Loading...
HomeMy WebLinkAboutWest Coast General Corporation; 1994-07-26; 3416--City of Carlsbad M•1 I• td¥1·S 11 U¥13i 4!13 t§ I ti July 11, 1995 West coast General Corp. 12443 Highway 67. Lakeside, CA 92040 RE: BOND RELEASE -CONTRACT NO. 3416 -AVENIDA ENCINAS EXTENSION The Notice of Completion for the above-referenced project has recorded. Therefore, we are releasing 7 5% of the Performance Bond. Please consider this letter as your notification that $372,601.95 of United states Fidelity & Guaranty Co. Performance Bond No. 40- 0120-10210-94-4 is hereby released. A copy of the recorded Notice of Completion is enclosed for your records. ct:~ Assistant Ci~~Clerk Enc. c: Engineering Construction Inspection united states Fidelity & Guaranty co. 1200 Carlsbad Village Drive • Carlsbad, California 92008-1989 • (619) 434-2808 I , z 0 ;::: 0 ct ..J 0 z :::> 0 0 err-. OF·CARLSBAD -AGEr· BILL AB# J_'3 J<-/i) MTG. 5-16-95 NOTICE OF COMPLETION OF THE EXTENSION OF AVENIDA ENCINAS PROJECT NO. 3416 DEPT. ENG RECOMMENDED ACTION: Adopt Resolution No. 9 S-J /) LI accepting the extension of Avenida Encinas located between 6200 Avenida Encinas and 6800 Avenida Encinas , Project No. 3416, as complete and directing the City Clerk to record a Notice. of Completion and release bonds in accordance with State Law and City Ordinances. ITEM EXPLANATION: On July 12, 1994, West Coast General Corporation was awarded a contract in the amount of $496,802.60 to construct the extension of Avenida Encinas. West Coast General Corporation completed the work on March 20, 1995. City forces have inspected said construction and found it to be satisfactory. Staff recommends formal acceptance by the City Council of the City of Carlsbad. FISCAL IMPACT: A summary of the final project cost is as follows: TOTAL Construction $ 554,379 Design 74,203 Inspection 30,380 Construction Engineering Services 8,000 Engineering Charges 28,416 Pac Bell 50,472 Miscellaneous 654 TOTAL $ 746,504 ORIGINAL APPROPRIATION $ 864,000 REMAINING BALANCE $ 117,496 Funds for the project were provided from a combination of City, NCTD and Encina Joint Powers agency. The exact distribution of cost will be subject to a final project audit. The contractor has claims outstanding on this project which may require additional funds to resolve. · .t:,., ,::::~. l\ Recording request' by: ) ) ) ) ) ) ) ) ) ) \) -·.::.· I~; CITY OF CARLSBAD When recorded mail to: City Clerk City of Carlsbad 1200 Carlsbad Village Dr. Carlsbad, CA 92008 Notice is hereby given that: ~~::M. .t 825 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 March 20, 1995. 6. The name of the contractor, if any, for such work of improvement is West Coast General Corporation. 7. The pr0pert'J on which said work of improvement WA.s completed is in the City of Carlsbad, County <>f San Diego, State of California, and is described as follows: Between 6200 Avenida Encinas and 6800 Avenida Encinas. 8. The street address of said property is within the limits of the City of Carlsbad. VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Council of said City on May 16 , 19 --2.,i, accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penaity of perjury ihtit th~ ior"~going is ti ue and correct Executed on _____ M~ay......_1_8__,, 19..22..... at Carlsbad, Califomia. CITY OF CARLSBAD Clerk ( CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL-C/O 3 Project: #3416 Avenida Encinas Extension Date Routed: /_ o--zc -'t <{ lo~-Z0 1!/</ ~-?r 10-.;ll{-'ic, re. -,;,'I -9 r ..Lt::.J.:. ., 'I Reason for Change: Items 1-4: COST ACCOUNTING: City Engineer Engineering Inspection Community Development Director Finance Director City Manager/Mayor Engineering Inspection Original estimates for these bid items are insufficient to complete the work. Original contract amount ......................................... $496,802.60 Total amount this c/o . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $18,707.80 Total amount of previous c/o's ...................................... $5,497.79 Total c/o's to date ............................................... $24,205.59 New Contract Amount . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $521,008.19 Total c/o's as % of original contract ...................................... %4.87 Contingency monies encumbered . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $45,318.00 Contingency increase or decrease . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $0.00 Contingency Subtotal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $45,318.00 Total c/o's to date . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $24,205.59 Contingency Balance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $21 , 112.41 H:\LIBRARY\ENG\WPDATA\INSPECT\3416\CHNGORDR\3416-3.CHN ( CITY OF CARLSBAD PROJECT: 3416 Avenida Encinas Extension CONTRACT CHANGE ORDER NO. 3 CONTRACT NO. 3416 P.O. NO. 18135 ACCOUNT NO. 305-820-9604-3416 CONTRACTOR: West Coast General Corporation ADDRESS: 12243 Highway 67 Lakeside CA 920040-11 05 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 3-2.2.1, Contract Unit Prices, Standard Specifications for Public Works Construction, 1991, the following adjustments to bid items are required. Item 1: Item 2: Item 3: Item 4: Increase Bid Item No. 6A, aggregate base, in Segment "A" from 4,272 tons to 5,162 tons; 890 tons at $8.66 per ton= $7,707.40. Increase to contract cost ................................ $7,707.40 Increase Bid Item No. SA, asphalt base, in Segment "A" from 1335 tons to 1,410 tons; 75 tons at $28.88 per ton = $2,166.00. Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $2, 166.00 Increase Bid Item No. 6B, aggregate base, in Segment "B" from 7,020 tons to 7,740 tons; 720 tons at $8.66 per ton = $6,235.20. Increase to contract cost ................................ $6,235.20 Increase Bid Item No. SB, asphalt base, in Segment "B" from 1,680 tons to 1,770 tons; 90 tons at $28.88 per ton = $2,599.20 Increase to contract cost ................................ $2,599.20 TOTAL INCREASE TO CONTRACT COST ................. $18,707.80 H:\LIBRARY\ENG\WPDATA\INSPECT\3416\CHNGORDR\3416-3.CHN Project 3416 -Avenida Encinas Extension Change Order No. 3 Page: 2 ( TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE ORDER. RECOMMENDED BY: ~RINCIPAINSPECTOR -----d CITY E IN ~ FINANCE DIRECTOR DISTRIBUTION: INSPECTION FILE (ORIGINAL) Management Assistant FINANCE CdNTRACTOR /IJ-?0 -fr (DATE) J,O-z;~4 ' (DATE) / (DATE) H:\LIBRARY\ENG\WPDATA\INSPECT\3416\CHNGORDR\3416-3.CHN APPROVED BY: ( CITY OF CARLSBAD PROJECT: AVENIDA ENCINAS EXTENSION CONTRACT CHANGE ORDER NO. 2 CONTRACT NO.---=-34..:..:1=6 ___ P.O. NO._1=8--=--13=5'---__ ACCOUNT NO. 511 -820-6110-2490 CONTRACTOR: West Coast General Corporation ADDRESS: 12243 Highway 67, Lakeside CA 92040 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, Standard Specifications for Public Works Construction, 1991, perform the following per the City of Carlsbad Standards and Carlsbad Municipal Water District Standards. Item 1: Raise two (2) sewer manholes in Segment "A" at Stations +41 +18 and +44+92 and two (2) sewer manholes at Stations+ 62+17 and +72+20 in Segment •s• to finish grade. Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $2,000.00 TOTAL INCREASE TO CONTRACT COST ........................ $2,000.00 Project No. 3416, Avenida Encinas Extension Change Order No. 2 Page: 2 ( TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED · BY THIS CHANGE ORDER. RECOMMENDED BY: APPROVED BY: ~f?fkf..- PRINCIPAL iNsPECTOR (DATE) CONTRACTOR (DATE). /4/~.:., ("~ /o-2'r'·M ~ ~ C.M.W.D. DISTRICT ENGINEER (DATE) ~~ ;TE) '----"---C.>--'"Y'-"-__,_,,__ 1~ .j5 -9f (DATE) /~-1-, -9c..j (DATE) C)-~-1' (DATE) ~~ L'A_/ JJJ2,~~ /t,/J ·, '!,f. FINANCE DIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL) PURCHASING {W/P.O. CHANGE ORDER) FINANCE CONTRACTOR ( CARLSBAD MUNICIPAL WATER DISTRICT 5950 El Camino Real Carlsbad, California 92008 ENGINEERING DEPARTMENT Tel. No . (619) 438-3367 Subject: ~~ ~c?, . STATUS: ( ) PRELIMINARY ( ) RESUBMIT ( )/REVISED (Jf APPROVED TRANSMITTAL: (-~E ( ) FILE ( ) COMMENT ( ) APPROVAL ( ) IMPROV. PLANS (SHEET __ OF __ _ ( ) EASEMENT PLAT AND DESCRIPTION ( ) PERFORMANCE BOND FORMAT SHEETS) SHEETS ( ) ( ) ( ) ( ) CORRECTIONS ADDITIONS OMISSIONS REMARKS RECEIVED OCT L 5 1994 ( )~RIGINAL MYLARS (S T -~~ (I/[ OTHER ---1,~~~~_!:::t_~~W~~~~~~---~ PROCESS AS FOLLOWS: ( ) RETURN P.C. AND ONE SET OF PRINTS ( ) SUBMIT TRACT MAP ( ) SUBMIT PLAT & DESCRIPTION ( ) SUBMIT LOCATION MAP ( ) SUBMIT COST ESTIMATE ( ) SUBMIT BOND AMT. OF$ ------( ) SUBMIT DEPOSIT AMT. OF$ ( ) OBTAIN FIRE MARSHAL'S SIGNATURE ( ) SUBMIT TITLE REPORT (6 MO. MAX. AGE) REMARKS: FOR INQUIRES CONTACT: COPIES TO: () SUBMIT ORIG. MYLARS FOR DIST. APPROVAL ( ) SUBMIT TWO (2) SETS OF APPROVED IMPROV. PLANS AND ONE ( 1) SET OF REPRODUCIBLE 3 MIL MYLAR ( CITY OF CARLSBAD PROJECT: 3416 Avenida Encinas Widening CONTRACT CHANGE ORDER NO. 1 ( CONTRACT NO. 3416 P.O. NO. 18135 ACCOUNT NO. 305-820-9604-3416 CONTRACTOR: West Coast General Corporation ADDRESS: . 12243 Highway 67 Lakeside CA 920040-1105 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, Standard Specification for Public Work Contract, 1991, perform the following as directed by the Engineer: Item 1: Remove 1" PVC water service at approximate station 66 + 50. Estimated increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . $700.00 Pursuant to Subsection 3-2.2.3, Agreed Prices, Standard Specifications for Public Works Construction, 1991, perform the following: Item 2: Item 3: Item 4: Reduce bid Item No 20, adjust streetlight to grade, from four (4) to three (3) Decrease to contract cost .............................. <$735.00> Remove and dispose of existing streetlight base at + Sta 67 + 8.5 and construct new anchor base foundation in accordance with SDASD E-1 for the lump sum price of $1,681.29 · Increase to contract cost ................................ $1,681.29 Enlarge type "F" inlet at + Station 51 +94 to 5' x 7' to accommodate 36" RCP for the lump sum price of $1,851.50. Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,851.50 TOTAL ESTIMATED INCREASE TO CONTRACT COST ........ $3,497.79 H:\LIBRARY\ENG\WPDA TA\ INSPECI'\'3416\CHNGORDR\'3416-1.0IN ( Project 3416 -Avenida Encinas Extension Change Order No. 1 Page: 2 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE ORDER. RECOMMENDED BY: ~l~ NIPALISPECTOR COMM. DEV. DIRECTOR FINANCE DIRECTOR DISTRIBUTION: INSPECTION FILE (ORIGINAL) Management Assistant FINANCE CONTAACTOA f-Zl-9'/ (DATE) 1-ir -1if (DATE) (DATE) (DATE) H:\LWRARY\ENG\WPDA TA \INSPECf\3416\CHNGORDR\3416-1.CIIN APPROVED BY: CONTRACTOR (DATE) CITY MANAGER/MAYOR (DATE) CONTRACT DOCUMENTS AND SPECIAL PROVISIONS • FOR AVENIDA ENCINAS EXTENSION CONTRACT NO. 3416 • -City of Carlsbad ■A!ii4UU--1ih•l•l§•ih411,t§,il June 14, 1994 ADDENDUM NO. 1 BID/PROJECT NO.3416-AVENIDA ENCINAS EXTENSION Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum--receipt acknowledged--must be attached to your Proposal Form/Bid when your bid is submitted. ~~ \::-::?-& rvt«,,__ RUTH FLETCHER Purchasing Officer RF:mm Attachment f ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 WEST COAST GENERAL CORPORATION Bidder's Signature Dana K. Ferrell -President 1200 Carlsbad Village Drive• Carlsbad, CA 92008-1989 • (619) 434-2803 • FAX (619) 434-1987 -City of Carlsbad ■ ¥i h· 11 ei444 i h· I •14·ki I ii ,t4 h I ADDENDUM NO. 1 PROJECT NAME: AVENIDA ENCINAS EXTENSION 3416 PROJECT NO.: BID OPENING DATE: JUNE 20, 1994 The following corrections or revisions are made to the above project: 1. Add a bid item to Segment "A" for raising the existing one (1) water valve can and cover at Sta. 40+28. 2. Add a bid item to Segment "8" for raising the existing two (2) water valve cans and covers at Sta. 59+20. 3. Remove and discard plate "A" and "B" from the soils addendum dated January 7, 1994 and replace with the attached plates "A" & "B". 4. On Sheet 4 of the plans, slopes shown from Sta. 58+56 to Sta. 61 +00 are incorrectly shown to start from behind the sidewalks. These slopes should start 1 O feet from the face of curb. 5. The contractor shall coordinate his work with the Carlsbad Water District and the North County Water District's contractors during the construction of the following facilities: PE:jb ■ The Carlsbad Water District's reconstruction of a 48" sewerline and refurbishment of manholes from Sta. 58+56 to Sta. 72+65. ■ The North County Transit District construction of the Transit Station between Sta. 48+20 and Sta. 45+50. ■ Payment for the above coordinations shall be included in the various contract bid items and no additional payments will be made. estions, please call me at 438-1161, extension 4385. c: Principal Civil Engineer, Walter Brown 2075 Las Palmas Dr.• Carlsbad, CA 92009-1576 • (619) 438-1161 • FAX (619) 438-0894 - EXTEND GEOGRID 8' BEYOND 1: 1 PROJECTED PLANE EACH SIDE OF PIPE -- SUBGRADE GEOGRID 1' MIN. COVER . J_ . V j ' TT. T71 1 1' ',JZ21 /3' w 1--s· MIN _/ "-.// J ...... •I T EXIST 12" HP GAS TM / WHERE LATERAL EX TENTION IS 1: 1 PROJECTED PLANE DETAIL 7 NOT FEASIBLE, EXTEND GEOGRID 3' MIN BEYOND 1: 1 PROJECTED PLANE AND INTO 1 · DEEP Tr<ENCH GEOGRID PROTECTION FOR GAS LINE N. T.S. TENSAR BX1200 OR EQUILVALENT PLATE A • PROPOSEO .75: 1 SLOPE EXIST 12" HP GAS TM PROPOSED 2: 1 FILL SLOPE VARIABLE HEIGHT MAX 16' EXIST GRADE - 3' 2% 3' .,,,------~---~ ,,,,. ------L~J 12" MAX ~ ----------/-------~ ----------~ _,, "-\ ~ ---;--' ,,,,------=-----~----_7_,' ~-::_ ---:.,:::::----_-__:--_1----_:-,_,,, r -~ ----[ -2' --= _--;-' e· ---1--\.. \--== =----_-__:-_-2·_-_7-~ -:-,'' .(a -------1---MIRAGRID ST OR EQUILVALENT \ L _ ,, 2· MIN r _ ---~----_-------:,,7 ,, ----7• _____ L ,' I J --:-:~N-C~:A~ANCE OR MIN CLEARANCE REQUIRED BY GAS COMPANY KEY OEPTH=2' MIN. INTO COMPETENT TERRACE DETAIL 8 GEOGRID REINFORCED SLOPE N.T.S. PLATE B .. ~ .. TABLE OF CONTENTS • NOTICE INVITING BIDS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 CONTRACTOR'S PROPOSAL • . . . . • • . . • . . . . . • • • . . . . • • . • . . . . . • • . . . . . • . 5 BIDDER'S BOND TO ACCOMPANY PROPOSAL . . . . . . . . . . . . . . . . . . . . . . . . . . 15 DESIGNATION OF SUBCONTRACTORS . . . . . . . . . . . . . . . . . . . . . . . . • . . . . . • 17 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILI1Y . . . . . • . . . . . . . . . . . . 19 • • BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE .......... 20 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 21 CONTRACT -PUBLIC WORKS ............ · .......................... 22 LABOR AND MATERIALS BOND . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 30 PERFORMANCE BOND . . . . . . . . . . . . . . . . . . . . • . . . . . . . . . . . . . . . • . . . . . • 33 REPRESENTATION AND CERTIFICATION ............................. 35 ESCROW AGREEMENT FOR SURE1Y DEPOSITS IN LIEU OF RETENTION . . . . . . . . • . . . . . . . • . . • . . . . . . . . . . . . • 36 RELEASE FORM . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 40 SPECIAL PROVISIONS I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION . . . . . . . . . . . • . . . . . . . . . . . . . . . . 43 II. SUPPLEMENT AL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR CONSTRUCTION MATERIALS . . . . . . . . . . . . . . • . . . . 63 III. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR CONSTRUCTION METHODS . . . . . . . . . . . . . . . . . . . . 67 APPENDIX 1 APPENDIX 2 SOILS REPORT PACIFIC TELEPHONE UNDERGROUND SPECIFICATION i 02/16/94 • • • crIY OF CARLSBAD, CALIFORNIA NOTICE INVITING 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 20th day of June, 1994, at which time they will be opened and read, for performing the work as follows: AVENIDA ENCINAS EXTENSION CONI"RACT NO. 3416 The work shall be performed in strict conformity with the specifications as approved by the City Council of the City of Carlsbad on file with the Engineering Department. The specifications for the work include the Standard Specifications of Public Works Construction, (SSPWC), 1992 Edition, 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 2/16/94 • • • 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 $200,000 for Segment 11A" and $462,000 for Segment 11B11 • No bid shall be accepted from a contractor who is not licensed in accordance with the provisions of California state law. The contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. The following classifications are acceptable for this contract: "A", 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 $35.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as detennined 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. 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 . 2/16/94 • • • 3 All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor . Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. Bonds to secure faithful performance and warranty of the work and payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) and fifty percent (50%), respectively, of the Contract price will be required for work on this project. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the Special Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner . If the bid is accepted, the City may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Insurance is to be placed with insurers that have (1) a rating in the most recent Best's Key Rating Guide of at least A-:V, and (2) are authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: (1) meet the conditions stated above for all insurance companies and (2) cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. 2/16/94 • • • 4 The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract . Approved by the City Council of the City of Carlsbad, California, by Resolution No. 94-121, adopted on the 3rd day of May, 1994. m °1 JI 1 lo/CJL/ Date 2/16'94 - City Council City of Carlsbad CfIY OF CARLSBAD AVENIDA ENCINAS EXTENSION CONTRACT NO. 3416 SEGMENT"A" CONTRACTOR'S PROPOSAL 1200 Carlsbad Village Drive Carlsbad, California 92008 s 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. 3416 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 Approximate Quantity and Unit Unit Price 1 3 4 Clearing & Gp.1bbing at <a-,.:U,,, $1t:1r:W-d :.-z:::;;,_ LUMP SUM LS /4ukl~~-c~C--~rL-.cd'/-(fa~-~~· Dollars (L p : 375 CT Import.ed Borrow ,Material at 3,375 CT "A;<'--' a4a1,v (U«--,I D'1lars-~r Cubic Yard Raising the existing one ( 1 ) water -1 can id rov.er" i~. 40 + 28 v~ --7 .-· ·au-ee 1,ll,fLde(c'k,'-. 7'?:dt{ /J,c&-,,t,~. 2/16194 Item No. 5 - 6 7 8 9 - LO - @ Approximate T Description Quantity Unit and Unit Price 1,335 TON Aggregate Base (10-1/2" or 18" Thick) 4,272 TON Complete at . ~AC ~t/&-vY, ce4~/ ~ff §,d/c -<~,,_:;t;:;/ - Doll~ ✓,r Ton Hydroseed Slope at 22,000 SF Dollars per Square Foot Erosion Control Matting at Dollars per Square Foot 9,900 SF 1 EA 1 EA Z. l ,.,, ... - ' -l,), 3 ?'. -5-:S-!/, ty /' 2/16'94 Item No. Description Approximate Quantity and Unit -12 ~7h~d1 ~zt~~~~~;/~77i 1<71 1 EA - 13 14 15 16 17 18 Ii, l/v' ck<-~ I ~,1 ~/ €~ /A'/?#-N' ,£ Dollars Each /hV ?"' _5~~l ;f l'...t".73/ t.~At:f5, Dollars per Linear F7or Dollars per Linear Foot Geogrid Over Gas Main and Geogrid R~~~~~.7;,;_~--e/?Vc/7tf t:;~k£P--/ &#t>> Dollars per Square Foot a«~1-,,.;::t· 4-/vd 1v //;f:/} t'l:~'l/7> Dollars per Linear Foot 326 LF Sb.}o 13 CY 371 LF 7,100 SF LillvfP SUM :: 40 LF r otal amount of Segment "A" bid in words: c~'llfi-(.,(-,,✓, ' .(,. ,~·0.,:;t'i /_~/ du.v~= fP• / ,2L' IX , .• ~-'-<!-cv, . ._,,.__ ,r..,,..,,-i .,;2~9~-,,z:~c.--,/,:.,?:?::;;;, r Total amount of Segment "A" bid in numbers: $ I 91./, 6f/ -~ I 7 2/16/94 - Item No. 1 4 5 Deserio ti on CTIY OF CARLSBAD AVENIDA ENCINAS EXTENSION CONTRACT NO. 3416 SEGMENT "B" CONTRACTOR'S PROPOSAL Approximate Quantity and Unit LUMP SUM LS Clearing & Grubbing at 'tzvc iiz,,_v:4,rz-l ("'.--_7u:._ /i, ... ., . .LP/ Dollars (Lump Sum) 2.250 CT 500 CT 1,.680 TON Sa Raising the existing two (2) water valve cans and covers at Sta. 59 +20 :dJY a,:, /2 ~:P?fj<'/;:::,,~~SJL/ £2J(t'?1ZS:: Unit Price /5-75~tD I Z.; /()ta \\5:..- J 8 Total /5-}_5-C:0 7Z.7i:/Z 8 I 2/16/)4 Item No. 7 8 9 .1 Description Dollars pef'Ton 6• G-1 Curb at / ;1 ;' _ /J £);,,.i/-e~ c;ce'l;t,-zv 6• G-2. Curb & Gutter at 1 ~/K ,:J.;sll11M2 s: /Ht¢/ 4 • Thick PCC Sidewalk at C,(1-L t:it (t;,:4-/1. (:'ht✓ Signage & Striping Including Temporary at 1 &ti:. c£,-4,,.;,4>g~c1 ,,,.z,?,/'t'.J/L-' Hydroseed Slopes at /-,,-• ' '-J.,--::-< <{ 6 (-;;,,,,1.-l-.;2/ , Dollars per Square Foot Erosion Control Matting at ~ .kc'~ .·. -r, :;_?-c -•~,?-{ .. .(: '--'-~-.ir.._ h :'-3 ·:/----r Dollars per Square Foot Approximate Quantity and Unit 7,020 TON 130 LF 2,296 LF 12,580 SF LUMP SUM 13,500 SF -8,920 SF LUMP SUM Unit Price 'ii~~ 9 Total 60 795;'?>~ Zc.· c'-' ,.,,,--d() -,.,J 6 5 , , r -- ' ~ 16 J __. 17/6. 7> 17, ~'~ . =--- 2/16/;}4 Item -No. 14 Description 15 16 17 18" R~t -> ~zt;,":J.-7$ __ .-:Zb-<:.V v'~~~,f/ a-I ~../4-~ {;£1.,,-r:.,,t;:; . Dollars per Line · oot 36" RCP at ~-tl/1--1-: e:J ~·# -~,/4 CJ2-~. Dollars per Linear Foot 9 Modify ~age Unit at, ~ • >..ez,..,(,~-~ A~~✓ ... -~~ d;/~/4(," Do ch Adjust Street Light to Grade at «44-t-rs&k 4«dq/,-zfu$.-;,L,u,;e, /44~ Dollars Each Adju,&:Fence to Gr~de at ~ t>it:-#.dA-:l-,fi'--J ~--c:zr ~ &~ ~ Dollars per Linear Foot - Approximate Quantity and Unit 1 EA 1 EA 103 LF 196 LF 1 EA 1 EA 710LF 10 Unit Price Total ?) O'-i<(""-~ ,-z O· , a~SJS!.. -· _, Z-e1 .J t -.,1 I c<J "Z-7Jr) -- ' _39?Jl .~JtJtz.?f!_ 6.)!!2-IZ-7S-Z~ /,_ 1-i O I/fl l //ft,~!)- 7 735=& '2~7YO ~ LOz!---~ ""\/1 .t"' '("", I Item No. e 22 23 24 25 -26 Description Approximate Quantity and Unit Conduit & Manhole Structures for LUMP SUM TeleP.hone Unde;grounding at -e-4:j~t= ~n,..~e'?}-L /z,c,,,,~lt.,-e'I .4c--t,•c:-?':f'~L«2.-n-/ ;__,;;,-c:,c_'.?~ - Dollars (Lump Sum) C~tal Be~ G~ardrail at 1671.F . ~ /44:n, ~1~.,,~~ - Dollars per Linear Foot R~~;:a;~r-{Z~ :~/ardrail at 827 LF ➔-~t-Dollarser Linear Foot Geogri~ Reinf?~c~~., Slope_ at / '2"u.2.. d" t2:-,--.: ct·.,,,"'..'< 1,100 SF f~ {:/4.:: . .?,.•,.ia:· (t>'+i:.7-1.,,. .. Dollars per Square Foot Traffic Co~ at _ . LUMP SUM t1:iv-_:~::14;:;t;;.,,, _ ~L&<Wco/lL;r()k,&1/J,-· Dollars (Lump Sum) I'. ~- 11 Unit 23p/l} 3 ffS7~ 21? /2(~ /() /./20v ;IL ;;13 I 2 l/2 '2!2 - f L,~7re ,-/.s-7r,XL Total 3:IDOUilt of Segments "A" and "B" bid in words:/4t.;., /4~.,y;l_.l,'2< ~v.::f' ,4~:s:.• :t/4¼'--icd(-tJZ-,1 krcLI -~i. . .' ~ _/ ttt. ~ \ . t . ;? --'LL,-~ ~-,-c..,,._,, ..,?.r _..,,a?::::~ ~:1 ·~,... o~/;;t;;. . Total amount of Segments "A" and "B" bid in numbers: $ '-/9.'(: 4' '$ 7 ~ Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). -proposal. 1 has/have been received and is/are included in this --------- 2/16f)4 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. e,nie 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. - 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 479019 , classification A & B which expires on 9-30-95 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). rn 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 _ ___,BOn==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. 2/16/94 Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, ive ta the general prevailing rate of wages for each craft or type of worker needed to ute the Contract and agrees to comply with its provisions . • OLE 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. _____________ _ 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. ____________ _ 2/16t94 ' 14 ' rF A CORPORATION, SIGN HERE: (1) Name under which business is conducted --------------- West Coast General Corporation Dana K. Ferrell _ President Title Impress Corporate Seal here (3) fncorporated under the laws of the State of California (4) Place of Business 12243 Highway 67 (Street and Number) City and State Lakeside, CA -(5) Zip Code 92040 Telephone No. (619) 561-4200 iOTARIAL ACKNOWLEDGEMENr OF EXECUTION BY AIL SIGNATORIES MUST BE TTACHED ist bel~w n:imes of pres!de1:t, vice president, secretary and assistant secretary, if a Jrporauon; if a partnership, list names of all general partners, and managing partners: Dana K. Ferrell -President David E. Davey -Vice President r:::.orothy D. Ferrell -S~cretary State of CALIFORNIA } County of SAN DIEGO On June 20, 1994 before me, Cynthia L. Wyer (DATE) (NAME, TITLE OF OFFICER -I.E., "JANE DOE, NOTARY PUBLIC") 1ersonally appeared __ D_a_n_a_K_._F_e_r_r_e_l_l _______________ _ (NAME(S) OF SIGNER(S)) IX! personally known to me -OR -□ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are sub- scribed to the within instrument and acknowledged V""~c::.-,;;:::,..-v""~~::::><::><~=><=><~:-.. to me that he/she/they executed the same in CYNTHIA L. WYER I his/her/their authorized capacity(ies), and that by COMM. # 1015061 ~ his/her/their signature(s) on the instrument the NOTARY PUBLIC-CALIFORNIA g person(s), or the entity upon behalf of which the SAN DIEGO COUNTY .... person(s) acted, executed the instrument. My Comm. Exp. Jan. 20, 1998 I ~~::yi:;;~~~~~~Y.:::>-c,..-;..::· .><'.,,,. Witne s my hand and official seal. (SEAL) RIGHT THUMBPRINT (OPTIONAL) CAPACITY CLAIMED BY SIGNER(S) □ INDIVIDUAL(S) ~ CORPORATE President OFFICER(S) _____ _ □ PARTNER(S) (TITLE(S)) □ ATTORNEY IN FACT □ TRUSTEE(S) □ GUARDIAN/CONSERVATOR □ OTHER: ______ _ SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)) West Coast General Corp. l. ,ATTENTION NOTARY: The information requested below is OPTIONAL. It could, however, ~revent fraudulent a~achment of this certificate to any unauthorized document. [ THIS CERTIFICATE Title or Type of Document Bid Form -City of Carlsbad MUST BE ATTACHED 4 ' TO THE DOCUMENT Number of Pages 36 Date of Document June 20, 199 DESCRIBED AT RIGHT: Signer(s) Other Than Named Above _________________ _ WOLCOTTS FORM 63240-ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITY/REPRESENTATION/FINGERPRINT-Rev. 12-92 ©1992 WOLCOTTS FORMS, INC - - - 15 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: WEST COAST GENERAL UNITED STATES FIDELITY That we, CORPORATION • as Principal, and AND GUARANTY COMPANY as Surety are held and finnly bowtd Wlto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) *TEN PERCENT OF THE AMOUNT BID* (10% OF BID) for which paymen~ well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, finnly by these presents. 11-iE CONDmoN OF THE FOREGOING OBLlGATION IS SUCH that if the proposal of the above-bounden Principal for: AVF.NIDA ENON.AS EXTENSION CONTRACT NO. 3416 in the City of Carlsbad, is accepted by the Chy 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 Contra~t 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. 2/16/94 - .. ' , - 16 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 o bligat:ions under this bond. Executed by PRINCIPAf. this 20th day of June 19 _2.::_. PRINCIPAL: WEST COAST GENERAL CORPORATION Dana K. Ferrell, President (pri.'(l.t name here) (title and organization of signatory) By:------------(sign here) (print name here) (title and organization of signatory) Executed by SURETY this 14 TH day of JUNE 19 ~- SURETY: UNITED STATES FIDELITY AND GUARANTY COMPANY (Name of Surety) 2600 E. NUTWOOD AVENUE FULLERTON, CA 92631 (Address of Surety) (714) 871-3300 (Telephone Number of Surety) By: ~~~ ~ ,-1£~4~~- Signature of Attorney-in-Fact DALE G. HARSHAW, ATTORNEY-IN-FACT printed name of Attorney-in-Fact (attach corporate resolution showing current power of attorney) (Proper notarial acknowledge of execution by PRINCIPAL and SURETI' must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporatiotts. 