Loading...
HomeMy WebLinkAboutPIPERIN CORPORATION; 2012-08-23; PWM13-06UTILProject Manager David Ahles (760) 602-2748 Award will be made to the lowest responsive, responsible contractor based on total price. Please use typewriter or black Ink. Carlsbad Municipal Water District MINOR PUBUC WORKS PROJECT REQUEST FOR BID This 'is not an order. Date Issued: PWM13-06UTIL Mail or Deliver to: Purchasing Department City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008-7314 DESCRIPTION Labor, materials and equipment to remove five 1" potable irrigation services and seventeen 2" potable irrigation sen/Ices along Loker Avenue West (see Exhibit 1) including removal of 22 meter boxes and covers, backfilling with top soil, and pavement striping and repairs (return all copper, brass valves, and intact meter boxes and lids to Carisbad Municipal Water District). No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: David Ahles Phone No. (760) 602-2748 Submission of bid implies knowledge of all job temis and conditions. Contractor acknowledges receipt of Addendum No. 1 ( ), 2 ( ), 3 ( ), 4 ( ), 5 ( ). SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor Name Address City/Slate/Zip Fax Number Name and Tpe^ of Person Authorized to sign contracts. Signature Name Title M 1^ Date -1 Revised: 5/17/00 JOB QUOTATION ITEM NO. UNIT DESCRIPTION UNIT PRICE TOTAL PRICE 1 each 5 Remove 1" angle meter stop and 24" of pipe, remove corp stop and install plug, remove 12" of pipe (see Exhibit 5) inclucling removal of meter box and cover, backfilling with top soil, pavement and striping repairs, and traffic control. %7yo 2 each 17 Remove 2" angle meter stop and 24" of pipe, remove corp stop and install plug, remove 12" of pipe (see Exhibit 5) including removal of meter box and cover, bacidilling with top soil, pavement and striping repairs, and traffic control. 34/000 TOTAL Quote includes ali applicable taxes: Award is by total price. Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days after opening, unless othenfl^lse stipulated by the Carisbad Municipal Water District. Award will be made by the Purchasing Officer to the lowest, responsive, responsible contractor. The District reserves the right to reject any or all bids and to accept or reject any item(s) therein or waive any Informality in the bid. In the event of a conflict between unit price and extended price, the unit price will prevail unless price is so obviously unreasonable as to indicate an error. In that event, the bid will be rejected as non-responsive for the reason of the inability to detemiine the intended bid. The District resen/es the right to conduct a pre-award inquiry to determine the contractor's ability tb perfonn. Including but not limited to facilities, financial responsibility, materials/supplies and past performance. The determination ofthe District as to the Contractor's ability to perform the contract shall be conclusive. SUBMITTED BY: CompanWBiasinessJ^ame anWBbs Authorized Sigrktu Printed Name and Title Date Contractor's License Number A: Classification (s) Expiration Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: Z/sSO^C^^ (Individuals) Social Security #: OR -2 Revised: 5/17/00 Check a License - License Detail - Contractors State License Board Page 1 of2 DEPARTMENT OF CONSUMER AFFAIRS . Contractors State License Board Contractor's License Detail - License # 964028 DISCLAIMER: A license status check provides Information taken from the CSLB license database. Before relying on this information, you should be aware ofthe following limitations. CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. Per B&P 7071.17 , only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. License Number Business Information Entity Issue Date Expire Date License Status Classifications Bonding 964028 Extract Date 8/9/2012 PIPERIN CORPORATION Business Phone Number: (760) 510-6747 P O BOX 907 SAN MARCOS, CA 92079 Corporation 08/02/2011 08/31/2013 ACTIVE This license is current and active. All information below should be reviewed. CLASS DESCRIPTtON A GENERAL ENGINEERING CONTRACTOR B GENERAL BUILDING CONTRACTOR CONTRACTOR'S BOND This license filed a Contractor's Bond with SURETEC INSURANCE COMPANY. Bond Number: 5118537 Bond Amount: $12,500 Effective Date: 07/11/2011 BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer (RMO) BARRY CRAIG WILLIAM certified that he/she owns 10 percent or more ofthe voting stock/equity ofthe corporation. A bond of qualifying individual is not required. Effective Date: 08/02/2011 Workers' Compensation WORKERS' COMPENSATION https://www2.cslb.ca.gov/0nlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=964... 8/9/2012 Check a License - License Detail - Contractors State License Board Page 2 of 2 This license has workers compensation insurance with STATE COMPENSATION INSURANCE FUND Policy Number: 497-0002488 Effective Date: 07/22/2011 Expire Date: 07/01/2013 Workers' Compensation Historv Personnel List Conditions of Use | Privacv Policv Copyright © 2010 State of California https://www2.cslb.ca.gov/OnlineServices/CheckLicensen/LicenseDetail.aspx?LicNum=964... 8/9/2012 DESIGNATION OF SUBCONTRACTORS Set forth below Is the full name and location of the place of business of each sub-contractor whom the contractor proposes to subcontract portions of the work In excess of one-half of one percent of the total bid, and the portion of the work which will be done by each sub-contractor for each subcontract. NOTE: The contractor understands that If he fails to specify a sub-contractor for any portion of the wort< to be perfomied under the contract In excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perfonn such portion, and that the contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of the public emergency or necessity, and then only after a finding, reduced In writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity In accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." PORTION OF WORK TO BE SUBCONTRACTED SUBCONTRACTOR* MBE Item No. Description of Work % of Total Contract Business Name and Address License No., Classification & Expiration Date Yes No — /\ / ^> \ /\J Or\} tz. Total % Subcontracted: Indicate Minority Business Enterprise (MBE) of subcontractor. Revised: 5/17/00 CARLSBAD MUNICIPAL WATER DISTRICT MINOR PUBLIC WORKS CONTRACT (Less than $45,000) Labor: I