RST PULL-BOX WILL BE FUSED FOR ClRCUT PROTESTlON. 4. CONSULT CITY ~LECTRIC DEPARTMENT FOR EXCEPT:ONS FOR JNUSUAL CONDiTlONS. 5. ALL PULL-BOX LOCAT!ONS WILL BE STAMPED iN :~RB F~:~ AS SHOWN: 1PB 9. LUM!NAIRE P0LE : . PULL-BOX WILL BE LOCATED ADJACENT TO EACH POLE WITH FUSE PROTECTlON !NSIDE OF POLE. C. CONDU!T RUNS NO CONDUIT RUN WILL EXCEED 200' WITHOUT A PULL-BOX JUNCTION. 2. A PULL-BOX WILL BE LOCATED ON BOTH SIDES OF ROADWAY \/v'HEN A CONDUlT RUN CROSSES THAT ROADWAY. 3. TO DESIGNATE THE LOCATIONS OF PULL-BOXES !N BOTH ABOVE INSTANCES, CURB-FACE WILL BE STAMPE9 OR MARKED WITH A P.8. 4. ALL PULL-BOX LIDS WILL BE MARKED NSTREET LIGHTING». 5. AS-BUILTS WILL GIVE DISTANCES BETvVEEN ALL PULL-BOXES IN CIRCUT ANO CLEARLY SHOW DIRECTION OF CONDUIT RUNS. STREET LIGHTING SPECIFICATIONS ·I I I I I I I I I I I I f I I I I I I le I I I I I I I .. I z 0 - z -:a . N l : ' i i I SECTION A-A ~B MOL8ED L.ETiERS /1/8" DEEP (SEE NOTE 21 ------------! ~F--;=( :D::;:I =TRAFFIC=,:=/===::-t ! L ~ i ,l, c::li' SIClNAL ~ j11j" ... ::r i \.~; ==l======'-->-~?J7 I L.s PLAN COVER MIN ,DEPTH TYPE EDGE aox AND L • W• R THICKN'ESS EXTENSION 3i/2 3/4" NO 15 3/8' IO I /8" I I /8" EXTENSION 5 2· 22· 23 I /4" I 3 3/4" I ! /4" * TOP JIMENS!ON A232 SECTION 8-8 ,_ .._ _, 3/S"i JE:=-. Ii -\,. 4".,,,. 4".,; jA STEEL 3ARS ' /1// ! 0 . C .I O . C J / / II o -.--( Qi /'//\ ;j I ! -'I ~ 'IT Vl ';!, ' ! " , I I C::ui 3;: i ! ---.., ,.f. , I c:i; I I ,... ' I CI) >- J, ,l R \....._ __ _lt ~ j --'----...---~ J ~ 0 u.J COVER REINFORCING PLAN NOTES: I I USE STEEL COVER '-NHEN SUBJECTED i'.: TRAFFiC L.OADS. 21. PULL BOX COVER SHALL 9E MARKED "STREET L.!GHTING" WHERE PULL BOX CONTAINS STREET L.IGHTING CONDUCTORS ONLY. "HIGH VOLTAGE" SHALL BE ACbED WHERE VOLTAGE IS ABOVE 600 VOLTS. 31. THE LAND W DIMENSlONS OF THE COVER SEAT SHALL BE 1/8" GREATER THANT~~ COVER DIMENSIONS. 4). COMPACT EARTH UNDER AND AROUND PULL BOX . .._.Ri:-_v ... ._.A .. ,P .. P .. Rn•v .. i=-.. n.,..oA .. T.Eil-___ Ci!!I~T~Y~Ol!F~C~Aiii!R!!!!!!Li.!S~B~A•D .... __ ..,V7Y,'.,. ~~ t-r,-'ft PULL BOX FOR c,rh:~NEER JATE TRAFFIC SIGNAL AND S'JPPLEMENTAL STREET LIGHTING STANDARD NO. GS-21 CLEAN-OUTS IN YARD TO BE COVERED WITH PLASTIC COVER BY CARSON OR ~ EOUIL PART # 910. -------------------~ CLEAN-OUTS IN CONCRETE TO BE COVERED IN CONCRETE BOX WITH TRAFFIC /l.____j !..ID BY J a R OR BROOKS PART # 3-R-T. __________ _, ~ Sf"'R ccE,N-OUT RISERS TO BE FITTED WITH MALE SCREWN PLUG------------@~ I i I : GLUED~.._____; LATERAL !..oc:..T:oNs ro BE STAMPED NITH AN ·s· IN THE cuRB FACE. T~ ~ ~:1 A233 Li ' , • ;:,<:: SH GRA.:E ------,---... I ' I .·. J ~ I· ... ~I WYE OR TEE~ (TO BE SET AT '\ 45" ANGLE! ~. ~ \ \ / ·, . ) . -/ / ~ NOTES: \ \ \ . . PROPERTY L ! NE ~,.! : :i, 1/8 AND 1/16 BENDS AS REQUIRED GRAVEL OR SAND BEDDING ~o SPRINGLINE OF WYE AND I .0 rEET 10' / ' I j -----~- '--. _,' '-..._:=U---~' _,,T i STUB THE LATERAL SHALL BE BEDDED THE SAME AS THE MAIN LINE SEWER .. 2. AS-BUIL7 SEWER LATERAL LOCATIONS SHALL BE FURNISHED TO THE Ci7Y INSPECTOR ON FORMS PROVIDED PRIOR TO FINAL APPROVAL OF WORK. 3. ALL LATERAL DITCHES TO PROPERTY LINE AND SEWER MAIN DITCHES T0 BE COMPACTED TO 90%. 4. CLEAN-OUT TO BE ADJUSTED TO GRADE AFTER FINAL FINISH GRADING. R~\/. APPR0\ 1~1 D.A. TE CITY OF CARLSBAD SEWER LATERAL I I I I I I I I I I I I I I f I I I I I I le I I I I I I I .. I BALL VALVE BY OfSTRICT. SLACK 1USING ON VERTICAL RISE. NOTES: L6E TLBNG BENDER. l. CONTRACTOR SHAU. ADJUST ANGLE V~VE 8 METER BOX TO F.G. AFTER SIDEWALK IS INSTALLED a APPROVED. 2. DlSTRICT WILL SET METER AND BALL VAL.VE. 3. ALL COPPER JOIN1S SHAU. BE SILVER SOLDERED IN CD'JFORMANCE WITH SPECIFICATIONS. 4. TAP m MAIN m BE MINIMUM OF 1811 FROM NEAREST COJPUNG OR TAP. 5. ALL EXPOSED COPPER SHAU. BE WRAPPED. ITEM DESCRIPTION I COPPER TYPE K SOFT . 2 CUTLET a-J PVC PRESSURE PIPE 3 a.rn..ET ON ACP PIPE 4 CUTLET ON CML8 C STEEL PIPE 5 CUTLET ON DUCTJLE IRON PIPE 6 I ANGLE METER STOP 7 METER EOX ANO CXNER ( TRAFFIC AREA) BROOKS 37 T OAE. 8 METER EOX AND COVER M:N-TRAFFJC AREA BROOKS 37 S O.A.E. A234 .. • I.ff SAME OMB\JSIONS WHEN METER IS LCX:ATED 10 REAR OF aJRB. SIDEWALK OJRB 8 GUTTER DENOTES AREA 10 BE WRAPPED. FER s:'EClFICA"Trn. 8 8 9 9 CARLSBAD MUNICIPAL WATER DISTRICT REVISION AFf'R DUE 111 WATER SERVICE CONNECTION STD. DWG. NO. FOR 5/8° 3/4 • a 111 METERS W3 , DECEMBER 1988 A235 I * USE SAME DIMENSION WHEN METER IS LOCATED TO REAR OF CURB OR SIDEWALK. METERBY ClSTRICT. @@@OR@ 2 3 4 5 6 7 8 9 DENOTES AREA TO BE WRAPPED FER SPECIFICAn:>N. OUTLET ON PVC PRESSURE PIPE OUTI.Ef ON ACP PIPE OUTI£T ON CMLSC STEEL PIPE OUTLET ON aJCTlLE IRON PIPE 2 ANGLE METER STOP FLANGED z 8AU..VALVE ~ BY DISTRICT. (\J C\J NOTES: l. DISTRICT WILL SET .METERS BALL VALVE. 2. ALL COPPER JOIN1S SHALL BE SILVER SOLDERED. IN CONFORMANCE WITH SPEOFICATIONS. 4. TAP TO MAIN TO SE MINIMUM OF 1a• FROM NEAREST COUPLING OR TAP. 5. ALL EXPOSED COPPER SHALL BE WRAPPED. SPE /DWG 8 8 9 9 METER BOX ANO COi/ER TRAFFIC AREA BROO<S 66 T. OAE. M R fl])( AND COVER ~ TRAFf!C AREA BROOKS 66 S OAE. 2 CXC 90° EU. SILVER SOLDERED . . CARLSBAD MUNICIPAL WATER DISTRICT REVIS,oN APPR D\TE 2" WATER si:-Rv1ci:-CONNECTION sm owG. NO. FOR 11/2, a 271 METERS W4 DECEMBER 1988 I .. I I I I I I el I I .I I I I I I I I f I I I I I I le I I I I I I I ,. I A236 FINISH SURFAC = VARIES USE TUBING BENDER. CONNfECTlO OU11Ef ASSY. ITEM 2 3 4 5 6 7 8 9 10 II REVISION APFR OtrrE NOTES: l. SEE SPECIFICATIONS Fm SOLDERING REQ.JIRMENTS. 2 . SEE SPECIACATIONS FOR LID Fn!NTING REQUJR£MEN1S. DESCRIPTION SPEC/ DWG 8 8 9 9 [3 111 MANUAL AIR RELEASE ASSEMBLY DECEMBER 1988 ITEM 2 3 4 5 6 7 8 9 10 R8/ISION l.OCATJ()\J OF I MAR CCRP. STOP. I _r-, CXFIP 90°8END % @R\ ~ I NOTES: I . SEE SPECIFJCATIONS FOR SOLDERING REOUIREMEN1S. 2. SEE SPECIFICATIONS FOR LID PAINTING REQUIREMENTS. 3. SEE IMPROVEMENT PLANS FOR ASSEMBLY SIZE. A237 CXFIP 45° ELL {SILVER SOLDER). CC 90°ELL (SILVER SOLDER). DENOTES AREA 10 BE WRAPPED PER SPECIFICATIONS. !SPEC/ONG , 8 8 9 9 STD. DWG."NO. W6 DECEMBER 1988 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 f' I 2 3 4 5 6 7 8 9 IO AC. MAIN P.\lC MAIN A238 SPEC/DWG 3 4 7 7 5 586 6 7 CARLSBAD MUNICIPAl_ WATER DISTRICT REVISION AFf'R ~ OUTLETS ON AC OR P.V.C. MAIN FOR I INCH THRU 2 INCH ASSEMBLIES STD. DWG. NO. ws DECEMBER 1988 0.1. MAIN CORP. STOP I WATER SERVICE. CORP. STOP I V2 CR 2 WATER SERVICE. CORP. STOP I AIR VACUUM VALVE ASSEMBLY. CRP. STOP 2 AIR VACUUM VAi.YE EMBLY. I MANUAL AIR RELEASE ASSEMBLY. 2 BLOW~ a=F MANUAL AJR RELEASE ASSEMBLY. INSULATING BUSHING. LEXAN OR OELRIN . CARLSBAD MUNICIPAL WATER DISTRICT A239 4 7 7 5 5&6 6&7 10 10 I I •• I I I I I I el I I I I I I RE.VISION AFfR OOE OUll.ETS (1-J DJ. OR STEEL MAIN FOR STD. DWG. NO. . I I INCH THRU 2 INCH ASSEMBLIES DECE't!E~1988 I I I f I I I t I I I le I I I I I I I .. I FIELDWaD {TYPICAL). , , ~A P.V.C. TAPE @ 41 FtELD APPLIED CEMENT MORTAR ALL AROUND. DENOTES AREA 1D BE WRAFPED PER SPECIFICATION. SIZING TABLE A240 SECTIO\J A-A NOTES: I . DJELECTRIC CONNECTIONS SHALL BE REQUIRED ON AU.. AJR ANO VACUUM VALVE ASSEM SUES, MANUAL AIR RELEASE ASSEMBLIES, 81..DW·OFF ASSEMBUES I COPPER VALVE OR ! STEEL TUBING CORP. STOP I COUFUNG INSULATING BUSHING AND WATER SERVICE ASSEMBLIES WHERE COPPER TUBING OR BRASS APE CONNEC11Cl\S ARE MADE TO STEEL MAINS. I 2· I 1" 5 6 2· I I I • I 2Y2" I V2" 2Y2u X 2" I V2" X l • 2. USE DOUBLE WRAP TAPE. WRAP CffiP. STOP OR VALVE IN OPEN POSITION UNLESS OTHERWISE DJRECTED. CARLSBAD MUNICIPAL WATER DISTRICT RE'IISIO'I IAPFR OO"E Of ELECTRIC CONNECTION STD. DWG. NO . TO STEEL MAIN DEC~~l988 NOTES: I. FIRE HYDRANT BASE-SEA.13116" DIA. HOLES. 2. BOLlS 8 NUTS -:Y4"x3' HEX HEACS. 3. INSTALL BU.TS WITH NlJTS ON TOP OF FL.ANGE. 4. SEE SPECIFICATION Fm ffilNllNG REQUIREMENTS. ( BEGIN FAINT AT SCORE IN BREAK-OFF SPOOL). 5. SEE SPECIF.ICATIO\J FOR BURIED A.ANGE REQUIREMENTS. 6. SEE IMPRJVEMENT PLANS FOR ARE HYDRANT LOCATIONS. * 36• FOR NON-CONTIGJOUS / OR· NO SIDEWALK. TiiRLST REVISION MTR mTE . . ' . . . . . .... .. .. ·.·.· :_:.:·::·: . .-·:•:·: .. ·.·. VARIES FIRE HYDRANT ASSEMBLY A~l · 13 DECEMBER 1988 I I .. I I I I I I el I I I I I I ·1 I I I f I I I I I I le I I I I I ITEM I 2 3 I 4 5 6 I REVISION fl I 24D!A. / I ~ l ~ ,,,) ~~ (.EE3) I SECTION A-A DOMESTIC WATER NOTES: FINISH GRADE. 1PAVEMENT. I PLAN B ◄ SECTION 8-8 RECLAIMED WATER A242. I . IN NON -RO~ AREAS Pl.ACE GUARD 2 . SEE DRAWING NO. 22 FOR GATE VALVE POST NEXT TO VALVE BOX ASSEMBLY EXTENSION. AS DIRECTED BY THE ENGINEER. { SEE 3 . UPPER SIDE OF LlO 10 RECEIVE 2 COATS DRAWING NO. 22}. OF ~INT. SEE SPECIFCATIONS FOR PAINTING REOUIREMEN1S CESCRIPTION VAL. EOX a COVER WITH NOO-SKID C.1. COVER ANO LIFT Ha..E MARKED WATE . VAL. soxa CXM:R FOR NORMALLY CLOSED VALVE. VAL.BOXS COVER MARKED RECLAIMED WATER. 8 C PVC OR ASPHALT COATED WELL CASING. CONCRETE CQl.AR POLYETHYLENE WRAP SPEC/rJNG CARLSBAD MUNICIPAL WATER DISTRICT_ APPR. ~TE VALVE BOX ASSEMBLY STD. DWG. NO. Wl3 DECEMBER 1988 A.243 I 2 3 4 5 FTTTING OR COUA.JNG. CAP. MAX. ( RIGID PIPE) END CAP BLOCK. I . FITTINGS SHALL BE DUCTILE IRON FOR QI.P. 8 P.V.C.; CAST IRON FOR A.C.P. (CEMENT LINED SHORT BODY). PCl.YETHYLENE WRAP. NQ. 4 REINFORONG STEEL. VAL.VE BOX ASSEMBLY. FLX RT OR FLX MJ GATE VAi.YE. REINFORCING S1EEL DETAIL. 3 FITTING 0.0. TEE (SIDE VIEW). 2. FOR A.C.PIPE, A MIN. 3•-3•m A 61-611 MAX. LENGTH INTO AND OUT OF ALL FITTINGS. 3 • CONCRETE SHALL BE 5 SACK. ( 20'.X) P.S.I.). A MIN. 3 DAY CURING TIME BEFORE HYDROSTATIC TEST. 4 . SEE owG's. NO 11 a 1s FOR REDUCER, PLUG,B BUTTERFLY VALVE THRUST BLOCKS. /ONG 13 CARLSBAD MUNICIPAL WATER DISTRICT RE.VISION AFf'R OOE CO\CRETE THRUST BLOCKS FOR NON-RESTRAINED JOINTS STD. DWG.-NO. W15 DECEMBER 1988 I .. I I I I I I el I I I I I I ·1 I I I f I I I I I I le I I I I I I I .. I REVISION A244 ... ' 40· I I I I I 30 I ri I I I I 'I' -II I I I I I I f It l I I I I I Ill I I § I I I I 'I I I I I I I I I I en I I I T .£ I I I .,. ..x I I I 1 I ' 8 I I ··1 I ·-r I 1 i I I I ' 1 1 I I I I I I ! I -I I I al I I I ' I ,1 ,~ a) '' I ' I I '. I -I I ' I '' ' I 2 I I; ·~ I I f= I I I ' I! l I I I' I c5 ' I I I I I I I I I I I I C I I I J e I I I I ., <( I I g I I. I I I I ~ I l..l I 7T I ·t: I It I I ~ r:, 1,-~, I I ,;, 10 I' ' I I I I 'f' i ! ) ' I ) I I I I I ,., i,; 11 .. I I I I;' ' .., 1·1 I I ' , '·, ,., ,, ~' ,, l I .,. ,., I ,.,. ,, I c, 'I .... ' I I I ' I I ) ,.., I I I ' :,, 0 4 6 8 JO 12 14 16 ~OTES: Pi~ Diameter in Inches I . BASED ON 225 PSI TEST ffiESSURE AND BEARING VAWES OF ORY SOILS. 2 . VALUES FROM CURVES ARE FOR TEES ANO DEAOENDS~ LE; STRAIGHT LINE THRUST. FOR 90° BENO: 1.4 VAWE FROM CURVE. RJR 45° BENO: 0.8 VAUJEFROM CURVE. FOR 22112° BEND: 0.4 VAWE FRCN Cl.RVE. . 3. Fm a:Nllll0\6 NOr CCNEF£D BY CURVES, SFIDAL lHRl.ST ElOCKS MLST BE COAAJTED AND APPRCM:D. CARLSBAD MUNICIPAL WATER DISTRICT ~ D4TE STD. DWG. NO. THRUST BLOCK BEARING AREAS Wl9 DECEMBER 1988 - CARLSBAD MUNICIPAL WATER DISTRICT STANDARDS FOR t' AND UNDER BACKFLOW INSTALLATION /MES; 1. lHERE SHAU. BE NO FTTTlNGS OR CONNECTIONS TO OlHER F>ttUTIES BEIWEEN ntE Um:R AND lHE BACKflOW ASSEMBLY. 2. THE BACKFlOW ASSEMBLY MUST BE INSTAllED A MINIMUM OF SIX INCHES (It') AND NOT TO EXCEED A IIAXIMUM OF TWO Fm (2') FROM lHE ME1tR EXCEPT WHERE lHIS WOUW REQUIRE lHE BACKFlOW ASSEMBLY TO BE INSTAil.ED IN 1HE PUBLIC RIGHT---OF-WAY. IN WHICH ~ lHE BACKFl.OW ASSEMBLY MUST BE INSTAU.ED A MAXIMUM OF TWO Fm (2') INSIDE lHE PROPER'IY LINE. THE BN:l<FLOW ASSEMBLY MAY HOT, UNDER Ntt aRCUMSTANCE, BE INSTAI.LED IN THE PUBLIC RIGHT--Of-WAY, 3. 1YPE K HARD OR TYPE L w.RD COPPER OR BRA.5S WIIH SOLDER JOINTS OR lHREADED FTTTlNGS MUST BE USED BElWEDI THE METER AND THE BN:l<FLOW ASSEMBLY. 