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 City Atro1~ ~ ' ~ _/- By: rv~ _ I KARENJ.H!RATA Deputy City Attorney Z/16194 State of California ) County of San Diego ) On 6/14/94 before me, Pamela T. Andrews. Notary Public, personally appeared Dale G. Harshaw, personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person(s), or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. '. /'. 1'j_ ,t\\C ;\ ;,. _.r-...._.,~~_,,-·•,-....-e'-..._ or:r1c1AL SfAL l, PM~ELP. T. ANDREWS ( N0T,lRY PUBllC (Allf0Rlll4 i l•',~iNCPll,, OFFICE /\i \ SAN u:tGo COLJ\!;"V ( L My Commission Exp,rcs Dec. 19, 1905 ( ~--..--v~~--, /-: RIGHT THUMBPRINT (OPTIONAL) State of __ CA_L_IF_O_R_N_I_A ____ _ } w a: w :c ... SAN DIEGO I [i County of l I ,, on June 20, 1994 before me, ___ c_y_n_t_h_i_a_L_ .• _W_y_e_r ________ _ (NAME, TITLE OF OFFICER -I.E. "JANE DOE. NOTARY PUBLIC") (DATE) personally appeared ___ D_a_n_a_K_._F_e_r_r_e_l_l ________________ _ (NAME(S) OF SIGNER(S)) rn personally known to me -OR-□ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are sub- scribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. CYNTHIA L. WYER I COMM. # 1015061 Witn~y hand an~ official sea\ u.k \_;J-{;L J" _ hJ /\_J " NOTARY PUBLIC-CALIFORNIA ;i? SAN DIEGO COUNTY 8 My Comm. Exp. Jan. 20, 1998 I (SEAL) (SIGNATURE OF NOTARY) :::E = i!: ... 0 ... ::= CAPACITY CLAIMED BY SIGNER($} □ INDIVIDUAL(S) ~ CORPORATE President OFFICER(S) _____ _ □ PARTNER($) (TITLE(S)) □ ATTORNEY IN FACT □ TRUSTEE(S) □ GUARDIAN/CONSERVATOR D OTHER: ______ _ SIGNER IS REPRESENTING: (NAME OF PERSON($) OR ENTITY(IES)) West Coast General Corp. ATTENTION NOTARY: The information requested below is OPTIONAL. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE Title or Type of Document Bid Bond -City of Carlsbad MUST BE ATTACHED 2 TO THE DOCUMENT Number of Pages ___ ~ ___ Date of Document June 20, 1994 DESCRIBED AT RIGHT: Signer(s) Other Than Named Above _________________ _ I, ' WOLCOTT$ FORM 63240-ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITY/REPRESENTATION/FINGERPRINT-Rev, 12-92 ©1992 WOLCOTT$ FORMS, INC. J Ir , ... ;. ~ I· V ,\ \~ ~\ UNITED STATES FIDELITY AND GUARANTY COI\fi'ANY POWER OF ATTORNEY NO. 108057 KNOW ALL MEN BY TiiESE PRESENTS: That UNITED STA TES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint Jack G. Lupien, Dale G. Harshaw, Debra J. Niemeyer, Jerome L. Hren and Laura M. Ehrlich oftbe City of San Diego , State of California its true and lawful Attomey(s)-io-Fact. each in their separate capacity if more tbao one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons; guaranteeing the performance of contracts; aDd executing or guaranteeing bonds and undertakings required or pennitted in any actions or proceedings allowed by law. In Witness Whereof; the said UNITED STA TES FIDELITY AND GUARANTY COMPANY bas caused this instrument to be sealed with its corporate seal, duly attested by the &ignatures ofitsSenior Vice President and Assistant Secretary, this 19th day of November , A.D. 19 93. UNITED STA TES FIDELI1Y AND GUARANTY COMPANY (Signed) (Signed) By~ By ...•...• ~ .. ◊-: .... ···················-:--:-... Senior Vice President Assistant Secretary STA TE OF MARYLAND) SS: BALTIMORECITY ~"' . i;,.))S) On this 19thdayof November ,., (':s;:,('D.1993 , beforeme_,p~ii!IIS,came Robert J. Lamendola Senior Vice President of the UNITED STA TES FIDEL,~,~D GUARANTY COt.ft;<\N''fand Paul I>,,.•f~ ims , Assistant Secretary of said Company, with both of whom I~"'pehib1ially acquainted, w~ppeiii~by me severally duly s~o~;~id; that they, the said Robert J. Lamendola and P,{!lµJ::,,)f:;. Sims ·. (0 :•,~, . were resp )~ 'senior Vice President and the Assistant Secretary of the said UNITED STA TES FIDELITY A:N}'}:OUARANTY COMP AH'V?the torporation described iq,, h executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that \be seal affixed to ~ic(P~we'r'of Attorney was SU$'1:f'ol]lli' e seal, that it was so affuced by order of the Board of Directors of said corporation, and that they signed their names the~ct'lfy iUte'order as Senior Vice,J>!:e$f<Je'ilaDd Assistant Secretary, respectively, of the Company. My Commission expires the 11th ,,.~tin;'~\,,. ·: March ,.,·;J\:~;, Al>. 19 9 5. . 'F.§],. ... ,,,.~ . U ,. <AL.Ja.:.\. ,)2' }--' ~ ,. =: ~ (Signed) . . .. , • tf-.· .. ,,,,::.ii,, .,5. , ....... /. • .... /:7fA~ ...... . ~ ~ ,,-s \, , ···· NOT ARY PUBLIC "'~· 4-<C '(J,, *✓ This Power of Attorney is granted under ~4~Y1!li.ithority of the following Resolutions adopted by the Board of Directors of the UNITED STA TES FIDELITY AND GUARANlY C01'1:PANY on Septeriib\r 24, 1992: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attomey(s)-in-Fact pw-suant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chainnan, or the President. or au Executive Vice President. or a Senior Vice President, or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to aoy Power of Attorney or to any certificate relating thereto appointing Attomey(s}in-Fact for purposes ooly of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and, unless subsequently revoked and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached. RESOLVED, that Attomey(s}in-Fact shall have the power and authority, unless subsequently revoked and, in any case, subject to the tenns aDd limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company lo any and all bonds and undertakings, aDd other writiogs obligatory in the nature thereof, and any such instrument executed by such Attorney(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I. Paul D. Sims ,anAssistantSecretaryoftheUNITEDSTATESFIDELI1YANDGUARANTYCOMPANY, do hereby certify that the foregoing is a true excerpt from the Resolution of the said Company as adopted by its Board ofDiiectors on September 24, 1992 and that this Resolution is in full force aod effect. I, the undersigned Assistant Secretary of the UNITED STA TES FIDELITY AND GUARANTY COMP ANY do hereby certify that the foregoing Power of Attorney is in full force and effect aDd bas not been revoked. t Io Testimony Whereof, I have hereunto set my hand and tbe seal oft ITED STA TES FIDELITY AND GUARANTY COMPANY on this 14 TH day of JUNE , 19 94. . f\ J . 0 ~y -~~;;;:~ FS 3 (10-92) - - MINUTES OF FIRST ORGANIZATIONAL MEETING OF INCORPORATOR(S) OF WEST COAST GENERAL CORPORATION A California Corporation The undersigned, being the Incorporator(s) named in the Articles of Incorporation of the above-named California corpor- ation, duly formed by the filing of said Articles of Incorpora- tion in the office of the California-Secretary of State on the 12th day ofAugust , 1985, and desiring to hold the first organ- izational meeting for the purpose of completing the organization of its affairs, in accordance with the powers conferred upon In- corporators by Section 210 of the General Corporation Law, held such meeting at: No. 8400 Magnolia Suite K ~n the City of Santee , California, on the 29thday of August, 1985, at 5:00 o'clock in the P.M. of said day. Present at this session of the meeting: Steven G. Martin being the Incorporator(s) of said corporation named in its Articles of Incorporation. Also present: Dana K. Ferrell On motion and by unanimous vote, Dana K. Ferrell was elected temporary Chairman, and Steven G. Martin was elected temporary Secretary of the meeting. -1- - ARTICLES OF INCORPORATION FILED The Temporary Chairman stated that the original Articles of Incorporation of the corporation had been filed in the office of the California Secretary of State, and had been assigned the following filing date and State Corporation filing number: Official Filing Date: August 12, 198~fficial Filing Number: 1347947 He presented to the meeting a certified copy of said Artic- les of Incorporation, showing filings as stated, and the Tempo- rary Secretary was directed to insert said copy in the Book of Minutes of the corporation. BY-LAWS The matter of the adoption of By~Laws for the regulation of the affairs of the corporation was next considered. The tempo- rary secretary presented to the meeting a form of By-Laws which were duly considered and discussed. On motion duly made and unan- imously carried, the following resolutions were adopted: RESOLVED: That the By-Laws presented to this meeting and discussed thereat be, and the same hereby are, adopted as and for By-Laws of this corporation. RESOLVED FURTHER: That the temporary secretary of this corporation be and hereby is authorized and directed to execute a certificate of the adoption of said By-Laws and to insert said By-Laws as so certified in the Book of Minutes of this corporation, and to see that a copy of said By-Laws, similarly certified, is kept at the prin- cipal office for the transaction of business of this cor- poration, in accordance with Section 213 of the Califor- nia Corporations Code. ELECTION OF DIRECTORS The temporary Chairman stated that the BY-LAWS adopted by the Corporation provide that the number of Directors shall be He advised that the Incorporator(s) on motion and by unanimous vote had elected the following person(s) as the first Director(s) of the Corporation to serve until success- ors are duly elected pursuant to the By-Laws, or until re- signation or removal, as the case may be, and effective upon their acceptance of their position, to exercise the powers of further organization and direction of the Corporation. Each of the newly elected Director(s) signified acceptance: DIRECTOR'S NAME AND ADDRESS SIGNATURE DATE ----- Dana K. Ferrell ~ _ ~g 8211 Limon Lane ~7? -y~ . El Cajon, Calif. 92020 ~ 29, 1985 Steven G. Martin 1833 Altozano Drive Aug. 29, 1985 El Cajon, Calif. q2020 - RESIGNATION OF INCORPORATOR(S) The meeting continued. Present at this session of said meet- ing, in addition to the Incorporator(s) were the Director(s) duly elected herein. In the interests of maintain- ing continuity of action, the Director(s) waived notice of said or- ganizational meeting, took their places and the meeting then proceed- ed further. WAIVER The temporary chairman announced that the meeting was held pursuant to written Waiver of Notice and Consent thereto and was signed by all of the participants and ... upon motion made and unanimously carried, was made a part of the records of the meeting, and now precedes the minutes of this meeting in the book of minutes of the corporation. The temporary Chairman advised that the Incorporator(s) having completed the necessary steps in organizing the Corporation and having elected the appropriate number of Director(s) to carry forward the management of the Corporation now wished to submit their resignation(s) The undersigned Incorporator(s) herewith tendered their resig- nation (s): ~ ~ ,e«½ ~~ Incorpora r{s) The temporary Chairman stated that the Incorporator(s) tasks had now been accomplished and upon motion duly made and recorded, said resignation(s) were accepted. ELECTION OF OFFICERS The meeting then proceeded to the election of officers. The following were duly elected to the offices indicated after the names of each: Dana K. Ferrell President ------------------------- Vice-President ------------------------- ____ s_t_e_v_e_n_G_._M_a_r_t_i_n _____________ Secretary Steven G. Martin Chief Financial -------------------------Officer Each officer so elected being present accepted his office, and thereafter, the president presided at the meeting as chairman, and the secretary acted as secretary of the meeting. -3- - - CORPORATE SEAL The secretary presented for approval of the meeting a proposed seal of the corporation, consisting of two concentric circles with the name of the corporation in one circle and the words and figures in the form as follows: (SEAL) On motion duly made and unanimously carried, the followin9 resolution was adopted: RESOLVED: That the corporate seal, in the form, words and figures presented to this meeting be, and the same hereby is, adopted as the seal of this corporation. SHARE CERTIFICATE The secretary presented to the meeting a proposed form of share certificate for use by the corporation. On motion duly made and unanimously carried, said form of share certificate was ap- proved and adopted, and the secretary was instructed to insert a copy thereof in the Book of Minutes immediately following the minutes of the meeting. ORGANIZATIONAL EXPENSES In order to provide for the payment of expenses of incorporation and organization of the corporation, on motion duly ~ade and unanimously carried, the following resolution was adopted: RESOLVED: That the President or Vice-President and the Chief Financial Officer of this corporation be, and they hereby are authorized and directed to pay -4- - the expenses of incorporation and organization of this corporation. ACCOUNTING YEAR The chainnan suggested that the meeting consider the adoption of an accounting year, either fiscal or calendar, so that the Franchise Tax Board could be notified thereof. On motion duly made, seconded and unanimously carried, the following resolution was adopted: RESOLVED: That this corporation adopt an accounting year as follows: DATE ACCOUNTING YEAR BEGINS: DATE ACCOUNTING YEAR ENDS: July 1 June 30 PRINCIPAL OFFICE LOCATION After some discussion, the location of the principal office of the corporation for the transaction of the business of the corporation was fixed pursuant to the following resolution, adopted, on motion duly made, seconded and unanimously carried: RESOLVED: That No. 8400 Magnolia Suite K City of Santee , California, be and the same hereby is designated and fixed as the principal office for the transaction of the business of this corporation in the County of San Diego State of California. OFFICERS AUTHORIZED TO CONTRACT -To authorize the officers to contract and obligate the corporation, in the ordinary course of business, the following resolution was, upon motion duly made, seconded and carried, adopted: RESOLVED: That the following officers be, and the same hereby are authorized to sign contracts and obligations on behalf of the corporation: Dana K. Ferrell President Steven G. Martin Secretary and Chief Financial Officer -5- BANK RESOLUTION To provide for a depository for the funds of the corporation and to authorize certain officers to deal with the corporate funds, the following resolutions were duly adopted: RESOLVED: That this corporation open an account or accounts with the following named financial institution(s}: Cuyamaca Bank RESOLVED FURTHER: That until such authority is revoked by sealed notification to said Bank of such action by the Board of Directors of this corporation, Name of Officer Office Held Dana K. Ferrell President Steven G. Martin Secretary and CFO be, and they are authorized Any one acting alone (Insert: 11 Any One Acting Alone", "Acting Together", "Any Two Acting Together", etc., as the case may be) to execute checks and other items for and on behalf of this corporation. FURTHER RESOLVED: If this is a checking account, the bank is requested to prepare and dispose of statements and cancelled checks monthly as instructed below. The bank assumes all risk of loss in transit of any statement or check. Statement Instructions: Bank is instructed to: (MAIL) xx to the statement mailing address shown on the bank records. (HOLD UNTIL CALLED FOR) If not called for within 10 days after preparation, the bank may forward the statement and cancelled checks by ordinary mail, bank messenger or other reasonable means to the statement mailing address shown on the bank records. -6- - ISSUANCE OF SHARES UNDER LIMITED OFFERING EXEMPTION As the first order of business, the chairperson suggested that the meeting consider the issuance of the capital stock of the corporation and stated that Section 25102(f) of the California Corporations Code provides for a limited offering exemption if certain qualifications are met and set forth in the notice form required by the Commissioner of Corporations. The chair advised that this would facilitate this stock issuance. Upon motion duly made, seconded and carried, the following resolutions were adopted: RESOLVED: That any offer or sale of any security in the corporation shall meet each of the following criteria: (1) Sales of the security are not made to more than 35 persons, including persons not in this state. (2) All purchasers either have a preexisting personal or business relationship with the offeror or any of its partners, officers, directors or controlling persons, or by reason of their business or financial experience or the business or financial experience of their professional advisors who are unaffiliated with and who are not compensated by the issuer or any affiliate or selling agent of the issuer, directly or indirectly, could be reasonably assumed to have the capacity to protect their own interests in connection with the transaction. (3) Each purchaser represents that the purchaser is purchasing for the purchaser's own account (or a trust account if the purchaser is a trustee) and not with a view to or for sale in connection with any distribution of the security. (4) The offer and sale of the security is not accomplished by the publication of any advertisement. -7- • .. I I • • I I • -• Item Description with Item Unit Price or Lump Sum No. . Price Written in Words 77 Field office "class N.' at Fi1re Tba,,sand Tbz::ee H,u,dred Fifty dollars Lump Sum. Approximate Quantity and Unit L.S. 78 Traffic control (including temporary L.S • striping, signing, markings, lighted _ arrow signs and other iµcidentals) at , . . • -J!y1/l,.d~;;~i;;ltt1#.~f ~~t;;.:~~;';5i~LJ 79 2" PVC (Schedule 40) conduit _vyith 120 L.F. pullrope at Five Collars and Thirt::£ dollars per linear feet. 80 Remove existing building (Sheet 20) at L.S. Nine !bQUSaDd Nint~ Ei~e dollars Lump Sum. • 81 Project sign (Sheet 4) at 4 EA Six Hundreg Forty Two dollars Lump Sum. 82 Pedestrian ramp (Caltrans N8-B) at 11 EA Four Hundred Eight~ cne Collars and Fifti Cents dollars per each. 83 Traffic signal loop at 137 EA i;p.-,,re Htm:eree Si!Ee;' 8~7€:H Se±±ai?S aoa Ejf:t¥ Ceots dollars per each. (specialty item) Unit Price· 5 350 5.35 9,095 642 4i➔ .13Q 267.50 16 5,350 642. 2iQ9!2. 2i568. 5,296 SQ 36,647.50 10/01/92 • • i ■ • -- • • • • r/' • Item Description with Item Unit Price or Lump Sum No. Price Written in Words 84 Barb wire fence at 85 86 87 88 89 90 Three :collars and Five Cents dollars per linear foot. (specialty item) Barricade per M-9 at Twency Nine CblJars and Forty Three Cents dollars per linear foot. Type "B-2" inlet (10') at Two Thousand Six Hundred Seventy five IbJJars dollars each . Spillway inlet and downdrain per D-22 :DJr:ee :JlJoJJsaoa fj~,e Hnndrro Eourteen ll:2llars and Nine~ Ei~ Cents dollars per each. 1" irrigation water mete_! and service at Cne Thousand Six Hundred Ej rn~ Ib] Ja :cs dollars per each. (specialty item) Remove and relocate existing fire hydrant and necessary appurtenances (Sheet 20) at Two ThouanQ S;i.A Hundred Seventy dollars per each. (specialty item) Remove and relocate existing air and vacuum valve (Sheet 20) at O.ce :JlJoJJsaod Sjx H1Jo□r:ed dollars per each. (specialty item) Approximate Quantity and Unit 6,500 L.F. 110 L.F. 1 EA 1 EA 6 EA 1 EA 1 EA.. Unit Price 3 05 29 43 2.675 3,514.95 1,605 2,675 1 .605 17 19,825 3,237.30 2,675, 3,514.95 . 9,630. 2.675, 1,605 10/01/92 -~11•1 I • 18 I Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price Total I 91 Remove and relocate existing trailer on 1 L.S. 4;280. 4,280. new pad site (Sheet 20) including all I water, sewer, electrical and telephone service relocations and connections at Four Thousand Two Hundred Eighty I dollars lump sum. (specialty item) -- I 92 Advisory Sign (Sheet 4) at 5 EA 642 3,210. Sj x: B1mdrPn En,..+¥ l!l110 I dollars per each. 93 Funding Sign (Sheet 4) at 2 EA 642. J -284 I .. Sj X Bucdi::ed Er1J::t¥ :JJ,lC •• dollars per each. LANDSCAPE AND IRRIGATION: I 94 Furnish and install all soil amendments 9,800 S.F. • 37 3,626 • including all soil conditioners, site I preparation and fine grading at Tbh:t¥ Se5z:en Cents I dollars per square foot. (specialty item) 95 Bark mulch at 91 C.Y. 48 :15 4, 3SJ 65 I Fort:z::: Eight Dollars and EjftPPn Ceots dollars per cubic yard. (specialty item) I 96 Shrub: 5 gallon at 864 EA JO :zo 2,2~1.so Ten Dollars ~d Sevent:t Cents I dollars per each. (specialty item) le I I 10/01/92 I I 19 i' ftem Description with Approximate ftem. Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price Total I 97 Tree: 24 fnch Box 35 EA :192 f:iO 6 E 741 . One Hundred tl;inet::t: Two ~llaI:s I and Sjx±:~ CeDts dollars per each. (specialty item) I 98 4'' Pots (89,300 S.F.) at 5,950 EA J :Z1 10,174.50 One !;;QllsU: and Se:ileD~ One --I dollars per each. (specialty item) 99 Hydroseed & Erosion Control Matting at 89,300 S.F :I f:i 14,288. I Sixteen Cents dollars per square foot. (specialty. item) I 100 Bio-barrier (Root Guard) at 2,275 S.F. .70 1,592.50 Sevent2 Cents le dollars per square foot. (specialty item) I 101 Non-irrigated hydroseed and Erosion Control matting of disturbed areas 364,000 S.F • Hi 58,2~Q • I (Sheets 8 through 22) Sixteen Cents I dollars per square foot. (specialty item) 102 8" dia. P.R. 200 psi SDR 21 "Alertline" 1,456 L.F. 5 35 :Z,:Z89 60 I Purple P.V.C. median landscape sleeve (Sheets 8 through 22) at Five Collars and Thirty I ~l~ ~e dollars per linear foot. (specialty item) I 103 Furnish and install all irrigation 99,000 S.F. .9J 92[070. system complete in place at Ninety Three Cents I dollars per square foot. (specialty item) ■- I 10/01/92 -· __.Jr " Ty--• ~ ' • • • • • • I ,,, ■ I I I I I •• I I Item Description with Item Unit Price or Lump Sum No. Price Written in Words 104 120 day minimum maintenance for areas to receive hydroseed and median planters at Five Cents dollars per square foot. (specialty item) Approximate Quantity and Unit 463,000 S.F. Unit Price· ,05 20 23. 150. ---------Total amount of bid for Schedule 1 in words: <-:,.y_: .-P ,;t"' /··!.~.:,: "./ :;~>·,/.'"?.✓--":;>· ···-:{;.,·~~ .. · : .•. •·.•·.·.· .•. ••.•· , •. •.--..• _,,,,. ,,, •• ~•, ): /,.,-.' ., ,.,,/--,.-r ___ ;'...._-.;;.... ________ ----"~-,-(,-,-----_,.:.-/ I;., r .,,._ -; ~,, C r ., .... ~t~,,~ .... ·.?/::.,..~ _i ,,.,/ ,</: /:'J _ . .:.-y/"';>'ff:{'J? .... /(::{.;.:~ 17?·-~r '?f;,;-::?,.-·) Total amount of bid for Schedule 1 in.numbers: $ ~,S~ :/J?}:. }':'?}[ Price(s) given above are firm for 90 days after date of bid opening. Addendum (a) No(s) *1 * included in this proposal. for Schedule 1 work (has/~ been received and (is/~ 10/01/92 I le I I I I I I I •• I I I I I I le I I Item No. 2-1 2-2 2-3 2-4 CONTRACTOR'S PROPOSAL SCHEDULE 2: WATER. IMPROVEMENTS CONSTR.UCITON OF 30 AND 36 INCH WATER TRANSMISSION MAINS AND APPURTENANCES PER CMWD PROJECT NO. 90-603 Item Description with Approximate Unit Price or Lump Sum Quantity Unit Price Written in Words and Unit Price :::- Trench shoring at L.S. sE3so. Five Thousand three HundrM Ej fqz r:b] ] a:cs dollars Lump Sum Point of connection (PC-1) L.S. 16,QSQ 75 ft. rt. C/L sta 101 + 10 complete and in place at Sixtemi ThQy~aod, :Ei,f~ dollars Lump Sum Point of connection (PC-2) L.S. 6 955 6 ft. rt. centerline sta 108+05 •. complete and in place including removals, steel pipe and fittings at Six Thousand Nine Hundred Fift:t: Five dollars Lump Sum Point of connection (PC-3) L.S. 9, 0!~5. 15 ft. lt. C/L sta. 1i2+2s complete and in place intjuding removals, asbestos cement pipe and fittings at w De l!IJCJJSaDd Nj DS:f:¥ Ej ;sze dollars Lump Sum. 21 Total 2,J2Q. 16,050. 6,955 9,095 10/01/92 • \ 22 Item Description with Approximate I Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price Total I 2-S-Point of Connection (PC-4) L.S. 15,51s. 15,515. 4 ft. rt. C/L sta. 139+00 complete • and in place including steel and asbestos cement pipe as needed, fittings, 4" gate valves and thrust • blocking at Fifteen, Thousand Five Hnno:red --Ejft=n • dollars Lump Sum . 2-6 Point of connection (PC-5) L.S~ 17,120. 1:Z,l2Q I 12 fr. rr. C/L sra. 142+95 complete and in place including removals, asbestos cement pipe · I and fittings at Seventeen '.rbQusand One H1Jiid~ed Twent;i • dollars Lump Sum. 2-7 Point of connection (PC-6) L.S. 5,564 5,56~. I 5 fr. rr. C/L sra. 155+96 complete and in place including I removals, asbestos cement pipe and fittings at Ej :sre Tbonsana Ej :sze Hnndced Sixty I EoUJ:. dollars Lump Sum. I 2-8 Point of connection (PC-7) L.S. 5l350. 5,350 36 ft. lt. C/L sra. 161 +63 complete and in place including I removals at Ej~ Thousand T,brt=>f:' Hl lD□I:ed E:i ft¥ I dollars Lump Sum. I •• I 10/01/92 • .. 23 Item Description with Approximate ■ Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price Total • 2-9 Point of Connection (PC-8) L.S. 16,050 16,050 • 55 fr. rt. C/L sta. 215+ 16 complete and in place including removals and fittings at • Sixteen Thousand Fifty --dollars Lump Sum •• 2-10 Point of connection (PC-9) L.S. 17,120 17,120. 14 fr. rt. C/L sta. 245+00 • complete and in place including removals, pipe and fittings at _ . Seventeen Thousand One • ]jundred, Twent;¥ dollars Lump Sum. -2-11 12" CL 200 polyvinyl chloride 120 L.F. 32.10 3,852. (PVC) pipe for reclaimed water sta. 166+ 18 including paint, tapes ex-• cavation, bedding, fittings, thrust blocking and backfill complete and • in place at Thirty Two collars and 'T'1=m Ceots • dollars pwr linear foot . 2-12 16" CL 150 asbestos cement pipe 358 L.F. 53 2 50 19,153. -sta .. 161-63 to 165 + 1 7 including excavation, bedding, fittings, thrust blocking and backfill I complete and in place at Fifty Three collars and Fifty Cents I dollars per linear foot. •• I I 10/01/92 I I •• I I I I I I '• I I I I I I I --• Item Description with Item . Unit Price or Lump Sum No. Price Written in Words 2-13 12" CV150 ductile iron pipe or:J21' cemegt mortar lined and coated 10 · gauge steel pipe 215+ 16 including excavation, bedding, fittings, polywrap, thrust blocking and backfill complete and in place at One Hundred Forty Five Dollars 2-14 2-15 2-16 and fifty Two Ceots dollars per linear foot. 2411 CL 150 ductile iron pipe or 24" cement mortar lined and coated 10 gauge steel pipe sta. 165+ 17 includ- ing removals, excavation, bedding, fittings, polywrap, thrust blocking and backfill complete and in place at Three Hundred Twenty One dollars per linear foot. 30" CL 150 ductile iron pipe or_10" cement mortar lined and co~lt~_g 10 gauie· steel pipe including removals, excavation, bedding, fittings, poly- wrap, thrust blocking, and backfill complete and in place at 5;;:./ '.0· (~-\;,-;/< ;;~ i:jf:;>~~;.{ /~/! ,, __ ~/ ~~~? dollars per linear foot. 30" CL 250 ductile iron pipe or 30" cement mortar lined and coated 10 gauge steel pipe including removals, excavation, bedding, fittings, polywrap, thrust blocking and backfill complete and in place at ,, ,~.~s~ •;·~·-0 //:i:Jt~l~k,(:;,j(;r/j;:--:j :::,. -/2"' ) ;_\/~../ ,:.-··~ / ,✓,:-_{~ -~ /, ,:~, ,-7 _.,,.,;; r:::::::: ..,.-_, .. / ,/'/ .... ~; dollars 'per linear foot. · 1 :;· Approximate Quantity and Unit 90 L.F. 150 L.F. 4,271 L.F.-✓ 2,134 L.F. . Unit Price 145~52 321 24 13,096 80 48,150 10/01/92 I le I I I I I I I •• I I I I I • •• • • Item Description with Item Unit Price or Lump Sum No. Price Written in Words 2-17 3611 CL 150 ductile iron pipe or 36" cement mortar lined and coated 10 gauge steel pipe including removals, excavation, bedding, fittings, poly- wrap, thrust blocking and backfill complete and in place at e.'" --'f,,/-; __ _,.,,-• r. --; ~.:.:-, .. ::~--.,· ... :.,i / /./ ;'#~ ,,,,fr".,,, ✓."';I?,, ,' . ..