propose to employ only skilled workers and to abide by all State and City of Carisbad Ordinances governing labor, including paying the general prevailing rate of wages for each craft or type of worker needed to execute the contract. Guarantee: I guarantee all labor and materials furnished and agree to complete work in accordance with directions and subject to inspection approval and acceptance by: David Ahles (project manager) Wage Rates: 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 Sections 1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the applicable wage rates is on file in the Office of the City Engineer. The contractor to whom the contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in execution of the contract. False Claims Contract hereby agrees that any contract claim submitted to the District must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Contractor hereby acknowledges that the filing of a false claim may be subject to the contractor to an administrative debarment proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five years and that debarment by another jurisdiction is grounds for the Carisbad Municipal Water District to disqualify the Contr^gjor or subcontractor from participating in contract bidding. Signature: Print Name: Revised: 5/17/00 Commercial General Liability, Automobile Liability and Workers' Compensation Insurance: The successful contractor shall provide to the Carlsbad Municipal Water District, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Woricers' Compensation Insurance indicating coverage in a form approved by the California Insurance Commission. The certificates shall indicate coverage during the period of the contract and must be furnished to the District prior to the start of work. The minimum limits of liability 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 and (2) are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not less than.. $500,000 Subject to the same limit for each person on account of one accident in an amount not less than $500,000 Property damage insurance in an amount of not less than $100,000 Automobile Liability Insurance in the amount of $100,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the perfonnance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non- scheduled. The automobile insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. The above policies shall have non-cancellation clause providing that thirty (30) days written notice shall be given to the District prior to such cancellation. The policies shall name the Carlsbad Municipal Water District as additional insured. Indemnity: The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City and the District, 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 perfonnance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; 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, except for loss or damage caused by the sole or active negligence or willful misconduct of the City or the District. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Revised: 5/17/00 Jurisdiction: The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. Start V\lork: I agree to start within 10 working days after receipt of Notice to Proceed. Completion: I agree to complete work within 60 working days after receipt of Notice to Proceed. CONTRACTOR: PIPERIN CORPORATION (nam (sign here) (print name and title) (e-mail address) By: (sign here) CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad Cynthia Haas, Deputy City Manager 1600 Carlsbad Village Drive Carisbad CA 92008 (address) 760 434 2829 (telephone no.) (print name and title) (e-mail address) }4^l 6o^eA/ ^ONJ^ir (address) (city/state/zip) ATTEST: LORRAINE M. WOOD Secretary (telephone no.) (^^g=o)S'/Q-^82.7 (fax no.) (Proper notarial acknowledgment of execution by Contractor must be attached. Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must sign for corporations. Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL, City Attorney BY: Assistant City Attorney 6-Revised: 5/17/00 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of Califomia County of San Diego On KI^|IH/ZO>^ before me. Nichole R. Bender-Notary Public (Here insert name and title of the officer) personally appeared who proved to me on the basis of satisfactory evidence to be the personi;^ whose namei^ is/age subscribed to the within insttiiment and acknowledged to me that he/riie/^y executed the same in his^/tb<!fr authorized capacity(ie!^, and that by his/b^/tbeit signattire^ on the instrument the person^, or the entity upon behalf of which the personj>^ acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws ofthe State of Califomia that the foregoing paragraph is tme and correct. WITNE 1 seal. (Notary 1 OFFICIAL SEAL NICHOLE R. BENDER NOTARY PUBLIC-CALIFORNIAS COMM. NO. 1933104 " SAN DIEGO COUNTY MY COMM. EXP. APR. 18,2015 Signature of Notary Public J ADDITIONAL OPTIONAL INTORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached dociunent continued) Number of Pages Document Date (Additional infonnation) CAPACITY CLAIMED BY THE SIGNER • Individuai (s) • Corporate OfiBcer (Titie) • Partner(s) • Attomey-in-Fact • Trustee(s) • Other INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in Califomia must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of Califomia. In such instances, any altemative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in Califomia (i.e. certifying the authorized capacity of the signer). Please check the document carefiilly for proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signeil s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowlec^ent is conqjleted. • The notary pubUc must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signats) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she'they, is 'are) or circhng the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. • Additional infonnation is not required but could help to ensure this acknowledgment is not misused or attached to a differoit document • Indicate title or type of attached document, number of pages and date. • hidicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the titie (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document PIPgRlN ^ general contractors December 14, 2011 Meeting ofthe Board of Directors of Piperin Corporation A meeting