4. PRECEDING lHE HUMBER ONE SHUT OFF VIJ.Vf.. CONNECTION MUST BE MADE WITH A COPPER OR BRASS RISER TO A COPPER OR BRA'iS 90• El.BOW. SHUT OFF VALVE MAY BE PRECEDED BY A COPPER OR BRASS NIPPLE AND/OR A BRASS UNION. RISER UUST BE Of SUFF1CIENT tmGlH lHAT lHE BOTTOM OF lHE BACKFLOW ASSEMBLY IS TWEl.VE INCHES (12") TO lHIRIY-SI)( INCHES (36") >B<Jlf. GRADE IN AN AAEA NOT SUBJECf 10 A.OODING, 5. f"OU.OWING lHE NUMBER TWO SHUT OFF VALVE. lHE CONNECTION MUST BE MADE WITH A COPPER OR BRASS 90• El.f!OW TO A COPPER OR BRASS RISER TO A COPPER OR BRASS 90" El.BOW. SHUT OfT VIJ.VE MAY BE F0U0WED BY A COPPER OR BRASS NIPPI.E AHO/OR A BRASS UNION. RISER MUST BE OF SUFACIENT ilNGIH lHAT n!E BOTTOM OF THE ~ ASSEMBLY IS lWEI.VE INCHES (1t) TO lHIRJY-SIX INCHES (Jli") ABOVE GRADE IN AN ARfA NOT SUBJECf lO Fl.OOOING. 6, IF IIACKflOW ASSEMBLY IS TO BE INSTAUID ON A SLOPE WITH A HORIZONTAL TO \1£RT1CAL RATIO OF 4:1 OR GREATER, A TWO FOOT (2') HIGH RETAINING WAll MUST BE BUILT SURROUNDING n!E ASSDIBLY ON lHREE SIDES WITH THE OPENING ON 1HE DOWN SIDE OF n!E SLOPE. lHERE M!JST BE A MINIMUM TWO FOOT (2') HORIZONTAL ClfAIWICE BE1WEDI n!E RETAINING WALL AND THE BACKflOW ASSEMBLY. ASSEMBLY UUST BE LOCA1£0 IN AN AREA NOT SUBJECT TO FLOODING. 7. ONLY REDIICBl PRESSURE PRINCIPLE BACKFlOW PREVENTIOII A.5SEMBUES WHICH HA'vf: BEEN AfTROVED BY ntE STATE OF CAUFORIIIA DEPARTMENT OF HEALTH SERVICES Atm CARLSIWJ MUNICIPAL WATTJ! DIS'IRICT WILL BE USED ON WATER SEIMCES wmnN TIIE SEIMCE AREA OF ntE CARLSBAD MUNICIPAL WATER DISIRICT. ground level~ 1 2" If. 36" I 2' i--..--------- minimum maximum 1 maximum I~ 'J,. ·· -----'\k_,,.__ ___ --L __ ....,...4 t-----· ---~-- r --~ 1 cubic foot £ -7 ----·------·-----~~---:v-'lhrust block"~ --~ :~,'I (typical) l;.. I b,:.!:,~i ~.l';ii',.~ not required on 2" or smaller Revleed: Sept " r 211, 1991 ~-.==----===--=-------------1 --------- I I f I I I I I I le. I I I I I I I .. I APPENDIX NO. 2 SAN DIEGO GAS & ELECTIRC STANDARD DRAWINGS A246 6/24/92 PAGE DRAWING NO. NO. A249 3373.1 A250 3373.2 A251 3374.1 A252 3374.2 A253 3374.3 A254 3375 A255 3376.1 A256 3376.2 A257 3376.3 A258 3311 A259 3312.1 A260 3312.2 A261 3314.1 A262 3314.2 A263 3314.3 A264 3314.4 A265 3314.5 A266 3314.6 A267 3315.1 A268 3315.2 A269 3315.3 A270 3315.4 A271 3316.1 A272 3316.2 A273 3316.3 A274 3316.4 A275 3421.1 PROJECT NO 3166 INDEX TO APPENDIX 2 BOUND IN THESE SPECIFICATIONS TITLE SDG&E Conduit and Conduit Fittings EB and DB SDG&E Conduit and Conduit Fittings ED and DB SDG&E Conduit Installation Practices SDG&E Conduit Installation Practices SDG&E Conduit Installation Practices SDG&E Conduit Spacer Data SDG&E Conduit Encased Multi-Conduit Installation SDG&E Conduit Encased Multi-Conduit Installation SDG&E Conduit Encased Multi-Conduit Installation SDG&E Handhole 14" x 66" x 14"; 14" x 108" x 14" SDG&E Handhole (Inside Dimensions -17" x 30") SDG&E Handhole (Inside Dimensions -1711 x 30") SDG&E Handhole Equipment Enclosure (Inside Dimension -3' x 6') SDG&E Handhole Equipment Enclosure Inside Dimensions -3' x 6') SDG&E Handhole Equipment Enclosure (Inside Dimension -3' x 6') SDG&E Handhole Equipment Enclosure (Inside Dimensions -3' x 6') SDG&E Handhole Equipment Enclosure (Inside Dimension -3' x 6') SDG&E Handhole Equipment Enclosure (Inside Dimension -3' x 6') SDG&E Handhole Equipment Enclosure (Inside Dimension -4' x 6' -6") SDG&E Handhole Equipment Enclosure (Inside Dimension -4' x 6' -6") SDG&E Handhole Equipment Enclosure (Inside Dimension -4' x 6'-6") SDG&E Handhole Equipment Enclosure (Inside Dimension -4' x 6' -6") SDG&E Handhole Equipment Enclosure (Inside Dimension -5' x 8' -6") SDG&E Handhole Equipment Enclosure (Inside Dimension -5' x 8' -6") SDG&E Handhole Equipment Enclosure (Inside Dimension -5' x 8' -6") SDG&E Handhold Equipment Enclosure (Inside Dimensions -5' x 8' -6") SDG&E Single-Phase Transformer/Fuse Cabinet Pad 6/24/92 A247 I I .. I I I I I I el I I I I I I I .. I I I f I PAGE NO. I A276 A277 A278 I A279 A280 I A281 I A282 A283 I A284 le I I I I I I I .. I DRAWING NO. 3421.2 3421.3 3421.4 UG3370.l UG3370.2 UG3370.3 UG3370.4 UG3370.5 UG3370.6 PROJECT NO 3166 INDEX TO APPENDIX 2 BOUND IN TI-IESE SPECIFICATIONS TITLE SDG&E Single-Phase Transformer/Fuse Cabinet Pad SDG&E Single-Phase Transfonner/Three-Phase Fuse Cabinet Pad SDG&E Single-Phase Transformer/Fuse Cabinet Pad SDG&E Underground Distribution (UD) Trenches and Utility Positioning -S.D. County SDG&E Underground Distribution (UD) Trenches and Utility Positioning -S.D. County SDG&E Underground Distribution (UD) Trenches and Utility Positioning -S.D. County SDG&E Underground Distribution (UD) Trenches and Utility Positioning -S.D. County SDG&E Underground Distribution (UD) Trenches and Utility Positioning -S.D. County SDG&E Underground Distribution (UD) Trenches and Utility Positioning -S.D. County 6/24/92 A248 SCOPE: THIS STANDARD SHOWS THE CONDUIT AND FITTINGS USED TO CONSTRUCT UNDERGROUND CONDUIT SYSTEMS. --CONDUIT AND FITTINGS IN THIS STANDARD ARE CLASSIFIED AS EB AND 08 AND SHALL BE USED IN BELOW-GROUND APPLICATIONS ONLY. NOTES: A249 -FOR SCHEDULE 40 AND SCHEDULE 80 ABOVE-GROUND COMPONENTS TO CONSTRUCT CABLE POLE RISERS, SEE UNDERGROUND STANDARD 4204. -ALL COUPLINGS CLASSIFIED DB ARE TO BE USED WITH EITHER DB OR EB CONDUIT. -ALL CONDUIT INSTALLED BY SDG&E SHALL BE PVC MATERIAL -APPLICANT/DEVELOPER MAY INSTALL SDG&E APPROVED ABS CONDUIT. ABS SCHEDULE 40 AND SCHEDULE 80 CONDUIT BENDS ARE NOT SDG&E APPROVED. -WHITE CONDUIT (WATER PIPE, ETC.) IS NOT ACCEPTABLE ON SDG&E SYSTEM. -DB = DIRECT BURIED CONDUIT. -EB = ENCASED BURIED CONDUIT. -• 1-INCH FLEXIBLE CONDUIT SHALL BE USED FOR STREET LIGHT INSTALLATIONS ONLY. 2-#8 FROM A RISER POLE TO THE FIRST LOCATION SHALL BE INSTALLED IN 2-INCH CONDUIT. CONDUIT STRAIGHT SECTIONS___ BELLED END SPIGOT END-.... [--_ ---~ _ -£-3-OR COUPLING 'L'--------' CONDUIT SIZE TYPE LENGTH 'L' STOCK NUMBER 'L DB 20' 249632 3" DB EB 20' 249664 20' 249856 4• DB EB 20' 249696 20' 249888 5• DB EB 20' 249728 20' 249920 fr' EB 20' 249930 FLEXIBLE CONDUIT CONDUIT SIZE 1YPE LENGTH 'L' STOCK NUMBER ASS£MBLY\.UN!t,·, • 1· DB 2000' 249630 REFERENCE: SEE STANDARD 3383 FOR SPLICING OR REPAIRING FLEXIBLE CONDUIT. FIGURE A FIGURE 8 CONDUIT COUPLINGS SWEDGE COUPLING MOLDING COUPLING (80TH WITH CENTER STOPS) FIGURES A & B COUPLING CONDUIT SIZE DB OR EB STOCK I NUMBER FIGURE C f---=-1 STRAIGHT COUPLING (WITHOUT CENTER STOPS, +--j TO BE USED ONLY WH;N [i_ REPAJRING EXISTING -----CONDUIT SYSTEMS) FIGURE C COUPLING DB OR EB CONDUIT STOCK SIZE NUMBER 'L - "S' 279920 I E) 4• 2799521 E) 5• 2800641 E) I I .. I I I I I I I I I I I I 1---s_ERVI_c_E _Gu_io_E_-----f:·c1.;.·:.:.1.·· _ln_d_ic_at_e_s_L_at_es_t_Re_vf_s_lo_n_L-..LC-..:o.;.:.m:..::.p;_let.:.;e~ly_R.:__e__:vl::_se:_d_1-..J...N_e_w_Pa....:::g:_e---J.___,J_1n_f_orm_a_tio_n_Rern_o_ve_d ____ --< I ISSUE 1992 SDG&E ELECTRIC STANDARDS DATE 1-1-92 APPDj:/,G;;/i CONDUIT AND CONDUIT FITTINGS EB AND DB 3373.1 I I I I' I I I I I I le I I I I I I I .. 1· i I i ! CONDUIT PLUG TAB FOR .--I ' ---SECURING PULL ROPE CONDUIT I STOCK rASSEMBLY S'7i:-NUMBER ! UNITS· ... ·~~ 2· 1544768 E PLUG-2 s '544800 1£ ! PLUG.;.;.3" 4" 1 544704 El Pt.UG-4 s· j 544736 ® PLUG-5 0 1544816 ri;-, PLUG-6 - CONDUIT BELL REDUCER I CONDUIT SIZE I STOCK ASSEMBLY I XTO Z . NUMBER UNITS. S-'1' I 573376 E RED3..:.2 4"-S' ) 573380 -RED4-3 ! 5"-4" ! 573384 E REDS-4. I o'-5" i 573388 EJ RED6-5 I CONDUIT END CAP TAB FOR .a-) SECURING -1 PULL ROPE ___ } A250 CONDUIT\ STOCK . ASSEMBLY SIZE I NUMBER ,UNfi'S. 'L 1203296 IE "RED3-2 J' !203328 1£ RED4-,-3 4" i203360 1 E RED5-4 5• i203392 I El RED6-5 90° ELBOW/24" RADIUS 22-1/2° SWEE?/25' RADIUS __j_ CONDUIT BENDS (EXAMPLES) BILL OF MATERIAL: i "' I DEGREE OF I NOMINAL CONDUIT SIZE I CURVATURE I 22-1/2° 45° 'L ; 45° goo ' 90° I 11-1/4° I 22-1/2° ! 3" 45° I go• I 11-1/4° 22-1/2° I I 4• 45° goo 11-1/4° 22-1/2° 5• 45° go• 22-1/2° 6" 45° goo INSTALLATION: @ EXEMPT MATERIAL RADIUS OF CURVATURE I 25'-o" 24" (SECONDARY ONLY) I 36" I 24" (SECONDARY ONLY) 36" I25'-0" 25'-o" 3o I 36" 125'-0" 25'-o" I 36" 36" 25'-o" 25' o" 36" 36" 25'-0" I 48" 48" STRAIGHT TANGENT l lYPE OF I STOCK i CONDUIT I NUMBER I ' ! DB i 321808 ' DB I 321920 I DB i 321810 ! ' DB i 321984 i DB ! 321812 I DB i 321876 I DB I 322144 I DB I 321878 DB 1 322048 ; DB I 321880 DB : 321824 DB i 321940 ! DB i 322080 i DB I 321882 ; DB I 321856 I DB I 321960 I I DB I 322112 j DB I 321872 ! DB i 322160 I DB I 322162 E (E} (E (EJ E E E E E E E E I!) SERVICE GUIDE X Indicates Latest Revision Completely Revised New Page ASSEMBLY UNITS CONCREl"E PRIMARY SEC/SERV ENCASE 1EB2-S 1DB2PS / tDB2SS --1DB2S8 1£82-8 1082-8 .,.,_ ·--·--· 1DB2Sa 1EB2.-B 1DB2-B - 1EB3-C 1oa3.:a..c 1083SC 1EB3-S 1083PS 1DB3SS 1EB3-8 ·.1083-8 1083S8 1EB3-8 1083-B 1D83SB lEB4-C 1064-C 1DB4SC I 1EB4-S 1DB4PS 1D84SS I 1£84-8 1084-8 108-4S8 1EB4-B 1084-B 1DB4S8 1EB5-C 1084-C 1DB5SC 1EB5-S 1DB5PS 1DB5SS 1EB5-8 1085-8 1DB5S8 1EB5-B 1DB5-B 1DBSSB 1EB6-S -- 1£86-8 -- 1EB6-B -- I Information Removed 1----------___.::S:.::D-=G-=&:E=-....:E=LE=-:.::C....:TR....:l.;;.C...:S=--T....:A....:N.;;.D....:A:...:.RD=--S=-----------, ISSUE 1992 3373.2 CONDUIT AND CONDUIT FITTINGS ED AND DB DATE 1-1-92 APPD jf,G;;/ A251 SCOPE: THIS STANDARD SHOWS PRACTICES WHICH ARE ESSENTIAL FOR PROPER INSTALLATION OF A CONDUIT SYSTEM. NOTES: EACH CONDUIT RUN BETWEEN SUBSTRUCTURES, PADS, CUSTOMER SERVICE, RISERS, ETC., SHALL BE ONE SIZE CONDUIT CONTINUOUSLY, I.E., NO REDUCERS ARE ALLOWED WITHIN A CONDUIT RUN EXCEPT WHERE THE CONDUIT ENTERS THE SUBSTRUCTURE OR ABOVE THE GROUND LEVEL ON A RISER POLE. IF A STUBOUT IS LARGER THAN THE CONDUIT REQUIRED, CONTINUE USING THE LARGER SIZE CONDUIT TO THE FIRST TERMINATION POINT THEN CONTINUE WITH THE SMALLER CONDUIT SIZED FOR THE CABLE. DEVIATIONS MUST BE APPROVED BY SDG&E'S CONSTRUCTION STANDARDS GROUP. ROUNDNESS OF CONDUIT MUST SE MAINTAINED AT ALL TIMES. DO NOT CUT SWEEPS & ELBOWS, THEY ARE NOT SIZED TO ACCEPT COUPLINGS. ALL BENDS, SWEEPS AND ELBOWS SHOWN ON JOB PRINT MUST BE INCLUDED IN CABLE PULLING CALCULATION. FIELD BENDS ARE NOT ACCEPTABLE. TO AVOID CUTTING THE CONDUIT BENDS, SUBSTRUCTURES AND/OR CABLE POLES WHICH REQUIRE A 90' BEND SHALL BE LOCATED FAR ENOUGH AWAY FROM EACH OTHER TO ALLOW ROOM ENOUGH FOR THE 1WO 90" BENDS. THIS WILL VARY DEPENDING ON THE SIZE OF THE 90" BEND. BILL OF' MATERIAL: DESCRIPTION CATALOG NO. STOCK NO. PERMALITE 405C © SOLVENT CEMENTS 213232 CERTAINTEED 85172 GALVANOX PAINT ® -516064 COAL TAR EPOXY ® -241000 INSTAUATION: A. CUTTING CONDUIT/CHAMFERING A FINE-TOOTH SAW SHOULD BE USED TO CUT CONDUIT (I.E., HACKSAW FOR CONDUIT TWO INCHES OR LESS, WOODSAW FOR CONDUIT GREATER THAN 1WO INCHES). THE CONDUIT MUST BE CUT STRAIGHT AND CLEANED OF BURRS. CONDUIT TRANSITIONS FROM SCHEDULE 40 OR SCHEDULE 80 EB OR DB CONDUIT SHALL BE CHAMFERED. IF CONDUITS ARE NOT CHAMFERED BY THE MANUFACTURER, THE CONDUITS MUST BE CHAMFERED IN THE FIELD WITH A KNIFE OR HALF ROUND FILE, ETC. I I .. I I I I I I I I I I 8. TO ASSURE A PROPER JOINT, SDG&E AND CONTRACTORS ARE TO USE ONLY SDG&E APPROVED SOLVENT I CEMENTING PVC TO PVC OR ABC TO PVC CONDUIT AS DESCRIBED IN THE BILL OF MATERIAL. MAKE CERTAIN THAT ALL FOREIGN MATTER HAS BEEN WIPED FROM BOTH THE CONDUIT ANO FITTINGS. APPLY A LIBERAL AND DATE APPD UNIFORM COAT OF SOLVENT CEMENT TO THE DUCT END A LENGTH EQUAL TO THE DEPTH OF THE BELL OR COUPLING BEING ATTACHED. FOR MAXIMUM STRENGTH ALSO APPLY A LIGHT COAT ON THE INSIDE ON THE COUPLING OR BELLED END. PREVENT EXCESS SOLVENT CEMENT FROM BEING FORCED INTO THE FITTING AT I THE INSIDE SHOULDER OF THE CONDUIT. CON'T NEXT PAGE: Indicates Latest Revision Completely Revised New Page SDG&E ELECTRIC STANDARDS Information Removed SERVICE GUIDE I CONDUIT INSTALLATION PRACTICES 3374.1 I I {' I I I I I I le I I I I I I I .. I INST. CON'T: A NATURAL BRISTLE BRUSH OR THE APPLICATOR SUPPLIED WITH THE SOLVENT CONTAINER SHOULD BE USED. PLASTIC BRISTLE BRUSHES SHOULD NOT BE USED AS THE SOLVENT WILL DISSOLVE THE BRISTLES. FOLLOW THE MANUFACTURERS INSTRUCTIONS ON THE SOLVENT CONTAINER. SOLVENT CEMENT WITH A PAST EXPIRATION DATE INDICATED ON THE CONTAINER MUST SE DISCARDED. CONTRACTORS MAY OBTAIN LARGER CONTAINERS OF SOLVENT CEMENT IF NEEDED. THE LARGER CONTAINERS HAVE DIFFERENT CATALOG NUMBERS THAN SPECIFIED ON THE BILL OF MATERIAL. C. BENDS AND SWEEPS ANY JOINT INCLUDED IN A SECTION OF CONDUIT TO BE BENT IN A DITCH SHOULD BE FIRMLY STAKED FOR THE DESIRED RADIUS TO ENSURE THAT THE JOINT IS NOT DISTURBED OR DAMAGED BEFORE OR AFTER BACKFILL OR ENCASEMENT IS COMPLETED. IN CASES WHERE A PLASTIC CONNECTION IS MADE WITH THE JOINTS UNDER STRESS DUE TO MISALIGNMENT OR OTHER FACTORS, THE PLASTIC JOINT MUST BE HELD RIGID AFTER INSERTION UNTIL COMPLETELY CURED. WHERE STAKES ARE LOCATED AT THE CENTER OF A BEND OR SWEEP, CARE MUST BE EXERCISED TO PREVENT DEFORMATION OF DUCT our·-To MOVEMENT BY CONTRACTION ANO E:XPANSION. STAKES TO BE REMOVED AFTER INITIAL BACKFILL IS PLACED. 