-;f"?/1' '{ ~;.j;,4 .,:.--; / ••v'l';1<~' -_,. •,;'t :~~~,r:,.~ ;;f~~/~ dollars per linear foci; >' 2-18 8" gate valve including valve box assembly complete and in place at Seven Bimdred Forty Mii:i.e dollars each. 2-19 10" gate valve including valve box assembly complete and in place at Nine Hundred Sixty Three dollars each. 2-20 12" gate valve including valve box . assembly complete and in place. at One 'Thousand Ooe H1mdred Twenty · Three Collars and Fifty Cents dollars each. 2-21 1§" butterfly valve including valve box assembly complete and in place at Two Thousand Five Hundred Sixty Eight dollars each . Approximate Quantity and Unit 8,025 L.F. 5 EA 2EA 2 EA 4EA 25 Unit Price Total 749 3,745. %J 1,926 1i123.SQ 2,217. 2,568 10.272, 10/01/92 I I 26 --Item Description with Approximate -I Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price Total I 2-22 24" butterfly valve including valve 5 EA 4E280. 21,400. box assembly complete and in place at I Four Thousand Two Hundred Eighty dollars each. I 2-23 30" butterfly valve including valve 8 EA 7,704. 6_J:E632. box assembly complete and in place at ::- I Se~z:en XbcJJsaDc Se:sz:eD li1JDd:t:ed Eouc dollars each. I 2-24 36" butterfly valve including valve box assembly complete an~ 7 EA 9 362 50 65a53:Z.50 I I in place at Nine Thousand 'lliree Hundred Sixty '.ThzQ a,nrl Ej ft.¥ Ceots --dollars per each. Install 2" manual air release 2-25 9 EA ],J:Z:Z. 1Q,52J. I assembly complete and in place at One Thousand One Hundred Sey!;;Ilt~ Sew=>n -dollars per each. 2-26 Install 2" air vacuum valve assembly 14 EA _1 ,498 20,972. II and appurtenance complete and in place at I Oce li:i01J5ial.:lQ ~ ~de I:ili:AQ:t;¥ JQ,gAt dollars per each. II 2-27 Install 2" blow-off assembly complete 1 EA 1,070. 1,070. and in place at Qae XbcllsaDc Sem=Dt;z: IbJ J ars dollars per each. 10/01/92 _, - ISSUANCE OF SHARES UNDER CLOSE CORPORATION EXEMPTION As the next order of business, the chairman suggested that the meeting consider the issuance of the capital stock of the corporation. He stated that Section 25102(h) of the California Corporations Code provides for a close corporation exemption if certain qualifications are met and set forth in the notice form required by the Commissioner of Corporations, together with an opinion of legal counsel based thereon. He advised that while this would exempt this initial stock issuance, the Commission's regulations would require a Legend Condition restricting subsequent transfer of shares. Upon motion duly made, seconded and carried, the following resolutions were adopted: RESOLVED: That immediately after the sale and issuance of the shares hereinafter proposed to be issued, the issuer will have only one class of stock outstanding, which will be owned beneficially by no more than thirty-five persons, and all of the certificates evidencing such stock will contain the Legend required by Section 260.141.11 of Title 10 of the California Administrative Code. RESOLVED FURTHER: That the offer and sale of such shares will not be accompanied by the publication of any advertisement and that neither selling expenses nor promotional considerations were or will be given in connection therewith. RESOLVED FURTHER: That the consideration received or to be received by the issuer for the stock to be issued consisted of or will consist of one of the kinds described in Section 25102(h). -7- - SALE OF SHARES WHEREAS, this corporation is authorized in its Articles of Incorporation to issue shares of stock as follows: Common Shares Only 100,000 Shares WHEREAS, it is deemed to be to the best interests of this corporation that 5000 Shares of its capital stock be issued and sold in £he following manner: Name of Issuees No. of Shares and Class Consideration Dana K. Ferrell 2600 $ 26,000.00 Steven G. Martin 1950 19,500.00 Mark J. and Susan M. Mac Neill 450 4l500.0Q $ 50,000.00 NOW THEREFORE, BE IT RESOLVED: That the president or vice-president and the secretary of this corporation be, and they hereby are authorized and instructed to issue and sell the shares of stock of this corporation above authorized to be issued and sold hereby, for the consideration stated, and in compliance with all of the terms and conditions of Section 25102(f) of the California Corporations Code, and - BE IT FURTHER RESOLVED: That the directors and officers of this corporation be and they hereby are authorized and directed to prepare, or cause to be prepared, verify and file, or cause to be filed, on behalf of this corporation, a notice to the California Commissioner of Corporations notifying said Commissioner of Corporations as required by law, a copy of said Notice shall be inserted in the Minute Book of this corporation. -8- SALE OF SHARES WHEREAS, this corporation is authorized in its Articles of Incorporation to issue shares of stock as follows: Shares WHEREAS, it is deemed to be to __ the best interests of this corporation that...----.-----....-. ........ --,-,,---..---..--..--Shares of its capital stock be issued and sold in the following manner: Name of Issuees No. of Shares and Class Consideration ,' NOW THEREFORE, BE IT RESOLVED: That the president or vice-president· and the secretary of this corporation be, and they hereby are authorized and instructed to issue and sell the shares of stock of this corporation above authorized to be issued and sold hereby, for the consideration stated, and in compliance with all of the terms and conditions of Section 25102(h) of the California Corporations Code, and BE IT FURTHER RESOLVED: That the directors and officers of this corporation be and they hereby are authorized and directed to prepare, or cause to be prepared, verify and file, or cause to be filed, on behalf of this corporation, a notice to the California Commissioner of Corporations notifying said Commissioner of Corporations as required by law, a copy of said Notice shall be inserted in the Minute Book of this corporation. -8- - - LOSSES ON SMALL BUSINESS STOCK The meeting next considered the advisability of adopting a plan to qualify the shares of the corporation so as to enable the share- holders to obtain more favorable loss treatment for tax purposes in the event such stock suffers full loss or is sold at a loss. After discussion, and upon motion duly made, seconded, and carried, the following resolution was adopted: RESOLVED: That the corporation shall and hereby does adopt the following plan to qualify under Section 1244 of the Internal Revenue Code and Section 18208 of the Revenue and Taxation Code, effective this date: 1. Qualification as a SIBall Business Corporation: (a) The amount of stock proposed to be issued under this plan plus the aggregate of money and other property received by the corporation for its stock as a contribution to capital and as a paid-in surplus, does not exceed$1,000,000; and (b} The corporation has not heretofore received any gross receipts from any sources, and contemplates that in the future more than 50% of its aggregate gross receipts will be from sources other than royalties, rents, dividends, interest, annuities, and sales or exchanges of stock or securities. (c) This plan is adopted before or contempo- raneously with the investment of funds and attainment of shareholder's status by the investors. 2. Plan. (a) Stock shall be issued only pursuant to this plan and shall be issued for the same price per share and only for money or cancellation of indebtedness or other property (other than stock or securiti~s) as provided in Internal Revenue Code Section 1244. (b) The aggregate ru~ount of stock which may be offered under this plan is as follows: Number of Shares 100,000 Total Price $1,000,000.00 (c) Such stock shall be offered for a period ending not later than two years after the date upon which this plan is adopted or within such other period as may be provided in Section 1244 by amendment thereto. (d) No portion of a prior offering is out- standing. -Ba- - MISCELLANEOUS BUSINESS The chairman then asked if there was any other business to come before the meeting. ADJOURNMENT There being no further business to come before the meeting, upon motion duly made, seconded and unanimously carried, the meeting was adjourned. '2~ :2'.: ~ Temporary~airman -· Attest: ~~ ----7 d± Teiilrary Secretary Secretary . 17 DESIGNATION OF SUBCONTRACTORS The Contractor certifies he/she has used the sub-bids of the following listed Contractors • 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 AS, BS A6, B6 Full Company Name / , t)t;lic.1 &,.,,, ¥? Complete Address with Zip Code 7 2'1-0 fRMe ,··,, S'iA-tf'Z, 'ZAJ-tJ, S, 0, ,; 21 t. O f ,· ----------7-......... -,-----,, ¼ev: c -;· //(r(_, isJ /,/,;,,,,;;,; p/~L'ij 57; tJrFrN5,:_A'4-i .1-. ,;zr;1;:1 A7, B10 ol'fi -MO 14,B14 ::f.9-__________ ./j'l'!-/~,;~2-/E ,//..,,--.F ~·/ .. /t:-C _ _, c .... ; .. ;·t";/f:.(1-.,,,/, A15,B21,23,24 INC, _....,_. __________ _ ,_ "f'. /1-Y'.-?1:Ji'./Ci-f?v• c'~' >-4,C,Y'7'i::' B7, B9 1 88'/Jli . -t)id~ ---------- ,,... B13 - ,lid- ~ £)J:f> A8, E11 Phone No. with Area Code 2/16/94 AMOUNT OF SUBCONTRACTORS' BIDS he bidder is to provide the following information on the subbids of all the listed 4Jcontractors as part of the sealed bid submission. Additional pages can be attached, if ~quired. ·111 Company Name 0Al~ c,.-,,.. f , . (), ... A-N0·s-~rr, ~--r,~, o!~:f&i)l.l:% / ,A.if: ~ A"'4 £.;.t,,, ,w..r r=--r,,,,.rc e C e:»f? +HJ': ·;puc~ Type of State Contracting Carlsbad Business License & No. License No.* '1-·Y7b -~N~o-~_e-___ _ C -'3 Z-,IJi/'169(" /1/0Ne'.._ G-.-5 IJ ,tJ::,'l-16'-t/ -~IY.;..·;;;..c_:--'_e ___ _ Amount of Bid ($or%) ~3:~f/0 -o/ I LC eenses are renewable annually. If no valid license, indicate "NONE." Valid license 1st be obtained prior to submission of signed Contracts. -2/16/94 19 BIDDER'S SfATEMENT OF FINANCIAL RESPONSIBII.ITY 4'dder submits herewith a statement of financial responsibility. See Attached - 2/16/94 - - Statement of Financial Responsibility West Coast General Corporation June 20, 1994 Construction Revenue Current Assets Current Liabilities New Working Capital Total Assets Established lines of credit Established Bond Limits (Treasury Rated) **Single Job **Combined $15 million $20 million $ 8,649,075 3,785,345 2,334,866 1,450,479 4,333,219 1,000,000 Audited financial statements available upon request. 20 , BIQDER'S SfATEMENT OF TECHNICAL ABII.11Y AND EXPERIENCE tine 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. "see Attached" Date Name and Phone Amount Contract Name and Address No. of Person Type of of Completed of the Employer to Contract Work Contract ' j I i i i ! - - 2/16/94 WEST COAST GENERAL CORPORATION RECENT PROJECT LISTING PROJECT TITLE AIR DEFENSE SUPPORT COMPLEX CARLSBAD BLVD STREET IMPROVEMENTS CASSAN'S GRADING BERNARDO HEIGHTS MIDDLE SCHOOL WEST HILLS HIGH SCHOOL WATER WELL & FEEDER LINE POWAY -SCRIPPS NORTH PARKWAY DIVISION STREET POWAY STREET IMPROVEMENTS SPRING CANYON ROAD SCRIPPS RANCH BOULEVARD MIRAMAR LANDFILL EXTRACTION/ EXCAVATION PALOMAR AIRPORT ROAD AND EL CAMINO R~L WIDENING ROCK SPRINGS ELEMENTARY SITE IMPROVEMENT - VALUE $6,602,140 $2,393,960 $807,116 $1,541,301 $1,842,129 $86,000 $4,823,000 $748,000 $951,679 $7,050,000 $2,301,787 $66,000,000 $7,150,000 $1,698,000 EXHIBIT 'A' COMPLETION DATE CONTACT JANUARY 1991 SOUTHWEST DIV RON BRYAN BOB RYMAN NOVEMBER 1989 CITY OF CARLSBAD JOHN CAHILL JULY 1990 CITY OF OCEANSIDE JOHN HERRLE JACK CASSAN APRIL 1989 POWAY UNIFIED SCHOOL DIST JIM ABBOTT DECEMBER 1988 BOB LACROSS G.U.H.S.D. DAVID RUHNAU OCTOBER 1991 COUNTY OF SAN DIEGO LEE JOHNSON JANUARY 1993 CITY OF POWAY MARK WESTON MAY 1992 CITY OF NATIONAL CITY BURTON MYERS MAY 1992 CITY OF POWAY JAVID SIMINOU APRIL 1993 MCMILLIN COMUNITIES KEN SCREETON JUNE 1993 MCMILLIN COMUNITIES KEN SCREETON JANUARY 2007 RICHARD HAYES, DIRECTOR OF SOLID WASTE CURRENT CITY OF CARLSBAD TONY ALCALA PHONE (619) 725-8222 (619) 438-1161 (619) 966-4746 (619) 679-2552 (619) 465-3131 (619) 438-5899 (619) 694-2050 (619) 679-4264 (619) 336-4380 (619) 679-4222 (619) 477-4117 (619) 477-4117 (619) 236-6844 (619) 438-1161 NOVEMBER 1993 ESCONDIDO UNIFIED SCHOOL DISTRICT (619) 432-2159 TIM TRONSON - SCOPE OF WORK COMPLETE SITE WORK FOR (6) BUILDINGS; CONSTRUCT 36,000 SF OF MASONRY BLDGS; RE-BUILD 2.5 MILES OF A.C. ROADWAY REALIGN & REBUILD 1.2 MILES OF CARLSBAD BLVD INCLUDING SEWER, WATER, STORM DRAIN, PAVING, CONCRETE, LIGHTING, LANDSCAPE, ETC. ROUGH GRADING, STORM DRAIN, WATER, POWER, PAVING, CONCRETE ROUGH GRADE 83 ACRE SITE INCLUDING WATER,STORM DRAIN, LANDSCAPING ROUGH GRADE 50 ACRE SITE INCLUDING STORM DRAIN, WATER, SEWER, LANDSCAPING DIG & INSTALL WELL AND WATER LINE GRADING OF APPROX 1.25 MILE ROADWAY INCL. ALL UTILITIES, CONC, PAVING, LANDSCAPE, ETC. WIDENING OF APPROX 1500 FT ROAD INCL. ALL IMPROVEMENTS, CONC, PAVING, ELEC, LSCAPE, ETC. ROADWAY REALIGNMENT INCLUDING MASS GRADING, CONC, PAVING, SIGNAL, LSCAPE ETC. 1.8 MILLION CVS EXCAVATION, UTILITIES, SURFACE IMPROVEMENTS, LANDSCAPE, JOINT TRENCH MASS EARTHWORK, UTILITIES, CONC, PAVING, LANDSCAPE, IRR, SIGNAL, ELEC, ETC EXTRACTION, CRUSHING, EXCAVATION OF MIRAMAR LANDFILL, PHASE I & II GRADING, PAVING, STREET IMPROVEMENTS, WA.TEI MAIN ROUGH GRADING, ON/OFF-SITE UTILITIES, EARTH RETENTION WALL, SURFACE IMPROVEMENTS - UNIVERSITY/LINCOLN TWO-WAY COUPLET $2,150,000 SCRIPPS UNIT Ill $4,950,000 CURRENT CITY OF SAN DIEGO HANIASSI CURRENT MCMILLIN COMUNITIES KEN SCREETON (619) 627-3237 (619) 477-4117 SURFACE IMPROVEMENTS, STORM DRAIN, 30" WATER MAIN REPLACEMENT, SIGNALS 1.1 MILLION CYS OF ROCK EXCAVATION/PROCESSIN, EROSION CONTROL -------=====================-=============== ==:================= ==: ====================== = ==================================== ====================== ========================= ====================== --• -NON-COU.USION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITfED wrm: BID State of California ) ) ss. :::aunty of San Diego ) Dana K. Ferrell being first duly sworn, deposes (Name of Bidder) 21 md says that he or she is __ P_r_e_s_i_d_en_t __________________ _ (Title) )f __ W_e_st_C_o_a_s_t_Ge_n_e_r_a_l __ C_or .... p __ o;...;.r;..;;a;...;;t;.;;:ic;;_on;:.;._ __________________ _ (N arne of Finn) he party making the foregoing bid; that the bid is not made in the interest of, or on behalf if, any undisclosed person, partnership, company, association, organization, or corporation; hat the bid is genuine and not collusive or sham; that the bidder has not directly or ndirectly induced or solicited any other bidder to put in a false or sham bid, and has not iirectly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone ;hall refrain from bidding that the bidder has not in any manner, directly or indirectly, Aught by agreement communication, or conference with anyone to fix the bid price, or of '41!at of any other bidder, or to fix any overhead, profit, or cost element of advantage 1gainst the public body awarding the contract of anyone interested in the proposed :ontract; that all statements contained in the bid are true; and further, that the bidder has 1ot, directly or indirectly submitted his or her bid price or any breakdown thereof, or the :ontents thereof, or divulged information or data relative thereto, or paid, and will not pay, my fee to any corporation, partnership, company association, organization, bid depository, )r to any member or agent thereof to effectuate a collusive or sham bid. · declare under penalty of perjury that the foregoing is true and correct and that this if.fidavit was executed on the 20thday of -~=_:e _,j~.4.,,.. . 90 · 4~J ~---~--:;?' --✓l 0 <',/2&1/ ' ~---/;:9_:::; _:>~~..?f,d:-<:.> Signature of Bidder :;ubscribed and sworn to before me on the 20th day of __ ..a:;J""'u=ne=--___ _, 19 ...9.£i... :NOT ARY SEAL) Ci;;:JrtL~ ,;t yu~/\._J SignJ~tary () 2/16,,94 -CONTRACT -PUBUC WORKS 22 This agreement is made this~c?'~day of ~... , 19 ~ by and between the City of Carlsbad, California, a municipal co~,) (hereinafter called "City,,), and WEST COAST GENERAL CORPORATION whose principal place of business is 12243 HIGHWAY 67 LAKESIDE LAKESIDE CA 92040 ________ (hereinafter called "Contractor'.) City and Contractor agree as follows: 1. ") • 3. - Description of Work. Contractor shall perform all work specified in the Contract documents for: AVENIDA ENONAS EXTENSION CONTRACT NO. 3416 (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 Docu..."Ile..,.lts. 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 v.rill 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. 2/16/94 e n - - +. 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 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 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 engineer 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 tluny-five (35) days following the recording-of the Notice of Completion pursuant to California Civil Code Section 3184. Public Conrract Code section 20104.50 requires a summary of its contents to be set forth in the terms of the contract. Below is such a summary. However, contractor should refer to Public Contract Code section 20104.50 for a complete statement of the law. The city shall make progress payments v.rithin 30 days after receipt of an undisputed and properly submitted payment request from a contractor on a construction contract. rf payment is not made within 30 days after receipt of an undisputed and properly submitted payment request, then the city shall pay interest to the contractor equivalent to the legal rate set forth in subdivision (a) of section 685.010 of the Code of Civil Procedure. Upon receipt of a payment request, the city shall, as soon as practicable after receipt, determine whether the payment request is a proper payment request. If the city determines that the payment request is not proper, t.1-ien the request shall be returned to the contractor as soon as practicable but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the payment request was not proper. If the city fails to return the denied-request within the seven (7) day time limit, then the number of days available to the city to make payment without incuning interest shall be reduced by the number of days by which the city exceeds the seven (7) day return requirement. "Progress payment" includes all payments due contractors except that portion of the final payment designated by the contract as "retention earnings". 2/16/94 -s. 6. - 24 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. Contraetor 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 maners 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: 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 sire differing from those indicated. C. Unknovm 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. 2/16/94 - - 8. 25 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 chang~s, 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 Engineer. The written change order must be executed by the City Manager or the City Council pursuant to Carlsbad Municipal Code Section 3.28.172. 9. Immigration Reform and Control Act. Contractor certifies he is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC Sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that ~e included in this Contract. 10. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, Section 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. 11. - Indemnification. Contractor shall asswne 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 allegedJailure of 2/16/94 12. - 26 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 LlMITS -Contractor shall maintain the types of coverages and minimum limits indicted herein: 1. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. 2. Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage ~s 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. 2/16/94 - - 27 (B) ADDffiONAL PROVISIONS -Contractor shall ensure that the policies of insurance required under this agreement contain, or are endorsed to contain, the following pro\lls10ns. General Liability and Automobile Liability Coverages: 1. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. 2;-The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. 3. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. 4. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) "CLAIMS MADE" POLICIES -If the insurance is provided on a "claims made" basis, coverage shall be maintained for a period of three years following the date of completion of the work. (D) NOTICE OF CANCELLATION -Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after thirty (30) days' prior written notice has been given to the City by certified mail, return receipt requested. (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. 2/16/94 - - -.i 28 (F) WAIVER OF SUBROGATION -All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (G) SUBCONTRACTORS -Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (H) ACCEPT ABILITY OF INSURERS -Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V, and are authorized to transact the business of insurance by the Insurance Commissioner under the standards specified in by the City Council in Resolution No. 91-403 . (I) VERIFICATION OF COVERAGE -Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in fo1TI1S approved by the City and are to be received and approved by the City before work commences. (J) COST OF INSURANCE -The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 13. Claims and Lawsuits. Contractor shall comply with the Government Tort daims 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. 14. 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 l, Article 2, of the Labor Code. rf the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 15. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with Section 1720 of the Labor Code are incorporated herein by reference. 16. Security. Secu...--:ities 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 2...r1y obligation established by this contract. Any other security that 2/16;94 - - , 29 · is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 17. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 18. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Special Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY AU. SIGNATORIES MUST BE ATIAOiED (CORr"ORATE SEAL) APPROVED TO AS TO FORM: RONALD R. BALL City Attorney By: ~tJI~~ Deputy City Attorney WEST COAST GENERAL CORPORATION Contractor Dana K. Ferrell, President Print Name of Signa~o~ ~ ~:J?~ ;AP?P -:r::.--&-.---,,.<---.s>:h~ Signature of Signatory Print Name of Signatory Signature of Signatory Title ATTEST: 2/16/94 State of CALIFORNIA County of SAN DIEGO On 7-20-94 before me, Cynthia L. Wyer (DATE) (NAME/TITLE OF OFFICER•i.e."JANE DOE, NOTARY PUBLIC") personally appeared Dana K. Ferrell ---------------------(NAME ( S) OF SIGNER(Sll 0 personally known to me -OR-□ proved to me on the basis of satisfactory evidence to be the person(s} whose name(s} is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal. ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. s • t p f igna ure age o THIS CERTIFICATE TrtleorTypeofDocument Contract Avenida Encinas MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: NumberofPages 1 DateofDocument 7-20-94 -------'---'--~----- Signer(s) Other Than Named Above _____________ _ WOLCOTTS FORM 63240 Rev. 3.94 (price class B·2AJ ©1994 WOLCOTTS FORMS, INC. ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITY/REPRESENTATIONfTWO FINGERPRINTS RIGHT THUMBPRINT (Optiona0 w ffi :,: ., ::;; :::, :,: t-u. 0 .. /2 CAPACITY CLAIMED BY SIGNER(S) □INDIVIDUAL($) \31CORPORATE President OFFICER(SJ --~---- <TITLES! □PARTNER(SJ □LIMITED □GENERAL □ATTORNEY IN FACT OTRUSTEE(S) OGUARDIAN/CONSERVA TOR □OTHER: _______ _ SIGNER IS REPRESENTING: (Name of Person(sl or Entity(ies) West Coast General Corp. RIGHT THUMBPRINT (Optional) CAPACITY CLAIMED BY SIGNER(S) OINDIVIOUAL{S) □CORPORATE ______ _ OFFICER(S) ______ _ !TITLES) OPARTNERISI □LIMITED □GENERAL □ATTORNEY IN FACT □TRUSTEE{SI 0 GUAROIAN/CONSERVA TOR □OTHER: _______ _ SIGNER IS REPRESENTING: (Name of Person(s) or Entity{ies) • BOND NO. 40-0120-10210-94-4 PREMIUM: INCLUDED IN PERFORMANCE BOND 30 LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 94-204 adopted JULY 12. 1994 , has awarded to WEST COAST GENERAL CORPORATION (hereinafter designated as the "Principal"), a Contract for: AVENIDA ENCINAS F.XfENSION CONfRACT NO. 3416 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 tenns 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, WEST COAST GENERAL CORPORATION as Principal, (hereinafter designated as the "Contractor''), and UNITED STATF.S FIDELI1Y & GUARANIY a:MPANY as Surety, are held finnly bound unto the City of Carlsbad in the sum of T. HUNDRED FORTY EIGHT THOUSAND,FOUR HUNDRED ONE AND 30/100 Dollars ($248,401 • 30 ), 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 th~ 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) . 2/16/94 • • • 31 Surety stipulates and agrees that no change, extension of time, alteration or addition to the tenns 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 . 2/16/94 • • • 32 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 20th day of July , 19 94. CONTRACTOR: WEST COAST GENERAL CORPORATION (Name of Contractor) ~. ~# By:-==~/ (sign here) Dana K. Ferrell, President (print name here) -----------------------(tide 'and o~ganization of signatory) By:-------------(sign here) (print name here) (title and organization of signatory) Executed by SURE1Y this 19TH day of JULY 19 94. SURE1Y: UNITED STATES FIDELI'IY & GUARANlY a:MPANY (Name of Surety) 2600 EAST NUTWOOD AVENUE FULLERTON, CA 92631 (Address of Surety) (714) 870-3385 (Telephone Number of Surety) By: :f;;J~2151('~_ Signature of Attorney-in-Fact DALE G. HARSHAW, ATTORNEY-IN-FACT 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 tlre corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By:~~ I}~~ KARENJ.H~TA Deputy City Attorney 2/16/94 - State of CALIFORNIA --...:::.:==-=-=""-==-=---------- County of SAN DIEGO --------------- On __ 7-_2_0_-_9_4 ___ before me, Cynthia L. Wyer (DATE) (NAME/TITLE OF OFFICER·i.e."JANE DOE, NOTARY PUBLIC") personally appeared Dana K. Ferrell ---------------------1 NAME (SI OF SIGNER(Sll G personally known to me -OR-□ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) 1s/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity{ies), and that by his/her/their signature(s) on the instrument the person{s}, or the entity upon behalf of which the person(s) acted, executed the instrument. ~--~ I CYNTHIA L. WYER I COMM. if. 1015061 --o ~ NOTARY PUBLIC-CALIFORNIA 8 ~(SEAL) S/1.N DIEGO COUNTY ,... My Comm. Exp. Jan. 20, 1998 I Witness my hand and official seal. ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent iraudulent attachment of this certificate to any unauthorized document. Avenida Encinas THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Trtle or Type ofDocument Labor & Materials Bo'-"n,_.,d"--------- 3 7-20-94 Number of Pages ___ Date of Document __________ _ Signer(s) Other Than Named Above _____________ _ WOLCOTTS FORM 63240 Re,. 3-94 (price class 8-2AI ~1994 WOLCOTTS FORMS, INC. ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITY/REPRESENTATION/TWO FINGERPRINTS RIGHT THUMBPRINT (Optional) CAPACITY CLAIMED BY SIGNER(S) OINDIVIDUALtSI RIC0RPORATE President OFFICER(S) ______ _ !TITLES) □PARTNER($) □LIMITED □GENERAL □ATTORNEY IN FACT DTRUSTEE(S) D GU ARD IAN/CONSERVATOR □OTHER: -------- SIGNER IS REPRESENTING: (Name of Persontsl or Entityties) West Coast General Corp. RIGHT THUMBPRINT (Optional) CAPACITY CLAIMED BY SIGNER(SI DINDIVIDUALtS) □CORPORATE ______ _ OFFICER($) ______ _ (TITLES) DPARTNERISl □LIMITED □GENERAL □ATTORNEY IN FACT OTRUSTEE(SI OGUARDIAN/C0NSERVA TOR □OTHER: -------- SIGNER IS REPRESENTING: (Name of Person(sl or Entity(ies) • • • State of California ) County of San Diego ) On 07/19/94 before me, Pamela T. Andrews, Notary Public, personally appeared Dale G. Harshaw, personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person(s), or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. OFFICIAL SEAL PAMELA T. ANDREWS NOTARY PUBLIC CALlFORlllA PRINCIPAL OFFICE IN SAN DIEGO COUNTY M Commission Expires Dec. 19, 1995 , ;l £ .1 'I ,, • I • -~====================-=-~~=-===··--=•~,==c-··-_-_--~~ ------------------· -----·--===========---- 713544 ·--~\, UNITED STATES FIDELITY AND GUARANTY COMPANY POWER OF ATTORNEY NO. 108057 KNOW ALL MEN BY TIIESE PRESENTS: Th.at UNITED STA TES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Matylaod aod baviog its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint Jack G. Lupien, Dale G. Harshaw, Debra J. Niemeyer, Jerome L. Hren and Laura M. Ehrlich oftbe City of San Diego , State of California its true and law-ful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and aclrnowledge any and all bonds. undertakings, contracts and other written instruments in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons; guaranteeing the performance of contracts; and executing or guaranteeing bonds and undertakings required or permitted io aoy actions or proceedings allowed by law. In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY bas caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its Senior Vice President and Assistant Secretary, this 19th day of November , A.O. 19 93. (Signed) (Signed) STA TE OF MARYLAND) SS: BALTIMORE CITY l.JNlTED STATES FIDELITY AND GUARANTY COMPANY By ... ~£··· ... _ ...... {) By ......... P. ...... : ... . ···················";""':'-··· Senior Vice President Assistant Secretary Ootbis 19thdayof November ,A:rt1993 . beforeme_pe~rinallycame Robert J. Lamendola Senior Vice President of the UNITED STA TES FIDEL.ITT AND GUARANTY COMMNY,';i'a Paul D _. Sims , Assistant Secretary of said Company, with both of whom I.,auCpcirsonally acquainted, who-beio~]i"y ~e severally duly swocn; ~aid, that they, the said Ro be rt J Lamendola aod PauL''[);.>-Sims . .,_ • , were respective!y'lhe"Senior Vice President and the Assistant Se;retary of the said UNITED STA TES FIDELITY ANl}.GtlARAN1Y COMP ANY; the c6rporatioo described iin~d_Y,:ru;h executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said'Po~er'of Attorney was su5hi,C'orpdnite seal. that it was so affixed by order of the Board of Directors of said corporation, and that they signed their names thereto by likeorder as Senior Vice.,P~i'~ent and Assistant Secretary, respectively, of the Company. MyComnu§1'":i::expirestbe llt\-•«in/:Marc~-_. 1.··. ~n~:~19 95. . ~ t · .✓-(A,,z,<ALAtL-··· · ~ .. = ,. (Signed) ....... jt \--. .. . . .. .. .. . . .. . .. ...... ~rot,re:'l ; ,.~ , NOTARY PUBLIC This Power of Attorney is granted under andgyc-authority of the following Resolutions adopted by the Board of Directors of the UNITED STA TES FIDELITY AND GUARAJ'.<'TY COMPANY on Septenib'er24, 1992: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings. contracts and other instruments relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and oo bebalfoftbe Company may and shall be executed io the name and on bebalfoftbe Company, either by the Chairman, or the President, or an Executive Vice President, or a Senior Vice President, or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. Toe signature of such officers may be engraved, printed or lithographed. Toe signature of each of the foregoing officers and the seal of the Company may be afl"ixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-fact for purposes only of executing a.ad attesting hoods aod undertakings and other writings obligatoiy in the nature thereof, aod, unless subsequently revoked and subject to any limitations set forth therein, aoy such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and aoy such power so executed aod certified by such facsimile signature and facsimile seal shall be valid and binding upoo the Company with respect to any bond or undertaking to which it is validly attached. RESOLVED, that Attorney(s)-io-Fact shall have the power and authority, unless subsequently revoked and, in any case, subject to the terms and limitations oftbe Power of Attorney issued to them, to execute aod deliver on behalf oftbe Company and to attach the seal oftbe Company to any and all bonds and undertakings. and other writings obligatory in the nature thereof, and any such instrument executed by such Attorney(s}-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I, Paul D, Sims , an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a true excerpt from the Resolution of the said Company as adopted by its Board of Directors on September 24, 1992 and that this Resolution is in full force aod effect. l, the undersigned Assistant Secre!Ary of the UNITED STA TES FIDELITY A.'ID GUARAN1Y COMP ANY do hereby certify that the foregoing Power of Attorney is in full force lll!d effect and bas not been revoked. "fl In Testimony Whereof, I have hereunto set my band and the seal oft ITED STATES FIDELITY AND GUARANTY COMPANY on this 19T"Jaay of JULY • 19 94· (\ J . ~,;, .......... ~ .. ~: .. ~ ........... . ~~ Assistant Secretary \\ \\ BOND NO. 40-0120-10210-94-4 PREMIUM: $7,154.00 F AfTI-IFUL PERFORMANCF/WARRANlY BOND 33 • WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 94-204 adopted JULY 12, 1994 , has awarded to WEST COAST GENERAL • • CORP6t{ATION (hereinafter designated as the "Principal"), a Contract for: AVENIDA ENCTNAS EXTENSION CONTRACT NO. 3416 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, PI'll!cipal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, WEST COAST GENERAL CORPORATION as Principal, (hereinafter designated as the "Contractor"), and UNITED STATES FIDELTIY & GUARl\NI'Y crnPANY as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of FOUR HUNDRED NINETY SIX THOUSAND. EIGHT HUNDRED TWO AND 60/100 Dollars($ 496 802 6Q ), said sum being equal to one hundred percent (100%) of the estimated amount 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 . 2/16/94 • 34 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 20th day of July 19 94 . CONTRACTOR: WEST COAST GENERAL CORPORATION Dana K. Ferrell, President (print name here) (title and organization of signatory) Executed by SURE1Y this 19TH day of JULY 19 94. SURE1Y: UNITED STATES FIDELI'lY & GUARANIY <Xl1PANY (Name of Surety) 2600 EAST NUTWOOD AVENUE FULLERTON, CA 92631 (Address of Surety) (714) 870-3385 (Telephone of Surety) By: QJ __ 2.J .. ~'-~ Signature of Attorney-hi-Fact • By: _______ _ (sign here) DALE G. HARSHAW, ATTORNEY-IN-FACT Printed name of Attorney-in-Fact • (print name here) (title and organization of signatory) (attach corporate resolution showing current power of attorney) (Proper notarial acknowledge of execution by CONTRACTOR 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 CityA~ ,L:,.,~ By: ~~ I I Deputy City Attorney 2/16f)4 State of CALIFORNIA County of SAN DIEGO On 7-20-94 before me, Cynthia L. Wyer (DATE) !NAME/TITLE OF OFFICER-i,e."JANE DOE, NOTARY PUBLIC") personally appeared Dana K. Ferrell __ .;___=..;__,;:c..:::.:::..=..==------------1 NAME IS) OF SIGNERIS}) IZl personally known to me -OR-□ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal. ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any RIGHT THUMBPRINT (Optional! CAPACITY CLAIMED BY SIGNER(S) D INDIVIDUAL($) IZI.CORPORATE President OFFICER(S) ______ _ !TITLES} □PARTNER($) □LIMITED □GENERAL □ATTORNEY IN FACT OTRUSTEE(SI 0 GUARDIAN/CONSERVATOR □OTHER: -------- SIGNER IS REPRESENTING: (Name of Person(s) or Entity(iesl est Coast General Corp. RIGHT THUMBPRINT (Optional) "" ffi :,: "' ): ::, I" u. 0 Cl. g CAPACITY CLAIMED BY SIGNER(S) OINDIVIDUAL(SI □CORPORATE ______ _ OFFICER(SI ______ _ !TITLES) □PARTNER(S) □LIMITED □GENERAL unauthorized document. Avenida Encinas □ATTORNEY IN FACT THIS CERTIFICATE TrtleorTypeofDocument Faithful Performance/Warranty Bond □TRUSTEE(Sl MUST BE ATTACHED TO THE DOCUMENT Number of Pages 2 Date of Document __ .,_7_-.,.2.,.,0"'----'9'-=4,:__ ___ _ DESCRIBED AT RIGHT: Signer(s) Other Than Named Above _____________ _ WOLCOTT$ FORM 63240 Rev. 3-94 (price class 8-2Ai ©1994 WOLCOTTS FORMS, INC. ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITY/REPRESENTATION/TWO FINGERPRINTS □GUARDIAN/CON SERVA TOR □OTHER: _______ _ SIGNER IS REPRESENTING: (Name of Person(sl or Entity(iesl : • State of California ) County of San Diego ) On -~0~7~/=l 9~/~94...e..,._ __ before me, Pamela T. Andrews, Notary Public, personally appeared Dale G. Harshaw, personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, • and that by his signature on the instrument the person(s), or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. • I • !j ·I ! • i I: !! • '\ \ ~ \ 713545~ UNITED STATES FIDELITY AND GUARANTY COMPANY POWER OF ATTORNEY NO. 108057 KNOW ALL MEN BY TIIESE PRESENTS: That UNITED STATES FIDELI1Y AND GUARAN1Y COMPANY, a co!J>Oration organized and existing under the laws of the State of Maryland and having its principal office al the City of Baltimore, in the State of Maryland, does hereby constitute and appoint Jack G. Lupien, Dale G. Harshaw, Debra J. Niemeyer, Jerome L. Hren and Laura M. Ehrlich of the City of San Diego , State of California its true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertalcings, contracts and other written instruments in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons; guaranteeing the performance of contracts; and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, the said UNITED STA TES FIDELITY AND GUARANTY COMPANY has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its Senior Vice President and Assistant Secretary, this 19th day of November , A.D. J9 93. (Signed) (Signed) STA TE OF MARYLAND) BALTIMORE CI1Y SS: On this 19th::layof November ". ,A:o. 1993 , beforeme,p7.~~nallfcame Robert J. Lamendola Senior Vice President of the UNITED ST A TES FIDEL.~A/"JB GUARAN1Y COMf A.NV:'alid Paul D • <:·Sims , Assistant Secretary of said Company, with both of whom I.flf~rsonally acquainted, wh? bein1fby me severally duly s~.om/~il~that they, the said Robert J • Lamendola and P au},;, lt:/ Sims .·. <... were respecJiveJ)''the Senior Vice President and the Assistant Secretary of the said UNITED ST A TES FIDELITY AN1},µl:JARAN1Y COMP A~, the ~orporatioo described in ani! ~h:ic·h executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to saidPo',y.erof Attorney was such,i;orpJ@;;eal, that it was so affixed by order of the Board of Directors of said corporation, and that they signed their names therdo:Jf{lik~ order as Senior Vice,fre~i~int.aod Assistant Secretary, respectively, of the Company. My Commission expires the 11th ,,JJ in:,>r: Mar c.·h· . .. . / \ A:o:· 19 9 5 . _ F~ . ,,) •; W•ALk _,}fJ }--' I . •et (Signed) ....... 11. ·:·:·--· .f ...... f-:~ ~>t>c,:T<~ ,,:') : . , NOT ARY PUBLIC This Power of Attorney is granted under a,ii<Jlf!l-iith~rity of the following Resolutions adopted by the Board of Directors of the UNITED STA TES FIDELITY AND GUARANTY COMPANY on Septeiilber24, 1992: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the President, or an Executive Vice President, or a Senior Vice President, or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officefll and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attomey(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and, unless subsequently revoked and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached. RESOLVED, that Attomey(s)-in-Fact shall have the power and authority, unless subsequently revoked and, in any case, subject to the tenns and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by such Attomey(s)-in-Fact shall he as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I, Paul D. Sims , an Assistant Secretary ofthe UNITED STATES FIDELrIY AND GUARAN1Y COMPANY, do hereby certify that the foregoing is a true excerpt from the Resolution of the said Company as adopted by its Board of Directors on September 24, 1992 and that this Resolution is in full force and effect I, the undersigned Assistant Secretary of the UNITED STA TES FIDEL11Y AND GUARANTY COMPANY do hereby certify that the foregoing Power of Attorney is in full force and effect and has not been £1\!voked. t Io Testimony Whereof, I have hereunto set my hand and the seal oft e ITED STATES FIDELITY AND GUARAN1Y COMPANY on this l 9THiay of JULY ,1994. (\ J . i~~~v~ .......... ~ .. ~: .. ~ ........... . :j, 1896 ~ Assistant Secretary ~~,.-_.~ FS 3 (I0-92) '\ - -------------·...,..--~-----'-------~----------------------~--- CERTIFICATE OF INSr-U_RA_-_N_C_E __ ...,_ ________ 1s~su_! O~A;:..L/-=--"";~u/1;~~ Pf'!OO!IC:l'R THIS C~RTIFICA.TE I~ !SSl.lED AS A MATTE;R OF INFORMATION ONLY ANO CONFERS NO RIGliTS UPON THI:! CERTIFICATE HOLDER. nus CERTIFICATE DOES NOT AMEND, EXTEND OR Al TER TM!; COV!HlACE AffOROi;O BY "rHl:i John Burnham & Company 610 west Ash Street ~.O. 80){ 2910 San Diego, CA 92l12-421S I PO! !ClE.Cl BE! QW COMPANY A L!:TTER COMPANIES AFFORDING COVERA.GE North Amedcan Specialty Co. A ;]I CISCO fNeVnl!:P COMPANY c, i.!TT5R 'ii l:"'.iremans tl'und Ins. Company A-', ,p:J West Coast General Corporation ATfN; Mr. Dana Farrell 12243 Highway 67 Lakesinp CA 92040 COMPi\N'f C Lt,.I !i;;H Calitornia Compensation Ins. f3 '1 S[µ --------~------·-COVERAGES co l,Tl'I TH!S IS TO CERTIFY THAT THe POLICIES OF INSURANCE LISTED BEL.OW HAVE; 8~Et~ ISSUED TO THe !NSURl;D MAMl:;0 ASOV!; l"OR TH!; POLICY PeR!OD INDICATEO, NCTW1TH$TAND!NO ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACf OR OTHeR DOCUMENT WITH RE;SPECT TO WHICH TH1R Ct;"RTtFICATE MAY BE ISSUED OR MAY Pl'RTAlt\. THE INSUAANC& /\Fl'OROEO OY rnc: POLICIES OE5vRli:it::U Hc:;~EIN !S SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDiTlONS CF SUCH PCLIClES. L!MITS SHOWN MAY HAVE BEEN REOIJCED BY PAID CLAIMS. PQllQY NUMIH!l'I POLIC!V CFFECT!VC F'OLiC:Y ~)(P'll'!ATION \.IMITS DI'< 't!,; 1MMIDOl'IY) Dli Tl! (MMIOOiY") '7;ENERAL LIA811.ITY X CCMMERCIAL GENERAL LIABILITY CLAIMS MAD!.. X OCCUR. .J OWNl=:9'S & CONTRACTOR'S PftO1'.! · .A*TQMOi!llE LIAllll.!TY ANY Af,/TO X Ali, OWNED Al)T(),9 $CHED\J~ED AUTOS HIRED /1.UTOS X NON-OWNED AtJTOS GARAGE L.IAlill\.lTV i.xc~ss LIABILITY liM8REi..LA r-ORM . i"ITHl'A Tl-l.~N iJMSAl;LLA ~OFM WOFl:<l!R'S COMPfNSATIOn AND i!!MPLOY~~g• LIAl31LITY OTHER MXl\5"136214 l/10794 l/10J4t; 9/01/94 THIS CERTIFICATE REVISES REP~AC~S CERTIFICATE ISSUED 7/20/94 f'RODUCTS-COMPJQf' AOG. $ ~EF~QNAL .. A0\1. !NJUHY $ EAl':H OCCIJHRENC!c :$ l'IAE DAMAL-ile (MY OM li,o) $ IIAE'O, EXPENSI; !Any on~ ,ze1so11) ~ COMBINED SINGLf $ LIMIT . llODIL Y INJURY $ (P~r pAr~<,~.) OQOIL Y INJURY $ {PQ, l\CC!dem) Pl'IOPE:RTY OAMAGE; $ EACH o,;CURReNCE $ AGOREQATE $ X STAT!;TORY llMIT!l. EACH ACCIDENT $ DISEASE·· .P()li(JY LIMIT ~ DJSEI\SE>-EACH EMPLOYEE $ 1000000 UHHHHHJ 1000000 50000 5000 1000000 1000000 1000000 DESCRIPTION OF Ql'la!'IA710NSll0¢ATlONSIV!HICI.ES/SPECIAI. IUMS C8RTHOLDER,ITS OFPICIALS,EMPLOYEES ~ VU~UNTEERS ARE ADD'L INSDS. (POLICY A & B} RE:AVENIDA ENCINAS EXTENSION-CONTRACT #3416. PRIMARY TNS. WORDING INCL. WAIVBR OF SUBROGA~lQN INCL. eei:1r1F,cAte HotoEFt cANcEu.u10N 1s Ncft1cE -~r:i R&M, nM·-oo°'ii:.p~ 1/, CITY OP CARLSBAD 1200 CAR~SBAD VILLAGE DR. CARLSBAD, CA 92008-1989 SHOULD ANY OF THE ASO\iE DESCRIBED POLICIES ae CANCELLl!!t> BEFORe THE EXPIRATff DATEl nicncor, THE IS.SUING COMl-'P.ill'( Wlll ~~5KX1'i)CX MAIL __ DAYS WRITTEN NOTICE TO THE CEFIT1FICAT!: hOLDER NAMED TO •HE lEFT, M:Yi?.~~)f-"3'<,Jf"Af~~~~g}~~XfMP~~~'l@IK~~ L'f°ABtt;~~ij~~J\l?1i~~~~~1'1~~X \ . I '· - Th.rs endorsement, effective l/lG/q4 atu:01 _.2;~ a pa:::-t of pol icy NO. 1to02CA00l0801 ~ssued to Wesc. Coast •~+?r.,H-:i:. "~-:-;. er;al A. Any e~tity required by contract (hereinafter called Additio~~l Insured) to b• namGd ~s an in5ured is an insured but only with respect to liability arising out of y,:;ur premises, "your '..·o.:i('' for the Adoitienal In~u~ed, or acts or o~issions of the Additional Insured, in connection w'itr: their general supet·vtsion of 11 :r-our woi;k'' to tna extent set forth below: 1) 2) 3} 4) The Limi~a of Insurance provided on behalf of the Additional Insured(s) will not be greater than The Limits o! Insurance provided in this policy. txeept as provided herein all insuri~g agreements, exclusions and conditions o! this policy apply to s~ch Additional !nsured(s). The Insurance provided by us to the Additional Insured will not be greater than that requi~ed ty contrac~ and to the extent that such insurance is more restrictive the tens of the ins~ring agreements, exclusions ~nd conditions of this policy shall be qeemed to be amanded a~cordinqly, In no event shall cav~rag•s or Limits ot Insurance in this policy ~e increased by such contract. This insurance does net a~pty to: a) "Sodlly Injury'• or 0 P,:-cpel:'ty o~ma.ge'' occ:urin(J af te:r, 1) All work on the project (o~her t~an service maintenance or repairs) to be performed by or on b~half of the Additional Insured(s) at the site cf the covered op•rations has b•en completed; o~ 2) That portion ot "your work11 out of which th• injui::'l or dama9e arises nas baen put to its intended use ty any person or organization ot.h•r tha~ another . contractor or subcontractor engaged 1n perfcrmlng operations for a principal as a part of th~ $a~_.e __ projt!Ct. eo"'GS /' ro'<~ L\UH',N, 'd·1n° NHOC OJ:i v•v a ~T +>6'17 1n,· £O"d 6t7Q'0N 6£=~~ V ~ 'L ~£169£i5191'DN 731 ' . ' b) "Bodily Injury~ or "Property Damage arising out of ~~Y act, omission or ne9li9e"c• of the Additional Insured(s; or any of their employeesr other than the general supervision of wcrk perfo~med tcr ehe Additional !nsured(s} by you. c) "Property Damage0 to: 1) Property owned, usad or occupied by or rented to t~c Additional Insur•d(s); 2) PropGrty in c~r•, custody or control of the Additional Insured(s) or ovenrnich th• ~dditional Insured(s) are foe any purpose exercising physical control; or 3) 11 '{our Work" for the Additional :.tnsured(s). B. With respect to Additional Insured(s} who are arohitccts, e~gi~eers or ~urveyors, this insurance does not apply to "Bodily Injury", "Property Oamage", "Personal Injury" o~ ".A.dvertisin,g Injui:-y'1 arising out ot the rendering of or the failure to render any professional service bye~ for ¥au, inel~ding; 1) The preparing, approving or failing to prepare er approve maps, drawings, opinions, reports, surveys, change orders, designs or specifications; and 2) Supervisory, inspection or engineering services. c. Any coverage provided herein shall be excess over any other valid and collectible insurance availaQle to The Additional rnsured(s) ~nether primary, excessf contingent or on any other basis unless the contract specifically 4equ1red that this insurance be primary. o. No person or organization is an insured with respect to the conduct ot any current or past par-cnership or joint venture that is not shown as a Named Insured in The Declaration~. ~£169£Z619l'DN 731 ... . .,,. .• · .... •· - Howev•r, with raspect to ttyour work", you are ~n insured for your lia.oility ar.i$ing out of the conduct. of any partnershi.p o:r.-joine venture of which yo1J. are or .era a part.mu:· or member, eventho1Jgh this partn~rs~ip or joint venture is not shown as a Named Insured in the Declaration$, This coverag~ will not inure to the benetit of any other party except you. NAS 0 OT-003 (4/~C) .--,.,T +-,1.:•17 lfl[ SO'd 6PO'ON b~-~~ vu ~ U£t69£Z6t9T'□N 731 □Ji W~HN~nB NH □[ - Jahn ·Burnham • .. ,.· ... •': .. ··., .. : ...... ' ·._.·.,, .• ·.·>·:··,'. .. :.·:.tr:/r., .... m: .. ·. t'n·~n·-. '"·g•·.:"·> ...... ,:, ; .... , .,. . a-.··L-... .: r,~ . . ·:·:· . ...... .. . ·.······' . lN§l:!IRANCE ' ' . ' 'I 610 WEST A$~ smccr. SAN DIEGO. CA 92 lO l-J2 I 2 lELEPHONE 619-23 l-lOlO DATe-~\.4✓L1 J~-?-=-rc{ . .· . .. . ··, · . ·· . TOTAL·NU~·OF·PAGES(Including·Telefu·CoverS-heet)·_· .. _. ·_, ·,,....;.f_,_ __ ~~-'··-·•._·_ .... •_. __ ~o ·r.:~J J: \ . [ I: :-.:+-c·:J\v..i-1::.. . . ... .. . . . ~ A,X I( ...,..,'---1 :--;.;;,..\i..,...j..,.,_I_\) .... -(~--~ -_--.;.,.,.< -- COMPANY /' f. . " ,('-.;£:. .. -. ~ i c· ~-__ j ~ . H ,.JI , 1, · i,, < i 1/1 • .J i,( l. .._ ---() ~ w •. ---·-.. ----- CO.r-JMENTS f v J .1 SR cf) . ~CQ ,:1 JJ"r:f~:r 1c:; i4.2. c .. r ,R.:fQck:Q A) , (~\ ti ') ct rr: ··1/1 • c· /J I...,, ___ tr ')c2 1 ..tJ .. t·) •. ~:r.i}t Ct\o .l~:v--2 4:-M e <t >k~ ,.t .R ,_;:: ~ .... t _._('-f....i)(...:·y:.... ..... ~).(,....i·.t_.·li.;;;..[r..i....LlJ..,...tC~.._;:.i.-1-• ...l,.Q~,;~nw.C.z.-f_..!.,:;;L,~uL-· ..s;;..Q._.::O~.--i..t..x..r-~Ct1.:..:Au1.D..~Jllr.e:io ... -, . t t("I . (~>() f?6).'u. • (,;, ~ r-: Li ,,er,.(/-:S . Our Tc/~fax Number is: (619) 236-9134 -·--------TO'd 6to·o~ 6£:SI P6'1Z Jn[ t£169£Z6T91' □N l~l JOHN BURNHAM &CO TEL No.16192369134 P.O. Box 2910 San Diagor CA 92112-4215 ( 619,) 231.-1010 Jul 25,94 10:45 No.016 P.01 .lahn Bllrnhiilm &Company wZt TELEFAX COVER SHEET DATE; 7/25/94 TO'I'AI.i NUMBER OF PAGES (Including Teletax Cover Sheet); 2 TO: COMPANY; ROTH FLETCHER CI~Y OF CARLSBAD FAX; 434-l987 _____________ , ___ .,.....,....,f'IJ> ... ,W ...... _,_ ____________ .,.. ______________________________ _ FROM: NANCI GLECKMAN PHONE: 619-525-2850 RE: WEST COAST GENERAL CORP. -CERTIFICATE OF INSURANCE COMMENTS, PF.R OUR PHONE CONVERSATION THIS MORNING, ATTACHED IS THP,l ADDITIONAL INSURED ENODRSEM.ENT FOR THE AUTO f,!ARTT,TTY TO BE ATTACHED TO THE CERTIFICATE OF INSURANCE DATED 7/21/94. THE HARD COPY IS BEING MAILED TO YOUR ATTENTION. THANK YOU. NANCI OUR TELEFAX NUMBER IS: {619) 236-9134 ----------~~~~-------------~~-~~~~-------------~-~~~~-----------~~~ If you do not receive all of the pages or if you have any questions, please 0all NANCI at (619) 231-1010 or (619) 525-2850 --------~~~~~----------~~-----------------·~~~-----------------~~~~ CFORMS; TELEFAX ll-14 122790 JOHN BURNHAM &C8 -----..... ··-·· --· TEL No.15192369134 1111 25,94 15:25 No.041 P.02 -r. UC:: - - . ' -~ . WEST COAST (;E)l'ERAL CORPORATION Fl.REMARS F1Jlffl POLlC~ #fUA801362!4 SCHE:DULE .. j Busln9$$ Auto AddfflonaJ Insured: -: c1n or cAJU.SnAD ==--.iill~-~""""""-------=--====~==--===-·-=iq The per$Cn er 0tganizatJon ahown In .1he schedule, 13 M Addttional Insured under this policy but at/ to the extent that the person or oroan!IatiOn is liable for the conduct of an hsUrGd ae defined In SW paragapha A and B of Section 11, paragraph A.1, 'who Is an Insured" of this polfcy. • • • JUL-25-91 MON 18:23 ....._,. 9. !: ~O~OW~ED Al'l-OS 0'.\L Y, Unly those autos you do not own, lease, hire, rent or borrow that are used hi connection with your business. This includes autos owned by your employees or partners or members of their l:iou.scholds but only while used in your business or your personal affairs. B. Owned Autos You Acquire After the Policy Be£jns 1. If symbols 1, 2, 3, 4, S, or 6 are entered next to a coverage in ITEM TWO of the Declara• tions, then you have coverage for autos that you acquire of the type described for the re• maindcr of 1he policy period. 2. But, if symbol 7 is entered next to a cowr<'lge in J'l'b!\1 1WO or the Declarations, an auto you acQuire will be a covered auto for th.it coverage only if: a. We already cover all autos that you own for that coven.ge or it replaces an auto YOU previously owned that had that cov- erage: and b. You tell us within 30 days after you ac- quire it that you want us to cover it for that coverage, C. Certain Trailers. :\fobilc Equipment and Tempo- rary Substitute Autos If Liability Coverage is pro,ided by this Coverage Form, the fotlowing types of vehiclc5 are also covered autos for Liability Coverage: 1. Trailers with a load capacity of 2,000 pounds or less designed .Primarily for travel on r>ublic roads. 2. '.\ilobile C(juip1ncnt while being carried or towed by a covered auto. 3. J\ny auto you do not own while used with the permission of its owner as a temporary sub- stitute for a covered auto vou own that· is out of service because of its: ' a. Breakdown; b. Repair; c. Servicing; _ --·-Ii. 1,os.-.: or __ FAX NO, 6192389i3~ P, 01 e. Uestruct1on. Section Il -Liability Coverage A. Co,·era.ge We wW pay all ~unl,:;. ;w imiun:111~~.Y lli'J:)\ pay as damag(:S bc.::cause of bodily lnJury or property damage to which this insurance applies, caused by an accident and rosultin¥ from the ownership, maintenance or use of a covered atito. We have the right and duty lo defend any suit asking for these damages. However, we haYe no duty to detend suits tor bodily injury or property damage not covered by this Coverage Fenn. We may investigate and settle any claim or suit as we consider appropriate. Our duly to defend or settle ends when the Liability Coverage Limit of Jn:;ur• ar1ce has been eichaustcd by payment of judgment!I or settlements. 1. Who is an Insured The following are inSllreds; a. You for any covered auto. b. Anyone else while usinJ wilh your per- mission a covered auto you own, hire or borrow except: ( l) '! he owner or anyone else from whom you hire or borrow a covered auto, Thls exception does not apply if the covc.nd auto is a trailer con- nected to a covered auto you own. (2) Your employee if the covered auto is owned by that employee or a member of his or her household. (3) Someone using a covered auto while he or she is working in a busin.:ss of selling, servicing, repairing or parking autoo unless that bu-;incss 1s yours. ( 4) Anyone other tr.an your -:mployees. partners, a lessee or borrower or any of their emplonics, while moving property to or from a covered auto. (5) A p,utner of yours for a cm1:ml auto ov;ned by him er h~r or a memhl:r of his or hi:r household . Page 2 of JO ... µ' MtCtlllt, l"RODIJCl!R John ·~.urntum ~ Cor.:µeny JO ;diu t A !lh 5 tr Ji:; t j• 0 • 8 0 X 2 Q 1 U San D1•90, CA ql112-4215 INl!l!!Rll!'I Wa~t C~~st Gen~Pel Coroo~ition ~fTN: ~~-Jan~ ~-~~~11 12~4~ ~i.,:3h;i:e1y ,-,7 Lakesic~ ca 92C4C COMPANY A LETTER COMPANY 8 L£TTISR COMPANY C 1.1:TTER OOMPANV o· LETTER COMPANY E LETTEq i'.tlVt=R:&t.ls:;A,:P'::,•;i'('i''.( ··: .. ,. ,: '-ci-;i:. :~.€,';n1i,l;,~1J::r~~m2.1it!!M•1.;~~t'~,:1t!••:•1>;:i~, .... ~.,;J ... · . · > , TH!S ~ TO cel'ITll'Y Tl'1AT TH!: POL!CIE3 OF IN3URANOC Lll:lTCD BEL.OW HAV!li eeeN IS$UEO TO THE lNSIJREO NAMlilC Alt◊VI/; r-oR Tt!E POLICY PERIOD INDICATED, NOTWITHSTANDING ANY R'i;;QUIREMENT, TcRM OA CONPITION OF ANY CONTRACT CA OTHE;R DOCUMENT WITH RESPECr TO WHlC~ THIS CERTiFICATE MAY BE ISSUEO OR MAY PE~TAIN, THE INSURANCE AFFOFIDED BY THe POLICIES DESCRIBED HEREIN IS SUSJECT TO ALL THE TERMS. EXCI.U.$10N3 AND 00NDITION3 OF 8UOI! l'OLIOIC~. LIMITC eHOWN MAY HAVE BEEN RI.OUCEO 8V MlCI CLAIM$. co: l. ~'Fl:. [ TYPE OF INSURANCE 1'01.JOY NUMS!R ~ I GENl:FIAI. l.1A~'-ITY ·, Ci :, 2 (. l.i, 0 C 1 0 ::1 fJ 1 , .. ,,, .. _,, ... ''< 'CCiMMEflCIAL GENEf'.AL LIABl~I TY · .. , -i ClAiM6 MM)&}. Q(;;CU R . ,. ..... :J .... , ....... ! ... ,., j \ OWl'i'-A'S & CONTf>ACTOP.'8 F>ROT.' ······"; ; l AIJTOMOS!l.il l.lAl!IILITY . iANV AUTO ........ , Al..l OWNED AUTO$ l"OllCY !J'FIECTIVE POI.ICY EXPiAA TION . OAT! (MMIODiYY's OAT!; IMM1o'l!'J1YY) 1.IUiTS 1 11 ,.