ofthe Board of Directors of Piperin Corporation was held on November 14, 2011, during which a resolution was passed authorizing the following individual to by his signature enter into any and all contracts on behalf ofthe corporation and, thereby, bind the corporation to such contract: Craig Barry, President Authorized Signature Certified by and Corporate Seal affixed hereto by: Secretary C PO Box 907 San Marcos California 92079 phone; 760.510.6747 fax: 760.510.6827 EXHIBITS i i K i i ^ J ft J 1 i 1 1 1 1 Iiill i ft 1 i 1 ft i ft iiii 1 ^ 1 J i EXHIBIT 1 POTABLE IRRIGATION SERVICES TO BE REMOVED- INDUSTRIAL PARKS PIPELINE Service Str. No. Street Name Service Location Owner Exhibit Sheet No. on Acent No. Service Str. No. Street Name Size Location Owner No. DWG 405-7 Acent No. No Str. No. Street Name Size No. DWG 405-7 Acent No. 1 2701 LOKER AV WEST 1 street Gateway 7 9 8317410 2 2712 LOKER AV WEST 2 street HOA 7 9 8317300 3 2711 LOKER AV WEST 2 street HOA 7 9 8317500 4 2714 LOKER AV WEST 2 street Covey 8 9 8317390 5 2711 LOKER AV WEST 2 street Promontory 8 9 8317570 6 2720 LOKER AV WEST 2 parking lot HG Fenton 9 10 8317270 7 2731 LOKER AV WEST 1 street Plastic 10 10 8317610 8 2750 LOKER AV WEST 2 street HOA 10 10 8316700 9 2721 LOKER AV WEST 2 street HOA 10 10 8317600 10 2752 LOKER AV WEST 2 street Rockwell 10 10 8316650 11 2760 LOKER AV WEST 2 street HOA 10 10 8316500 12 2762 LOKER AV WEST 2 street Asymtek 10 10 8316460 13 2747 LOKER AV WEST 1 Street Hamann 11 11 8317700 14 2765 LOKER AV WEST 2 street Ashworth 11 11 8317810 15 2791 LOKER AV WEST 1 parking lot LBA 12 12 8318120 16 2794 LOKER AV WEST 2 parking lot El Fuerte Bsns Park 12 12 8316005 17 2794 LOKER AV WEST 2 Street HOA 12 12 8316000 18 2793 LOKER AV WEST 1 parking lot LBA 12 12 8318100 19 2891 LOKER AV WEST 2 street HOA 12 12 8318000 20 2738 LOKER AV WEST 2 parking lot HG Fenton 9 na 8317010 21 2742 LOKER AV WEST 2 driveway 2742 Loker 10 na 8316702 22 2780 LOKER AV WEST 2 parking lot Canyon Pacific 12 na 8316210 Note: CMDW shall locate services with pipe location equipment. Contractor to provide 48 hours notice. Industrial Pipe_pot_services_to_remove_phase1 SITE LOCATION MAP CITY OF OCEANSIDE HIGHWAY NOT TO SCALE CITY OF VISTA CITYOF SAN MARCOS m m PROJECT NAME: PROJECT EXHIBIT NUMBER m POTABLE IRRIGATION SERVICES REMOVAL 5205 2 m GENERAL NOTES GENERAL NOTES NO REVISIONS WILL BE MADE TO THESE PLANS WITHOUT APPROVAL OF THE CITY ENGINEER, NOTED WITHIN THE REVISION BLOCK, ON THE APPROPRIATE SHEET OF THE PLANS AND TITLE SHEETS. 2. ACCESS FOR FIRE AND OTHER EMERGENCY VEHICLES SHALL BE MAINTAINED TO THE PROJECT SITE AT ALL TIMES DURING CONSTRUCTION. SAFE AND ADEQUATE PEDESTRIAN AND VEHICULAR ACCESS SHALL BE PROVIDED AND MAINTAINED TO FIRE HYDRANTS, COMMERCIAL AND INDUSTRIAL ESTABLISHMENTS, PARKING LOTS AND PUBLIC TRANSPORTATION STOPS. 