0. EXPANSION ANO CONTRACTION DUE TO EXPANSION AND/OR CONTRACTION OF PLASTIC CONDUIT. BACKFILL FROM CENTER OF TRENCH BOTH WAYS OR FROM ONE TiE-IN POINT TOWARD THE OPPOSITE END OF THE TRENCH. @ EXEMPT MATERIAL. ([) TERMINATING CONDUIT, CONDUIT ENTRANCES AND CONNECTIONS A252 ALL CONDUIT MUST s:: WATERTIGHT ANO MECHANICALLY SOUND AT THE SUBSTRUCTURE ENTRY POINT. CON- DUIT SHALL BE TERMINATED IN SUBSTRUCTURES AS FOLLOWS: 1. CONDUIT END SHALL BE FLUSH WITH THE INTERIOR SURFACE OF SUBSTRUCTURE CONDUIT TERMINATOR. 2. USE A CONDUIT BELL REDUCER WHEN CONDUIT IS SMALLER THAN CONDUIT TERMINATOR KNOCKOUT (EXCEPT WITH 1 INCH CONDUIT). FOR 1 INCH CONDUIT, USE THE SUBSTRUCTURE ADAPTOR(S) SHOWN ON PAGE 3382. 1. 3. UNLESS OTHERWISE SPECIFIED ON THE JOB PRINT. INSTALL CONDUIT USING THE BOTTOM SET OF TER- MINATOR KNOCKOUTS FIRST. IF ONLY ONE CONDUIT IS REQUIRED, USE THE BOTTOM OUTSIDE (CLOSET TO WALL) KNOCKOUT. 4. WHEN CONDUITS MUST ENTER THE SUBSTRUCTURE IN ANY AREA WHERE TERMINATION KNOCKOUTS ARE NOT PROVIDED, THE SUBSTRUCTURE MUST BE CORE BORED. CORE BORING LOCATIONS WILL BE SPECIFIED BY THE PROJECT MANAGEMENT SPECIALIST AND MUST BE APPROVED BY THE SDG&E INSPECTOR. WHEN SUBSTRUCTURE REINFORCING STEEL IS EXPOSED BY CORE BORING, IT MUST BE COATED WITH GALVANOX (STOCK NUMBER 516064) AND 1HEN COATED Wt1H COAL TAR EPOXY (STOCK NUMBER 241000) TO MOISTURE SEAL. AFTER CONDUIT IS TERMINATED IN THE SUBSTRUCTURE. SEAL THE SUBSTRUCTURE ENTRANCE WITH CEMENT GROUT. SERVICE GUIDE .,-.I Indicates Latest Revision I I Com,:>lfttely Revised I I New Page I I tnfarmation Removed SDG&E ELECTRIC STANDARDS ISSUE 1992 3374.2 CONDUIT INSTALLATION PRACTICES DATE 1-1-87 APPDjy,t;; / /:J:B' / NOTES: TYPICAL METHODS FOR ROUTING CONDUITS INTO HANDHOLES AND MANHOLES. PREFERRED --------- TOP VltW ALTERNATE 22.5" 25' RADIUS ---------------, __ -----------.... _ ------------=::::::--::----1_ / ~~-~-------t--------- ............. -------------------------~ ------- STRAIGHT CONDUIT A253 -IN EACH SUBSTRUCTURE AS MANY CONDUIT KNOCKOUTS MAY BE USED. AS NEEDED, PROVIDING PROPER INSTALLATION IS FOLLOWED AND REQUIRED UNOBSTRUCTED SPACE IS MAINTAINED. INSTALL CONDUITS USING THE LOWER SET OF KNOCKOUTS FlRST, UNLESS OTHERWISE SPECIFIED ON JOB PRINT. IF ONLY ONE CONDUIT IS REQUIRED, USE THE BOTTOM OUTSIDE (CLOSEST TO THE WALL) KNOCKOUT. :·:-/ Indicates Latest Revlsian Completely Revised New Page Information Removed SERVICE GUIDE ISSUE 1992 SDG&E ELECTRIC STANDARDS DATE 1-1-91 APPD jJ.G:;/ ld1iJ CONDUIT INSTALLATION PRACTICES 3374.3 I I , I I I I I I I I I I I I I I I I f 1· I I I I I le I I I I I I I .. I A254 SCOPE: THIS STANDARD SHOWS APPLICATIONS FOR CONDUIT SPACERS IN A MULTI-DUCT INSTALLATION. INTERMEDIATE SPACER NOTES: -iN~ BASE sPAcrns MAY BE usED BY coNTRAcToRs~~iiiwIIuset~m~tE::~ACERS, ~.tlff,IEPrRENCJ,f. A 2 INCH MINIMUM CLEARANCE SHALL BE MAINTAINED BETWEEN THE BOTTOM BOTTOM .. OF THE TRENCH. . BILL OF MATERIAL: CONDUIT DESCRIPTION QUANTITY STOCK SIZE NUMBER 5" INTERMEDIATE SPACER AS REQ'D 663528 ff' INTERMEDIATE SPACER AS REQ'D 663526 5" BASE SPACER AS REQ'D 663008 Indicates Latest Revision Completely Rew.ied New Page Information Removed SERVICE GUIDE: ISSUE 1992 SDG&E ELEC1RIC STANDARDS DATE 1-1-92 APPD PiffiJ. CONDUIT SPACER DATA 3375 A255 ~ THIS STANDARD SHOWS CEMENT AND SLURRY MIXTURE ALONG WITH REINFORCING RODS FOR ENCASED MULTI-CONDUIT INSTALLATION. ALSO SHOWN ARE CONCRETE ENCASED CONDUIT INSTALLATIONS, SLURRY AND CONCRETE REQUIREMENTS. DATA FOR CONDUITS WHICH ARE NORMALLY INSTALLED 2 CONDUITS WIDE AND 1 THRU 4 ROWS HIGH CONCRETE PER 100 FT #J REINFORCING ROD NUMBER OF · OF TRENCH, CUBIC YARDS PER 100 FT OF TRENCH CONDUITS IN TRENCH 4" 5• f;' CONDUITS CONDUITS CONDUITS WEIGHT, LBS LENGTH, FT 36 PIECES 2 5.5 5.2 5.3 27.0 72 AT 24" EA 4 8.7 8.5 8.8 33.8 90 AT JO" EA 6 12.4 11.8 12.2 40.6 108 AT 36" EA 8 I 16.1 15.1 i 15.6 47.4 126 AT 42" EA INGREDIENTS FOR 2-SACK CONCRETE MIX (PER YARD) I GRAVEL I CEMENT SLUMP I CEMENT SAND MAX, TOTAL WATER I FOR (LBS) SIZE I I SACKS I PER SACK OF MIN MAX LBS LBS CEMENT (GALS) (IN) (IN) I CONDUIT 3/8 I 1600 I I I 25.0 I ENCASEMENT 1600 2 ! 200 I (50 GALS PER YD) J 4 I INGREDIENTS FOR 1-SACK CONCRETE SLURRY MIX (PER YARD) GRAVEL CEMENT SLUMP CEMENT SAND FOR (LBS) MAX, TOTAL WATER MIN MAX SIZE LBS SACKS LBS (IN) (IN) CONDUIT 50 GALS PER SACK ENCASEMENT 3062 --1 94 50 GALS PER YARD J 4 NOTES: ---\ MAIN TRENCH (SEE PAGES J376.2 &: .3376.J FOR CONCRETE ENCASED MULTI-CONDUIT INSTALLATION. SEE PAGE 3370.3 FOR SHADING, BACKFILL, TRENCH DEPTH AND SEPARATION REQUIREMENTS.) INSTALLATIONS WHERE CONCRETE ENCASEMENT (2-SACK 3/8" MIX) AND SPACERS ARE REQUIRED: 1. TWO OR MORE 5 INCH CONDUITS INTENDED FOR PRIMARY APPLICATION. CONDUITS MAY BE EITHER EB (ENCASED BURIED) OR DB (DIRECT BURIED) BUT MUST STILL BE ENCASED. 2. LOCAL DISTRIBUTION, PRIMARY, SECONDARY OR SERVICE CONDUIT(S) IN A STACKED CONFIGURATION. (ONE ON TOP OF THE OTHER.) • SEE EXCEPTION BELOW. INSTALLATIONS WHERE CONCRETE ENCASEMENT (2-SACK 3/8" MIX) AND SPACERS ARE NOT REQUIRED: 1. LOCAL DISTRIBUTION WHEN ONE LAYER OF CONOUIT(S) ARE SIDE BY SIDE ON THE BOTTOM OF THE TRENCH. -• UP TO FOUR CONDUITS ARE PERMITTED WITHOUT SEPARATION OR SPACERS WHEN INSTALLED IN A HORIZONTAL CONFIGURATION. A MAXIMUM OF THREE OF THE FOUR MAY BE PRIMARY, PROVIDED THE CONDUIT IS SMALLER THAN 5 INCHES. IF MORE THAN FOUR CONDUITS ARE REQUIRED IN A TRENCH, A SEPARATION OF 7-1 /2 INCHES CENTERLINE TO CENTERLINE OF EACH CONDUIT MUST BE MAINTAINED. THE 7-1/2 INCHES IS TO ACHIEVE MAXIMUM CABLE AMPACITY. SERVICE GUIDE ·: ·:• .. j Indicates Latest Revision I Completely Revised I New Page I I 1nforrnation Removeo SDG&£ ELECTRIC STANDARDS ISSUE 1992 3376.1 CONDUIT DATE 1-1-90 ENCASED MULTI-CONDUIT INSTALLATION APPD )YJ':;/ DTE 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 A256 SERVICE TRENCH (SEE PAGES 3421.2, 3425.2, 3426.3 AND 3427.3 FOR CONDUIT PLACEMENT. SEE PAGES 3370.3 OR 3371.3 FOR SHADING AND BACKFILL REQUIREMENTS, TRENCH DEPTH AND SEPARATIONS). INSTALLATION WHERE CONCRETE SLURRY ENCASEMENT (1-SACK MIX) AND SPACERS ARE REQUIRED: 1. WHEN CONDUITS ARE IN A STACKED CONFIGURATION, ALL CONDUITS EITHER EB (ENCASED BURIED) OR DB (DIRECT BURIED) MUST BE ENCASED. INSTALLATION WHERE CONCRETE SLURRY ENCASEMENT (1-SACK MIX) AND SPACERS ARE NOT REQUIRED: 1. WHEN CONDUITS ARE SIDE BY SIDE ON THE BOTTOM OF THE TRENCH ( 4 CONDUITS MAX.). IN THE TRANSITION AREA WHERE THE CONDUITS FROM THE BOTTOM OF THE TRENCH START TOWARD THE SURFACE (THE STRAIGHT PORTION BY THE 90°BEND), SPACERS MAY BE REQUIRED TO ALLOW THE 90°BENDS TO ENTER STRAIGHT INTO THE PAD OPENING. THE CONDUITS SHALL BE DrRECT BURIED (DB). A SEPARATION OF 7-1/2 INCHES CENTERLINE TO CENTERLINE OF EACH CONDUIT MUST BE MAINTAINED TO ACHIEVE MAXIMUM CABLE AMPAC!TY. AT THE SURFACE POINT, THE CONDUITS MAY BE BUNDLED TOGETHER. USE SDG&E APPROVED BASE, SHADING AND BACKFlLL. NOTES: -IF THE SERVICE CONDUIT EXTENDS INTO THE MAIN TRENCH, THE SEPARATION OF 7-1/2 INCHES CENTERLINE TO CENTERLINE OF EACH CONDUIT MUST BE MAINTAINED. THE (1-SACK MIX) ENCASEMENT SPECIFIED IN THE hSERVICE TRENCH" SECTION SHALL APPLY TO SERVICE CONDUITS AND ANY NON-ENCASED DIRECT BURIED (DB) CONDUITS IN THAT PORTION OF THE TRENCH. ALL CONDUITS SHALL BE PART OF THE SAME CONCRETE PACKAGE. -IF THE SERVICE CONDUIT EXTENDS INTO THE MAIN TRENCH, THE SEPARATION OF 7-1/2 INCHES CENTERLINE TO CENTERLINE OF EACH CONDUIT MUST BE MAINTAINED. IF THERE IS CONCRITE ENCASEMENT IN THE MAIN TRENCH, THEN THE CONCRETE ENCASEMENT (2-SACK 3/e:' MIX) REQUIREMENTS SPECIFIED IN THE MAIN-- TRENCH SECTION SHALL APPLY TO THE SERVICE CONDUITS. ALL CONDUITS SHALL BE PART OF THE SAME CONCRETE PACKAGE. ISSUE 1992 DATE 1-1-92 APPD jftJ/ CONCRETE ENCASED INSTAUATION (MAIN TRENCH): A. EXCAVATE TRENCH TO REQUIRED DEPTH AND WIDTH. SEE STANDARDS 3370 OR 3371 FOR TRENCHING REQUIREMENTS. THE TRENCH DEPTH SHALL PROVIDE A MINIMUM COVER OF 24 INCHES OVER THE TOP CONDUIT. A 7-1/2 INCHES VERTICAL AND HORIZONTAL SEPARATION BETWEEN CENTERS OF CONDUITS MUST BE MAINTAINED. B. ASSEMBLE CONDUITS ON TOP OF THE GROUND PARALLEL TO THE OPEN TRENCH. PLACE SPACERS 6 FEET APART. THEN INSERT CONDUITS ON APPROPRIATE SPACER SADDLES. C. INSTALL INTERMEDIATE SPACERS. FIRMLY PRESS DOWN INTO, LOCKING POSITION. INSTALL SPACERS AND CONDUITS UNTIL DESIRED NUMBER OF TIERS IS COMPLETE. MUT!-CONDUIT SYSTEMS TO BE A MAXIMUM OF TWO CONDUITS WIDE AND FIVE CONDUITS HIGH (UP TO TEN CONDUITS IN ONE TRENCH). IF MORE THAN TEN CONDUITS ARE REQUIRED, A SEPARATE CONDUIT BANK SHALL BE INSTALLED IN A TRENCH. Indicates Latest Revision Cam!)letely Revised New Page '>( information Removed SERVICE GUIDE SDG&E ELECTRIC STANDARDS CONDUIT 3376.2 ENCASED MULTI-CONDUIT INSTALLATION SERI/ICE GUIDE 3376.3 I~ r REINFORCINfffG~ ROD ~ f f ~~l~FORCING ' ' ' ' -~-.,.---- Indicates Latest Revision D. INSTALL COUPLINGS TO JOIN THE NEXT ASSEMBLY WHEN COMPLETED. LOWER ASSEMBLY INTO THE TRENCH. F. INSTALL A NO. 3 REINFORCING ROD (STOCK NUMBER 685280) IN OUTER HOLES OF SPACERS. REINFORCING ROD IS TO 8£ DRIVEN INTO BOTTOM OF TRENCH TO ANCHOR ASSEMBLY IN POSITION. BEND EXCESS ROD OVER CONDUITS MAKING SURE ROD DOES NOT DAMAGE CONDUITS. WHEN TRUCK ACCESS TO TRENCH IS AVAILABLE AND SPOT POURING OVER CONDUITS AT 25 FOOT INTERVALS CAN BE ACCOMPLISHED. THEN REINFORCING ROD MAY BE OMITTED. THIS IS TO PREVENT CONDUITS FROM FLOATING DURING POURING CF CEMENT. G. A CONCRETE ENVELOPE USING 2-SACK CONCRETE MIX (PER TABLE ON PAGE 3376. 1) IS ro BE POURED AROUND AND OVER THE CONDUITS. THE POUR SHOULD PROVIDE A .3 INCH MINIMUM ON THE TOP, A 2 INCH MINIMUM ON EACH SIDE, AND A 2 INCH MINIMUM FROM THE BOTTOM OF THE CONDUIT TO THE BOTTOM OF THE TRENCH. MOISTURE CONTENT IS TO BE MINIMAL TO AVOID FLOATING OF CONDUITS. CONCRETE SHALL BE TAMPED TO ENSURE PROPER COVERAGE AROUND CONDUITS. TRENCH BACKFILL MATERIAL SHALL MEET THE GOVERNING AUTHORITYS REQUIREMENTS ANO SDG&:E STANDARDS. Completely Revised I New Poge lnforonation Removed _________ S_D_G_&E_E_L_E_C_TR_I_C_S_T_A_N_D_A_R_D_S ________ ISSUE 1992 CONDUIT DATE 1-1-88 A257 ENCASED MULTI-CONDUIT INSTALLATION APPD jJIJ:;1 B:fij' I -. I •• I I I I I I el I I I I I ,, I •• I I I f I I I I I I le I I I I I I I •• I A258 U-21.28 MAJOR USE: TO BE USED FOR CABLE TRAINING BETWEEN SINGLE-PHASE PAD-MOUNTED TRANSFORMERS. WEIGHT 986# MAX. USE 66" -2-12KV PAD-MOUNTED TRANSFORMERS FOR OPEN DELTA BANKS AND PAO-MOUNTED SWITCH INSTALLATIONS. 108" -3-12KV PAO-MOUNTED TRANSFORMERS FOR CLOSED DELTA BANKS. NOTCH I 2 TON LIFTING~ ANCHORS (i) OR (2) EACH S!OE.. WEIGHT 1605# MAX. ISSUE 1992 lndica tes Latest Revision STOCK NUMBER 162660 STOCK NUMBER 162662 Completely Revised New Page SDG&E ELECTRIC STANDARDS DATE 1-1-89 APPO SlC / DTE 1 4" X 66" X 1 4" HANDHOLE 1 4" X 108" X 14" J- 3/8" DEEP NOTCH . (4) REQ'iJ 2 TON LIFTING ANCHORS (i) OR (2) EACH SIDE. I Information Removed SERVlCE GUIDE 3311 i A259 §20PE: THIS STANDARD SHOWS THE INSTALLATION AND MATERIAL REQUIREMENTS FOR A .3.312 HANDHOLE. PARKWAY COVER WEIGHT: 11 0# MAX. PEDESTRIAN LOADING 30 30 ! 3312 HANDHOLE "ELECTRIC" It THE CUSTOMER IS REQUIRED TO INSTALL A HANDHOLE IN A SERVICE LATERAL, THE LID SHALL BE MARKED • ELECTRIC" NOT SDG&E. I I , I I BODY SWING SOL TS WITH NUTS. (2 REQUIRED). ~ = SUPPLIERS INITIALS TYPICAL PLAN VIEW I I I / WEIGHT: 185# MAX. 30" MIN. .31 3/4" 1/ 12" MIN. 17" MAX. I ·~~~~ ! I SHAU. 8E W!Tl<IN I a' IIAA I !'ROM ENO OF SUBSlRUCTURt ... ~~ MAX. CONOUTT ltRMINATION ARIA I~ \--~-...1::::::~~::.t:::!