· I .-,:. 11 1 , · / :· .) GEN!'iRAL AGGGEGA·re PROOUOTsJ·COMr10!' AC!Q, PSRSON/,l & ADV. INJURY ...... r!!\Cti oCCU!IRl!!NCli: .$ ·~ "lOvCJGG,.; .s 1Qt1CGJ.1 ' i 1 \) (J...J C (>., FIR[ OAMAGS (.'11\\1 on0 'Ire) ' • l ,' 7, / COM81Nl;O SINGLE $ 1..,11.1r i SCHE.0\JU:O AUTOS · :.< ·· j HIP.Eu .-uros ·I A · ooN•OWNl;O f\\)TOS Odg. to: ~--··· _,,,. Copy to: carrier.. ~~· v BOOIL Y i~JUIW $ {l"'or pc'l'::H~n} ClODIL Y INJU!W f, (Pi.:t ,1i;:..~i<Jtn\l) '. G,\AII.Gf LIAB!UTV ' l!XCESS LIABILIT'I' , .. i .... 1 IJMSAEl.LA l'Of\M ·. OTHER THAN UMBRELLA FORM WORK!aR'S COMP!lNSATIOH AN0 EMPLOYERS' LIAl;IIUTY ! OTHiER ioc.t.U ' l ! Coµy to. kJCRlf!,IOH OF 0P~l'lAT10~SllOCATIONS/VliN!CL~$/$Pl!CfAl !TEN$ PRCPHITY Of.MAGE EACH OCCUf\!IENCti AGGREGAT[:; '~ I . 1 / '· ... , STATUTORY llMITS EACH ACCl(lEN, OISEASE-F'OLl◊Y lll.AIT $ $ $ $ . C1SGASE-EACH EMPLCYEE & i CJU ~: :) :. 1 G C.(J (~ :,'; ._. 'C <; ,::; r ~CL. C E ,J ,,. : r .~. ,:: ... '; 1 C I t. l.. s ,,, Ii M p I.. (~ ¥ ~ G s e V •~1 L '.1 ,\ T ;: i: :; ':; ... ~ ,. :; ~; ·: , l : '' s f.' ~, • ( rl O L ! C '1 A } ;i. c : ;\ V ;; ~ .. : ~i A E "J G I \ A $ 2 X T E I; :l S ',' 1-.: -C '.J 1, T ;;, ;. ,: l ·.• ;; 1.. 1 t.. • ;i :: l "° .:i ;:: 'f l ~ .. ! $ • ,.;0ROIN; lP0C1_.;,,;.l\•··~;; ()F SU{q_)r.~.~/\f10~, :r~.c;_ .. .i:~i:: '"-",; c,r:e.r:·.-1,:.. , ·I'! A'f nA ;;uo',ni;.R··•· .. · .. ·.·. ·,L<1r~.{ ... ,,,,;i;,)\;1i\t,,d~'lltiJfrttjqcANCELi.ATWN1"' D'Y'-~cTr(r,. Fd'~~,,~*,!tJ,r'1'tU'~:·No'~•;_·Pt.Y )~ ~~ti~ , ~~,. ~Ffh'-il1' .. ,r,;;ir • ·--M ;.;,'.i--·r .1J~,.;.,. .. ~ i;::1,.c:!'t.,; W:~{;:',;.,n~t-l:'.1~11Jtii'.,,;;.-,~,ii~i!~;~;-~v1i.:J~Hf.i!~q1, .. :.,, .. , .. ,, · ... , ,•·.·' ...... , , ~ ~ "-' -·. • ' ·. ,i;·. · · t:. · ' ;,,, · .,. , ,., ' SHOU~D ANY OF 1·1'11! Al:IOVE DESCRIB!':D .F'OI.ICICO DC CA.NCEI.I..EO IS~FQRE THE: E:XPlRATIO!'i OATE THEREOF, Tl-IE !SS!JING COMf'ANY W!LLX l:tlidEAVOAXT/Q ·•., MA\L ~ UAYS WRITTEN NOTICE TO ,H! CE!'!TIFICATE HOI.Ct:R NAMCO TO THS LEFT~ ~11r:r.=x1~1flle ~o ~A1~ sucii ~M1t1Ex~li.~~MPQ!!ii! ~&: eiifL/GXti&.i·"-oR i<LIA6l(rrv'-c'i=l<,\Mt{1N"o\1$>6r./ i'H~ to~).1•h~ its<Ahfal.i~\l>lii ¥le'i•1~1!fo~rlrA-i'1v1;~. OJ1 W8HN~na NH □[ • - This endorsement, effective l / l O / 94 a tl 2: 0 t A."! , ~or~.$ a p-art of policy No. 11002Cli.00l080l. issued to \./est Co.:t,;c Gene!rd~ A. Any entity required by contract (hereinafter called Addi~ior.al Insurad) to be nam@d ~~ ~n insu~~d is an inau~4d buc only w~~h respect to 1 iabi l i ty arising out cf your premises, 11 yolJ.t' ..iorl<.'' fa~ th~ Ad~tticnal In~ur~d. or acts o~ omi$~ions of ~he Additional Insured, in connection with their gener~l sup•rvi s ien of "your work'' to the extent set. forth below; 1) The Limits of Insur~noe Frovided on beh~i, Qf the Additional Insured(s) will not be greater than The LimitG ot Insurance ~rovided in this pol1cy. 2) Except as ~r¢vided herein ~ll insuring agreements, exclusions and conditions of this policy apply to ~uch Additional !nsu~ed(5). J) ~he Insu~a~ce p~oviaed by us to the Add1t1onal Insured will not be greater than that raquir@d by ~ont~act and to th• extant that such insurance 1s ~or~ restrictive the terms of the insuring agreemen~s, exclusions and conditions of this policy shall be deemed to be amend•d accordingly. 4) In no event shall Covarages or Limits of In~urance in this policy be increased by such contract. This insurance does not apply to: a) "Bodily Injury" or 11 Prope:.rty Oamage" oceuring after; 1) 2) All work on ~ha project (othar. ~han s@rvica maintenance or repairs) to be performed by or on behalf of th@ ~dditional Insur•d(s) at the ~it9 of the covered operations has been completed; or That portion of 0 your workt' out of which the injury or dam~g• ariseo has been put to i~s intended use by any person or organization other than another contra.ctor or subcontractor engaged in performing operations for a principal as a part of the same project. "' £0'd Z£0'□N O~:£t ~6'TZ rnr ~£T69£Z6T9T'□N 731 OJ~ W~HN~na NH □( b) "Scdily Injury" or "Property Oamaqe arising cu~ or a~y act, omission or negligence of the Additional Insured(S' or any of their employees, other than the general · ' supervision of work performed for the Additional Insurea(s) by you. c:) 11 Property Damage" to: l) Property ovned, used or occupied by or rented to t~e Additional In•ured(s); 2) Prop@rty in care1 custody or control of the Additional Insured(s) or ove~hich the Additional Insured(s) ~re for any pur~ose exercising physical control; or 3) tl'{our Work" for the Additional Insured(s). s. With respect to Additional Insured(s) who are architects, engineers or surveyors, this insuranca does not apply to "Bodily Injury", "Property Oa.:m.agen, "Personal Injury" o:c- "Advertising InjuJ;:"y .. a.rising out. or the randarinq ot or the failure to render any profassional servic• by or for you, incJ.uding: 1) The prepa~ing, approvin9 er failing to prapare or approve maps, drawings, opinions, reports, surveys, ~hange orders, designs or apeeificationa; and 2) Supervisory, inspection or engineering servi~es. c. Any coverage provided herein shall 'be excess over any c>ther valid and collectible insurance available ta Tne Additional Insured(s) whether primary, excess, oontinqent or on any othe~ basis unlass the contract specifically required that this ineuranc• ce primary . .. -... n. No pe~aon or organization is an insured witn respect to the conduot ot any curr•nc or ~ast partnership or joint venture that ia net sh01Jn as a Named Insured in The Oeclara~ions, VO'd 3£Q'ON O~:£t t6'TZ 1nr P£T69£l6t9f'ON 731 - - However, with respect to ttyour work", you ar~ an insured for ya~r liability ~~i~ing out Qf the conduce ct any partnership or joint venture of which you a~e or were a p~rtner or mamber 1 ev~ntho~gh ~his partnership or joint ven~ure is not shown as a Named Insu~ed 1n ~~e oeclarationa, This ccverage will not inur~ eo the oenafit of any other party except you. NAS-O'r-001 (4/90) ~£169£~619l'DN 731 CJ2 N~HN~nB NH □[ Jahn Burnhan1 e ·.·&:Campany:·· )JZ/llffla . . 111/§tJRANCE 61 O WEf>f ASH STREET. SAr--J Dl!:GO. CA Q210 l ·3212 THEPHONE 6 lG-23 l-lO 10 · .· 0A£1.1L.s,t __ )1 ;r?Jt -i · · .. : .• •. . .. · · · .... · (_ ( I · . · TOTAL NU~ER OF ·PAOES (Including Telefax Covcr·Sheet) __ (_....,.'_. _ .. --~-- T.? b. / L l 2. ro-··1 TO ,-.,--V,: •. J. ,p·) ~--t. 9 ,hj,_.C. ,,, Tl!LEF AX If -x:. )....,l I __ ,/, ·, 1 COMPANY ..( ''U qy cn.d.:,had -COMMENTS ------·---------------~--- CA,<--".L • \i:Z_}< L,Qi;;~J;\C,l-{J( Q,. Ct:2( ·n {~fl D .Lil--1 aoc:';Q L.J..-W'_2 () llAJs:.·, 1 .• o n,).]1.2.. Lt:; · O<tou) 2 lo ~--8;· u,ie}f;,;,~" -Our Telefax Number is: (1519) 136-91 J4 OJ~ H~HNdnB NHOC - - JUL-21-94 THU li:38 WEST COAST GENERAL FAX NO. 619-561-4205 P, 01 .. ~West Coast Generaij lCCO.:.H.1-1::-"0R~TJ:ON""JJ F A C S l M 1 L ~ C O V E R s H E E T WEST COAST GENERAL CU.KJ;1URA'I'ION 12243 Hwy 67 Lakeside, Ca 92040 PHONE NO. (619) 561-4200 -FAX (619) 561-4205 DATE! ?/,:?. i ,' .::;4-TIME: ; ' ,Ci,--: __ ) PAGES: ( includes cover sheet) ~<_ ' --;,ii j f, 1 . ! . TO: /'<.,.t.d.iL __ ,j. ,l..c T.r.-1u.1, -' /' . FAX. NO . : Lf-r) L~ --C') f 7 --DEPT. : __ e ..... i .,.,/2...,1.:.;;;';_ . .,..(l_"-.[\;.=;..J. ... ? .""'u'-".(..C...-J..:.L{_?r..::;_--: ____ ~ r, I. 1· .,. FROM: -+t/..::c\\k.='· ·:.;.,· ~b:;;..'·-~.{,.-'.,1_.=-c=-----------·------~------- SUBJECT: (i .r .··, -l ~ -·~··' ~ ... f . \ \> · ~ c/.( :~ ... :~ .. £_.· "'"'"', -(=L-=-··'--,=· •=·-·-------~-- NOTES AN'D/OR INST:RtrC'T1Hl'J:=; _____________ _ f \., ~'. •. .-_;.~--~-L-./\/: <I .{ ./ / :_J .-:<. ,, / /, ;.:_L,-~...-._ ,···,;,__./ +-· ~ ---""--=---'---"'-"-"""""' ....... ------"-'---......-'-'"'----""-'-,,{ •' •--'"--~· :t:· ·--... :> ·, 6 ;;,.l ;' -: . j .. ,/ / I ___________ , __ ;::,./ 1' ... 0.. ';'.,)(_ /; ---~---------.. -·,--------~ . .-..--_......~ ... l.I!, .,) / .)-;,:__..rL .. ,C, .. ,'. __ .. ------·-··-----·----·-·"·--------- ---------------·------~--·-·-----~------~-c ,... • ..., . 12243 Higtvvay 67 · Lakeside, CA 92.040 · 619/.561-4200 · LAX 561-4205 35 e City of Carlsbad Purchasing Department Representation and Certification e following representation and certification are to b~ completed, signed and returned with proposal. ~PRESENTATIONS: Mark all applicable blanks. ls offerer represents as part of this offer that: 1eck appropriate Ethnic Business Type) I · Caucasian X , Black Hispanic Asian-Pacific Native-American Asian-Indian =1NIT10NS: IORITY BUSINESS ENTERPRISE: "Minority ,iness• is defined as a business, at least 51 percent of ..t, is owned, operated and controlled by minority -members, or in the case of publicly owned ;inesses, at least 51 percent of which is owned, ,rated and controlled by minority group members. , Small Business Administration defines the socially . economically disadvantaged (minorities) as Black c:rican, Hispanic American, Native Americans (i.e. arican Indian, Eskimos, Aleuts and Native Hawaiians), ; Asian-Pacific Americans (i.e., U.S. Citizens whose ins are from Japan, China, the Philippines, Vietnam, aa, Samoa, Guam, the U.S. Trust Territories of the ific, Northern Marianas, Laos, Cambodia and Taiwan). 1TIFICATION: l am currently certified by: ________ _ Certification#: ___________ _ CERTIFICATION OF BUSINESS REPRESENTATION(S): Mark all applicable blanks. This offerer 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-owned business is a business of which at least 51 percent is owned, controlled and operated by a woman or women . Controlled is defined as exercising the power to make policy decisions. Operation is defined as actually involved in the day-to-day management. information furnished is certified to be factual and correct as of the date submitted. West Coast General Corporation 'v1PANY NAME 12243 Highway 67 )RESS lakeside, CA 92040 ',STATE AND ZIP (619) 561-4200 .HONE NUMBER Dana K. Ferrell NAME SIGNATURE June 20, 1994 DATE 2/16/94 - OPTIONAL ESCROW AGREEMENT FOR SECURflY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and _________________________ whose address is ------------------------------hereinafter called "Contractor'' and --------------------whose address is ---------------------------________________ here in after called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to Section 22300 of the Public Contract Code of the State of California, the contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for in the amount of ------------------------dated _____ (hereinafter referred to as the "Contract"). Alternatively, on written request of the contractor, the owner shall make payments of the retention earnings directly to the escrow agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the _____ and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the ~{;crow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the escrow agent, the escrow agent shall hold them for the benefit of the contractor until such time as the escrow created under this contract is tenninated. The contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the escrow agent directly. 2/16/94 36 - - 4. 37 The contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8 .. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the contractor pursuant to Sections (4) to (6), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 2/16/94 10. - 38 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 CQ.ntractor: Title _________________ _ Name ________________ _ Signature _______________ _ Address. _______________ _ For Escrow Agent: Title. _________________ _ Name ________________ _ Signature. _______________ _ Address ________________ _ 2/16/94 - 39 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. ________________ _ 2/16/94 • • • 40 RELEASE FORM THIS FORM SHALL BE SUBMITTED AND APPROVED PRIOR TO APPROVAL OF MONTHLY PROGRESS PAYMENTS NAME OF CONTRACTOR: PROJECT DESCRIPTION: PERIOD WORK PERFORMED: The above-named Contractor hereby acknowledges upon payment in the full amount specified 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 work or claims specifically shown below. RETENTION AMOUNT FOR THIS PERIOD: $ --------------- DISPUTED WORK/CLAIMS DESCRIPTION OF DISPUTED WORK/CLAIM AMOUNT CLAIMED (OR ESTIMATE) 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 disputed work/ claim on this form. This release and waiver has been made voluntarily by Contractor without any fraud, duress or undue influence by any person or entity. Contractor further certifies, warrants, and represents that all bills for labor, materials, and work due Subcontractors for the specified period will be paid according to Public Contract Code Section 20104.50 and Business and Professions Code Section 7108.5 and that the parties signing below on behalf of Contractor have express authority to execute this release. DATED: PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporation, etc.) By:---------------- Title: ---------------- By:---------------- Title: --------------- 2/16,-94 • • • Section Part 1. 1-1 2-1.1 2-4 2-5.3 2-6 2-8.1 2-8.2 2-9 5 6-1 6-1.1 6-7 6-9 7-3 7-10.3.2 7-10.3.3 Part 2 . 200-1.6 203-6 212 212-1.6 212-1.7 Part 3. 300 300-2 300-5 300-9 300-10 300-11 301-1 302-5 303-5 41 SPECIAL PROVISIONS Description SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION . . . . . . 43 Ter-ms . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 43 P . D • . roJect escnpt1on ................................. . Contract Bonds . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Shop Drawings . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Work to be Done .................................. . Limits of Construction . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Sensitive Habitat .................................. . Surveying .................. · · · · · · · · · · · · · · · · · · · · · · Utili.ties ......................................... . Construction Schedule .............................. . Order of Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Time of Completion . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Liquidated Damages . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Lia bill ty Insurance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . • . . . Maintaining Traffic . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Traffic Control System for Lane Closure . . . . . . . . . . . . . . . . . . . SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR CONSTRUCTION 44 45 47 48 48 49 49 51 53 54 55 55 56 58 59 MA TER.lAI..S . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 63 Rip Rap Energy Dissipater . . . . . . . . . . . . . . . . . . . . . . . . . . . . 63 Asphalt Concrete . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 64 Landscape Materials . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 65 Erosion Control Matting . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 66 Erosion Control Mat Staples . . . . . . . . . . . . . . . . . . . . . . . . . . . 66 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR CONSTRUCTION METHODS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 7 Earthwork . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 7 Unclassified Excavation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 7 Borrow Excavation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 70 Geotextiles and Erosion Control . . . . . . . . . . . . . . . . . . . . . . . . . . 70 Geotextiles for separation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 72 Rip-rap Energy Dissipator . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 72 Subgrade Preparation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 72 Asphalt Concrete Pavement . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 73 Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps and Driveways .............. 74 2/16/94 • • • Section 304-3 304-5 306-1.3.4 308-4.10 310-5.6 310-5.7 310-5.9 42 Description Chain Link Fence ...................................... 75 Metal Beam Guardrail . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 75 Compaction Requirements . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 76 Erosion Control Matting Instation .......................... 77 Painting, Traffic Striping, Pavement Markings, and Curb Markings . . 79 Signing .............................................. 79 Traffic Stripes and Pavement Markings . . . . . . . . . . . . . . . . . . . . . . 80 Traffic Sign Installation ''Detail "A" . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 82 Appendix 1: Appendix 2: 622-020-100 622-020-020 622-020-900PT 622-020-900PT 622-020-900PT 622-020-900PT 622-020-900PT 622-020-900PT 622-020-900PT Soils Report Pacific Telephone Specifications: Conduit & Conduit Couplings Conduit & Manhole Construction Subway Construction Guide (Appendix 3) Underground Construction Guide (Layout Work) (Appendix 4) Subway Construction Guide (Main Conduit Placing) (Appendix 5) Underground Construction Guide (Main Conduit Placing) (Appendix 6) Underground Construction Guide (Main Conduit Placing) (Appendix 11) Underground Construction Guide (Manholes) (Appendix 14) Construction Guide (Manholes-Equipping) 2/16/94 • • • SPECIAL PROVISIONS PART I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION 43 SECTION 1 • TERMS, DEFINITIONS, ABBREVIATIONS AND SYMBOLS: Modify Section 1 of SSPWC as follows: 1-1 TERMS To Section 1-1, add: A Reference to Drawings: Where words "shown," "indicated," "detailed," "noted," "scheduled," or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. B. Directions: Where words "directed," "designated," "selected," or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the 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 . 2/16/94 1-2 DEFINIDONS Modify Section 1-2 as follows: Agency -the City of Carlsbad, California as to all issues of this document. Engineer -the City Engineer for the City of Carlsbad 44 Own Organization• When used in Section 2-3.1 -Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 -Construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with section 2-3.1 of these contract documents. Owner Operator -Any person who operates equipment or tools used in completing the work who is employed by neither the Contractor nor a subcontractor and is neither an agent or employee of the Agency or a public utility. SECI10N 2 -SCOPE AND CONTROL OF THE WORK: Modify Section 2 of SSPWC as follows: 2-1.1 PROJECT DESCRIPTION The Project will provide a transportation linkage between two existing segments of Avenida Encinas, connecting Palomar Airport Road to the north and Poinsettia Lane to the south. The Project will provide public access for North San Diego County Transit Development Board's Poinsettia Lane Commuter Rail Station, a separate project that has an anticipated start of public service date of October 1, 1994. The Project will provide two lanes of asphaltic concrete pavement street improvements. The Project consists of, but is not limited to: new road construction; construction of curb, gutter, and sidewalk; construction of reinforced concrete pipe drainage systems; widening of an existing section of road; modifications to existing storm drain systems; coordination with utility owners for relocation and protection-in-place of existing overhead and underground utilities; protection in place of existing utilities; construction of underground telephone conduit and manholes ( cable installation to be performed by others), construction of metal beam guard rail; modification to existing street lights; earthwork slope hydroseeding; limited replacement of existing landscape planting and irrigation systems; and installation of roadway signage and striping; and other miscellaneous work as shown on the Drawings and these special provisions. 2/16,.94 • • • • 45 The width of the pavement section for Segment A is 28 feet. The ultimate improvements will be 64 feet curb to curb and are not a part of this contract. The ultimate improvements are shown on the plans and labeled as future work. The future work is shown to indicate the Agency's ultimate plans for the roadway. 2-3.1 General, eighth paragraph Except as specified in this section the Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract price. Within the meaning of this section Contract work sha11 include all of the elements used to complete the construction of discrete portions of the Work. A discrete portion of the work is a single bid item and all of the costs associated with the labor, equipment and materials used to construct or install the bid item, The individual components of labor, equipment or materials that are used to construct or install a bid item are not severable. For determining the percentage of work performed the value of a bid item shall be the contract unit price extended by the quantity of units completed. The performance of the actual labor involved in the installation or construction of an item is the principal indicator of what force the work is performed by. As an example, the individual cost of a material can not be separated from the cost of the labor necessary to construct or insta11 the material when computing the • percentage of Contract work performed by the Contractor's own forces. • Add the following: 2-3.3 Subcontractor Items or Work Where a bid item or any portion of a bid item of the Work is subcontracted the amount of the subcontract shal1 include all labor, materials and equipment required to complete the subcontracted bid item or portion of the item designated. Where only a portion of a bid item is subcontracted the Bidder shall stipulate in the bid documents what portion of the work required to complete the bid item is to be performed by subcontract and what portion the Bidder proposes to perform. The value of material incorporated in any subcontracted bid item that is supplied by the Contractor shall not be included as any part of the portion of the Work that the Contractor is required to perform with its own forces. 2-4 CONTRACT BONDS Delete the third sentence of the first paragraph having to do with a surety being listed in the latest revision of U.S. Department of Treasury Circular 570 . 2/16/94 46 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 following: 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 Agency for a period of one (1) year from the date of formal acceptance of the project by the Agency. 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. 2-S PLANS AND SPECIFICATIONS To Section 2-5.1, General, add: The specifications for the work inc1ude the Standards for Design and Construction of Public Works Improvements in the City of Carlsbad, April 20, 1993; the Standard Specifications for Public Works Construction, (SSPWC), 1991 Edition, and the 1992, 1993 supplements thereto, both hereinafter designated "SSPWC', as issued by the Southern California Chapter of the American Public Works Association; Caltrans Standard Specification July 1992 as modified in the special provisions, for traffic control plans, signing and striping plans, and rip rap (rock slope protection). The Construction Plans consist of 12 sheets designated as City of Carlsbad Drawing No. 334- 1. The standard drawings utilized for this project are contained in the May 1992 edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as published by the San Diego County Department of Public Works, together with the City of Carlsbad Supplemental Standard Drawings, and Caltrans Standard Plans (1992). Copies of pertinent standard drawings are enclosed with these documents. 2/16/94 • • • 47 • 2-S.3 Shop Drawings: • • To Section 2-5.3, Shop Drawings, add: Where installation of work is required in accordance with the product manufacturer's direction, the Contractor shall obtain and distribute the necessary copies of such instruction, including two (2) copies to the Engineer. The additional Drawings and instruction thus supplied will become a part of the Contract Documents. The Contractor shall carry out the Work in accordance with the additional detail Drawings and instructions. Adding the following to Section 2-5.3; When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that he has reviewed, checked and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The following Contractor's certification shall appear on all submittals: "It is hereby certified that the ( equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval. Certified by: ______________________ Date:_ II The following procedures will apply to Shop Drawing submittals: a. b. c. d. All Shop Drawings or submittals shall be complete, certified by the Contractor, and shall contain all required information in detail. The Contractor shall make all necessary corrections to the submittals required by the Engineer. When approved by the Engineer, each copy of the submittals will be stamped approved, signed, and dated by the Engineer. Three (3) sets of said approved Drawings will be returned to the Contractor. The approval of the Drawings shall not be construed as a complete check, but will indicate only that the general method of construction and detailing is satisfactory . 2/16/94 e. 48 Upon the Contractor's receipt of approved Shop Drawings, he shall furnish to the Engineer instruction and maintenance manuals and parts lists of all major equipment furnished. Data in these manuals shall cover completely all items as specified and as supplied. To Section 2-5, add: 2-S.4 Record Drawings: The Contractor shall provide and keep up-to-date a complete "as-builf' record set of transparent sepias, which shall be corrected daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the City at cost. This set of drawings shall be kept on the job and sha11 be used only as a record set and shall be delivered to the Engineer upon completion of the work. 2-6 WORK TO BE DONE: To Section 2-6 add: • Materials, supplies or equipment to be incorporated into the work shall not be purchased • by the Contractor or the Subcontractor subject to a chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the seller. Whenever under this Agreement it is provided that the Contractor shall furnish materials or manufactured articles, or shall do Work for which no detailed specifications are set forth, the materials or manufactured articles shall be of the best grade in quality and workmanship obtainable in the market from firms of established good reputation, or, if not ordinarily carried in stock, shall conform to the usual standards for first class materials or articles of the kind required, with due consideration of the use to which they are to be put. In general, the work performed shall be in full conformity and harmony with the intent to secure the best standard of construction and equipment of the Work as a whole or in part. All equipment, materials, and supplies to be incorporated in the Work shall be new, unless otherwise specified. Add the following: 2-8.1 Limits or Construction: The construction limit lines shown on the plans represent the limits of the area in which the Contractor may conduct operations. 2/161')4 • • • • 49 The surveyor shall mark the removal limits and limits of work line shown on the plans. The limits of work shall be staked at 25-foot intervals. The markings shall be completed by the surveyor and inspected by the Engineer prior to the start of construction in the area marked. 