3. IF ANY ARCHEOLOGICAL RESOURCES ARE DISCOVERED WITHIN ANY WORK ZONE DURING CONSTRUCTION, OPERATIONS SHALL CEASE IMMEDIATELY, AND THE PERMITTEE SHALL NOTIFY THE CITY ENGINEER. OPERATIONS SHALL NOT RESTART UNTIL THE PERMITTEE HAS RECEIVED WRITTEN AUTHORITY FROM THE CITY ENGINEER TO DO SO. ALL OPERATIONS INCLUDING TRAFFIC CONTROL CONDUCTED IN THE SITE OR ADJACENT THERETO, INCLUDING WARMING UP REPAIR, ARRIVAL, DEPARTURE OR OPERATION OF TRUCKS, EARTHMOVING EQUIPMENT CONSTRUCTION EQUIPMENT SHALL BE LIMITED TO THE PERIOD OF 7:00 AM TO 4:00 PM EACH DAY, MONDAY THRU FRIDAY NO TRAFFIC CONTROL PLANS (TCP) ARE INCLUDED IN THE PROJECT PLANS. THE CONTRACTOR SHALL PREPARE AND SUBMIT TCP AS PART OF THE WORK. ALL CONSTRUCTION SIGNS SHALL CONFIRM TO CITY OF CARLSBAD STANDARDS. ALL OFF-SITE HAUL ROUTES SHALL BE SUBMITTED BY THE CONTRACTOR TO THE CITY ENGINEER FOR APPROVAL TWO FULL WORKING DAYS PRIORTO BEGINNING IF WORK. THE CONTRACTOR SHALL BE RESPONSIBLE FORANY DEBRIS OR DAMAGE OCCURRING ALONG THE HAUL ROUTE OR ADJACENT STREETS AS A RESULT OF THE HAULING. m m THE CONTRACTOR SHALL EXERCISE EVERY REASONABLE PRECAUTION TO PROTECT STORM DRAINS AND BODIES OF WATER FROM POLLUTION. WATER POLLUTION CONTROL WORK SHALL CONSIST OF CONSTRUCTING THOSE FACILITIES WHICH MAY BE REQUIRED TO PROVIDE PREVENTION, CONTROL, AND ABATEMENT OF WATER POLLUTION. NO SEPARATE PAY ITEM IS INCLUDED AS PART OF THE WORK. THE CONTRACTOR WILL OBTAIN NO FEE CITY OF CARLSBAD ENCROACHMENT RIGHT-OF-WAY PERMIT NECESSARY TO PERFORM WORK FOR THIS CONTRACT CONTRACTOR SHALL NOT BEGIN WORK UNTIL ALL PERMITS ARE OBTAINED. m 10. THE EXISTENCE AND LOCATION OF UTILITY STRUCTURES AND FACILITIES SHOWN ON THE CONSTRUCTION PLANS WERE OBTAINED BY A SEARCH OF THE AVAILABLE RECORDS. ATTENTION IS CALLED TO THE POSSIBLE EXISTENCE OF OTHER UTILITY FACILITIES OR STRUCTURES NOT SHOWN OR IN A LOCATION DIFFERENT FROM THAT SHOWN ON THE PLANS. THE CONTRACTOR IS REQUIRED TO TAKE DUE PRECAUTIONARY MEASURES TO PROTECT THE UTILITIES SHOWN ON THE PLANS AND ANY OTHER EXISTING FACILITIES OR STRUCTURES NOT SHOWN. THE CONTRACTOR SHALL VERIFY THE LOCATION OF ALL EXISTING FACILITIES (ABOVEGROUND AND UNDERGROUND) WITHIN THE PROJECT SITE SUFFICIENTLY AHEAD OF THE CONSTRUCTION TO PERMIT THE REVISIONS OF THE CONSTRUCTION PLANS IF IT IS FOUND THAT THE ACTUAL LOCATIONS ARE IN CONFLICT WITH THE PROPOSED WORK. m m PROJECT NAME: POTABLE IRRIGATION SERVICES REMOVAL PROJECT NUMBER 5205 EXHIBIT •m GENERAL NOTES m 11. SECTION 4216/4217 OF THE GOVERNMENT CODE REQUIRES THAT A DIG ALERT IDENTIFICATION NUMBER BE ISSUED BEFORE A "PERMIT TO EXCAVATE" WILL BE VALID. FOR DIGALERT ID NUMBER CALL UNDERGROUND SERVICE ALERT TOLL FREE 811 TWO WORKING FULL DAYS BEFORE YOU DIG. 12. THE CONTRACTOR SHALL NOTIFY AFFECTED UTILITY COMPANY (SEE BELOW) AT LEAST TWO FULL WORKING DAYS PRIOR TO STARTING CONSTRUCTION NEAR THEIR FACILITIES AND SHALL COORDINATE WORK WITH A COMPANY REPRESENTATIVE. UNDERGROUND SERVICEALERT SDG&E PACIFIC BELL TIME WARNER CABLE COX COMMUNICATIONS CITY OF CARLSBAD (STREETSAND STORM DRAIN) CITY OF CARLSBAD (SEWER, WATER & RECYCLED WATER) RECYCLED WATER NOTES (800) 422-4133 (800) 660-7343 (800) 892-0123 (760) 438-7741 (760) 806-9809 (760) 434-2980 (760) 438-2722 THE CONTRACTOR SHALL OBTAIN AN EXCAVATION PERMIT FROM THE DIVISION OF NOTIFICATION AND SHALL ADHERE TO ALL PROVISIONS OF THE STATE CONSTRUCTION SAFETY ORDERS. A PRECONSTRUCTION CONFERENCE MEETING SHALL BE HELD A MINIMUM OF 7 DAYS BEFORE CONSTRUCTION BEGINS. THE CONTRACTOR SHALL NOTIFY THE CITY OF CARLSBAD ENGINEERING