=-----I • / 17 MlN. 18" MAX.7" -----KNOCKOUT-1 EA. END (OPTIONAL) BILL OF' MATERIAL: ITEM DESCRIPTION QUANTITY 1 COVER, PARKWAY 1 2 BODY, HANDHOLE 1 SIDEWALK STOCK NUMBER STOCK NUMBER 286808 COMPLETE HANDHOLE 152426 162676 Bill. Or MATERIAL F'OR DOUBLE-BODY HANDHOLE: ITEM DESCRIPTION QUANTITY STOCK NUMBER STOCK NUMBER 1 COVER, PARKWAY 1 286808 COMPLETE DOUBLE-BODY HANDHOLE 2 BODY, HANDHOLE 2 162426 162678 I l I I i I I I I I ISSUE 1992 Information Removed SERVICE GUIDE I 1--------------------------------; Indicates Latest Revision Completely Revised New Poge SDG&E ELECTRIC STANDARDS DATE 1-1-92 APPoj:/_G;;lf6 .. ------------------------------------------- HANDHOLE (lNSIDE DlMENSIONS -17" X 30") 3312. 1 -I I I I f I I I I I I le I I I I I I I •• I A260 EXCAVATION DIMENSlONS 26" WIDE X 39" LONG Ir W!THOlJT SIDEWALK ~ 26" WIDE X 37" LONG WITH SIDEWALK FINAL GRADE SINGLE HANDHOLE INSTALLATION DOUBLE HANDHOLE INSTALLATION INSTAUATION: SID 26"' WIDE X 39" LONG WITHOUT SIDEWALK ~ 26"' WIDE X 37" LONG WITH SIDEWALK FINAL GRADE 24" A. ESTABLISH THE HANDHOLE LOCATION PAYING PARTICULAR ATTEN110N TO GAS AND FOREIGN UTILITY PLACEMENTS. AfN CHANGE IN LOCATION SY DISTRICT CONSTRUCTION REQUIRES PRIOR APPROVAL FROM SERVICE PLANNING. B. AFTER THE LOCATION IS ESTABLISHED, MARK OUT DIMENSIONS FOR THE EXCAVATION WIDTH, LENGTH AND DEPTH PER DRAWING ABOVE. THE WIDTH AND LENGTH DIMENSIONS GIVEN ALLOW EXTRA SPACE FOR SEITlNG THE SUBSTRUCTURE AND TAMPING THE BACKFILL C. TO DETERMINE FINAL GRADE, MEASURE FROM THE TOP OF CURB OR ESTABLISHED GRADE. D. EXCAVATION IS NOW PREPARED FOR INSTALLATION OF SUBSTRUCTURE SECTIONS. AFTER GRADE LEVEL IS ESTABUSHED, SET A STRING LINE FOR CHECKING GRADE. SET HANDHOLE AT FlNAL GRADE. © EXEMPT MATERIAL. ® APPLY SILICONE GREASE (STOCK NUMBER 391424 @ ), TO THE BOLTS WHEN SECURING THE COVER TO REDUCE REMOVAL AND INSTAUATlON DIFf'lCULTIES. @) IF' RIGHT OF WAY OR OBSTRUCTJONS CAUSE A PROBLEM, THE HANDHOLE MAY BE TURNED TO WHERE THE LONG SIDE OF THE HANDHOLE PARAU.ELS THE SIDEWALK OR PROPERTY UNE. REFERENCE: H. SEE STANDARD 3302 FOR SUBSTRUCTURE APPLICATIONS. I. SEE STANDARD 3'4-83 FOR MINIMUM OPERATING CLEARANCE REQUIREMENTS. J. SEE STANDARD 3485 WHEN SETTING HANDHOLE ON A SLOPING GRADE. K. SEE STANDARD 3485 FOR RETAINING WALL REQUIREMENTS ANO CLEARANCES FROM REVERSE SUBGRADE RETAJNING WALLS. L. SEE STANDARD 3505 FOR SUBSTRUCTURE USE ANO LIMITATIONS REFERENCE SHEET (MAXlMUM NUMBER OF CABLES, CONNECTORS ANO CONDUITS). M. SEE STANDARD 4173 F'OR TRENCH DEPTH, CONDUIT AND CABLE INSTALLATION. :-. · lndlcatea Latest Revision Completely Revtaea New Page Information Removed t--________ s_o_G_&:E_E_L_EC_TR_IC_S_TA_N_D_A_R_D_S _______ -1 ISSUE 3312.2 HANDHOL.E DATE (INSIDE DIMENSIONS -i 7" X 30") AP.PD SCOPE: THIS STANDARD SHOWS THE MATERIAL AND INSTALLATION REQUIREMENTS - PARKWAY COVER ASSEMBLY 1 2-TOP SECTION W /0 COVERS WEIGHT: 970# MAX. STEEL COVERS TOTAL WEIGHT: 378# 3315 TRAFFIC COVER ASSEMBLY FOR EXlSTlNG 3314 HANDHOlfS ONLY LOCATED IN A VEHICULAR AREA, USE THE 3315·•TRAFF1c COVER ASSEMBLY SHOWN" AS A REPLACEMENT. (SEE NOTES: FOR NE'N INSTALLATIONS). CAST IRON COVERS - TOTAL WEIGHT: 705# MAX. CONCRITE COVER WEIGHT: 2000# MAX. CONCRETE NECKING WEJGHT, 2245# MAX\ ! 3314 HANDHOLE I ·.: · Indicates Latest Revlslor, Completely Revised New Pcge ISSUE 1992 DA1E 1-1-92 APPO jl.G>! 115- SOG&E ELECTRIC STANDARDS HANDHOLE EQUIPMENT ENCLOSURE (INSIDE DIMENSIONS -3' x 6') A261 I FOR A 3314 HANDHOLE. ~ I 2 /2) , 1" PICK HOLES lnfcrmation Remowd I SERVICE GUIDE 3314.1- I I I 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 13314 HANDHOLEl 12" INTERMEDIATE EXTENSION SECTION WEIGHT: 970f MAX. (TO BE ORDERED ONLY FOR ADDITIONAL HEIGHT) BASE ENCLOSURE 3' X 6' X 3' WEIGHT: #44 70 MAX. 4" DIA. KNOCKOUTS 4 EA. END 11" MIN. :i--------- 12 3/4" -~ I l .... .... 2 TON LIFTING ANCHORS (2) EA. SIDE OR; ( 4) IN FLOOR. END KNOCKOUT ' , 2-TON LIFTING ANCHORS. INSIDE- 2 EA. SIDE (OUTSIDE-2 EA. SIDE OPTIONAL) MAY BE FLUSH -' , I ,,, WITH BOTTOM OF ' -l._ ,,, ,,, 1" DIA. COIL INSERT 1 EA. END. BASE ENCLOSURE. -.. ...L. ----.. ,,, ,,, ........ A262 (2) 5/8" DIA. GROUND RODS (OPPOSITE MIN. MAX. CORNERS) 40" MIN. 41'' MAX. SERVICE GUIDE Indicates Latest Revision Completely Revised New Page Information Removed l---------.;:_SO:...G.;:..&:E=:.....::E_L.;...EC_T_R_IC_S_T_A_N_D_A_R_DS ________ 1 ISSUE 1992 331 4.2 HANDHOLE EQUIPMENT ENCLOSURE DATE 1-1-91 (INSIDE DIMENSIONS -3' x 6') APPD jf.G;; B:fij' DHOLE SECTIONS AND PAR'r<:HAY COVERS FROM DIFFERENT SUPPLIERS ARE NOT INTERCHANGEABLE. IRON COVERS FROM DIFFERENT SUPPLIERS ARE INTERCHANGEABLE •. E PREFERRED LOCATION FOR A 3314 HANDHOLE IS IN NONVEHICULAR TRAFF1C AREAS (BEHIND CURBS, >,RKWAY' POSITION, ETC.). USE A PARKWAY COVER IN THESE AREAS. ; A NEW 3314 HANDHOLE IS REQUIRED IN A VEHICULAR AREA, IT MUST BE SUBSTITUTED WITH A 3315 .t{ANDHOLE AND TRAFFIC COVER. ON AN EXISTING 3314 HANDHOLE LOCATED IN A VEHICULAR AREA. ·usE THE 3315 HANDHOLE .TRAFFIC COVER ASSEMBLY'. ,3314 HANDHOLE ·rRAFFlC COVER ASSEMBLY' IS THE SAME SIZE AS THE 3315 HANDHOLE .TRAmc · COVER ASSEMBLY'. , LIFTING ANCHORS ARE NOT TO BE USED FOR CABLE PULLING. NtT~~~ · ASSEMSC.Y+\INIIS ·' ::_:..4----~::-------:--------------r---:---r=::--:--:-7 COMPLETE DESCRIPTlON QUANTITY :::::.!-~EXTE~;:::;N:;-s,10,.N,;:;vi:12;;;;·-:,:;T-;O,;;P-;:;;SE~C_Tl_O_N ________ ---t_--;-_~i-3;-;;3:;;62..:1..;0;--7 :t:~tiE 331.ffO', -~ COVER, PARKWAY (2 PC I 286842 33t-4CO PM.'tCIIAY ;:.'3 ENCLOSURE, BASE • .3' X 6' X 3' i 162680 r-----t HAN0H0C.£ ,. 4 SEALANT, PLASTIC-MASTIC (NOT SHOWN) AS REQ'D I 631872 STOCK NO. ,_,!;i:..:5:,_..+..:B:=-:O~LT=-, -::P:::E::-:NT:;:A-;-:H-;::-EA;--;:D:--. -:,-;;:;:;-2-::x;--;:;2--7, /"Z-::;.-(;;;IN:-;-;S:;;ID::-;:E:-;::::-Dl;:--:M~EN:-;-;S:;;IO~N-;;:S:_) r.(~s=--) -:P-::KWY-:-"t!-:1:-:s-=so=-1:--::2--;E~ 40o3o4 ----t 3314PC 6 COVER, HALF W/UP, PARKWAY I 286843 7 COVER, NECKING, TRAFFIC, 1 'Z' I 287738 8 COVER, CONCRETE, TRAFFIC I 287736 g COVER, CAST-IRON, TRAFFIC (3 PC) I 287734 10 BOLT, PENTAHEAD, 1/Z-X 2 1/Z-6 11 EXTENSION SECTION, INTERMEDIATE, 1 'Z' AS REQ'D i 336212 33'l4X1 12 SILICONE GREASE (NOT SHOWN) AS REQ'D I 391424 13 PRIMER (NOT SHOWN) AS REO'D I 557696 14 GRAVEL. 3/F!'-3/4" AS REQ'D ! INSTAUATION -HANDHOLE WITH "PARKWAY COVER ASSEMBLY': A. ESTABLISH THE HANDHOLE LOCATION. PAYING PARTICULAR ATTENTION TO FOREIGN UT!Ll1Y PLACEMENTS. RELOCATING THE HANDHOLE REQUIRES APPROVAL FROM PROJECT MANAGEMENT. B. AFTER THE LOCATION IS ESTABLISHED, MARK OUT DIMENSIONS FOR THE EXCAVATION WIDTH, LENGTH AND DEPTH PER DRAWING BELOW. TrlE WIDTH AND LENGTH. DIMENSIONS GlVEN, ALLOW AN EXTRA 8 INCHES FOR SffilNG THE SUBSTRUCTURE. EXCAVATION DIMENSIONS PARKWAY COVER ASSEMBLY FIGURE G) ,...!----5'-0" WIDE x 9•5• LONG---.-. ~ I ! "~ ,__ ___ 1_'2:'_T_DP~S_EC_T_tO_N ___ -1 FOR {RADE /. -4'-11• ,. ;::: ; ., ..... ,::~41• .. :SE :N:,~~~U'~:., ,.'. : 1 [ 3/8" -3/4" GRAVEL FOR BASE SUPPORT FINAL GRADE A263 I I , I I I I I I el I I I I I I "' EXCAVATION DEPTH ALLOWS 3 INCHES FOR ADJUSTMENT TO FINAL GRADE AND AN ADDITIONAL 3 INCHES FOR PLACEMENT OF GRAVEL AS BASE SUPPORT. I · · Indicates Latest Revision Completely Revised ' New Page Information Removed SERVlCE GUIDE ISSUE 1992 DATE 1-··-92 APPD j:/~/ fl_jf- SDG&E ELECTRIC STANDARDS HANDHOLE EQUIPMENT ENCLOSURE (lNSIDE DIMENSIONS -. 3' X 6') 3314.3 ,. I I I f I I I I I I le I I I I I I I •• I A264 C. EXCAVATION IS NOW PREPARED FOR INSTALLA.TION OF SUBSTRUCTURE SECTIONS. PLACE PLASTIC-MASTIC SEALANT BETWEEN ALL SECTIONS. DO NOT APPLY SEALANT UNDER THE TOP SECTION IF CONCRETE IS REQUIRED FOR GRADE ADJUSTMENT. ASSURE THE SUBSTRUCTURE WALLS ARE STRAIGHT AND THE FLOOR IS LEVEL. O. TO DETERMINE F"INAL GRADE ONE OF THE TWO FOLLOWING METHODS MAY BE USED: 1) WHEN CURB OR GRADE LEVEL IS ALREADY ESTABLISHED, MEASURE FROM THE TOP OF CURB OR GRADE, OR 2) HAVE THE FIELD ENGINEER SET THE GRADE STAKES. AFTER GRADE LEVEL !S ESTABLISHED, SET A STRING LINE FOR CHECKING GRADE LEVEL. © EXEMPT MATERIAL. F. ALIGN HANDHOLE COVER TO FINAL GRADE USING BRICKS OR WOODEN WEDGES. BEF"ORE POURING CONCRETE ( 4--SACK MIX WITH 3/8 INCH PEA GRAVEL, OR AS REQUIRED BY CITY OR COUNTY CODES), FRAME THE INSIDE OPEN AREA BETWEEN SECTIONS SO CONCRETE CAN BE POURED FROM THE OUTSIDE OF THE TOP COVER SECTION. MAKE SURE THE BRICKS OR WOODEN WEDGES DO NOT SHOW FROM THE INSIDE ONCE THE CONCRETE IS POURED. THE INSIDE FRAME MAY BE OMITTED IF THE CONCRETE 1S NOT TOO WET. IF rRAME IS OMITTED, TROWEL CONCRETE SMOOTH ON THE INSIDE. @ APPLY SILICONE GREASE TO THE PENTAHEAD BOLTS WHEN SECURING THE COVERS TO REDUCE REMOVAL OR INSTALLATION DIFFICULTIES. TIGHTEN DOWN BOLTS WITH TORQUE WRENCH TO 30 n/LBS. MIN., 40 FT./LBS. MAX. INSTAUATION: -EXISTING HANDHOLE WITH A "3315 TRAFFIC COVER ASSEMBLY ": M. ESTABLISH THE COVER LOCATION PAYING PARTICULAR ATTENTION TO FOREIGN UTILITY PLACEMENTS AND CHECK THE LOCATION OF ANY EXISTING CABLE TAPS. 88. AFTER THE LOCATION IS ESTABLISHED. MARK OUT DIMENSIONS FOR THE EXCAVATION WIDTH, LENGTH AND DEPTH PER DRAWINGS BELOW AND ON PAGE 3314.5. THE WIDTH AND LENGTH DIMENSIONS GIVEN ALLOW AN EXTRA 8 INCHES FOR SETTING THE 3315 TR.A.FFIC COVER ASSEMBLY. EXCAVATING MUST BE DONE ACCURATELY FOR PROPER PLACEMENT OF THE "TRAFFIC COVER ASSEMBLY' ASSURING CABLE TAP ACCESS FOR HOT STICK OPERATION. . EXCAVATION DIMENSIONS -WIDTH AND LENGTH TRAFFIC COVER ASSEMBLY ------9'-4" ------ ~..--;-;;:t:t=;?E-,,\-~t/-,e;~=:i~~:5-;\:--;__,7T STREET I EXISTING 16'-2" HANDHOLE I EXISTING~ CABLE TAPS ccc:::cc ~ '• -l· FIGURE (;} EXISTING HANDHOLE -WITH EXISTING CABLE TAPS ON THE • CURB SIDE"'. TOP VIEW -------9'-4-" r1.----=-_ -= --11 I EXISTIN~· ~ l 6'-2" CABLE TAPS I EXISTING I HANDHOLE CURB----TRAFFIC COVER FIGURE G) EXISTING HANDHOLE -WITH EXISTING CABLE TAPS ON THE "STREET SIDE". SERVICE GUIDE Indicates Latest Revision Completely Revised New Page Information Removed 3314.4 _________ s_o_G_&E __ E_LE_C_T_R_IC_S_T_A_N_DA_R_o_s ________ --1 ISSUE 1992 HANDHOLE EQUIPMENT ENCLOSURE (INSIDE DIMENSIONS -3' X 6') DATE 1-1-89 APPD SLC / DTE A265 EXCAVATION DIMENSIONS CONT: TOP VlEW cc. © ® @ 8 STREET .... ,. _____ 9•_4 .. -----·I r---------------71 I I I -----------I I NO CABLE TAPS I I I I I 6'-2" I EXISTING 7 I I HAND HOLE I I · __ _. .... _._._. .... _._._·:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-.... I .. · ·. ·~·' . TRAFFIC COVER _ ___. NECKING FIGURE@) CURB EXISTING HANOHOLE -WITH NO CABLE TAPS IF COVER IS GOING TO BE SET IN ANY PORTION OF A CONCRETE GUTTER OR STREET, THE CONCRETE MUST BE "SAWCUT' BEFORE EXCAVATING. ASPHALT MUST BE SCORED WITH A JACKHAMMER OR CLAYDIGGER. MEASURE AROUND EXISTING HANDHOL£ AND CUT ACCORDINGLY. EXEMPT MATERIAL. DIG DOWN 18 INCHES ANO REMOVE THE EXISTING TOP SECTION (OLD S1YLE TWO PIECE METAL TRAFFIC COVER, SEE 3399.104). IF THE EXISTING TOP SECTION IS 24 INCHES, REMOVE IT AND REPLACE WITH A 12 INCH INTERMEDIATE SECTION. BEFORE SITTING TRAFFIC COVER NECKING, ITEM 6, PAINT THE UNDERSIDE WITH PRIMER. THIS WILL REDUCE ANY REMOVAL DIFFICULTIES IN CASE OF RETROFiT OR GRADE ADJUSTMENTS. SEE INSTALLATION DRAWING ON PAGE 3314.6. SET THE TRAFFIC COVER, ITEM 6, USING THE INSIDE LIFTING ANCHORS TO PREVENT ANY PROBLEMS REMOVING THE LIFTING DEVICE. LINE UP THE INSIDE EDGE OF THE TRAFFIC COVER NECKING WITH THE INSIDE EDGE OF THE HANDHOLE INTERMEDIATE SECTION ON THE SAME SIDE THE CABLE TAPS ARE LOCATED. IF HANDHOLE DOES NOT HOUSE CABLE TAPS, ALIGN THE INSIDE EDGE OF THE J315 HANDHOLE TRAFFIC COVER NECKING WITH THE INSIDE EDGE OF THE INTERMEDIATE HANDHOLE SECTION ON THE STREET SIDE. THIS IS THE KEY ALIGNMENT TO THE ENTIRE INSTALLATION. SEE INSTALLATION DRAWING ON PAGE JJ 14.6. 