2-8.2. Sensitive Habitat: A report titled "Biological Resources Report and Impact Analysis for the Avenida Encinas Extension, City of Carlsbad, San Diego County, California" was prepared by Dudek and Associates, Inc. dated October 1, 1993. This report is on file and available for review at the City of Carlsbad Engineering Department located at 2075 Las Palms Drive, Carlsbad, California. A biologist acceptable to the Engineer shall determine the location of sensitive habitat, as defined in said report, within 100 feet of the limits of work. The sensitive habitat shall be staked and delineated with brightly colored flagging prior to grading by the Contractor. The Contractor shall inform their construction workers of the sensitive areas that must be avoided. Payment. Payment for staking of sensitive habitat shall be at the contract lump sum bid price and shall include but not limited to the locating of the sensitive areas by the biologist and the staking of the areas by the surveyor. 2-9 SURVEYING: Modify Section 2.9 as follows: The Contractor shall hire and pay for the services of a land surveyor licensed in the State of California, hereinafter surveyor, to perform all work necessary for adjustment of existing survey monuments within the limits of work, establishing control, construction staking, and records research, as directed by the Engineer. Two sets of grade sheets shall be provided to the Engineer prior to work commencing in a given area. One set of field notes for all surveying required herein shall be provided to the Engineer within ten days of performing the survey. The minimum survey requirements are as follows: Stakes shall be set at 50 foot intervals as measured along the project stationing unless a lesser interval is specified herein. Rough sub-grade stakes on slopes shall be set at top of cut, toe of fill, or slope catch point and crown line where no median exists. Slopes over 15' in height shall have a line point set to aid in construction of the slope . 2/16/94 50 Rough sub-grade stakes for roadway section shall be set at top of curb or at edge of pavement where no curb is to be constructed. Finish sub-grade stakes for sub-base for the roadway section shall be set at top of curb or at edge of pavement where no curb is to be constructed. Finish sub-grade stakes for the aggregate base for the roadway section shall be at 25-foot intervals at edge of pavement or top of curb and crown line. Intermediate stakes between edge of pavement and top of curb shall be set at 15-foot intervals by either the surveyor or Contractor. Storm drain staking shall be done at 25-foot intervals. Catch basins shall be staked at centerline and each end of the local depression. Curb and gutter shall be staked at 25-foot intervals, at center line of driveways, and at 1/4, 1/2, 3/4 delta points on returns. Fills to finish grade at 25-foot intervals by the 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. To Section 2-9.2, Lot Stakes, add: The locations of property line and survey markers within the limits of the work discovered during the preparation of these plans and specifications are noted on the plans for the Contractor's convenience. Said notation of the property line and survey marker locations is not intended to be a complete listing of all such items to be protected within the limits of work and the Contractor is not relieved of the responsibilities as required is this section. SECTION 4 -CONTROL OF MATERIALS: Modify Section 4 of SSPWC as follows: 4-1 MATERIALS AND WORKl\lANSHIP 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 Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer 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 2/16/94 • • • • • • 51 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 that may compromise the quality of the materials, the materials shall be rejected. All backfill and subgrade shall be compacted in accordance with the notes on the plans, the geotechnical report prepared by Cardiff Geotechnical dated December 13, 1993 and the addendum report dated January 7, 1994, and the SSPWC. Compaction tests may be made by the Agency and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. 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. SECTIONS. UTILITIES: Modify Section 5 of SSPWC as follows: S-1 LOCATION Add the following: The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Drawings, all utilities which exist within the limits of the work . However, the accuracy of completeness of the utilities indicated on the Drawings is not guaranteed. The Contractor shall notify the following agencies forty-eight ( 48) hours prior to construction: Southern California Gas Company San Diego Gas & Electric Pacific Telephone Underground Service Alert Daniels Cable Vision Carlsbad Municipal Water District Leucadia County Water District City of Carlsbad Inspection Department Encina Water Pollution Control Facility North San Diego County Transit Development Board (310) 578-2641 (619) 438-6200 (619) 489-3441 1-800-422-4133 (619) 438-5241 (619) 438-3367 (619) 753-0155 ( 619) 438-3891 (619) 438-3941 (619) 967-2828 2/16/94 S-4 RELOCATION Add the following: 52 The temporary or permanent relocation or alteration of utilities, including service connection, desired by the Contractor for the Contractor's own convenience shall be the Contractor's own responsibility. The Contractor shall make all arrangements regarding such work at no cost to the Agency. If delays occur due to utilities relocations which were not shown on the Drawings, it will be solely the Agency'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 Agency, 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 Agency. The Pacific Telephone Company will relocate the existing overhead lines and poles to underground facilities from Station 56+90 to Station 73+40. The contractor shall trench, install conduit and manholes as shown on Drawing sheets U-1 through U-3 (Pacific Telephone Job Number DB1062S Drawings). Once the conduit and manholes are installed and inspected, Pacific Telephone shall place cable, splice cable, and remove existing overhead cable and poles. The contractor shall coordinate with Pacific Telephone during the undergrounding of the telephone line. This may necessitate protecting the existing telephone poles during grading operations. All costs for coordination shall be included in the bid price for telephone conduit installation and no additional payment will be made thereof. The grading and paving for the roadway construction requires work near an existing 12-inch high pressure gas main. The Contractor shall notify Southern California Gas Engineering Department ten (10) working days prior to the start of work. No heavy equipment shall be allowed over the gas line without prior approval of the Southern California Gas Company. The Contractor shall coordinate their work with the Southern California Gas Company. All costs for coordination shall be included in the bid price for unclassified excavation and no additional payment will be made thereof. The Contractor shall coordinate with North San Diego County Transit Development Board for the removal of existing railroad signal poles and lines. All costs for coordination with all utility owners shall be included in the bid price for inclassified excavation and no additional payment will be made thereof. 2/16/94 • • • • • • 53 SECI1ON 6 -PROSECUTION, PROGRESS AND ACCEPTANCE OF WORK: Modify Section 6 of SSPWC as follows: 6-1 CONSTRUCTION SCHEDULE Modify this section as follows: A construction schedule is to be prepared by the Contractor and submitted for the Engineer's review and approval. The construction schedule shall meet the following criteria: 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 Engineer. 2. 3. 4. 5. 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, and duration . The prime contractor shall revise and resubmit for approval the schedule as required by the Engineer 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 from the previous version of the schedule . . . The schedule shall indicate estimated percentage of completion for each item of work at each and every submission. The failure of the prime contractor to submit, maintain, or revise the aforementioned schedule ( s) shall enable the Engineer, at his sole election, to withhold up to 10% of the monthly progress payment otherwise due and payable to the contractor until the schedule has been submitted by the prime contractor and approved by the Engineer as to completeness and conformance with the aforementioned provisions . 2/16/94 54 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. The Contractor shall coordinate with the respective utility companies for removal or relocation of conflicting utilities. This coordination shall be a requirement prior to commencement of work by the Contractor. Add the following: 6-1.1 Order or Work: The Work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the work as shown on the Drawing and as specified in the Specifications. The work includes construction of Avenida Encinas improvements from approximately 3,000 north of Poinsettia Avenue to the Encina Water Po11ution Control Facility's northerly property limits. The following descriptions outlining the order of work are provided for the Contractor's review and information. These descriptions are overviews only and shall not relieve the Contractor from his responsibilities to perform the coordination and work in accordance with the plans and specifications. ORDER AND SCHEDULE OF WORK • SEGMEr-..-rr "A" CONSTRUCTION: a) Construction of Segment "A" shall be completed by October 1, 1994. The anticipated Notice to Proceed date for the Project is August 15,1994. b) Grade Segment "A" from Station 41 + 20 to Station 58+ 56. c) Install storm drain system. d) lnstal1 Pacific Telephone's underground conduits and manholes from Station 56+87 to Station 58+88 and crossing at Station 70+60. e) Complete Segment "A" improvements from Station 41+20 to Station 58+56. f) Construct easterly half of Segment ''B" from Station 58+56 to Station 70+33. g) Install temporary signage and striping. h) Open the road to through traffic. SEGMENT ''B" CONSTRUCTION: a) b) c) d) Construction of Segment ''B" shall be completed within 120 calendar days after the Notice to Proceed date. Grade westerly half of Avenida Encinas from Station 58+56 to Station 72+65. Install Pacific Telephone's underground conduits and manholes. Upon completion of Pacific Telephone's cable installation and pole removal, 2/16/94 • • • • e) 55 complete westerly half of Segment ''B" improvements from Station 58+56 to Station 72+65. Complete signage and striping and open road to traffic. The goal of the above phasing schedule is to provide through traffic access on Avenida Encinas from Palomar Airport Road to Poinsettia Lane by October 1, 1994. If the Contractor can expedite the work, and accomplish the Agency's objective by a different phasing plan or order of work, the Contractor shall submit a modified phasing plan and order of work to the Engineer for approval prior to the preconstruction conference. In no case shall the completion date for the construction of Segment "A" extend beyond the October 1, 1994 deadline date. COORDINATION The Contractor shall coordinate and cooperate with all utility companies during the relocation, undergrounding or reconstruction of their lines. The Contractor may be granted a time extension, if in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any delays caused by utility companies. 6-7 TIME OF COMPLETION The Contractor shall begin work within 5 calendar days after receipt of the "Notice to Proceed" and shall diligently prosecute the work to completion per the time schedule in the Order of Work. 6-9 LI OUIDA TED DAMAGES Modify section as follows: Segment A:. If the completion date for Segment A is not met, the Contractor will be assessed the sum of one thousand dollars ($1000.00) per day for each calender day beyond the completion date as liquidated damages. Segment B: If the completion date for phase II is not met, the Contractor will be assessed the sum of five hundred dollars ($500.00) per day for each calender day beyond the completion date as liquidated damages. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. SECTION 7 -RESPONSIBILITIES OF CONTRACTOR: Modify Section 7 of SSPWC as follows: 2/16/94 56 7-3 LIABILTIY 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 shall meet the requirement for workers' compensation insurance. 7-7 COOPERATION AND COLLATERAL WORK Add: • Carlsbad Municipal Water District, Pacific Telephone Company, and North San Diego County Transit Development Board, and others will be installing, relocating, repairing and maintaining their respective facilities and the Contractor shall cooperate in coordinating and • allowing access to the work site. The Contractor is advised that Pacific Telephone Company will be undergrounding the existing overhead telephone lines located within Segment B as shown in the Drawings. The Contractor shall install the conduit and manholes required for .the Pacific Telephone Utility relocation as shown on Pacific Telephone drawings number DB 10625 included in the contract drawings as sheets U-1 through U-3 and accompanying specifications, included in these Standard Specifications as Appendix 1. The Contractor shall cooperate with these organizations and their respective personnel and contractors. The Contractor shall coordinate its work and operations so as to minimize interference and shall allow access through the work site to adjacent areas. The Encina Water Pollution Control Facility (EWPCF) requires truck traffic access at the facility's driveway located at Station 66+ 73. Construction activities affecting access to the facility requires coordination with EWPCF. No claims for additional compensation will be allowed for this cooperative and collateral work or any delays resulting therefrom. 2/161')4 • • • • 57 The Contractor's representative shall attend bi-weekly construction coordination meetings at such times and locations as the Engineer shall direct, and a bi-weekly schedule in barchart form shall be submitted to the City at this meeting. No separate payment for these meetings will be made. 7-8 PROJECT SITE MAINTENANCE 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. To Section 7-8.5, Temporary Light, Power and Water, add: The Contractor shall obtain a construction meter for water utilized during construction under this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall include the cost of water and meter rental within the appropriate items of the proposal. No separate payment will be made. Add the following to Section 7-8: 7-8.8 Noise Control All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to City Noise Control Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48. 7-10 PUBLIC CONVENIENCE AND SAFE'IY Add prior 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 . '2/16/94 58 Add prior to the last paragraph of 7-10.3 Street Qosures, Detours, Barricades: Traffic controls shall be in accordance with the plans, Chapter 5 of the California Department of Transportation ''Traffic Manual", and these Special Provisions. In the event that the Contractor fails to install barricades or such other warning devices as may be required by the Engineer, the City may, at its sole option, install the warning devices and charge the Contractor $20/day/waming device. Traffic Control Plans (TCP) shall be submitted to the City for approval for any construction activities which do not fall within the Traffic Control Staging Plans for this project. These TCPs shall be furnished installed and removed for the lump sum price for temporary traffic control. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. from Mondays through Fridays. The contractor shall obtain the written approval of the Engineer if it desires to work outside the hours state herein, excluding City holidays. Contractor may work during Saturdays and City holidays only with the written permission of the Engineer. This written permission must be obtained at least 48 hours prior to such work. Add the following: 7-10.3.1 Construction Area Signs Construction area signs shall be furnished, installed, maintained, and removed when no longer required. All excavation required to install construction area signs shall be performed by hand methods without the use of power equipment. Care shall be used in performing excavation for signs in order to protect underground facilities. 7-10.3.2 Maintaining Traffic Attention is directed to Sections 7-10 SSPWC "Public Convenience and Safety". Nothing in these special provisions shall be construed as relieving the Contractor from his responsibility as provided in said Section 7-10. If illuminated traffic cones rather than post-type delineators, are used during the hours of darkness they shall be affixed or covered with reflective cone sleeves as specified in Caltrans Standard Specifications, except the sleeves shall be 7 inches long. 2/16/94 • • • • • • 59 Lane closures shall conform to the provisions in Section 7-10.3.3 entitled 'Traffic Control System for Lane Closure." In addition to the provisions set forth in "Public Safety," elsewhere in these special provisions, whenever work to be performed ( except the work of installing, maintaining, and removing traffic control devices) requires the Contractor's personnel to work within 6 feet of the adjacent traffic lane, or to operate equipment within 2 feet of the adjacent traffic lane, the adjacent traffic lane shall be closed. Personal vehicles of the Contractor's employees shall not be parked on the traveled way, including any section closed to public traffic. Whenever vehicles or equipment are parked on the shoulder within 6 feet of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at 25-foot intervals to a point not less than 25 feet past the last vehicle or piece of equipment. A minimum of 9 cones or portable delineators shall be used for the taper. A C23 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted on a telescoping flag tree with flags. The flag tree shall be placed where directed by the Engineer. All construction traffic control devices shall be maintained in good order and according to the plan throughout the duration of work. 7-10.3.3 Traffic Control System for Lane Closure All traffic control system shall consist of closing traffic lanes in accordance with the details shown on the plans, Caltrans Manual of Traffic Control (1990) and provisions under "Maintaining Traffic0 elsewhere in these special provisions. The provisions in tliis section will not relieve the Contractor from his responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. During the hours of darkness, as defined in Division 1, Section 280, of the Vehicle Code, · portable signs shown on the plans to be illuminated shall be, at the option of the Contractor, either illuminated signs in conformance with the provisions in Section 12-3.06B, ''Portable Signs," of the Cal trans Standard Specifications; or Reflexite vinyl microprism reflective sheeting signs; or 3M high intensity reflectorized sheeting on aluminum substrate signs of Seibulite Brand Ultralite Grade Series, encapsulated lens retro-reflective sheeting signs; or equal. 2/16,94 60 If any component in the traffic control system is displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. When lane closures are made for work periods only, at the end of each work period, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. The contract lump sum price paid for "traffic control" shall include full compensation for furnishing all labor (including flagging costs), materials (including signs), tools, equipment and incidentals, and for doing all the work involved in placing, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the plans, and as specified in these special provisions, and as directed by the Engineer. Flagging costs will be paid for as a part of the Lump Sum Amount for 'Traffic Control." Progress payment for "traffic control" will be based on the percentage of the improvement work completed. 7-10.3.4 Traffic Control for Traffic Striping • During traffic striping operations, traffic shall be controlled with lane closures, as provided • for under 'Traffic Control System For Lane Oosure" of these special provisions, or by use of an alternate traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternate plan until the Engineer has issued written approval of said plan to the Contractor. Full compensation for providing traffic control for applying traffic stripes and pavement markers with bituminous adhesive shall be considered as included in the contract lump sum price paid for signing and striping and no separate payment will be made therefor. 7-10.3.S Temporary Pavement Delineation Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in Chapter 5 of the Traffic Manual published by CALTRANS. General. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. 2/16,94 • • • • 61 All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by sandblasting. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and markers used to establish the alignment of the temporary pavement delineation shall be removed. Payment for Temporary Pavement Delineation shall be included in signage and striping. To Section 7-10.4, Public Safety, add: 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. The Contractor 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 the public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 9-3 PAYM:ENT Modify Section 9-3.2, Partial and Final Payment, as follows: Add the following paragraph as Section 9-3.4.1: 9-3.4.1 Mobilization and Preparaton Work: Payment for mobilization and preparatory Work will be made per the following schedule, and will include full compensation for furnishing all labor, materials, tools, equipment and 2/16/94 62 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. For the first progress payment (after the Contractor's acceptance of the Notice to Proceed) 10 percent of the amount bid for mobilization or $2000.00, whichever is less, will be allowed. 2. 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. 3. 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. 4. 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. 5. 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. 2/16194 • • • • PART Il. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR CONSTRUCTION MATERIALS 63 200-1.6 Rip Rap Energy Dissipator Delete Section 200-1.6 and add the following: 200-1.6 General. Rip rap energy dissipator shall conform to the rock class, dimensions, filter materials, and type shown on the Plans and shall be in accordance with the SDRSD and Caltrans Specifications Section 72 Rock Slope Protection as modified herein. Placement of rip-rap (rock slope protection) shall be per Caltrans Method B. 200-2 UNTREATED BASE MATERIAL Untreated base material shall conform to Section 26-1.02 of the Caltrans Specifications for Class II aggregate base. 201-1 PORTIAND CEMENT CONCREfE 201-1.1.1 ~neral. Modify Section 201-1 of the SSPWC as follows: • Modify Section 201-1.2.4, Admixtures, as follows: (b) Air-entraining Admixtures • Last paragraph amended to read: "A tolerance of plus or minus 1 and 1/2 percent is allowed. The air content of freshly mixed concrete will be determined by 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. 201-1.4 .Job Site Mixing. Job site mixing will not be permitted except as followed pursuant to Subsection 201-1.4 of the SSPWC or as otherwise authorized by the Engineer. Modify Section 201-1.4.3, Transit Mixers, as follows: Add after listing of information for weighmaster's certificate: ''Transit mixed concrete may be certified by mix design number, provided a copy of the mix proportions is kept on file at the plant location for a period of 4 years after the use of the mix." 201-3.3 Expansion Joint Filler and Joint Sealants. Delete Section 201-3.3, Polystyrene Joint 2/16/94 64 FilJer, in its entirety. 203-6 and 400-4 ASPHALT CONCRETE Asphalt concrete shall be class C2-AR 4000 for surface course, and B-AR 4000 for base 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." Second paragraph, amend to read: "Unless otherwise specified, AR-4000 paving grade asphalt shall be used for Type III asphaltic concrete, and AR-8000 paving grade asphalt shall be used for asphalt concrete dikes." To Section 400-4.2.4, Fine Aggregate, 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. Fine aggregate shall be tested for soundness in accordance with ASTM D-1073, and shall not exceed fifteen percent (15%) loss by weight. 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." 206-6 CHAIN LINK FENCE Adjust chain link fence to grade shall include removing existing fence, including fence post assemblies as necessary, and resetting existing fence complete per Section 206-6 and County of San Diego Regional Standard Drawing M-6 after grading operations in the area of the fence are complete. 2/16/94 • • • • 65 Where the chain link fence is removed along the frontage of the Encina Water Pollution Control Facility, a temporary chain link fence of the same size and type as the existing fence shall be constructed behind the work area to provide security for the plant. The temporary fence shall be installed no later than the end of the same day the existing fence is removed and shall remain in place until the day the permanent fence is reset to new grade. 210 -PAINT AND PROTECTIVE COATINGS: Modify Section 210 of SSPWC as follows: 210-1.6 Paint for Traffic Striping, Pavement Marking and Curb Marking. Paint for traffic striping shall be rapid dry water borne in accordance with State Specification No. 8010-91D-30. 212 • LANDSCAPE MATERIALS Landscape Specification Addenda All provisions of the SSPWC shall apply to the work as if bound herein, plus the following: Hydroseeding shall be applied to all slopes within the limits of construction within 60 days of rough grading. • Hydroseeding mix shall consist of the following: 1. 2. • Seed Mix shall consist of no less than: a. 20 lbs. per acre of Rose Cover b. 20 lbs per acre of Zorro Fescue c. 3 lbs per acre of E School CIA California d. 4 lbs. per acre of Achillea Millefolia e. 3 lbs. per acre of AJyssum (Carpet of Snow) f. 1/2 lb. per acre of Dimorpholeca g. Item a of this subsection must be inoculated with a nitrogen fixing bacteria and applied dry either by drilling of broadcasting before hydroseeding. h. All seed materials shall be transported to the jobsite in unopened containers with the California Department of Food and Agriculture certification tag attached to, or printed on said containers. i. Non-phyto-to:xic wetting agents may be added to the hydroseed slurry at the discretion of the Contractor. Type 1 mulch applied at the rate of no less than 2000 bis per acre Type 6 mulch (straw) may be substituted, all or part, for hydraulically applied fiber material. When straw is used it must be anchored to the slope by mechanically punching no less tan 50% of the straw into the soil . 2/16/94 3. 66 Fertilizer consisting of Ammonium Phosphate Sulfate, 16-20-0, with 15% Sulphur applied at the rate of 500 lbs per acre. Areas to be hydroseeded shall be prepared prior to hydroseeding by: 1. Roughening the surface to be planted by any or a combination of: a. Track walking slopes steeper than 6:1. b. Harrowing areas 6"1 or flatter that are sufficiently friable. c. Ripping areas that will not break up using items a or b above. 