INSPECTION DEPARTMENT 48 HOURS PRIOR TO STARTING WORK SO THAT INSPECTION MAY BE PROVIDED - TELEPHONE NO. (760) 438-3891. BEFORE ANY CONNECTION OR SHUT DOWN ON VALVES ON EXISTING CMWD LINES, ANO FEE PERMIT SHALL BE OBTAINED FROM THE CMWD OFFICE AND MUST AND MUST BE SIGNED AND APPROVED BY THE CITY OF CARLSBAD DEPUTY CITY ENGINEER AND THE UTILITY OPERATIONS PUBLIC WORKS MANAGER. THE CONTRACTOR SHALL NOT OPERATE ANY MAIN LINE VALVES. ALL SHUTDOWNS AND VALVE OPERATION SHALL BE BY CMWD OPERATIONS DEPARTMENT PAVEMENT REPAIRS SHALL BE PER STANDARD DRAWING GS-28 (SEE APPENDIX A). PROJECT NAME: POTABLE IRRIGATION SERVICES REMOVAL PROJECT NUMBER 5205 EXHIBIT REMOVE METER BOX AND COVER EXISTING A.C PAVING COPPER PIPE CUT WIRE REMOVE CORP STOP mmmmm •EXISTING ZINC ANODE EXISTING •PAVEMENT & STRIPING REPAIR BACKFILL WITH TOP SOIL (r INSTALL PLUG ABANDONED ANODE PROPOSED PROJECT NAME: POTABLE IRRIGATION SERVICES REMOVAL PROJECT NUMBER 5205 EXHIBIT VICINITY MAP POTABLE IRRIGATION SERVICE NUMBER 1, 2, AND 3 •I m POTABLE IRRIGATION SERVICES NUMBER 4 AND 5 1^ PROJECT NAME POTABLE IRRIGATION SERVICES REMOVAL PROJECT NUMBER 5205 EXHIBIT POTABLE IRRIGATION SERVICES NUMBER 6 AND 20 m M m m m m m m m m POTABLE IRRIGATION SERVICES NUMBER7, 8, 9, 10, 11, 12, AND 21 PROJECT NAME POTABLE IRRIGATION SERVICES REMOVAL PROJECT NUMBER 5205 EXHIBIT 10 m m POTABLE IRRIGATION SERVICES NUMBER 13 AND 14 PROJECT NAME POTABLE IRRIGATION SERVICES REMOVAL PROJECT NUMBER 5205 EXHIBIT 11 m m ••I m m POTABLE IRRIGATION SERVICES NUMBER 15, 16, 17, 18, 19, AND 22 APPENDIX A RECORD DRAWINGS NOTES: 1. A TACK COAT OF ASPHALTIC EMULSION OR PAVING ASPHALT SHALL BE APPLIED TO EXISTING A.C. OR P.C.C. CONTACT SURFACES PRIOR TO RESURFACING PER SSPWC SECTION 302-5. 2. ASPHALT CONCRETE RESURFACING - BASE COURSE: a. MINIMUM TOTAL A.C. THICKNESS SHALL BE ONE INCH GREATER THAN EXISTING A.C b. A.C. SHALL BE B-PG64-10 FOR BASE COURSE, PER SECTION 203-6 OF SSPWC. c. BASE COURSE SHALL BE LAID DOWN WITH SELF PROPELLED PAVING MACHINE AND AND COMPACTED PER SSPWC SECTION 302-5. 3. ASPHALT CONCRETE RESURFACING (FINISH COURSE): a. PROVIDE 2 INCH DEEP GRIND AND A.C. FINISH COURSE C2-PG64-10 PER SECTION 203-6 OF SSPWC. b. FINISH COURSE FOR RESURFACING SHALL BE LAID DOWN USING A SELF-PROPELLED PAVING MACHINE AND COMPACTED. c. SMOOTHNESS AND COMPACTION OF RESURFACING SHALL MEET THE REQUIREMENTS OF SEC 302-5 SSPWC EXCEPT THAT THE SMOOTHNESS SHALL BE DETERMINED OVER THE LENGTH AND WIDTH OF PAVED AREAS DISTURBED BY THE CONTRACTOR'S OPERATIONS. 4. SURFACE TREATMENT TO MATCH EXISTING PAVEMENT SURFACE (SLURRY, CHIP SEAL, ETC.) 5. SLOUGHING OF TRENCH UNDER PAVEMENT SHALL BE CAUSE FOR REQUIRING ADDITIONAL PAVEMENT AND BASE. REV. APPROVED DATE CITY OF CARLSBAD /^olM-i. 2/10 NOTES FOR ASPHALT CONCRETE TRENCH RESURFACING /^olM-i. 2/10 NOTES FOR ASPHALT CONCRETE TRENCH RESURFACING CITY ENGINEER ^ DATE NOTES FOR ASPHALT CONCRETE TRENCH RESURFACING SUPPLEMENTAL r^O OQ STANDARD NO. OO-ZO ii ii if ii ii ii 63' I f -1^ i i I I ii ii ii ii ii i i 55' 2f' ^EOeEOFfm/FF CURB WSEIHIER MAIN 13' 9' mUHE BASMm 63" u 8' . STREET SECTION -RUXmR AIRPORT RD. BETWEEN EL CAMINO RBtL AII/Dm.