0 IF ANY OF THE TRAFFIC COVER NECKING WILL BE SET IN CONCRETE (ALONG A CURB OR IN A CONCRETE STREET). WRAP 4 OR 6 Mil POLYETHYLENE SHEETING COMPLETELY AROUND THE NECKING AND TIE WITH TAPE. THIS WILL PREVENT EXISTING CONCRETE AND NEW CONCRETE FROM BONDING MAKING IT EASIER TO RAISE COVER IN THE FUTURE. SEE INSTALLING DRAWING ON PAGE 3314.6. JJ. TO DETERMINE FINAL GRADE, ONE OF THE lWO FOLLOWING METHODS MAY BE USED: 1) WHEN CURB OR GRADE LEVEL IS ALREADY ESTABLISHED, MEASURE FROM THE TOP OF CURB OR GRADE, OR 2) HAVE THE FIELD ENGINEER SET THE GRADE STAKES. AFTER GRADE LEVEL IS ESTABLISHED, SET A STRING LINE FOR CHECKING GRADE LEVEL. @ ALIGN TRAFFIC COVER NECKING TO GRADE USING BRICKS OR WOODEN WEDGES. POUR CONCRETE ( 4-SACK MIX WITH 3/8 INCH PEA GRAVEL OR AS REQUIRED BY CITY OR COUN1Y CODES) INSIDE OF @ @ NECKING AND INTO THE OVERLAPPING AREA OF SECTIONS. SMOOTH CONCRETE WITH GROUT AND TROWEL. SEE INSTALLATION DRAWING ON PAGE 3314.6. ON THE OUTSIDE OF THE NECKING, POUR AND PACK CONCRETE UNDERNEATH WITH A SHOVEL UP TO THE BOTTOM OF THE NECKING ANO UP TO FINAL GRADE LEVEL AT THE CURB. SMOOTH OUT ANY EXCESS CONCRETE COMING THROUGH ON INSIDE OF HANDHOLE. TRIM AWAY EXCESS PLASTIC SHEETING. SEE INSTALLATION DRAWING ON PAGE 3314.6. INSTALL THE CONCRETE COVER, ITEM 7, AND CAST IRON COVERS. SLIDE OUTSIDE CAST IRON COVERS ON FIRST AND THE CENTER CAST IRON COVER ON LAST. WHEN REMOVING COVERS, SLIDE CENTER COVER OFF FIRST. SEE DRAWING ON PAGE J316. l. I I .. I I I I I I I el I I I I I :>J Indicates Latest Re,miion I I Completely Revised I I New Page I \ Information Removed I SERVICE GUIDE I I I I ISSUE 1992 DATE 1-1-86 APPD jlt:¥ 11:.ff SDG&E ELECTRIC STANDARDS HANDHOLE EQUIPMENT ENCLOSURE (INSIDE DIMENSIONS -3' X 6') 3314.5 I I f I I I I I I le I I I I I I I •• I {§ BEFORE BACKF1LLING, SPRAY RS-1 EMULSION TO THE INSIDE OF' THE EXCAVATION TO HELP THE ASPHALT ADHERE. BACKFILL EXCAVATION WrTH ASPHALT AND TAMP DOWN. @APPLY SILICONE GREASE TO THE PENTAHEAD BOLTS WHEN SECURING THE COVERS TO REDUCE REMOVAL OR INSTALLATION DIFFICULTIES. TIGHTEN DOWN BOLTS WITH TORQUE WRENCH TO 30 FT./LBS. MIN., 40 FT./LBS. MAX. INSTALLATION DRAWING r---2' OPENING ---, BASE ENCLOSURE REFERENCE: @ SEE STANDARD 3211 FOR INSTALLATION OF IDENT1F1CAT10N TAG. T. SEE STANDARD 3302 FOR SUBSTRUCTURE APPLICATIONS. U. SEE STANDARD 3306 FOR INSTALLATION OF PLASTIC-MASTIC SEALANT. (y} SEE STANDARD 3365 FOR.~ BACKflLL. W. SEE STANDARD 3483 FOR MINIMUM OPERATING AND CLEARANCE REQUIREMENTS. X. SEE STANDARD 3485 WHEN SETTING HANDHOLE ON A SLOPING GRADE. Y. SEE STANDARD 3486 FOR RETAINING WALL REQUIREMENTS AND CLEARANCES FROM RE.VERSE SUBGRADE RETAINING WALLS. Z. SEE STANDARD 3605 FOR SUBSTRUCTURE USE AND LIMITATIONS REFERENCE SHEET (MAXIMUM NUMBER Of CABLES, CONNECTORS AND CONDUITS). AZ66 A.A SEE PAGES 3399.105 AND 3399.106 FOR REPAIRING "OLD STYLE" 3314 HANDHOLES WITH PARKWAY COVERS. SERY\CE GUIDE 3314.6 :·X. Indicates Latest Revision Completely Revised New Page Information Removed __________ SD_G_&E __ E_L_EC_TR_lC_S_T_A_N_D_A_RD_S _________ rssuE 1992 HANDHOLE EQUIPMENT ENCLOSURE (INSIDE DIMENSIONS -3• X 6') DATE 1-1-92 APPDjYtJJ. PARKWAY COVER ASSEMBLY 12" PARKWAY FRAME WEIGHT: 1 BOO# MAX. STEEL COVERS INC. (2) OR REMOVABLE SUPPORT BARS WEIGHT: 438# TOTAL MAX. TRAFFlC COVER ASSEMBLY CAST IRON COVERS WEIGHT: 680# TOTAL MAX. CONCRETE COVER WEIGHT: 2000# MAX. CONCRETE NECKING WEIGHT: 2245# MAX. J SUPPLIERS INITIALS "P" = PARKWAY COVER I A267 2-TON I I , I I LIFTING ANCHORS. INSIDE-2 EA. SIDE OUTSIDE-2 EA. SIDE. , I 11 (OPTIONAL) I I ,. I I .I ! I ·. : ·. Indicates Latest Revision Completely Revised New Page ISSUE 1992 SOG&E ELECTRIC STANDARDS Information Removed SERVICE GUIDE i I I 3315.19:1 DATE 1-1-92 APPDjYP/~ HANDHOLE EQUIPMENT ENCLOSURE (INSIDE DIMENSIONS -4_' X 6'-6") I I I {' I I I I I I le I I I I I I I •• I 12" SPECIAL EXTENSION SECTION WEIGHT: 1725# MAX. (TO BE ORDERED FOR USE IN .3440 SWITCH PAD INSTALLATIONS ( O") -0~ 9 FOR GRADING AND/OR AD~mONAL HEADROOM) @--.... 24" EXTENSION SECTION WEIGHT: .3450# MAX. (TO BE ORDERED ONLY FOR GRADING AND/OR ADDITIONAL HEADROOM) 60• BASE ENCLOSURE WEIGHT: 1 1 ,320# MAX. ®---+---i S-DIA. CONDUIT KNOCKOUTS 8 EA. END-16 TOTAL 5'-6" ( 66") ~ 2 TON LIFTING ANCHOR INSIDE-2 EA. SIDE ~-: (OUTSIDE-2 EA. SIDE '·. OPTIONAL) A268 1w DIA. COIL INSERTS 2 EA. END. 2-TON LIFTING ANCHORS (OUTSIDE- 2 EA. SIDE OPTIONAL) SERVlCE: GUIDE :·>-:-: Jndlc:otes latest Revision Completely Revised New Page Information Removed 3315.2 1----------S....:D....;G..;:.&E~E_L_E_CTR_IC_S_T_AN_D_A_R_D_S _______ --1 ISSUE 1992 HANDHOLE EQUIPMENT ENCLOSURE (INSIDE DIMENSIONS --4' x 6'-6") DATE 1-1-90 APPD SLC / DTE A269 NOTES· ~HANDHOLE SECTIONS AND PARKWAY COVERS FROM DIFFERENT SUPPLIERS ARE NOT INTERCHANGEABLE. CAST IRON COVERS FROM DIFFERENT SUPPLIERS ARE INTERCHANGEABLE. - THE PREFERRED LOCATION FOR A 3315 HANDHOLE IS IN NONVEHICULAR .TRAFFIC AREAS (BEHIND CURBS, PARKWAY POSmON, ETC.). USE A PAR~AY COVER IN THESE AREAS. HANDHOLES WfTH A TRAFFIC COVER MAY BE INSTALLED IN AREAS WITH VEHICULAR TRAFFIC, BUT ONLY WHEN THERE IS NO NON-TRAFFIC LOCATION AVAILABLE. LIFTING ANCHORS ARE NOT TO BE USED FOR CABLE PULLING • .3.315 HANDHOLES ARE DELIVERED BY THE SUPPLIER TO JOB SITE. SIU. Of MATERIAL FOR PARJ<WAY 3315 HANDHOLE: !ITEMI DESCRIPTION QUANTITY STOCK STOCK ·. ''.i·:'::;r:~]~x:fi_';:: · NUMBER NUMBER I , j FRAME. PAR~AY, 12" ! 1 361354 COMPLETE . <33Ulf0~ -YCOMPl.El'E I ! 2\ COVER, PARKWAY, STEEL PAINTED (3 PC.) ' 1 286980 PARKWAY 33115CO-;;: ;pARl(WAy. i HANDHOLE ,HANOfiOLE I a! ENCLOSURE, 6<1' BASE i 1 334356 .. :., .. .,,;._ ·-.. ':".:i,-;J ... 400306 .. :; ~ .... ,,,, ·,::·· -:,. : , I 7 ! BOLT. PENTAHEAD, , /2" X 2-1 /2" I 12 156012 ® .. ,_ ... ~,; -· .. i ! ® 3315PC I 8'. SEALANT, PLAST!C-MAST!C AS REQUIRED 631872 ---.. I 9 I SILICONE GREASE i AS REQUIRED 319424 ® ..,,.,:,' • -~ J. i 1 ---· .. ·.;,--···· ! 10 ! EXTENSION SECTION, SPEClAl 12" I 331;;:::::-. I ! (FOR USE IN 3440 SWITCH PAO INST. OR I AS REQUIRED 336246 --I ! FOR GRADING AND/OR ADDITIONAL HEADROOM) . i 11 ; EXTENSION SECTION, 24• ; ·~ ..... I .:.,,,. ,,. •, ...... (USE FOR GRADING AND/OR ADDITIONAL AS REQUIRED 336240 --_:/3315)(2"., .. I I HEADROOM) ., ·.~., .•·::-:--·· ' i ! 3/f!'-3/4. ' ' :..-~ .. i GRAVEL. * AS REQUIRED I ----.,--.. "·'i~·~ BIU. OF MATERIAL FOR TRAFFlC 3315 HANDHOL.£: DESCRIPTION QUANTliY STOCK STOCK NUMBER NUMBER .ASSEMSlY UNn'S .. , ' ' ; . . ' ~- 3 ! COVER, NECKING, TRAFFlC, 12" 4 I COVER, CONCRETE. TRAFFIC 287738 287736 COMPLETE TRAF'FTC 5 I COVER. CAST IRON, TRAFFlC (3 PC.) 287734 HANOHOl.£ 6 ! ENCLOSURE, BASE, so· (INSIDE DIMENSION) I 334356 400308 7 i BOLT, PENTAHEAD, 1/2" X 2 1 /2" 6 1156012 ® 8 I SEALANT, PLASTlC-MASTJC AS REQUIRED 631872 ® SILICONE GREASE AS REQUIRED I 319424 ® EXTENSION SECTION, SPECIAL 12" (FOR USE IN 3340 SWITCH PAD INST. OR FOR GRADING AND/OR ADDITIONAL HEADROOM) AS REQUIRED 336246 EXTENSION SECTION, 24• (USE FOR GRADING AND/OR ADDITIONAL HEADROOM) .. AS REQUIRED 336240 12 i GRAVEL. 3/f!'-3/4• • AS REQUIRED INST"ALl.ATION: A. ESTABLISH THE HANDHOLE LOCATION PAYING PARTICULAR ATTENTION TO FOREIGN UTILITY PLACEMENTS. RELOCATING THE HANDHOLE REQUIRES APPROVAL FROM PROJECT MANAGEMENT. I I .. I I I 11 I I B. AITTR THE LOCATION IS ESTABLISHED, MARK OUT DIMENSION.$ FOR THE EXCAVATION WIDTH, LENGTH AND DEPTH PER DRAWING BELOW. THE WIDTH AND LENGTH DIMENSIONS GIVEN, ALLOW AN EXTRA 8 INCHES I I I I I I FOR SETTING THE SUBSTRUCTURE. ISSUE 1992 DATE 1-1-92 APPDj:/,,C:J /i Indicates Latest Revision Completely Revised SDG&:E ELECTRIC STANDARDS HANDHOLE EQUIPMENT ENCLOSURE (lNSJDE DIMENSIONS -4' x 6'-6") Information Removed SERVICE GUIDE; I 3315.3 •• I I I f I I I I I I le I I I I I I I •• I A2i0 3/S'-3/ 4• GRAVEL FOR BASE SUPPORT EXCAVATION DIMENSIONS ------iRAFFIC COVER------ 6'-10'" (82") WIDE X 9•-4• (111') LONG I ' PAAKWAY COVER • , s•-4• (76") WIDE X 8'-10" (106" LONG 1 't' TOP SECTION 66" BASE ENCLOSURE r-0" • @ ~L :::-~=::::-=z=:::====::::::::::::=====:::1=r:-==:;:::=:::=I' .... _ __, t FINAL GRADE •EXCAVATION DEPTH ALLOWS 3 INCHES F'OR ADJUSTMENT TO FINAL GRADE ANO AN ADDmONAL 3 INCHES FOR REPLACEMENT OF' GRAVEL AS BASE SUPPORT. · C. EXCAVATION IS NOW PREPARED FOR INSTALLATION OF SUBSTRUCTURE SECTIONS. PLACE PLASTlC-MASTlC SEALANT BETWEEN ALL SECTIONS. USE DOUBLE SEAL IF FIELD CONDITIONS INDICATE THAT WATER WILL PENETRATE THE JOINTS. DO NOT APPLY SEALANT UNDER THE TOP SECTION IF CONCRETE IS REQUIRED F'OR GRADE ADJUSTMENT. ASSURE THE SUBSTRUCTURE WALLS ARE STRAIGHT AND THE FLOOR IS LEVEL. D. TO DETERMINE FINAL GRADE, ONE OF' THE FOLLOWING METHODS MAY BE USED: . 1) WHEN CURB ORGRADE LEVEL IS ALREADY ESTABLISHED. MEASURE FROM THE TOP OF CURB OR GRADE OR 2) HAVE THE FIELD ENGINEER SET THE GRADE STAKES. AFTER GRADE LEVEL rs ESTABLISHED, SET A STRING LINE FOR CHECKING GRADE LEVEL ® EXEMPT MATERIAL F. ALIGN HANDHOLE COVER TO FINAL GRADE USING BRICKS OR WOODEN WEDGES. BEFORE POURING CONCRETE (4-SACK MIX WITH .3/8 INCH PEA GRAVEL OR AS REQUIRED BY CliY OR COUN1Y CODES), FRAME THE INSIDE OPEN AREA BETWEEN SECTIONS SO CONCRETE CAN BE POURED FROM THE OUTS!DE Or THE TOP COVER SECTION. MAKE SURE THE BRICKS OR WOODEN WEDGES DO NOT SHOW FROM THE INSIDE ONCE THE CONCRETE IS POURED. THE INSIDE FRAME MAY BE OMITTED IF THE CONCRETE IS NOT TOO WET. IF FRAME lS OMITTED, TROWEL CONCRETE SMOOTH ON THE INSIDE. G. INSTALL CONDUITS USING THE BOTTOM OUTSIDE (CLOSEST TO THE WALL) KNOCKOUTS FIRST. @ WHEN INSTALLING THE TRAFFIC COVER, PLACE THE OUTSIDE CAST IRON COVERS ON F1RST, THEN SLIDE THE CENTER CAST IRON COVER ON LAST. WHEN REMOVING CAST tRON COVERS, SLIDE CENTER COVER OFr FIRST. SEE DRAWING ON PAGE 3315.1. (D APPLY SILICONE GREASE TO THE PENTAHEAD BOLTS WHEN SECURING THE COVERS TO REDUCE REMOVAL OR INSTALLATION DIFFICULTIES. TIGHTEN DOWN BOLTS WITH TORQUE WRENCH TO 30 FT. LBS. MIN., 40 FT./LBS. MAX. REFERENCE: Q) SEE STANDARD 3211 FOR INSTALLATION OF !DENTlFlCATlON TAG. K. SEE STANDARD 3302 FOR SUBSTRUCTURE APPLICATIONS. L SEE STANDARD 3306 FOR INSTALLATION OF PI..ASTIC-MASTIC SEALANT. ®· SEE STANDARD. 3365, FORi:SWRRY' ~ N. SEE STANDARD 3483 FOR MINIMUM OPERATING AND CLEARANCE REQUIREMENTS. 0. SEE STANDARD 3485 WHEN SETTlNG HANDHOLE ON A SLOPING GRADE. P. SEE STANDARD 3486 FOR RETAINING WALL REQUIREMENTS AND CLEARANCES FROM REVERSE SUBGRADE RETAINING WALLS. Q. SEE STANDARD .3605 FOR SUBSTRUCTURE USE ANO LIMITATIONS REFERENCE SHEtr (MAXIMUM NUMBER OF CABLES, CONNECTORS AND CONDUITS). SERVICE GUIDE 3315.4 rX Indicates Latest Revision ComJ)letely Revised N-Page Information Removed 1---_______ __::_S:=D.::.G::::.&E=-.:E:;.;:LE=.CiR~IC-=-.:S:...:.T __ A:...:.N.;;..DA:...:.R __ D~S=------------41SSUE 1992 HANDHOLE EQUIPMENT ENCLOSURE (lNSlDE DIMENSIONS -4' X 6'-6") DATE i -1-92 APPD j/_G:;j B1iJ' ,0.271 'f#}!!_f: THIS STANDARD SHOWS THE INSTALLATION AND MATERIAL REQUIREMENTS FOR A 3316 HANDHOLE. ;:;.;.--- ~-13316 HANDHOLEj 1 p>,RKWAY COVER ASSEMBLY '1t' pAR'f(N(AY FRAME WEIGHT: 2175# MAX. : -;\ STEIL COVERS INC. (3) , ~OVASLE SUPPORT BARS WEIGHT: 622# TOTAL LIFTING HANDLES C:::::, = SUPPLIERS INITIALS "p" = PARKWAY COVER TRAFFIC COVER ASSEMBLY: CAST IRON COVERS,/ WEIGHT: 680# TOTAL MAX. CONCRETE COVER WEIGHT: 3775# ----MAX. 2 TON LIFTING ANCHOR INSIDE-2 EA. SIDE. · : ·. Indicates Latest Revision Completely Revised New Page ISSUE 1992 DATE 1-1-92 APPD j/,GJ/~ SDG&E ELECTRIC STANDARDS HANDHOLE EQUIPMENT ENCLOSURE (INSIDE DIMENSIONS -5' x 8'-6") 2 4 11 ' ~ 12" 1 2-TON LIFTING ANCHORS INSIDE-2 EA. SIDE (OUTSIDE-2 EA. SIDE OPTIONAL) HOLES 1" DIA. COIL INSERTS 3 Information Removed SERVICE GUIDE 3316.1 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 12." SPECIAL EXTENSION SECTION WEIGHT: 21 75# MAX. (TO BE ORDERED FOR USE IN 3441 SWITCH PAD INSTALLATIONS OR; FOR GRADING AND/OR ADDmONAL HEADROOM) 24" EXTENSION SECTION WEIGHT: 4350# MAX. 2 OR 4 TON LIFTING ANCHOR INSIDE-2 EA. SIDE l 331 6 HANDHOLE I 2 TON LIFTING ANCHORS INSIDE-2 EA. SIDE (OUTSIDE-2 EA. SIDE OPTIONAL) A272 t 12." 1 1 24" I ~ 48" J 48" BASE ENCLOSURE ~ 9'-6" (114"). WEIGHT: 11,850 MAX. Sa,v!CE GUIDE :-:-.:,.:: Indicates Latest ReYlslon Completely Revised N-Page Information Remo'led 1----------S;;.;;D;.;;G;.;;.