2. Conditioning the soils so that it is suitable for planting by: a. Adjusting the surface soil moisture to provide a damp but not saturated seed bed. b. The addition of soil amendments, PH adjustment, leaching or covering saline soils to provide viable conditions for growth. 212-1.6 Erosion Control Matting Erosion control matting shall be made of 100% biodegradable, weed free, wheat straw of thickness and density yielding 0.50 lb./sq. yd. with photodegradable polyproplene netting with a density of 1.64 lb./1000 sq. ft. having an approximate mesh interval of 1/2" x 1/2" on each • face of the straw mat. The straw mat shall be sewn together with undirectional lines of • cotton or polyproplene thread spaced approximately two inches apart. Erosion control matting shall be "North American Green, DS150", "BonTerra S2" or approved equal. 212-1.7 Erosion Control Mat Staples Erosion control mat staples shall be one inch by six inches U-shaped 11 gauge mild steel staples. 2/16/94 • • • • PART III. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS FOR CONSTRUCTION :METHODS 300 EARTHWORK 67 General. Earthwork shall conform to Section 300 of the SSPWC, except as modified herein. 300-1 CLEARING AND GRUBBING. Add to Section 300-1.1 the following: Also included in clearing and grubbing shall be removal and disposal of existing AC pavement, curb and gutter, sidewalk, concrete cutoff wall, water valves and lines, fence, PCC slab, salvaging of existing guardrail, and barricades, fences, existing gates, existing drain pipes, traffic signs, and other existing features which interfere with the roadwork, whether or not such items are called out on the plans or in the specifications for removal. Payment Payment for clearing and grubbing shall be at the contract lump sum Bid price per subsection 300-1.4. 300-2 UNCLASSIFIED EXCAVATION. Add the following to Section 300-2: Unclassified Excavation shall include salvaging clean excavated material and filling areas to the required grades and cross section. Unclassified Excavation shall be utilized onsite to make fills shown on the plans. Unclassified Excavation shall include compaction of the top one foot of subgrade in the roadway prism to 95% relative compaction. 300-2.2.3 Compressible Soil. Compressible soils such as existing uncontrolled or unacceptable fill, alluvium, and colluvium may exist within portions of the Project site. Where required by the Engineer, such compressible soils shall be removed from areas to receive fill or from areas upon which surface improvements are to be placed. The removal and disposal of such compressible soils shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered otherwise unsuitable by the Engineer in which case it may be paid for in accordance with Subsection 300-2.2.1. 300-2.2.4 Instability of Cuts. The Contractor shall remove additional material as directed by the Engineer to improve the stability of excavated cuts. The removal of such excavated material shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered otherwise unsuitable by the Engineer, in which case it will be paid for in accordance with Subsection 300-2.2.1. 2/16/94 68 To Section 300-2.5, SJopes, add: The tops of excavation slopes and the end limits of excavations shall be rounded and provide smooth transitions to abutting existing ground, and these quantities will not be included in the quantities to be paid for as excavation. 300-2.8 Measurement (Unclassified Excavation). Modify to include the following provisions. Unclassified Excavation shall be measured based on the volume it occupies in its original position before excavating. The payment quantity shall be determined form the originaJ ground contours after clearing and grubbing and the design elevations shown on the plans. Quantities for areas requiring additional cut due to compressible soil or instability of cuts shall be based on original ground contours after clearing and grubbing the new contours at bottom of cut. 300-2.9 Payment (Unclassified Excavation). Modify to include the following provisions: Payment for Unclassified Excavation will be made at the unit price bid in the proposal. The contractor shall notify the Engineer in writing, not less than 24 hours and not more than 96 hours, in advance of performing work so that the Project Manager can arrange for field surveying to establish Unclassified Excavation payment quantities. Failure to make this notification shall be grounds for refusal to make payment for the work. Contractor shall utilize existing right of way for staging, access or stock pile of material. No area beyond the right of way shall be utilized for staging or stockpiling of material. Compensation for temporary stockpiling for future use of material inside the right of way shall be included in the unit price bid for Unclassified Excavation. No separate payment will be made for this item. Local borrow shall be paid as Unclassified Excavation. Material removed from IocaJ borrow areas to be used in required fills will be paid as Unclassified Excavation. · Payment shall include costs of grading for earthen swales and drainage channels as shown on the drawings. 300-4 UNCLASSIFIED FILL All fills shall be constructed in conformance to this section except as follows: To Section 300-4.2 Preparation of Fill Areas, add: Areas to receive fill, including areas over excavated as directed by the engineer, shall be scarified and compacted per the recommendations of the geotechnical report prepared by Cardiff Geotechnical dated December 13, 1993 and addendum dated January 7, 1994. 2/16/94 • • • • • • 69 To Section 300-4.4, Benching, add : Benching shall conform to the City of Carlsbad Supplemental Standard Drawing GS-14. Quantities for benching preparatory to fill placement, where required, are considered incidental work and these quantities will not be included in the quantities to be paid for as excavation. To Section 300-4.8, Slopes, add: Compaction of fill slopes shall be achieved by over building the slopes and then cutting back to the compacted core at design line and grade. The outer 8 inches of the slope surface may be rolled to a relative compaction of 85 percent. Feathering of fill over the tops of slopes will not be permitted. The tops of slopes shall be rounded as detailed on City of Carlsbad Supplemental Standard Drawing GS-14. Material composed principally of igneous rock encountered in the excavation shall be broken into particles of less than three inches. Particles with dimensions greater than three inches shall be uniformly distributed over the area to be filled so that construction equipment can be operated in such a manner that the larger pieces will be broken into smaller particles and become incorporated with the other materials in the layer. This requirement for particle size reduction does not apply to cobbles, small boulders, and small hard rocks found within the surface soils and formational materials. Rocks with a particle size greater than 18 inches shall not be incorporated into the fill. Oversize materials as required may be placed at the end of drainage to act as energy dissipaters at locations shown on the plans. Oversize material which cannot be utilized for erosion mitigation or landscaping onsite shall be removed from the site by the Contractor. Rock exceeding 6 inches in diameter shall not be placed in the upper three feet of any fill. When there are large quantities of rock to be placed in the fill, rocks shall not be nested, but shall be spread with sufficient room between them so that intervening voids can be adequately filled with fine material to form a dense, compact mass. A separate grading permit will be required for disposal of rock. Payment -Payment for over building of slopes will be included in the unit price bid for UncJassified Excavation and separate payment for quantities necessary for over building slopes will not be made. NO PAYMENT SHALL BE MADE FOR ANY UNCLASSIFIED FilL. All equipment and manpower required to construct fills shall be paid for by the amounts bid for Unclassified Excavation . 2/16194 70 300-4.11 Remove and Replace Landscape Existing ice plant ground cover shall be removed in the area to be graded in front of the Encina Water Pollution Control Facility. The existing reclaimed water irrigation system shall be removed as necessary and replaced upon completion of grading. The removal of the existing irrigation system shall be done in such a way as to not interrupt irrigation of the remaining landscape for more than two days. The two Eucalyptus trees within the fill slope area, noted on the drawings to be relocated or replaced, are to be relocated per the Drawings or replaced in like kind with 24" box specimens. The iceplant ground cover shall be replaced upon completion of grading with the same type of ice plant planted from flats and spaced 12" on center. Payment. Payment for remove and replace landscape shall be at the contract lump sum bid price and sha11 include full compensation for furnishing all labor, tools, equipment, materials and incidentals for doing aU work involved including but not limited to landscape removal and replacement and irrigation system removal and replacement. 300-5 BORROW EXCAVATION To section 300--5.2, Imported Borrow, add: The Contractor shall exhaust all available local borrow before any imported borrow is placed on site. 300-5.4 Measurement and Payment. Modify to include the following provisions: Imported Borrow shalJ be measured based on the volume it occupies in place after compaction. The payment quantity shal1 be determined from ground contours prior to placement of Imported Borrow and the design elevations shown on the plans. The Contractor shall notify the Engineer in writing, not less than 24 hours and not more than 96 hours, in advance of importing material so that the Project Manager can arrange for field surveys to establish Imported Borrow payment quantities. Failure to make this notification shall be grounds for refusal to make payment for the work. 300-9 GEOTEXTILES AND EROSION CONTROL: Add the foIJowing to Section 300-9 ofSSPWC: 300-9.2 General. Temporary erosion control shall include, but not be limited to, the work specified herein, and shall additionally include such additional measures, as may be directed by the Engineer, to properly control maintenance of the site area and construction impacts upon areas receiving drainage flows from the project area. 2/16/94 • • • • • • 71 300-9.2.1 Grading Controls. The Contractor shall provide temporary earth berms, sandbags and similar measures, coordinate with his construction procedures, as necessary to control site erosion during the construction period. Special attention will be required to protect areas which have been cleared and grubbed prior to excavation or embankment operations, and which are subject to runoff during the period from November 16 to April 14. Temporary measures may include,· but shall not be limited to: temporary desilting basins; contour graded ditches; temporary paved and unpaved ditches; sandbags and filter fabric fences to filter silt and sediment from runoff. Temporary erosion control measures shall include, but not be limited to, the following: 1. The Contractor shall conduct his operations in such a manner that storm runoff will be contained within the project or channeled into the storm drain system which serves the runoff area. 2. Storm drain systems, toe of slope drains, and outlet structure shall be constructed and operating prior to commencing, or concurrently with placing, an embankment. Temporary downdrains, drainage structures, and other devices shall be provided to channel storm runoff water into the respective permanent storm drain systems during construction. Mud and silt shall be settled out of the storm runoff before said runoff enters the storm drain system . 3. 4. 5. Embankment areas, while being brought up to grade and during periods of completion prior to final roadbed construction, shall be protected by various measures to eliminate erosion and the siltation of downstream facilities and adjacent areas. These measures may include, but shall not be limited to: temporary downdrains, either in the form of pipes or paved ditches with protected outfall reams; graded berms around areas to eliminate erosion of embankment slopes by surface runoff; confined ponding areas to desilt runoff; and temporary check dams in toe of slope ditches to desilt runoff. Excavation areas, while being brought to grade, shall be protected from erosion and the resulting siltation of downstream facilities and adjacent areas by the use of various temporary erosion control measures. These measures may include, but shall not be limited to: check dams; confined ponding areas to desilt the runoff; and protection, such as sand bags around inlets which have not been brought up to grade. Contour graded areas shall be protected against erosion and the resulting siltation of downstream facilities and adjacent areas during grading operations. Various measures may include, but shall not be limited to: the use of graded contour berms to control sheet flow; supplemental grading of large areas around temporary or unfinished inlet structures, such as inside ramp loops, to provide desilting basins; and temporary ditch paving . 2/16/94 72 300-9.2.2 Payment. Full compensation for performing water pollution control and erosion control which is not a part of the planned permanent work shall be considered as included in the contract price paid per cubic yard for unclassified excavation and no additional compensation will be allowed therefor. Full compensation for any extra cost involved in performing planned permanent water pollution control and erosion control to act as temporary water pollution control and temporary erosion control shall be considered as included in the contract prices paid for various items of work involved and no additional compensation will be allowed therefor. 300-10 GEOTEXTILES FOR SEPARATION Geogrid over gas main shall be "Tensar BX1200" or equal and shall be placed in accordance with SSPWC Section 300-10, per manufacturers recommendations and as shown on the Drawings. Geogrid reinforced slope shall be ''Miragrid 5T" or equal and shall be placed in accordance with SSPWC Section 300-10, per manufacturers recommendations and as shown on the Drawings. Measurement and Payment. Measurement and payment shall conform to the requirements of subsection 300-8.1.2 300-11 RIP-RAP ENERGY DISSIPATOR Placement of Rip-Rap Energy Dissipater shall be in accordance with Caltrans Method B. Measurement and Payment. Rip rap energy dissipaters will be paid for at the Contract Price Bid per cubic yard, complete and in place, in accordance with the Drawings or as directed by the Engineer. The Unit Price Bid shall include full compensation for furnishing all labor, tools, equipment, materials and incidentals and for doing all Work involved in the construction including but not limited to earthwork, rock, aggregate, filter material, concrete sills, and fill, where required. Filter fabric where called for in the plans shall be paid in accordance with Section 300-9, Geotextiles for Erosion Control. Filter fabric shall be Mirafi 700X or equal. 301-1 SUBGRADE PREPARATION General. Modify Section 301-1 of the SSPWC to include the applicable portions of the Regional Supplement Amendments, relating thereto. 2/16/94 • • • • • • 73 Recompact subgrade twelve inch (12") depth is an integral part of the roadway section (structural section and typical section) for the entire roadway except in area to receive AC. overlays. Payment for subgrade preparation shall be included in the contract bid price for Unclassified Excavation and shall include all operations and equipment to compact or recompact all subgrade, either in cut areas or in fill areas, to 95% maximum dry density (ASTM-1557) and no further compensation will be allowed. 301-2 UNTREATED BASE Modify subsection 301-24 as follows: 301-2.4 Measurement and Payment. Add the following: The quantity shown in the bid schedule for Cass II Aggregate Base (untreated) is based upon a 10-1/2 inch thickness from Station 40+20 to Station 50+00; and a 18-inch thickness from Station 50+00 to Station 88+38. Untreated base material shall be paid for at the Contract Price Bid per ton complete in place, in accordance with the Drawings or as directed by the Engineer. 302-S ASPHALT CONCRETE PAVEMENT Genera]. Placement of asphalt concrete pavement shall conform to Section 302-5 of the SSPWC as modified herein: Section 302-5.S Distnbution and Spreading, modify as follows: After second sentence of sixth paragraph add: The spreading and finishing machine used to construct the asphalt concrete surface source shall be equipped with an automatic screen control for surface course paving. The automatic screen control shall be 30 feet minimum length. The paving machine shall be operated by an operator and two full-time screen men during all paving. A backup paving machine will be onsite during all paving operations. A backup asphalt windrow pickup machine (ASPWP) will be required at all times when a ASPWP is used. Additionally, a front end loader will be required during all ASPWP paving. The surface course shall be 2 inches thick. Leveling courses will be required in a variable thickness pavement section. Tack coat will be required between the interface of existing pavement and new pavement and when new pavement, in the opinion of the engineer, is dirty enough to preclude bonding between successive lifts of asphalt. 302-S.6.1 Rolling. Modify section 305-5.6.1 as follows: To Section 305-5.6.1 General, second paragraph, Part (2), add: 2/16/94 74 Pinched joint rolling procedures shall be required, vibratory 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 descnbed in this Section." 302-5.9 Measurement and Payment. Add the following, Asphalt concrete will be measured by ton. Asphalt concrete shall be paid for at the Contract price bid per ton complete in place in accordance with the drawings. The unit bid price shall include full compensation for furnishing all labor, tools, equipment, materials and incidentals and for doing all work involved in the construction. To Section 302-5, Asphalt Concrete Pavement, add: 302-5.10 Miscellaneous Asphalt Pavement Miscellaneous asphalt pavement shall include the asphalt paving associated with the reconstruction of the Encina Water Pollution Control Facility driveway and the associated asphalt slope paving as shown on the drawings and also the asphalt spillway and dike located at Station 40+ 20. Measurement and Payment. Miscellaneous asphalt pavement will be measured by ton. • Miscellaneous asphalt pavement shalJ be included in the Contract price bid per ton for asphalt concrete pavement complete in place in accordance with the drawings. The unit bid price shall inc1ude full compensation for furnishing all labor, tools, equipment, materials and incidentals and for doing all work involved in the construction, including earthwork compaction and preparation of the existing slope area to be paved. 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.5.2 Curb. Add the following: PCC curb shall be constructed in accordance with SDRSD G-1. PCC curb and gutter shall be constructed in accordance with SDRSD G-2. 303-5.5.3 Walk. Add the following: PCC sidewalk shall be constructed in accordance with SDRSD G-7, width = 5 feet unless shown otherwise of the Drawings. 2/16/94 • • • • 75 Measurement and Payment. Curb and gutter and curb shall be considered as continuing across driveways and access ramps when constructed adjacent thereto. Neither curb and gutter nor curb will be paid for across the length of local depressions. Curb and "Curb and gutter" shall be paid for at the bid price per lineal foot, sidewalks shall be paid for at the bid price per square foot. 303-7 CURB INLETS, LOCAL DEPRESSIONS, CATCH BASINS, PIPE COLLAR, HEADWALL AND CONCREfE CAP & CUTOFF WAIJ.., General. The above items shall conform to the requirement of the Drawings, to Sections 303-1 and 303-2 of the SSPWC, and to the applicable Standard Drawings except as modified herein. Payment. Payment shall be made on the basis of the Contract Price Bid for each item and shall also include full compensation for pneumatically placed sand backfill as required on drawings, manhole frames and covers, reinforcing, miscellaneous metal items, and pre-cast concrete sections, and all appurtenant items required to complete the work as indicated. Payment for local depression, including abutting linear curb, shall be included within the Contract Price Bid for curb inlet. Payment for concrete cap and cutoff wall shall be at the Bid price per lineal foot. 304-3 CHAIN LINK FENCE To section 304-3.4 Measurement and Payment, add: Payment for adjust chain link fence to grade shall be at the Bid price per lineal foot and shall include installing and removing the temporary fence. To section 304, Metal Fabrication and Construction, add: 304-S METAL BEAM GUARDRAIL The construction of metal beam guardrail shall conform to the plans, Caltrans standard plan A 77 A and shall include a type 1 flare at each end per A 77D and the State of California Department of Transportation Standard Specifications Section 83. Relocation of guardrail shall include installation of salvaged guardrail as shown on the plans and as required by the Engineer. The construction of the salvaged guardrail shall conform to State of California Department of Transportation Standard Specifications Section 83. Payment for reset salvaged metal beam guardrail shall be at the bid price per lineal foot per Section 83-1.04 and shall include replacement of any unusable or unacceptable parts or materials or additional parts or materials necessary. Payment for guardrail shall be at the bid price per lineal foot per Section 83-1.04 . 2/16/94 306 UNDERGROUND CONDUIT CONSTRUCTION General. Modify Section 306 of the SSPWC as follows: 306-1 OPEN TRENCH OPERATIONS 76 All RCP storm drain pipe shall have a minimum cover of two (2) feet below finished grade unless otherwise shown on the plans. 306-1.3.4 Compaction Requirements. Delete Section 306-1.3.4 and replace with the following: "Trench backfill shall be densified to a minimum of 90 percent relative compaction." "Payment for trench resurfacing shall be taken to be included within the appropriate item of work and no separate payment will be made therefor." 306-1.6 Basis of Payment for Open Trench Installations. Delete section 306-1.6 and replace with the following: RCP storm drain pipe shall be measured along the longitudinal axis between the ends as laid and shall include the actual pipe in place and shall not include the inside dimensions of structures. To Section 307-2.3, Standards and Steel Pedestals, add the following section: 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES. Add the following: Measurement and Payment. Payment shall be made on the basis of the Contract Price Bid for Modify Drainage Unit and shall include fu11 compensation for furnishing all labor, tools, equipment and incidentals and for doing alJ work involved to: remove the top, cap and abandon in place the existing curb inlet located at station 67 + 58 Avenida Encinas. Full compensation for all excavation and backfill required to remove, dispose of, salvage, relay, reset, relocate and reconstruct highway facilities, for which payment is not otherwise provided, shalJ be considered as included in the contract unit or lump sum price paid for the item of work involved and no separate payment will be made therefor. 307-2.3.1 Adiusting Street Lights to Grade. Adjusting street lights to grade shall include all labor and materials necessary to accomplish the work, including, but not limited to: anchor base foundation extension in accordance with Section 307-2.2, Foundations and this section; all-thread rod anchor bolt extensions in accordance with Section 209-2.2, Anchor Bolts; adjusting pull boxes to grade in accordance with Section 307-24, Pull Boxes; extension 2/161')4 • • • • 77 of conduit in accordance with Section 307-2.5, Conduit; modifications to wiring in accordance with Section 307-2.6, Wiring; and grounding in accordance with Section 307-2. 7, Bonding and Grounding. The existing foundation concrete shall be removed to expose the existing anchor bolts to allow the installation of threaded steel coupling nuts to join the existing anchor bolts and the new anchor bolt extensions. The threaded steel coupling nuts shall be sized to allow for the development of the full tensile strength of the anchor bolts. Coating requirements for the threaded steel coupling nuts shall be accordance with Section 209-2.2, Anchor Bolts. The existing concrete shall be removed to the extent necessary to install the coupling nuts and to allow for a 6 inch minimum thickness of extension foundation concrete. The removed concrete surface of the existing street light foundation shall be level and shall be roughened to expose 1/2 inch minimum projections of existing aggregate for bonding of new concrete. All surfaces shall be thoroughly cleaned of dirt, dust and grease prior to placing the new concrete. The reinstallation of the street lighting standard shall be in accordance with SDRSD numbers E-1 and E-2. Payment. Payment for adjusting street lights to grade shall be at the Contract Price Bid per each and shall include full compensation for furnishing all labor, tools, equipment and incidentals and for doing all work involved. • To section 308, Landscape and Irrigation Installation, add: 308-4.9.6 Measurement and Payment • Hydroseed slopes will be paid for at the contract Bid price per square foot in accordance with the Drawings and these special provisions. The unit price shall include full compensation for furnishing all labor, tools, equipment, materials and incidentals and for doing all work involved including but not limited to soil preparation and amendment and hydroseed application. 308-4.10 Erosion Control Matting Installation 308-4.10.1 General Before installation of erosion control matting all soil preparation, fine grading and hydroseeding of the areas to receive erosion control matting shall be completed. 308-4.10.2 Coordination With Hydroseeding Erosion control matting shall be installed immediately after the first application of hydroseed materials. In all cases the erosion control matting shall be placed within three days of the first hydroseed material application. Should any seed in the hydroseed materials begin to 2/16/94 78 germinate with the three day period after application or before the installation of the erosion control matting the installation of the erosion control matting shall be considered as late and the contractor shall disc the hydroseed materials into the top four inches of the underlying soil, condition the soil for hydroseeding and apply hydroseeding materials at the rates and the type specified. No additional payment will be made for second or subsequent hydroseed applications resulting from late installation of erosion control matting. 308-4.10.3 Installation Erosion control matting shall be installed on all slopes within the limits of construction higher than six feet using the following techniques: 1. Begin at the top of the slope by placing the erosion control matting into a six inch wide by six inch deep trench with the end of the matting laid flat in the bottom of the trench and anchoring the end of the erosion control matting with erosion control mat staples spaced no more than twelve inches on centers placed at the intersection of the bottom and the downhill vertical face of the trench. 