&)+90 EXIST. F7"WI(IERUMfl / mmsrmmsii J k E.U.G. Ttmn J ) mi NAGE CHANNEL PER D-70 ^/ Q"*Q". {0/10 61 WE le "x 16 "X 3''Ofi lo^x/o ys /'/2 ''/^£r£/f 7,6'B£//WZ? I F/ic£ OF cms 1 r///%/sr /G "OF fO^'ACF CL /£0 -Zy/ ^3''3"RC. OF / / / 6"'A.C.P. cmm mEmioHS Mo. i P'OEPTH TW- TOP wmn Mo. i 0' 1.5' B- S.0' TW' S-5' (l) 0-e.o' B- e.o' TW- 8.0' 3'10' TV' 13.0' TW' 6.0' (4) j K.4N6LE VALVE Yi^-^-BK. SIDEWALK OR'CURQ . CONST Q"CAP &T&.<§> BACK ^ OF CURS OR &ACK OF StDEmLK (AS^ NECESSARY: /VOrS ' mTEF SSmCFSOFF 'CFOSS" m£F£ OJllFP FOF O/^ FIJ4A^ DETAIL A • • S "iVJiTE/f Se/f/ZOF ry^/cM EXCEPT iyu£ff£ suom £?r//£/?ms£ av pijJNS. N.r5. tot:ee. AVE wEcr A i A i i i ft i i i i i i i i i i i ii ii ii ii i i CMWD NO.98-211 FU M. 4417 i i i i i i i i i I i i ii ii ii ii ii ii i i i i i i i i i i i i i i t i i 3AS w i i \ i i ! i I I ! \ 1 I ! i 'Z I i i I M I'l! o.ooit i I SCffiSS- •»' ill i i I i SCflte. w /=BC7- I NOTE-TOP OF CURB eLEVATIONS .12 mow i UNLESS SHO¥/H oTHemise OH PROFILES. BBmBO FOOM: SAN DIEGO (WNTV PRECm SU0VEYIB/ELS IRS.I0OOI). EUESJATm -Z<3a.i60 MTUM: U.S.C i fl.S RICK ENGINEERING COMPANY PUUMEns • CIVIL ENSWmS -LAND su/Mnv/fs son PIO PICO on, cARLsaAo.ctuf: seooe PHONE n9-49ar ppmre OMmACT CITY OF CARLSBAD SHEETS .2^ BSilaflt \PLANS RJR TME IMPROVEMENT OF WEST CITY ave/AEE7? PROJECT Nt CT 74-21 SCALES' "°5^'AS SNOm DMWIN6N* zts-s C.M.W.D. 6t-22Z JOB Ni 757«t 4,, . * seo 0.-700 9n*P t «*OCWT* JCtt * CMiVD 94-209 A i ii 1 i ii i h * i)i k M fti it i CMWO9&-2Z0 tWJF/fiWf DATA m \ BEARt.SS LENSm rype ; 2 ! S60T6'00"W 107.90 8" PVC a-^50 i ® .; KB5-59'00"W 380.1* 8" PVC CL-!5d ! ® so«-oi'oo'w 328.55 8" PVC CL-iSO 1 '® T S8S-59'00"E 372.01 8" PVC CL-I 50 j © N6OT6'00"E 283.14 8' PVC CL-ISO ^ ® T soi-ovoo'w 25.41 8" PVC CL-150 i CMl^D 97-26Q USE TYPe A fATCH F£.<i CITr SrC fSfl«s)G-2» WATSfl DJtrA HO. OUTAeXBIlS ® 1 ISS.3i \ S'ACflCL ISO \ izo.7e\ • K 5S8"2¥'3t"W \ fe.sr 1 •• •• •' - ! ^67/' Ntrsrw w - j 3S.7ri " Nn'SI'K)' w 1 ISt.Of ', '• : //at?- - M SC'OJ'80'W ; saoe 1 - ® s o'ot'ao' w -25726'i • S tf'SI'OII £ -9*,0O' i " -527. S*-' ' 9sfsroi'E -/fcfS' i - <^ --V 5777- i - ENCtlTAS.Cfi. K024 (ei9IS3Z-l9<ll CH4Rl.ES S. KAHR (1.04.23907 OATE BEOISTRtTIOH EXPIBEi' JOi No. REVISION DESCRIPTIOH Hi CITY OF GARLSBAD I UcT^X tr 7r.tr,M>.f MO. I0S7Z * -PPROVED CMWD 2,^\ cvua 2f*?S LOIceR. No. BY *>.! REVISION OESCmmON ~ AS- »mcr' APP'O DATE EL FUERTE BUSINESS PARK - -~ — BUS PARK NO I SEWEB 1 WATEH MPBOVEUET PIAHS BUS PARK NO I SEWEB 1 WATEH MPBOVEUET PIAHS SHEET ^ ' CP 8E-B1 CMIVO 38-C.Z5S . JOB N£ TlPi^E CMiVD 8G-C-IB3 old f^.-ff^ 83J6^02 i i i i •4 M I SIOG. F J W^rfl? LINE PLMN U4 §1 'B'3'A.C.fi (C^200) M /S.O'Mr. m777j3 WATES DATA M •UUMIMB.n IMMIS LmOTM /!.»• irnen (a-M) & NS0'l7-/7'e mtr dh m.tr CO iZ33- K! SH9-ffi csr H./3- ® ae- ffl j/es'/7-/7-f &i Sf lur ap /««• (am) TV mtr tfss'/rff'e 1 iia'ir^j-ie ! A ««-1 iies'fe-fj-iir ^ zsr fies'rrn'e » Mtevr/rs ==^^ r Hu-n-rrt 1 I nx I I ' AS BUIir lawng STOKM CMU KTMS AW SMMS KMI {.mm OESCRIPTIOB REVISIONS |"|"|| CITY OF CARLSBAD i ' II tN8imtRIII» DIPARTMEIITll 3 sPAOuta 6 SITE oeifetoPMSHT PLAN POU LOTS 10-13, CT. 74-21 CARLSBAO AIRPORT" BUSINESS CENTER llVvENSWER 'CALe il il ii ii [a. aill' cuaime COOHMS ") •v^^^ / - sro cevftJNS