&E~E ....... LE~C_TR ....... IC_S_T_A_ND_A_R_D_S _______ --1 ISSUE 1992 33~ 6.2 HANDHOLE EQUIPMENT ENCLOSURE DATE 1-1-90 (INSIDE DIMENSIONS -· 5' x 8'-6") APPD SLC/DTE : ! ' i i ! i ' NOTES: ----=-HANDHOLE SECTlONS AND COVERS FROM DIFFERENT SUPPLIERS ARE NOT INTERCHANGEABLE. -THE PREFERRED LOCATION FOR A 3316 HANDHOlE IS IN NONVEHICULAR TRAFFlC AREAS (BEHIND CURBS, PARKWAY POSITION, ETC.). USE A PARK;NAY COVER IN THESE AREAS. -HANDHOLES WITH A TRAFFIC COVER MAY BE INSTALLED IN AREAS WITH VEHICULAR TRAFFIC, BUT ONLY WHEN THERE IS NO NON-TRAFFIC LOCATION AVAILABLE. -LIFTING ANCHORS ARE NOT TO BE USED FOR CABLE PUWNG. -3316 HANDHOLES ARE DELIVERED BY THE SUPPLIER TO JOB SITE. SILL OF MAiERIAL FOR 3316 PARKWAY HANDHOLE: ITEM l DESCRIPTION I QUANTITY j STOCK NUMBER 1 ! FRAME. PARKWAY, 12" 2 I COVER, PARKWAY, STEEL ( 4 PC.) 6 I EXTENSION SECTION, 24" 7 8 9 10 11 ENCLOSURE, BASE, 42" BOLT, PENTAHEAD, 1 /2" X 2-1/2" SEALANT, PLASTIC-MASTIC SILICONE GREASE I EXTENSION SECTION, 12" j (FOR USE IN 3441 SWITCH PAD INST., ! 3671 SUBSURFACE/SURFACE OPERABLE i SWITCH INST. OR FOR GRADING AND/OR I ADDITIONAL HEADROOM) I 1 ! 248170 i 1 l 248164 ' 1 248162 l i 1 ! 248160 16 ' 156012 ® ' i AS REQ'D ; ' ' 631872 ® I AS REC'D I 319424 ® I , ' ! I AS REO'D ! 336208 STOCK NUMBER :;·~·~ Uffl1'S -~,\\\*~ ' ,, :"I', • -~ ,:~~ ,~,;;' I COMPLETE tlti~t6CO: , · I PARJ<$AY ! HANOHOLE ·: ·'•':COMPLEI'E' I . :\PARKWAY ' 400310 ''•:~ ,., ,,.,..331'6PC ', I I I A273 I I I ; .. I I I I ! I i I 12 ; GRAVEL. 3/8" -3/ 4" • I AS REQ'D ! I I I I I BILL Of MATERTAL FOR 3316 TRAFFlC HANDHOLE: ITEM ! DESCRIPTION 3 I COVER, NECKING, TRAFFIC, 1 Z' 4 j COVER, CONCRETE. TRAFFIC 5 i COVER, CAST-IRON, TRAFFIC (3 PC.) . 6 i EXTENSION SECTION, 24" 7 ! ENCLOSURE, BASE, 42" (INSIDE DIMENSIONS) 8 I BOLT, PENTAHEAD. 1 /2" X 2 1 /Z' ' 9 j SEALANT, PLASTIC-MASTIC 10 I SI UCO NE GREASE 11 I EXTENSION SECTION, SPECIAL 1 2· (FOR USE IN 3441 SWITCH PAD INST., 3671 SUBSURFACE/SURFACE OPERABLE I SWITCH INST. OR FOR GRADING AND/OR j ADDITIONAL HEADROOM) QUA1'.'T11Y I STOCK NUMBER 248166 248168 287734 248162 248160 6 156012 ® AS REQ'D 631872 E AS REQ'D 319424 © I AS REQ'D I 336208 12 I GRAVEL, 3/8" -3/ 4" • AS REC'D INSTALLATION: STOCK COMPLETE TlRAFFIC HANOHOLE 400312 A. ESTABLISH THE HANDHOLE LOCATION PAYING PARTICULAR ATTENTION TO FOREIGN UTILITY PLACEMENTS RELOCATING THE HANDHOLE TO ANOTHER LOCAT[ON REQUIRES APPROVAL FROM PROJECT MANAGEMENT. B. AFTER THE LOCATION IS ESTABLISHED, MARK OUT DIMENSIONS FOR THE EXCAVATION WIDTH, LENGTH AND DEPTH PER DRAWING BELOW. THE WIDTH AND LENGTH DIMENSIONS GIVEN, ALLOW AN EXTRA 8 INCHES FOR SETTING THE SUBSTRUCTURE. I iel I I I I I I I I I ISSUE 1992 DATE 1-1-92 APPD jY}i:)/ :· : ·, Indicates Latest Revision Completely Revised New Page SDG&E ELECTRIC STANDARDS Information Remowid SERVICE GUIDE ! I HANDHOLE EQUIPMENT ENCLOSURE (INSIDE DIMENSIONS -5' x 8'-6") 3316.3 ,. I I I •• I I I I I I le I I I I I I I I •• I A274 EXCAVATION DIMENSIONS --------TRAFFIC COVER _______ .., 7'-1ri' (94") WIDE X 11'-4" (13ft) LONG I 'S'. I FOR GRADE I ADJUSTMENT I I I -•-------PARKWAY COVER ------..... ..,1 I 7•-4• (88") WIDE X 10·-1rt (130") LONG 1 'i:' TOP SECTION 24" EXTENSION SECTION 48" BASE ENCLOSURE I I I I I I I I I 7'-ff' • I I I I I l I I t::t::::::=====~::::====~==========:=====::=========::2--'.:J _J •EXCAVATION DEPTH AU.OWS 3 INCHES FOR ADJUSTMENT TO FINAL GRADE AND AN ADDmONAL 3 INCHES FOR PLACEMENT Of GRAVEL AS BASE SUPPORT. C. EXCAVATION IS NOW PREPARED FOR INSTALI.ATION OF SUBSTRUCTURE SECTIONS. PLACE PLASTIC-MASTIC SEALANT BE'lWEEN ALL SECTIONS. USE DOUBLE SEAL IF FlELD CONDITIONS INDICATE THAT WATER WILL. PENETRATE THE JOINTS. DO NOT APPLY SEALANT UNDER THE TOP SECTION IF CONCRm IS REQUIRED FOR GRADE ADJUSTMENT. ASSURE THE SUBSTRUCTURE WALLS ARE STRAIGHT ANO THE FLOOR IS LEVE!.. D. TO DETERMINE FINAL GRADE, ONE OF THE lWO FOLLOWING METHODS MAY BE USED: 1) WHEN CURB OR GRADE LEVEL IS ALREADY ESTABLISHED, MEASURE FROM THE TOP OF CURB OR GRADE OR 2) HAVE THE FIELD ENGINEER SET THE GRADE STAKES. AFTER GRADE LEVEL IS ESTABLISHED, SET A STRING LINE FOR CHECKING GRADE LEVEL © EXEMPT MATERIAL F. ALIGN HANDHOLE 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 SECTIONS SO CONCRETE CAN BE POURED FROM THE OUTSIDE OF THE TOP COVER SECTION. MAKE SURE THE BRICKS OR WOODEN WEDGES DO NOT SHOW FROM THE INSIDE ONCE THE CONCRETE IS POURED. THE INSIDE FRAME MAY BE OMITTED IF THE CONCRETE IS NOT TOO WET. iF FRAME IS OMITTED, TROWEL CONCRETE SMOOTH ON THE INSIDE. G. INSTALL CONDUITS USING THE BOTTOM OUTSIDE (CLOSEST TO THE WALL) KNOCKOUTS FlRST. @ WHEN INSTALLING THE TRAFFIC COVER, PLACE THE OUTSIDE CAST !RON COVERS ON FIRST, THEN SLIDE THE CENTER CAST lRON COVER ON LAST. WHEN REMOVING CAST IRON COVERS, SLIDE CENTER COVER OFF F'JRST. SEE DRAWINGS ON PAGES 3316.1 AND 3316.3. I APPLY SILICONE GREASE TO THE PENTAHEAD BOLTS WHEN SECURING THE COVERS TO REDUCE REMOVAL OR INSTALI.ATION OIFFlCULilES. iJGHTEN DOWN BOLTS WITH TORQUE WRENCH TO 30 FT./LBS. MIN., 40 FT./LSS. MAX. REFERENCE: Q) SEE STANDARD 3211 FOR INSTALLATION OF IDENTIFlCATlON TAG. K. SEE STANDARD 3302 FOR SUBSTRUCTURE APPLICATIONS. L SEE STANDARD 3306 FOR INSTALLATION OF PlASTIC-MASTIC SEALANT. @ SEE STAJ'!DARD ~· .. R.>R:~' ~:· N. SEE STANDARD 3483 FOR MINIMUM OPERATING AND CLEARANCE REQUIREMENTS. 0. SEE STANDARD 3485 WHEN SETTING HANDHOLE ON A SLOPING GRADE. P. SEE STANDARD 3486 FOR RETAINING WALL REQUIREMENTS AND CLEARANCES FROM REVERSE SUBGRAOE RETAINING WALLS. Q. SEE STANDARD 3605 FOR SUBSTRUCTURE USE AND LIMITATIONS REFERENCE SHEET (MAXIMUM NUMBER OF CABLES, CONNECTORS AND CONDUITS) • SERVICE CUJOE 3316.4 :X~ Indicates Latest Revision . I I Completely Reviaed I I N-Poge I \ Information Removed SOG&E ELECTRIC STANDARDS ISSUE 1992 HANDHOLE EQUIPMENT ENCLOSURE (INSIDE DIMENSIONS -5' X 8'-6") DATE 1-1-92 APPD j:/t::f ~ 3312 HANDHOLE WEIGHT: 185" MAX. (REQUIRED FOR 3 PHASE FUSE CABINET INSTAU.ATION ONLY) ~' 34 5/8"MIN. 3511 MAX. ------KNOCKOUT-I EA. ENO (OPTIONAL) 20 3/411 MIN. 22" MAX. /f I 15" "~ X!' t' A275 I 3421 PAD I PAD WEIGHT: 619# MAX. DETAIL FOR POURED-IN-PLACE CENTER srEE1. IN CONCRETE POUR. ----44• ___ ..., ,.,._ ,.,. I -----------~- i I I I I I I I I l -+ ' I R REINFORCING ROD TABLE G) REINFORCING STm. AS'TM A e 15 GRADE 80 TYPE DESCRIPTION QTY STOCK NUMBER R1 3/t5' X 3' -t' 3 R2 3/r X 3' -5" 2 685280 R3 3/r X 1' -t5' 1 I I •• I I I I I I 11 I I ~ I I I I I I I-------.--...,..------~-----,,--.-~~ I . Indicates Latest Revision Completely Revised New Page ISSUE 1992 DATE 1-1-90 APPD CJ,(_,/~ SOG&E ELECTRIC ST AND ARDS SINGLE-PHASE TRANSFORMER/FUSE CABINET PAD 3421.1 I I I I , I I I I I I le I I I I I I I le I 3711, 3712 SINGLE-PHASE TRANSFORMER AND SECONDARY CONDUIT AREA€XE) 3522 SINGLE-PHASE TERMINATOR INSTALLATIONS {TOP VIEW) 3421 PAD ..,, 4 SIDEWALK SIDE ' ' 3513 THREE-PHASE FUSE CABINET INSTALLATION {TOP VIEW) ..,, . 4 ' A276 . SIOEWAl'.K SIOE -'CABINET • ooo\s TO OPEN .TOWARD PROPERlY • . 7 ' " NOlES: -TRANSFORMER COOLING FINS MAY OVERHANG REAR OF PAD SY 8 INCHES. -FIVE INCH CONDUIT NOT ALLOWED IN THESE INSTAUATIONS. -PAD MAY BE PRECAST OR POURED-IN-Pl.ACE. TOP or PAD MUST BE FINISHED FIAT. . -WHEN PAD IS POURED-IN-PI.M:E. CONDUIT OPOIINGS SHAU. 8£ FORMED SO lMAT CONDUfT' srues ARE NOT CONCRETE ENCASED. REINF'ORCING R00 (FTEM 5} STOCKED IN 8 roar LENGTHS. RODS TO BE CUT IN FIELD TO REQUIRED l.£NGTHS. N"PLY GALVANIZED PAIi« TO CUT ENOS OF RODS. BllL OF M4TERIAL: ITEM DESCRll'TtON QUANTTTY STOCK CONST STD NUMB£R 1 PAD, SINGl.£-PHASE TRANSFORMER/FUSE CABINET PAD (MURE llWCSRlllllER NSrALW10N) 3421 514240 2 BODY, HANOHOL£ (REQUIRED FOR 3 PHASE FUSE CABINET INSTAl.1.ATION ONLY) 3312 162428 3 CONCRETE. (f'c 3,000 PSI), CLASS • ~, 5 1/2 SACK MIX ,s R£Q'D 4 #3 REINFORCING R00 (SEE TABLE ON 3421.1) 8'-3" 885280 5 CHANNEL. CONCRETE INSERT, ~ X 1 5/ff' X 7 /ff' UNISTRUT OR EQUAL 2 428288 6 GALVANIZED PAIi« >S REQ'D 518084 INSTAUAllON (FOR SINGLE-PHASE TRANSFORMER AND SIHGl.£-PHASE TERMINATOR): A. A 3 INCH BASE IN THE BOTTOM OF THE TRENCH IS REQUIRED TO PREVEK1' DAMAGE FROM ROCKS, SAGS AND POCKETS. ® PLACE AU. PRIMARY AND SECONDARY CONDUrTS WITHIN THE PAD OPENING NS SHOWN N1tNF.. DO NOT CUT 11«0 lHE CURI/ED POlmON ON THE El.SOWS. RADIUS OF CURVA.1\JRE IS 3ft' MINIMUM FOR 3 INCH AND 4 INCH CONDUltS. PLACE ALL CONDUIT WrTH 3/0 OR LARGER CABLE TOWARDS THE REAR OF THE 12 INCH SECONDNfY AAEA. SER\IICE GUIDE Indicates Latest Revision Completely Revised New Page J--________ S;;,.;O;;_G;..,;;&E=-E'-l;;_E..;..C_TR_I_CS_T_A_N_D'-AR_O_S _______ --1 ISSUE 1992 3421.2 SINGLE-PHASE TRANSFORMER/FUSE CABINET PAD A277 @ THE CONDUIT CONFIGURATION BETWEEN TERMINATING POINTS MUST MAINTAIN A 7-1/r CENTERLINE TO CENTERLINE SEPARATION TO ACHIEVE MAXIMUM CABLE AMPACITY. THIS REQUIREMENT LIMITS THE SEC- D. F. © H. ONDARY CONDUIT CONFIGURATION TO 2 WIDE X 4 DEEP OR 4 WIDE X 2 DEEP (NO ONE CONDUIT IS TO BE COMPLETELY SURROUNDED ON ALL FOUR SIDES BY OTHER CONDUITS). USING SPACERS AND 1 SACK CON- CRETE SLURRY BACKFILL. CONDUITS MAY ALSO BE INSTALLED SIDE BY SIDE ON THE BOTTOM OF THE TRENCH WITHOUT SPACERS OR CONCRETE SLURRY ( 4 CONDUITS MAX.). IN THE TRANSITION AREA WHERE THE CONDUITS FROM THE BOTTOM OF THE TRENCH START TOWARD THE SURFACE (THE STRAIGHT PORTION BY THE 90' BEND), SPACERS MAY BE REQUIRED TO ALLOW THE so· BENDS TO ENTER STRAIGHT 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 AND BACKFILL. 2 WIDE 1 -SACK CONCRETE X 4 OEEP / SLURRY BACKFILL ~ MAXIMUM OF \ 4 CONDUIT WITHOUT SPACERS (:OC> OR CONCRETE SLURRY ,~ . . . . ·. 4 WIDE • SHADING I o·r'{• X 2 DEEP i .. u .. . . .. . ~~~E ;:_-r:Jo·· • .. o.o.·o.o~ t . . . . ~-00· ·. o.q_·.o.o. . . . . • . THE PRIMARY AND SECONDARY CONDUIT COMBINATIONS ALLOWED ARE SHOWN IN THE CHART BELOW. READ DOWN DESiRED COLUMN UNTIL THE NUMBER OF RUNS BEING INSTALLED ARE LOCATED, THEN READ ACROSS THE ROW CHECKING FOR ADDITIONAL ALLOWABLE RUNS. THE SUM OF THE COLUMNS SHALL NOT EXCEED THE TOTAL CONDUITS ALLOWED. SECONDARY CONDUIT COMBINATIONS PRIMARY CONDUIT COMBINATIONS TOTAL TOTAL 2" 3" 4" CONDUITS 2" 3" CONDUITS (ES OR DB) (EB OR DB) (EB OR 08) ALLOWED • (EB OR DB) (EB OR DB) ALLOWED ... -5 I -5 4 -4 4 3 -7 2 2 4 5 2 -7 2 1 3 6 1 -7 1 2 3 7 ' --7 2 -2 1 -4 5 -2 2 1 1 3 5 1 -1 -3 2 5 -1 1 -4 1 5 4 -3 7 • SECONDARY CONDUITS MAY tNCLUDE 5 -2 7 TWO ADDITIONAL ONE INCH CONDUITS 6 -1 7 FOR STREET LIGHTS. •• 4 INCH PRIMARY CONDUIT IS ALLOWED WHEN THE CONDUIT IS EXTENDED FROM AN EXISTING STUBOUT. TERMINATE PRIMARY AND SECONDARY CONDUITS FLUSH WITH TOP OF PAD. WHEN THE NUMBER OF REQUIRED CONDUITS !S LESS THAN THE TOTAL CONDUITS ALLOWED IN THE TABLE, INSTALL CONDUITS IN NUMBERED SEQUENCE AS SHOWN ON 3421.2. IN SOFT SOILS, A CONCRETE BACKFILL (2-SACK MIX -5" SLUMP MAX.) 1 2 INCHES BEYOND THE SIDE EDGES OF THE PAD AND 12 INCHES DEEP IS REQUIRED UNDER -THE "TRANSFORMER PAD. I I , I I I 1' I I I I el I [>·I lndicotes Latest Revision I I Completely Revised I I New Page I I information Removed j SERV1CE GUIDE I I I I I I ISSUE 1992 SDG&E ELECTRIC STANDARDS DATE 1-1-90 SINGLE-PHASE TRANSFORMER/ 3421.3 4' APPD SLC •. ' PS THREE-PHASE FUSE CABINET PAD I I I I •• I I I I I I le I I I I I I I •• I A278 INSTAU.ATION (FOR 'THREE-PHASE RJSE CABINET): J. A 3-INCH BASE IN THE BOTTOM OF THE TRENCH IS REQUIRED TO PRE.VENT DAMAGE FROM ROCKS, SAGS AND / POCKETS. ® THE MAXIMUM PRIMARY CONDUITS ALLOWED ARE ULTIMATE 2 RUNS OF' 4• CONDUIT. PLACE ALL PRIMARY CONDUITS WITHIN THE PAD OPENING AS SHOWN ON PAGE 3421.2. TERMINATE CONDUITS 3 INCHES ABOVE THE BOTTOM OF THE 3312 HANDHOLE. RADIUS OF CURVATURE IS 36" MINIMUM FOR 3 INCH AND 4 INCH CONDUITS. L THE PREFORMED PLASTIC RETAINING WALL (STANDARD 3485), CANNOT BE USED IN THIS INSTALLATION. REFERENCE: M. SEE STANDARD 3211 FOR PAD IDENTIF1CATION. N. SEE STANDARD 3370 FOR TRENCH, UTILITY POSITIONING, SHADING AND BACKFlLL REQUIREMENTS. O. SEE STANDARD 3376 FOR CONCRETE SLURRY, SHADING ANO 1YPE OF CONDUIT. P. SEE STANDARD 3481 FOR BARRIER PROTECTION AND CLEARANCE. Q. SEE STANDARD 3482 FOR 1 PHASE TRANSFORMER LOCATIONS NEXT TO CATV AND/OR mco. 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 RETAINING WALLS. U. SEE STANDARD 3485 AND 3487 FOR RETAINING 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 mco CONDUCTOR IN PAD-MOUNTED EQUIPMENT. SEIMCE GUIDE · · :l lndlcotes Latnt Rellfsion I I Completely Revised I I N-Page I I tnformatlon Removed SDG&E ELEClRIC STANDARDS ISSUE 1992 3421.4 DATE 1-1-91 SINGLE-PHASE TRANSFORMER/FUSE CABINET PAD APPD Q;i'..,0~" ' A279 SERVICE 1991 GUIDE uNDERGROUND DISTRIBUTION (UD) TRENCHES AND UTILITY POSITIONING -S.D. COUNTY I 356 UG337O.l 1-1-90 I •• ,COPE: THIS STANDARD SHOWS TYPICAL PLACEMENT OF UTILITIES WITHIN TRENCHES FOR DISTRIBUTION ANO SERVICE IN DEDICATED R/W (STREET) AND PRIVATE PROPERTY, AND PROVIDES THE MINIMUM DEPTH ANO CLEARANCE THAT MUST BE MAINTAINED BETWEEN VARIOUS UTILITIES OCCUPYING THE SAME TRENCH IN SAN DIEGO COUNTY. PROPERTY SIDE T t'-2" K ~,,- PROPERTY· SIDE 2"t::-® _j_ _~ . PROPERTY SIDE 2"~.,© .i_~ 12" 12"' ~~.~--12"·---~ 12" .Po--------1-r U 9" .,-i-----u-----119~ _l_ L L 3" T-r-, PROPERTY SIDE ME u p PROPERTY SIDE ~ .. 12" ~ 3" -r-I F:1G sj \ S.SL or T LOT LINE PROPERTY SIDE SIDE ME -tt::,,© E:[_ -...___-1-2-.-..,.,.. I --;-;'-----i- [§ NOTES: SERVICE TRENCH ON PRIVATE PROPERTY · -DRAWINGS ARE NOT TO SCALE. ! FIG 8 I ES SERVICE TRENCH ON PUB LI C PROPERTY I 9" 12" 0 ! 3 .. t PROPERTY SIDE LEGEND GM j GAS MAIN. GS I GAS SERVICE p I PRIMARY EL!CTRIC s I SECONDARY El..ECTRIC ES I W:CTR!C SEnVICE MULTIPLE EL!CTR!C ME (P ORS OR ES ORT ANO INCl.UOES SPACERS ANO CONCRE'T!) SL I SOG.kE S'iRffi LIGHT I L I FOREIGN UTILITY SiREE:" i..lGHT' u I FOREiGN UTILITY (TEI.CO, CAiV) T SDG&E TELECOMMUNICATIONS -SPACE ALLOTMENTS (OTHER THAN FOREIGN UTILITY) ARE 1/2 INCH LARGER ~N THE NOMINAL SIZE OF GAS MAIN, GAS SERVICE OR ELECTRIC CONDUIT. SEE INSTALLATION NOTE I.!!) FOR FOREIGN UTILITY SPACE ALLOTMENT. I I I i I -TYPICAL TRENCH SECTIONS ARE DESIGNED FOR INSTALLATIONS WHERE EACH OCCUPANT IS UTILIZING HIS ENTIRE SPACE ALLOTMENT. SIZE OF SPACE ALLOTMENTS MAY SE REDUCED OR ADDITIONAL ALLOTMENTS MAY BE ADDEO PROVIDING MINIMUM COVER AND CLEARANCES ARE MAINTAINED AS LISTED ON PAGE 3370.2. ONLY ONE FOREIGN UTILITY SPACE ALLOTMENT FOR TELCO OR CATV IS ALLOWED PER TRENCH. WIDTH ANO DEPTH OF THE TRENCH MUST SE ADJUSTED ACCORDING TO SPACE ALLOTMENTS, MINIMUM CLEARANCES AND MINIMUM COVER. -GAS PIPE REQUIRES A MINIMUM OF 12 INCHES RADIAL SEPARATION FROM ALL UTILITIES. I I I I I I el I I I I I I I •• I I 356.1 A280 I ;J.370.2 ~-l-90 §P';E SERVICE. GUIDE 1991 UNDERGROUND DISTRIBUTION (UD) TRENCHES AND UTILITY POSITIONING -S.D. COUNTY I I I I I I I THE FOLLOWING CHARTS SHOW THE MINIMUM COVER FOR EACH UTILITY. THE MINIMUM SEPARATION BE1WEEN SPACE ALLOTMENTS ANO THE MAXIMUM SIZE FOR EACH SPACE ALLOTMENT. TO FIE.AC THE CHARTS, FIEAO ACROSS ANO OOWN UNTIL. THE TWO JOIN IN A SQUARE, ANO THAT IS THE CISTANC& REQUIRED BETWEEN THE TWO UTILITIES. EXAMPLE v·ERTICAL HORIZONTAL es GS t + es ELECTRIC SERVIC& -(c) -~2" UNCER VERTICAL., ·es • es· JOIN AT © WHICH REFERS TO INSTALLATION NOTE ©· UNOER-HORIZONTAL. ·es & GS" JOIN AT 12 INCHES WHICH WOULD BE THE DISTANCE REQUIRED FROM THE OUT&R EOGE OF THE ELECTRIC SERVICE (SPACE AL!.OTMENTI TO THE OUTER EDGE OF THE GAS SERVICE (SPACE ALLOTMENT). MAIN TRENCH (MINIMUM SEPARATION FROMI I VERTICAL 11 1-lORIZONTAL I 1=-·\@l@l®l@l@l-!trl -l@l@l@l@l@l 12 .. !1~·1 30 .. I 5n"x:½" • ------____,..~;--..-------------;-....---..---i--------------------------,----- ., 12"l@l@l@l@l@l-l 1rl -l@l@l@l@l@l 12·-!1:··I 30 .. I 2:~"x 2!i" I 12 .. l@l@l@@l@l@l®l-l@l@l@l@@l-l-l 24 .. iL~: I I I I I •• I L 1~:i~~NL!~~~1TY u F ;-1:z"I -I -I --j© j -j ,2'· -1,2+:·+2" l t2" 24" I 2:-. .. xZ¼" 9"x 24" • ALL Ml NIMUM COVER DE=THS ME,\SURED FROM FINAi. GRADE. REDUCED oE.=THs IN NOTE ® ARE LESSER DEPTHS THAN WHAT IS SHOWN UNOER "MINIMUM" COVER", L.::J NOT ALLOWED. MEASUREMENTS FROM MULTl!''LE ELECTRIC "ME" ARE FROM THE TOI' OF THE "ME" C::JNOUITS NOT THE CONCRETE. SERVICE TRENCH PRIVATE PROP!:i'ITY !MINIMUM SEPARATION il'ROMl I VERTICAL HORIZONTAL I Gs I ss ME I u "MIN L GS ES ME U , L COVER FAC1Li7Y S?ACE. AL!..OTMENT IMAX! 2½". x 2}~ .. 5½" X 5½,. I WILL VARY DUE TO BOARi.. AMPAC!TY -SE! S.C :!376 I g .. IC g .. I 2¼" x 2¼" ~E SERVICE GUIDE UNDERGROUND DISTRIBUTION (UD) TRENCHES AND UTILITY POSITIONING -S.D. COUNTY A281 I 356.2 1991 UG3370. ·1-1-90 I •• I.NSTAL1.A710N: A. AN Er'F'ORT SHOULD BE MADE TO KEE? THE TRENCH DEF'Tli LESS 1r!AN 60 INCHES. IF' A PERSON IS REQUIRED TO ENT'ER A TRENCH 60 INCHES OR OEE?ER, rT SHAU. BE SHORED, BENCHED, OR SLOPED TO PREVENT MOVEMENT OF EARTH THAT MAY ENDANGER LIFE OR PROPERTY. TI-iE TRENCH CONFlGUAATION, UTIL!iY POSmONING ANO AU. ® © ® OTHER RELATED CONSTRUCTION MUSi CONFORM TO THIS STANDARD ANO 'THE STATE OF' CAUF'ORNIA Pueuc UTILmES COMMISSION GENERAL ORDERS 12B AND 1120, ANO ANY Oil-!ER APPROPRIATE GOVERNMENTAL AGENCY HAYING JURISDICTION OVER CONSTRUCTION. NOTE.; BENCHING THE TRENCH IS FOR SAFm REASONS ONLY AND NOT TO BE usm FOR INSTALLATION PURPOS-c.S. iHE TRENCH 0E?'T'H IN iHIS s;'ANDARD SHAU. BE FOLLOWED F'OR ALL NORMAL INSTAU.ATIONS. IN INSTALLATIONS WHE.~E Tr-'E TRENCH OE?TH CANNOT BE MET. G.O. 128 REQUIRES ONE OF' THE FOLLOWING: (1) SiE:... OR (2) SCH8ULE 40 PVC OR SCHEDULE: 80 PVC CONDUIT WITH A MINIMUM WALL THICXNESS OF' 0.15 INCHES, OR (3) A 3 INCl-i LAYE.~ OF' CONCRE:ie: (2 SAC:< 3/S" ROCl<) ABOVE AND 2 INCHES ON EACH SIDE OF' THE CONDUIT. REDUCE:) SE?ThS ).4USi BE APPROVED 8Y son, THE PROJECT MANAGEMENT SPEC!AUST AND SDG&:E lNSP:'.CiOR. E:..E·:7RIC P~IMARY, Si:'.CONDARY. Sa'JICE:. AND Si'RE UGHT ("09" AND •E:') CAEL::S SHALL HAVE A MINIMUM 7-1/2 INC:-i S?.A.C:NG SE:WEN CENTERS OF S?ACE ALLOTMENTS (S<C~ AS NOTO BE:...CW TO ACHIEVE CAE!.=: AMPAC:TIES (TriE.=tMAL CCNS!DERA'i1CNS). UP TO FOUR ELECTRIC SPACE ALLOTMENTS, (NOT MULTIPLE ELECTRIC-ME OR SERVICE CONDUITS) ARE PEFH,HlTED WITHOUT SEPARATION WHEN INSTALLED IN A HORIZONTAL CONFlGURAT!ON. A MAXIMUM OF THREE OF' THE F'OUR 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 8E MAINTAINED BETWEEN SPACE ALLOTMENTS. EXCEPTION -SDG&:E TELE:COMMUNICATIONS SPACE ALLOTMENT IS PERMITTED NEXT TO THE FOUR PRIMARY OR SECONDARY SPACE ALLOTMENTS WITHOUT SEPARATION. . SASE ANO SHADING MATERIAL FOR GAS ONLY AND F'OR JOINT GAS ANO E'..E'.CTR!C: IMPORTED MATERIAL CONSISTrNG OF NATURAL SAND OR MANUFACTURED SAND, EXISTING NATIVE MATERIAL. OR COMBINATIONS MAY SE USi:'.D FOR BASE AND SHADING MATERIAL PROVIDED IT COMPUES WITH GAS STANDARD 7405 (C-35) AND IS OF A QUALITY THAT WILL COMPLY WITH COMPACTION REQUIREMENTS OF' GOVERNMENTAL AGENCIES (PERMITTtNG AGENCIES). STANDARD 7405 (C-35) SPECIFlES THAT THE MATERlAL MUST MAVE A MIXTURE OF PARTICLE: SIZES ALL SMALLER THAN 3/8 INCHES. EX!STrNG NATIVE MATERlAL AND IMPORTED MATERIAL PROVlDED SY A DEVELOPER DOES NOT HAVE TO BE TESTED SY -AN INDE?ENOENT PROF'ESSiONAL iESTrNG F1RM IF, IN THE OPINION OF' THE INSPECTOR, rr MEETS THE 7 405 (C-JS) SPECIF:CATION. BASE AND SHADING MATERIAL. FOR ELECTRIC TRENCH ONLY: illCTRlC SHADING MATERlAL (ESM) SPECIFICATION. (NO GAS IN THE TRENCH CR ON THE JOB SITE) ACCE?TABLE MATERIAL FOR (DB) DIRECT BURIED CONDUITS WHERE NO GAS IS 1N THE TRENCH. -NATURAL SAND. l.lANUF"ACTURED SAND. DECOMPOSED GRANITE. ROCK FREE SANDY LOAM. EXISTING NATIVE MATERIAL OR COMBINATION THE.~ECF'. AGGREGATE COMPOsmoN SHALi. BE CAPABLE OF' PASSING THROUGH A 1 /2 !NCH SIEVE. GRAVELS SHALL NOT AMOUNT TO MORE THAN so,; OF' THE MIXTURE. SCREENING OR OTHER s0!TABLE ME-\NS MAY BE REQUIREJ AT THE DISCRETION OF' THE SDG&E INSPECTOR TO MEET THIS (ESM) SHADING MATERIAL S?ECIF1CA710N. NOT AC:::C:f>TASU: ARE SOILS OF HIGHLY ORGANIC CONTENT IOENTrFlED BY ODOR OR SPONGY FEEL AND HIGHLY PlAS71C (SOGGY) CLAYS, SiLTS CR METALLIC SLAG. IF THERE IS GA.S INSTAIJ.ED IN N.ff TRENCH ON A JOB SITE. THE BASE AND SHADING MATERJAL.. Sf'ECZF1£D FOR JOINT GA.S ANO El.ECTRIC MUST BE INSTALL.ED THROUGHOUT THE JOB. 8ACl<F1U. MATE:RlAL FOR GAS ANO/OR El.!:CTR!C; THE MAiEIAl. usa FOR BACi<FlUJNG TI-iE TRENCH ABOVE THE SnADING MAT'EnlAL ANO EXTENDING UPWARD TO THE SuEGRAOE SHAlL EE FREE: CF ROCl<S OR CLODS LARGErl THAN 6 INCHES IN ANY DIMENSiCN. THE COARSE MAIT.~JAL Si--1.AC. EE 'Ne::...L DISi'R!Bt..m:D THROUGnOurr TI-iE F:N8 MATERIAL THE AMOUNT OF' RCCJ<S CR c:..oos Si-'.All.. SE UM!Ta. IN THE OP!NION OF' THE !NS?ECTOR, TO ALLOW F'OR BAR TESTING FOR GAS LEAKS. iHE BAC',<FiLL MATE!.AL SHALL MEE:: TI-iE REQUIREMENTS OF' ALL AP?UCABLE C::lDES, ORDINANCES ANO SOG&:E STANDARDS AND SE RE OF DGRIS ANO ORGANIC MATTE.~. Si.URRY, (i SACK MIX) MAY BE USED FOR BACXFiL!. MATElAL ;F T'r.E CAS P!P£ AND Ei.ZCTR!C CONDUIT AR£ SHADED WITH A MINIMUM OF' 6 lNCl-!ES CF COMPACTEJ SHADING MATEIAL TI-'.E Si..URRY INSTALLATION SHALL MEi' THE REQUIREMENTS OF GOVaNMENTAL AGENClES AND SuG&E STAND.A.ROS. BASi:'. INS'iAI..LATION: FOR GAS AND :..:....EC7RIC, 3 INCHES CF' BASi:'.: MAT81AL IS REQUIRED ON THE SOT7CM CF' Tr.E TRENCH TO PREVENT DAMAGE: F'ROM ROCl<S, SAGS, OR POCi<ET'S. SHADING INs;'AUAT!CN: A \41NIMUM COVE.=! CF 6 INC:-!ES CF COMPACTE:) SHADING MATEIAL (6 INCHES AF Id CCMPAC71CN) SHALL SE :NS'AUEJ ABOVE iHE GAS P!PE ANO E!...S:~!C CONDUIT. A MINIMUM COVER OF 12 !NCl--:ES OF COMPACTED Sri.A.DING MATE.~LAL WIL.L BE REOUJRi:'.D. IF' IN TI,£ OPINION OF 11-IE INS?EC70R, TI-iERE IS AN E<CESSNE AMOUNT OF RCCi<. ANO c:..cos IN TH:: BAC:<FlL.L Tr.E SHADING MA~IAL MUST BE !Ns;'AL.L.E!) AND COMPAc:ED AT EACH !..£VE!. BEFORE :NSTAL!...JNG THE NEXl" tml..JTY. TI-iE Si-'.AD!NG MATE.=!IAL. MUST SE INSTALi.!::) 2EFORE TH:'. TRE."ICH IS BACi<F,l' ::-7 TO FRE'IENT wAMAGE F'ROM RCCXS, C:..CCS ETC. GAS P!P:: SHALL NEVE.=! SE CONCRETE: CR SLURRY E."ICASEJ, AND SHAU. !-'AVE: THE PROP~ SASE. Si-'.ADING, SACi<FiU.. ANO COMPAC710N. I I I I I I el I I I I I I I •• I I 356 . .3 13370.4 -1-91 I ® -~E, SERVICE GUIDE 1991 COMPACTION: UNDERGROUND DISTRIBUTION (UO) TRENCHES ANO UTILITY POSITIONING -S.O. COUNTY EXTREME CARE SHAU. 8£ TAKEN TO ENSURE THAT SHADING MATERIAL. IS AD£0UAnl.Y COMPACTED SOTH UNDERNEATH ANO AROUND GAS PIPE ANO FtmNGS TO PREVENT EXCESSIVE STRESS AND SHE"NIING F'ORCES. HAND TAMP AROUND FtT11NGS WHERE MECHANICAL COMPACTT0N CANNOT BE USED, COIIPACTINC WITH A HYDRNWolMER OR HcAVY VEHICU: SHAU. NOT BE ALl0W£D ON lR£NCHES WH£R£ POLYEnM.ENE PIPE HAS BEEN INSTAU.El>, WHEN 'l)fE SHEEP'S FOOT ME."THOO OF COMPACnON IS usm. A MINIMUM OF ,r OF COVER IS REOUIRED BEFORE COMPACTING. WHEN F'\.OOOING or THE TRENCH IS DONE TO CONSOUDAlE BACKFIU. CARE MUST BE TAKEN TO ENSURE THAT GAS PIP£ OR El.ECTRIC CONDUIT IS NOT F\.OATm FROM rTS POSfflON IN THE TRENCH. COMPAC1'10N B'I" 1HE WATER JErnNC MtTHOD IS NOT M.LCWED. SHADING AND BAQ(f'ILL SHAU. SE COMPACTED IN ACCORDANC£ WITH GOVERNMENTAL AGENCIES (PERMITTING AGENCES) AND SHALL HAVE A MINIMUM OF 90 PERCEHT Ra.ATIVE COMPACnON. AU. BASE. SHADING. ANO BAa<f1U. MAT!RIAl. MUST BE APPROYED B'I" AN 500&£ INSPECTOR. FOREIGN UTIUTIES MUST NOT BE LCCA1t.D UNDER NlY SOC&£ F'ACIUTIES SUCH AS SPLICE BOXES, TR.ANSf"ORMER PADS, tTC. I I I I I @ MINIMUM TRfNCH WIDTH le I I I I I I I •• I © ® 0 ~ SINGI.E EL.£CT. (SERI/. TRENCH) SINGI.E GAS SINGLE ELECT. (SERV. TRENCH) ru:cm1c (MAIN TRENCH) SINGI.E GAS SINGI.E GAS MULTIPLE" El.Eet'RIC JOINT UTIVTIES m 2 INCH CONDUIT L!SS ~ 1 INCH I.ARGU! THAN 2 INCH ALL SIZES 1 INCH 2 INCHES 3 INCH -4 INCH POl Y SPACtRS ANO CONCREre ENCASE'O ALI. PERMITTED SIZts MINIMUM WIDTH 6 INCHES 6 INCHES 12 INCHES 12 INCHES 12 INCHES 18 INCHES 18 INCHES 18 INCHES FOR A GAS OR El.£CTRIC SERVICE. 1r• N-N OBSTRUCTION IS ENCOUNTERED (WATER PIPES, EiC.), A 2 FOOT WI0£ X 3 FOOT LONG HOLE IIIAY BE REQUIRED roR WORKING ROOM IN THE AREA OF THE OBSTRUCTION. THIS IS TO BE OCTERMINED BY AN SOG&£ INSPECTOR. Tr!£ FOREIGN UTIIJlY {U) SPAC£ AU.OTMENT MUST SE A MINIMUM OF 6 INCHES BELOW THE GAS IAAIN ANO 12 INCJ.l RADIAi. SEPARATION FROM AU. OTHER lITIVTIES MUST SE MAINTAINED (SE£ FIGURES 1 AMO 5). IF (U) SPACE ALLOTMENT EXC!mS A 9 INCH HORIZONTAL MEASUREMENT, rr MUST BE Pl.ACED DIRECTLY ABOVE THE El.£CTRlC SPACE ALLOlMENTS AND SHALL NOT EXTEND PAST THE OUTER SIDES -OF El.Eet'RIC SPACE: AU.OTMENTS (1'0R INSrl.U.ATION PURPOSES, 8ENCH1NC 1HE TREHCtl IS NOT AUDWED), Sa-'rlGURES 2, J, & 4. IF (U) SPACE: ALLOTMENT' IS ff X 9" OR SMAU.EJil If IS ALLOWED AT THE SAME L£'ltl. AS THE ~IC (SEE FIGURE 6). THE SEPARATION FROM (U) AND MULTIPLE EL.£Ct'RIC (ME) MAY BE REDUCED TO 9 INCHES DUE TO THE CONCRETE ENCASEMENT OR 6 INCHES WHEN (U) IS ~ X ~ OR SMALLER (SEE FIGURES 1, 2. ANO 3). ALL ES CONDUIT, REGARDLESS OF' 1HE SIZE. SHALL BE CONCRETE ENCASE) Wm4 CEMENT SLURRY'. 08 CONDUIT MAY ALSO BE CONCRETE OR SLURRY ENCASE) IF INCLU0£0 IN lHE MULTIPlE El.fCTI'IIC PACKAGE. IN A MAIN TRENCH, ALL EB CONDUrT, REGARDLESS OF THE SIZE. SHAU. BE CONCRETE ENCASED (2 SACK 3/'f!' ROO<). IN A SERVICE TRENCH, AU. £B CONDUrT SHAU. BE ENCAS£0 wrTH CEMENT SlURRY (1 SACK). DB CONDUrf MAY ALSO BE CONCRETE OR SlURRY ENCASED IF lNClUDEO IN THE MULTIPt.£ £1.ECTRJC PACICACE. ONE EB 5 INCH OR SMAU..ER CONDUIT ('F". ·5", .'ES"', OR"'sL·) MAY OCCUP'!' THE SAME CONCRftt ENV£l.Ol'E ANO se: ENCASED ALONGSIDE MULTIPLE EL.EcrRIC. F'OREJGN UTIU"TY STRm UGHT SHM.L NOT BE CONCRETE ENCASED IN THE SAME ENVaOPE WITH SOC&£: CONDUITS. 0 WINIMUM SEPARATION MAIN TRENCH HORIZONTAi. SEPARATION 1!!!Y!! mco MULTIPU: CONCRETE DUCT (CONDEX), TRANSIIT, WATER, SEWER, FUEL. OIL. DIESEi.. PflOPANE G,,S. SPRINKl.fR, DRAIN, I.EACH LINES PRl'ATE: VIDB>, AIJOIO, S£CURm" WIRES, FIRE Al.AAW, ETC., STEEL GAS MAIN LARGER THAN 't" WATER. SEWER, EX1ST1NG GAS OR £L£CTRIC, STORM DRAINS, STEAM, IRRIGATION PIPE, SP~INKl.ER PIPE LARGER lHAN 4,•, TRANSITT; IRRICATION, SPRINKLER PIPE 4• ANO LESS FUEL OIL. GASOLINE. DtESa NOT PERMITTED IN JOINT TRENCH WfTH GAS AND/OR El.£Ct'RIC • S F'EET WITH 3 Fm or UNDISTURBED SOIL 5' FROM MAIN TRENCH F'OR ~ 1' DEPTH OF MAIN TR£NCH a 3 FUT PROVIDED DEPTH Of" PIPE ODES NOT EXC££D DEPTH Of" GAS OR aECTRIC. FROM GAS 15 FEET, FRCJu rucr. s rm Wm4 J FEET OF UNDISTURB£0 SOIL I A282 i ~ A283 356.4 SERVICE GUIDE UNDERGROUND DISTRIBUTION (UD) TRENCHES AND UTILITY POSITIONING -S·.C. COONTY UG3370.: 1991 l-1-91 IN CONSIDERATION FOR THE SAFETY OF' 'Tl-IE GENERAL PUBUC, PERSONS ENGACED IN CONSTRUC'TION, PROPERTY, ANO FOR THE OPERATION AND MAINTENANCE OF' SOG.!c£ SYS7EM. PROPANE GAS LINES AA£. NOT PERMITTED IN A JOINr lRENQi wrtH SDGacE f'ACILJllES. • IF FiE1..0 CONCmONS WILL NOT PERMrT ANY OF' THESE SE?ARAnONS. THEN APP~OVAL OF' REDUCED SEPARATIONS MUST COME FROM eon; THE PROJECT MANAGEMENT S?ECIALJST ANC SDGctE INS?ECTOR. ON FiE1..!) CONCmONS THAi WIU. NOT PERMIT SiANOARO PARAU.E!.. SE?ARATIONS. A 12 INCH MINIMUM SE?ARATION IS REQUIRED. UTILITY ALL WET UTIL.'TIES. mco, TV. GAS. EI.£CT. F"uE':.. OIL. GASOLiNE. CIESEl. ARC-WEl.DASLE P!PE1..:NES 4• ANO LARGER Si'E:AM (SEE NOTEj VERTICAL (CROSSING) SE?ARA110N MIN. 6 INCHES FROM GAS. 12 lNCHES FROM EL!C':". 6 :t:CHES 18 INCHES FROM GAS, ?CLY P1P:: 5 F:.:., FROM EL!C7 •• 5 F::::T" NC;:.: PLACE iNSi,.;1.A7iNG BARRIER 8::::WEEN Si""cAM WJN ANO GAS Ai'IJO/OR EL.::CT?.!C. I I MINIMUM SE?ARAT10N SE:MCE TRENCH I I I I I I I ® Q ® IN A SERVICE TRE?-ICH. WATER, SEWER. PROPANE GAS, Sf'RINKLER. DRAIN, LL\CH LINES. PRNATE. VIDEO,. AUDIO, SECURITY WIRES. FlRE Al.ARM EiC .. ARE NOT P::RMllTED IN THE SAME TRENCH Wm-t GAS ANO E"..=:CTRIC. WHEN T.-iE::'.! FAC:UT!ES PAR.ALU::.. G,!.S OR EU:CTRIC. 12 INCHES S'E?ARATICN 81!:i'WEN SE?ARATE TRENCHES S;-:.All. SE MAJNTAINC SEiWEEN 11-lE lJTIUiiES wm; Ai I..EAS'i 12 INCHES OF UNOISilJRBED NATIVE SOIL 8EiWEEN TRENCHES. WHEN CRCSSiNG, A 6 !NCH ~TlCAL SE?ARATION IS REQUIRED. F'vE!.. OIL , GASOL!NE, AND DIESEL UNES MUSi MAlNTAIN A 15 F'OOT SE.=.~i!CN :=:=!OM GAS ;::i;::::..:NES AND A r:VE FOOT SE.=ARA770N wm; iHREE FE:i CF UNDIS":"uRBED SOIL SE?AAAT10N FROM E!.!C":"R:C CONDUITS. if FiE':..:) CONOmONS WILL NOT 1'::RMFT THESE SE?.',AAiJONS, THEN AP0 ROVAI.. OF' REDUCED SE:?'1'RAilCNS MUS":' COME ROM BOiH rr;E PRCJEC':" MANAGEMENT S?EC:;.L:Si AND SOG.kE !NS?ECi'OR. WHEN FiELO CONDl'i.ONS WILL NOT ~::RMli SiANDARD PARAl.!.a SE?ARAilONS, A 12 !NCH MINiMUM SE?ARA7!CN IS REQUIRED. WHEN iH~E IS NO SOG.&E GAS IN THE SERVICE TRENCH, A SINGL:: NATURAL GAS UNE MAY BE INSiAl..!.:.7:> IN iHE TRENCH PROVIDED A 12 INCH RACIAL SE?ARAiJON IS MAlNiAlNEu, (THIS IS FOR AH INDMDUAL HOME ON A CASE BY CASE SASiS. NOT A GROUP Of HOMES). THE GAS MAIN SHALL BE rr-1E LAST INSiALLc.7:>. SHAU. BE ON THE PROPERTY SiDE OF THE T?.E:NCH, ANO SH.ALL !-I.AVE A MINIMUM OF 6 INCH ?1'D (~ COMPACTION) OF SHADING MA'iEIAL THE WIOiH OF' ,r.E TRENCH ABOVE Ar,f( FORElGN U'TILJT'(. Jo1,ff CROSSiNG INVOLVING GAS SHAU. MAINi'AIN A MINIMUM VE.:rnCAI.. SE?ARAilCN OF S INCHES. A GAS SE.'MCE !NSiAU..!D IN A MAIN iRE.1\ICH OR A SERVICE TRENCH ON PUBL!C PROPE~iY SHAW. REQUIRE THE SAME COVE.~ ANO Cl .. E.A.RANCES AS A GAS MAIN. A GAS SERVICE IN A TRENCH ON PRIVAiE PROPERTY MAY BE INSTALLE:> ON THE SAME I.EVE'. AS FOREIGN UTILJTY OR EU:CTRIC, BUT SHAL:.. NOT BE CEE?~ THAN rriE ELECTRIC SE.:MCE. SOG&E INS?ECTOR IS TO DEiEMINE AT WHICH I.E'/E!. T.-iE GAS SERVICE !S INSiAU.ED ON PRIVATE PROPERTY. . SOG&E INSTAU..EQ STREEi' UGHT C:RCUITS, WHEN INSTALI.E:D AL.ONE IN A TRENCH, SHAU. SE A7 A MINIMUM DE?Tri Cf 24 INCHES E'·/ERYWHE.~E EXCE?T ON PRIVATE PROPER'TY, WHE.~E niE MINIMW.I MAY BE 18 INCHES SELOW FlNAL GRADE. i'HE E':..S:CTRIC PRIMARY WILL SE ON Ti-iE STREEi' SlOE OF" THE TRENCH. THE SOG.kE STREIT UGHT c:RCUrTS WILL BE ON THE PROPE.:m' SIDE OF 11-!E TRENCH WHENE'/E~ POSSIBLE. FOREIGN Uiil.IT':' 57?.E::T" UGHTS (NOT SERIES) SHALL BE ON THE PROPE:m' SiCE OF' THE TRENCH AT THE SAME LEVEL AS SOG.kE CONDUITS ANO SHAL!... MAINTAIN A 12 INCH RADIAL SE?ARATION ANO SHALL NOT BE lNSTAU.£u IN SDG.SCE CCNCREiE ENCASEMENT am MAY BE PLACED CIRECTI.Y ABOVE THE ENCASEMENT. ALL UiiUiiES SHALL MAINTAIN A 6 INCH SE?ARATION WHEN CROSSING AL!.. SCG&E El.ECTR!C. F'OR SEPARATION ON THE SE:MCE TRENCH, SE:: CHART ON PAGE 740.3.2 (3370.2}. el I I I I I I I •• I I 56.5 3370.6 1-1-90 §£ME SERVICE GUIDE 1991 UNDERGROUND DISTRIBUTION (OD) TRENCHES ~ND UTILITY POSITIONING -S.D. COUNTY A284 f ~-----____,,;.-------l.- 1 I I I I I le I I I I I I I r• I ® @) 0 Q. MINIMUM HORIZONTAL SEPARATION FROM GAS PIPE TO N« FOREIGN SUBSTRUCTURE (VAULTS, HANDHOLES, ETC.) SHAU. BE 12 INCHES. GAS UNES MUST NOT BE LOCATED UNDER mt STRUCiURE. SUCH AS BUILDINGS. CARPORTS. PATIOS, BREEZEWAYS, EQUIPMENT PADS. AND F'ACtt.mES SUCH AS SPLICE BOXES FOR El.ECTRIC, CATI/, mco, ETC. IF' AN AGENCY OR lmLJTY SUCH AS THE U.S. GOVERNMENT, SAN DIEGO UNlflEO PORT DISTRICT, mco. CATI/, ETC. REQUIRE PARTIAL OR TOTAL CONCRETE ENCASEMENT, CONCRETE (2 SACl< MIX MINIMUM) MAY BE SUBsmttTED FOR THE BASE, SHADING ANO BACKF!LL AU. OTHER INSTAU.ATIONS SHALL PROVIDE THE REQUIRED MATERlAI..S AS SPECIFlEO IN THIS STANDARD ANO STANDARDS 3365 & 3376. NOTE: THE GAS WJN, GAS SERVICE SHALL NEVER BE CONCRETE OR SLURRY ENCAS£D ANO SHAU. HAVE THE PROPER BASE. SHADING, BACKFILL. ANO COMPACTION. MINIMUM HORIZONTAL· SEPARA110N OF' Al'ff F'ORE!GN UTIUTY INCLUDING WATER PIPES, SEWER ETC., FROM SOG&E SUBSTRUCTURES SHALL BE 12 INCHES. REFERENCES: ® SEE STANDARD PAGE 3364. 1 FOR UTIUTY LOCATIONS IN LOCAL AND COLLECTOR STREETS. S. SEE STANDARD PAGE 336-4.2 FOR UTIUTY LOCATIONS IN MAJOR STREm PRIME AR'TERlAI..S ANO EXPRESSWA'tS. T. SEE STANDARD PAGE 336-4.3 F'OR JOINT TRENCH 'lY?!CAL.. LOCATION F'OR UNDERGROUND COl'NERSIONS. @ G) @ x. 0 SE£ STANDARD PAGE 3365 F"OR IMPORTED OR NATIVE BACKFILL MATERIAL. SEE STANDARD PAGE 3365 F'OR SLURRY' BACKF1U.. MATERIAL. CONCRETE OR CONCRETE SLURRY ENCASEMENT OF' El.!CTRIC CONDUITS SHALL BE IN ACCORDANCE WITH STANDARD 3376. SEE STANDARD PAGE 3376. 3421, .3-425, 3426, ANO .3427 F'OR CONDUIT CONF1GURA110NS AU.OWED IN THE SERVICE TRENCH. SEE STANDARD 4620 F'OR TELE:COMMUNICATIONS lNSTAU.AilON. "· - j, City of Carlsbad ~ 4#1'ii4h=i-1ht•i•l4•i½iihit401 August 28, 1992 ADDENDUM NO. 1 BID/PROJECT NO. 3203-TAMARACK AVENUE WIDENING FROM CARLSBAD BLVD. TO 1-5 Please include the attached addendum in the Notice to Bidders/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:af Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Bidder's Sign·ature --- 1200 Carlsbad Village Drive • Carlsbad, California 92008-1989 • (619) 434-2803 > City of Carlsbad ■¥ih·11 ii44iih~i-14•iU4il,t4hi NOTICE TO BIDDERS August 26, 1992 The City of Carlsbad is issuing addendum 1 for contract number 3203, Tamarack Avenue Widening from Carlsbad Boulevard to Interstate 5. The addendum consists of one page and this notice. The addendum is for information only and is not part of the contract ~t1 r,Jli~ J-, ~CITY ENGINEER, P.E. 2075 Las Palmas Dr.• Carlsbad, CA 92009-1576 • (619) 438-1161 • FAX (619) 438-0894 ·. I . ► PROJECT 3203, TAMARACK AVENUE WIDENING FROM CARLSBAD BOULEVARD TO INTERSTATE 5 ADDENDUM 1 The San Diego Gas & Electric UG Construction Order Face Sheets consisting of pages 2 and 3, Construction Order Material List consisting of sheets 1 and 2, Construction Order -Customer Copy consisting of pages 782 through 911, and Unit Summary by Location consisting of pages 1 through 38 are available at the Carlsbad Purchasing Department at Carlsbad Village Drive. These documents are provided for information only and the City does not warrant their accuracy. It is the City's intent that the undergrounding of the electrical utilities be installed complete in accordance with S.D.G. & E. and City Standards and in accordance with the plans and specifications for the lump sum price bid. H:\LIBRARY\DPS\WPDATA\INSPECT\SDG&3203.ADD August 26, 1992 , i ) - City of Carlsbad ■£i1 ik4,Gih•ei•l·2A·bli•l,t§eil September 3, 1992 ADDENDUM NO. 2 BID/PROJECT NO. 3203-TAMARACK AVENUE WIDENING FROM CARLSBAD BLVD. TO 1-5 Please includt;t the attached addendum in the Notice to Bidders/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. I <-~ :_-L L--UL(· /··;_,· l,c L- AUTH LETCHER Purchasing Officer RF:af Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 Bidder's Si~ 1200 Carlsbad Village Drive • Carlsbad, California 92008-1989 • (619) 434-2803 City of Carlsbad M#ih·ii,t44iiei•1•24•ihiii,t4hl NOTf CE TO BIDDERS September 2, 1992 The City of Carlsbad is .issuing addendum 2 for contract number 3203, Tamarack Avenue Widening from Carlsbad Boulevard to Interstate 5. The addendum consists of one page and tt:,is notice. The addendum shall be made part of Special Provisions section 2·9, Surveying. ?l"'17i:;-' ·=c•, r:>:=·~~::i"I nr • Carlsbad, CA 92009·1576 • (619) 438·1161 • FAX (619) 438·0894 ,' PROJECT 3203, TAMARACK AVENUE WIDENING FROM CARLSBAD BOULEVARD TO INTERSTATE 5 ADDENDUM 2 Add the following to section 2-9 of the Special Provisions: ' . Payment for surveying shall be included in the appropriate bic;:t item for work requiring surveying. · September 2, 1992 • June 20, 1994 C.W. McGrath, Inc. 13080 Old Highway 80 El Cajon, CA 92021 Re: Bond Release -Tamarack Avenue Widening -Contract No. 3203 The Notice of Completion for the above-referenced project has recorded. Therefore, we are hereby reducing the Faithful Performance Bond to 25% of the original amount. Please consider this letter as your notification that The Continental Insurance Company Faithful Performance Bond No. 1321059 is hereby reduced from $1,176,669.65 to $294,167.42. A copy of the recorded Notice of Completion is enclosed for your records. Enc. c: Rita, Eng. 1200 Carlsbad Village Drive • Carlsbad, California 92008-1989 • (619) 434-2808 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: ) ) ) ) ) ) ) ) ) ) 535 Space above 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 January 28, 1994. 6. The name of the contractor, if any, for such work of improvement is C.W. McGrath. 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: Project No. 3203, Tamarack Avenue widening from Carlsbad Boulevard to Interstate 5. 8. The street address of said property is Tamarack Avenue. VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1 ~!00 Carlsbad Village Drive, Carlsbad, California, 92008; the City Council of said City on March 1 19~, 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 __ M_a_r_ch_2 __ ~ 19~ at Carlsbad, California. ALETHA L. RAUTENKRANZ l City Clerk EXHIBIT 3 2 '--~-· j" ,• ~" . ·':·· ?11~-::l