2. Roll the erosion control matting down the slope. • 3. Staple the erosion control matting on an alternating grid consisting of three across • and two across lines of staples in horizontal lines spaced three feet on centers. Erosion control mat so stapled shall be spaced such that no less than one and one- half staples per square yard are provided to anchor the erosion control matting. 4. Start the adjacent erosion control mat as in 1. of this section, overlapping the previously placed mat by no less than two inches. Staple placement may be such as to use the staples used to secure the adjacent mat to secure both mats along their edges. 5. 'When erosion control matting is spliced going down slope the ends shall be lapped no less than six inches shingle fashion. The spliced ends shall be anchored with erosion control mat staples spaced no more than twelve inches on centers. 6. The edges of erosion control matting consisting of the bottom ends and edges of over-all areas shall be stapled 18 inches on centers. Measurement and Payment. Erosion control matting will be paid for at the contract bid price per square foot, complete in place, in accordance with the Drawings and these special provisions. The unit price shall include full compensation for furnishing all labor, tools, equipment, materials and incidentals and for doing all work involved including but not limited to erosion control matting, erosion control staples, matting installations and coordination with hydroseeding. 2/16/94 • • • 79 SECTION 310 -PAINTING: Modify Section 310-5 as follows: 310-5.6 Painting, Traffic Striping, Pavement Markings, and Curb Markings. Delete Section 310-5.6 and substitute the following: 310-5.6 Final Traffic Signing, Striping, Pavement Markings 310-5.6.1 General. The Contractor is responsible for all signing and striping. Signing, striping and pavement marking shall conform to the latest Caltrans Traffic Manual, Caltrans Standard Specifications ( dated July 1992), the Drawings and these Special Provisions. All signing and striping is subject to the approval of the City Engineer or his representative, prior to installation. All signs and striping shall be reflective per Caltrans Specifications, striping shall be repainted two weeks after initial painting. Signing shall use 3M high intensity sheeting or equal. Exact location of striping and stop limit lines shall be approved by Cty Engineer or his representative prior to installation. Any deviation from these striping and signage plans shall be approved by the Engineer of work and the City Engineer prior to change in the field. 310-5. 7 Signing. Traffic signing shaJJ conform to the folJowing requirements. 310-5.7.1 General. The Contractor shall provide and install all final signs, markers and markings and delineators at locations shown on the plans and specified herein. 310-5.7.2 Sim Materials. Signs shall conform to the current requirements of Section 56 of the State of California, Department of Transportation Traffic Sign Specifications specified herein with the changes indicated. 310-5.7.3 Sim Post Materials. Sign posts shall be 10 gage 1-3/4 inch square galvanized steel. Sign posts shall be installed with square perforated steel tubing with breakaway base per detail A in Appendix 3. 310-5.7.4 Installation of Traffic Signs. Traffic signs shall be installed at the locations shown on the plans and as specified herein. The signs shall be mounted on posts in accordance with Section 56, ''Signs" of the State Standard Specifications. All fastening hardware is to • be provided by the Contractor. Where possible, install signs on luminaire pole. 2/16/94 80 All signs shall be standard size shown in Caltrans Traffic Manual unless otherwise noted. All signs shown on the Drawings shall be new signs provided and installed by the Contractor except those signs specifically shown as existing to be relocated or to remain. 310-5.7.5 Payment. All costs for final signing shall be included in the Lump Sum price bid final for signing and striping and no additional compensation will be allowed therefore. 310-5.8 Markers and Delineators. Markers and delineators shall conform to the materials and installation requirements specified in Caltrans Standard Specifications Section 82. 310-5.9 Traffic Stripes and Pavement Markings. Traffic stripes and pavement markings as indicated and required shall conform to the requirements specified in Caltrans Standard Specifications Section 84, except: 1. The Contractor shall layout (cat track) immediately behind installation of surface course asphalt and as the work progresses. The first coat of paint shall be done immediately upon approval of striping layout by the Engineer. 2. The Contractor shall provide all materials required for execution of the work; 3. Delete all references to measurement and payment; 4. Paint shall be rapid dry water borne in accordance with State Specification No. 8010-91D-30. 5. Pavement striping and marking shall be applied in two coats, a minimum off fourteen (14) days apart, and all streets shall include raised pavement markers; temporary striping shall be applied in one (1) coat minimum. 6. Contractor shall remove all conflicting painted lines, markings and pavement legends. Sandblasting debris shall be promptly removed by Contractor. 7. All pavement legends shall be Caltrans non-metric stencils and shall match City of Carlsbad Community Services Department pavement legend stencils. Contractor shall verify with City Inspector that stencils match the City of Carlsbad stencils prior to installing pavement legends. 8. The Contractor shall remove all existing signs from the project site and deliver them to the Community Services Yard, 405 Oak Avenue. • • 310-5.9.1 Payment. Final striping, signage, traffic and pavement markings as indicated and required shall be included in the lump sum price bid for final signing and striping, and no additional compensation will be allowed therefore. • 2/16194 • • • 81 Final traffic signing and striping shall be paid for at the Lump Sum prices bid and shall include applicable labor, too1s, equipment, materials and incidentals for doing all Work in installing the traffic signing and striping . 2/16/94 ... • --------@ o_~o o o C\ o 00000 ------- ~ ~ ~ '1 ~ • o o o ~o o 000000 @ ~ ~ --------@ ~ Q)t:i ih. io ~~ !(( ~~ ~ ·~ ~ (0 -l4J ~ ~ ...J -~ ~ 00000000 •o-o o §Joo 00000 ~ • ci5 -------Cr) ~ :: ~. ~ <l---...... ~ i~ (,!)~ -c (r)Q.. I~ ~---, ti: ~ --------~ o o o o o o o· 000000 -------~ r --..J C(~ ~llJ ~ ~Lu ~ I;. _L N it t'I) -0000000000000 s ~ ('I 1--.... ~ < ..... ~ • l.!)U) ~ Q)~~ ~ • • January 7, 1994 CARDIFF GEOTECHNICAL CONSUL TING ENGl1''EERS A.'\ID GEOLOGISTS Fraser Engineering, Inc. 2191 El Camino Real Oceanside, CA 92054 Subject: ADDENDUM REPORT Proposed Extension and Widening of Avenida Encinas Carlsbad, California References: 1. RECORD OF MEETING MINUTES Avenida Encinas Extension and Widening Prepared by Fraser Engineering Dated December 22, 1993 2. PRELIMINARY GEOTECBNICAL INVESTIGATION Proposed Extension and Widening of Avenida Encinas Carlsbad, California Prepared by Cardiff Geotechnical Dated December 13, 1993 Dear Mr. Wall and Mr. Pasko: This report presents additional/revised recommendations based on our December 22, 1993 meeting with Carlsbad city representatives, the Carlsbad Municipal Water district and Fraser Engineering. In general, the revised recommendations are presented in response to budgetary constraints expressed by the city and the proximity of existing utility lines. Reference 1 (Iteas 1,2,3 and 8) Subgrade Preparation/Pavement Design • The purpose of our initial recommendations for the removal and recompaction of compressible clayey deposits was for the purpose 135 LIVERPOOL DRIVE • SUITE A• CARDIFF• CA 92007 (619) 753-3697 • FAX (619) 753-4158 January 6, 1994 W.O. P-121103-2 Page 2 of reducing potential settlement of the pavement. However, as per our meeting with city representatives, grading will be limited to scarification and compaction of the upper 12 inches of the subgrade soils. As indicated in our pavement section of the preliminary geotechnical investigation, the subgrade soils should be moistened to optimum moisture content, compacted and left in a condition to receive base materials. These preliminary pavement design recommendations remain applicable and should be implemented. A temporary pavement section of 4. 0 inches asphal tic concrete over 6.0 inches of base was suggested during the meeting. As an alternative, the subgrade and base material may be constructed as a designed section and covered by 2.0 inches of asphaltic concrete. In this case, the ultimate pavement design could be achieved by placing additional asphaltic concrete, in lieu of removal of a temporary pavement section. Reference 1 (Itea 5) Gas Line Crossing As an alternative to a structural arch, it may be feasible to bridge over the gas line utilizing geogrid and special grading techniques. Plate A. A Typical Section is illustrated on the enclosed • • • • • • Reference 1 (Items 6 and 7) January 6, 1994 W.O. P-121103-2 Page 3 The gas line in the area of the proposed fill slope ( Station 58+55) should be exposed during the grading phase. The construction of the proposed fill slope (Station 58+55) will require special compaction techniques in and around the gas line. If the grading contractor feels that adequate compaction cannot be obtained in these areas, lateral movement of fill could adversely af feet the gas line. In this regard, an alternative approach that of utilizing a geogrid system is presented on the enclosed Plate B. As indicated in the enclosed Typical Section, Plate B, using geogrid at 2.0 foot intervals will significantly reduce potential lateral movement • This approach will also reduce the amount of compaction effort in and around the gas line. All fill should be placed under the observation and testing of a qualified geotechnical engineer. It should be noted that additional recommendations may be necessary during the construction phase. If you have any questions, please do not hesitate to contact us at 753-3697. This opportunity to·be of service is appreciated. Respectfully submitted, CARDIFF GEOTECHNICAL ~~ Geologist ~:Sin Geotechnical TYPICAL SECTION" • I ·---•-·· -····-·· -.. ~---·~ •·--------·--... PERPENDICULAR TO GAS LINE , I . i . STA. 58+55 PROPOSED 2:1 FILL SLOPE ~,,,,,.,--✓--;,»>..._►-~- VARIABLE HEIGHT MAX. 12' L .JL 1/ / /C --~ ~ / C === -;;;,,'-- / CZ~~--· / ------17.=-_-:_-= ~ ~ ,~£-:fd-----------. ---~. -/'"t d_:rPROPOSED.GE.'OGa~o RE~~RCED ~~ 12" GAS LINE . d=2' . . PLATE A • • L=B' I :L1=3' I I ' • • PLATE B • • TYP:CCA.L SEC!"rION" GAS LINE BRIDGING SUBGRADE GEOGRIDl ~-,__ =±---• --.-, -., 1 • 0 Fr. MIN. COVER / I '.J.0~ / · ·1~ "'1 : 1 PROJECTED PLANE GAS LINE ....._ ___ EXTEND GEOGRID 8 • BEYOND 1 : 1 PROJECTED PlANE SUBGRADE /-~-____ \ / 1.orr / . -\GEOGRID ~ p ~{ 1' DEEP TRffiCH GAS LINE /'' / / L EXTEND 3 • BEYOND 1 : 1 PROJECTED PLANE AND INTO 1 ' DEEP TRENCH WHERE LATERAL EXTENSION IS NOT FEASIBLE • • • PRELIMINARY GEOTECHNICAL INVESTIGATION Proposed Extension and Widening of Avenida Encinas Carlsbad, California Prepared For: Fraser Engineering, Inc. 2191 El Camino Real Oceanside, California December 13, 1993 W.O. #P-121103 Prepared By: CARDIFF GEOTECHNICAL 135 Liverpool Drive Suite A Cardiff, California 92007 TABLE OF CONTENTS INTRODUCTION •................................................ 1 SITE CONDITIONS .•...•..•...•.•.••••.•••.••••••••••••.••••••• l PROPOSED DEVELOPMENT •.•••••.••••••••••.••••••••••••••••••••• 2 SITE INVESTIGATION .•••••.••••••••••••••••••••••••.•••••••••• 2 LABORATORY TESTING •••.••••••••••••••.••••••••••••••••••••••• 3 GEOTECHNICAL CONDITIONS •••••••.••••••.•••••••••••••••.•.•••• 4 DISCUSSION •••••••••••••••••••••••••••••••••••••••••••••••••• 7 PRELIMINARY PAVEMENT DESIGN •••••••••..•••••••••.•••••.•.•••. 8 CONCLUSIONS AND RECOMMENDATIONS .••••••••••••••••••••••••••• 10 A. GENERAL GRADING CONSIDERATIONS ••••••••••.••••• 10 B • EARTHWORK ••••••••••••••••••••••••••••••••••••• 12 C. OBSERVATION AND DENSITY TESTING ••••••••••••••• 14 D. DRAINAGE .••••••••••••••••••••••••••••••••••••• 14 E. LIMITATIONS .•.•..•.•...•••••••••••••••••••.••• 15 APPENDICES APPENDIX A ••••••••••••••••••••••• LABORATORY TEST RESULTS TABLE 5-1 PLATE 5-1 TRENCH LOGS TOPOGRAPHIC OVERLAY PORTION OF GRADING PLAN TYP. STABILIZATION FILL DESIGN TYPICAL SECTIONS APPENDIX B ••••••••••••••••••••••• GRADING GUIDELINES GEOTECHNICAL MAP • • • • • • INTRODUCTION December 13, 1993 W.O. IP-121103 Page i This report presents the results of our preliminary geotechnical investigation on the subject property. The purpose of this study is to evaluate the nature and characteristics of the earth materials underlying the site and their influence on the construction of the proposed street improvements. SITE CONDITIONS The subject property includes a coastal segment of land extending from the terminus of Avenida Encinas, near Poinsettia Lane north to Palomar Airport Road, in the city of Carlsbad. The southern portion of the site consists of relatively flat cultivated terrain. However, the northern portion of the site includes 10 to 12 foot high slopes which descend along the western side of Avenida Encinas at gradients approaching 111: 1. Except for the most southern segment, the majority of Avenida Encinas and its proposed extension generally parallels the Atchison Topeka and Santa Fe Railroad line. The northern portion of Avenida Encinas is bounded along the east by commercial structures. A review of topographic maps, prior to the development of structures and the graded portion of Avenida Encinas, indicates a large canyon (Canyon De Las Encinas) and several westerly and southeasterly ravines transecting the northern and central portions of the site (See enclosed topographic overlay) • December 13, 1993 • W.O. #P-121103 Page 2 Apparently, one or more culverts were required to transfer water under the elevated railway line. PROPOSED DEVELOPMENT Plans for the extension and widening of Avenida Encinas were prepared by Fraser Engineering. The project includes the connection of the existing half street improvements from the terminus of Avenida Encinas near Poinsettia Lane north, to the southern terminus of the street near Palomar Airport Road. The project also includes widening of the existing northern street segment. The overall length of the project, including the widening of the northern street segment and the construction of the new road segment, is approximately 5400 lateral feet. Additional improvements will consist of curb, gutter, sidewalk, asphaltic concrete paving and storm drain facilities. Several utility lines are present along the proposed road alignment. Of significant cqncern is the 12 inch diameter high pressure gas line. Grading of the southern portion of the road segment will be limited to minor cuts and fills, up to 4.0 feet. However, cuts and fill slopes, up to 9.0 feet and 11.5 feet, respectively, are planned along the northern and central road segments. SITE INVESTIGATION Eight exploratory trenches were excavated on the site with a • • • • • December 13, 1993 W.O. #P-121103 Page 3 tractor-mounted backhoe to a maximum depth of 14 feet. Earth materials encountered were visually classified and logged by our field geologist. Undisturbed, representative samples of the earth materials were obtained at selected intervals. Samples were obtained by driving a thin walled steel sampler into the desired strata. The samples are retained in brass rings of 2.5 inches outside diameter and 1. 0 inches in height. The central portion of the sample is retained in close fitting, waterproof containers and transported to our laboratory for testing and analysis. LABORATORY TESTING Classification The field classification was verified through laboratory examination, in accordance with the Unified Soil Classification System. The final classification is shown on the enclosed exploratory ~ogs. Moisture/Density The field moisture content and. dry unit weight were determined for each of the undisturbed soil samples. This information is useful in providing a gross picture of the soil consistency or variation among exploratory excavations. The dry unit weight was determined in pounds per cubic foot. The field moisture content December 13, 1993 W.O. iP-121103 • Page 4 was determined as a percentage of the dry unit weight. Both are shown on the enclosed Appendix A. Maximum Dry Density/Optimum Moisture Content The maximum dry density and optimum moisture content were determined for selected samples of earth materials taken from the site. The laboratory standard tests were in accordance with ASTM D-1557-78. The results of the tests are presented in Appendix n A ... GEOTECHNICAL CONDITIONS The southern portion of the site is underlain by nearly flat- lying, friable Pleistocene sands mantled by relatively thin soil • deposits. However, in the north-central portion of the site significant alluvial/soil deposits are present. These deposits are generally soft and compressible and will require special consideration during the grading phase. the earth materials is discussed below. Alluvium/Soil (Undifferentiated) A brief description of In the vicinity of Trench Nos. 1, 2 and 3, up to 10.5 feet of dark brown slightly sandy clay was encountered. These deposits are compressible and highly expansive. It is likely that significant amounts of these alluvial/soil deposits are present in the central portion of Canyon De Las Encinas (vicinity of STA • • • • • December 13, 1993 W.O. #P-121103 Page 5 68). Additional alluvial/soil deposits are present in the transecting ravines in the northern portion of the site (vicinity of STA. 81). In the southern portion of the site, the alluvial/ soil deposits thin to approximately 6. 0 feet, in the vicinity of Trench No. 4. The southern extent of these deposits is in the vicinity of STA. SO. Soil Based on exploratory Trench Nos. 5 through 7, the southern portion of the site is generally mantled by 1.5 to 2.5 feet of clayey sand. cultivated • The upper 1. 0 foot of these deposits have been In the vicinity of Trench No. 8, approximately 2.0 feet of clay was encountered below the soil deposits. The clay may represent a former drainage course. Terrace Deposits Late Pleistocene terrace deposits underlie the surficial materials on the site. The sedimentary deposits consist of poorly consolidated fine and medium-grained sands. The reddish brown sand is generally clayey and weathered in the upper 2. 0 feet, but becomes increasingly dense and competent with depth. Expansive Soils The majority of the terrace deposits are composed of granular deposits which have a potential expansion in the low range • December 13, 1993 • W.O. #P-121103 Page 6 However, the clayey alluvial/soil deposits encountered have a potential expansion in the high range. Groundwater No evidence of perched groundwater was observed in the terrace deposits, along the southern portion of the site. However, surface water was observed in areas along the base of the descending slopes (vicinity of STA. 81). It is likely that shallow groundwater tables are present in the transecting canyon and ravine areas (See enclosed topographic overlay). Seismicity Based on a review of pertinent geological maps, no active faults have been recognized on the subject property. The nearest active fault is the Rose Canyon Fault located about four miles west of the site. Other active faults which could affect the site are listed on the enclosed Table S-1. Although the likelihood of ground rupture on the site is remote, it is almost a certainty the property will be exposed to ground· motion resulting from the release of energy along the numerous known and unknown faults in Southern California. Table S-1 indicates seismic parameters for active faults which could affect the site. The enclosed Seismic Map (Plate S-1) shows the general proximity of active faults. • • • • • DISCUSSION December 13, 1993 W.O. tP-121103 Page 7 1. The most southern portion of the site is mantled by 2. 3. relatively thin soil deposits. However, significant alluvial/soil deposits and high groundwater conditions should be anticipated in the central and northern portions of the project. The clayey alluvial/soil deposits are compressible. In order to reduce the adverse affects on pavement, due to consolidation, the upper 3.0 feet of the clayey soils should be removed and replaced as compacted fill in the proposed roadway areas • In the vicinity of STA. 76+00 and STA 80 +60, the proposed fill slopes may adversely affect the 12 inch diameter high pressure gas line. Exploratory trenches are recommended in this are~ to evaluate the geotechnical conditions underlying the gas line. It may be necessary to relocate the gas line in the proposed fill slope areas (See enclosed Typical Sections). 4. Testing of representative samples of the clayey alluvial/soil deposits indicate an R-value of Sor less. It may be feasible to utilize on-site granular deposits in the upper 2. 0 feet of the street subgrade • Such an approach December 13, 1993 W.O. #P-121103 Page 8 would significantly improve the resistance value of the subgrade soils. 5. The structural sections recommended in this report generally represent the "worst" and "best" types of soils encountered on the site. Final structural sections should be based on R-value testing of the specific soils used in the street subgrade. 6. It is our understanding that the proposed improvements to Avenida Encinas will be constructed in four separate segments. Initial construction will consist of Segment A followed by B, C and D. Our conclusions and recommendations are presented in this sequential manner. PRELIMINARY PAVEMENT DESIGN R-value tests were performed on representative samples of clayey alluvial materials and Pleistocene terrace deposits. The results of testing indicate an R-value of 5 or less for the clayey materials and an R-value of 34 for sandy terrace deposits. As per our conversations with the city of Carlsbad, Avenida Encinas is classified as a secondary arterial street with an anticipated traffic index of 8. Preliminary structural sections presented below are based on R-value data and the subsurface conditions encountered during exploration. • • • • Preliminary Structural Section Avenida Encinas (Sta. 50+00 to 88+38) R-value 5 (clayey soils), Traffic Index of 8 4.0 inches of asphaltic paving on 18 inches of Class 2 Aggregate Base on 12 inches of compacted native soil Avenida Encinas (Sta. 40+20 to 50+00) December 13, 1993 W.O. #P-121103 Page 9 R-value 34 (sandy terrace deposits), Traffic Index of 8 4.0 inches of asphaltic paving on 10.5 inches of Class 2 Aggregate Base on 12 inches of compacted terrace deposits Subgrade soils should be scarified, moistened to optimum moisture • content and compacted to the thickness indicated in the above structural section, and left in a condition to receive base materials. Class 2 base material should have a minimum • R-value of 78 and a minimum sand equivalent of 30. Subgrade soils and base materials should be compacted to a minimum of 95 percent of their laboratory maximum dry densities for the sections indicated. All section changes should be properly transitioned. If adverse conditions are encountered during the preparation of subgrade materials, special construction methods may need to be employed. Final pavement section design should be based on testing performed after grading is complete • December 13, 1993 • W.O. #P-121103 Page 10 CONCLUSIONS AND RECOMMENDATIONS General Grading Considerations Segment A (STA. 40+20 to 58+55) In general., the southern portion of the site includes relatively thin soil deposits overlying Pleistocene terrace sands. Grading along STA. 40+20 to 50+100 will require removal and recompaction of the surficial materials and weathered terrace deposits. Minor cuts and fill, up to 3.0 feet, in this area may be graded at an inclination of 1~:1 (horizontal to vertical). From STA. 50+00 to the end of Segment A (STA. 58+55), the site is underlain by alluvial/soil deposits which thicken to more than 10 feet, in a northerly direction. Due to the compressible nature of these clayey deposits, they should be removed to a minimum depth of 3. 0 vertical feet and replaced as properly compacted fill prior to the placement of additional fill or after minor cuts, up to 3.0 feet, are completed. The proposed fill slope in the vicinity of STA. 58+55 should be constructed as a stabilization fill. A 20 foot wide key, embedded a minimum of 2.0 feet into competent material, should be constructed along the base of the proposed fill slope. Fill should be benched into competent material. Fill slopes should be constructed a maximum gradient of 2:1 (horizontal to vertical) • • • • Segment Band C (STA. 58+55 to STA. 88+38) December 13, 1993 W.O. #P-121103 Page 11 Most of the rough grading has been completed along the western portion of Segment B. However, variable height fill slopes are planned along the western extent of the project. Fill slopes should be provided with a key and benched into competent materials, as previously indicated. The subgrade deposits should be evaluated upon completion of the fill slopes. Additional recommendations may be necessary. The most extensive grading of the project is planned for Segment c. Cuts, up to 9.0 vertical feet, are planned along the western extent of Avenida Encinas. Fill slopes, up to 11.5 feet, are • also planned in this area. Upon completion of the road cuts, the subgrade deposits should be evaluated. It is likely that considerable alluvial/soil deposits will be encountered in this area. A minimum of 3.0 foot removal and recompaction should be anticipated. The area of the proposed fill slopes in the vicinity of STA. 76+00 and STA. 80+60 is probably underlain by significant alluvial/soil deposits. It is recommended that additional exploratory trenches be excavated in these areas prior to grading. The purpose of the additional exploration is to evaluate the geotechnical ·conditions underlying the 12 inch diameter high pressure gas line. If compressible alluvial/soil • deposits are present, the construction of the proposed 7. 0 to December 13, 1993 • W.O. tP-121103 Page 12 11.5 foot fills could adversely affect the pipe. High groundwater conditions are anticipated in this area and should also be evaluated. It should be noted that removal and relocation of the high pressure gas line may be necessary in this area. Segment D (STA. 88+38 to STA. 93+85) Only minor improvements consisting of a new sidewalk are planned along Segment o. However, the subgrade deposits in the area of the sidewalk should be evaluated during the course of grading. Additional reconunendations for densification of the subsoils may be necessary. It should be noted that an alternative D.2 on the grading plans indicate a 7. 0 foot widening of the street. If this alternative is chosen, the fill should be keyed and benched into competent deposits. Earthwork Grading and earthwork should be performed in accordance with the following recommendations and the Grading Specifications included in this report. Site Preparation Prior to grading, all areas to receive structural fill should be cleared of surface and subsurface obstructions, including any existing debris, and stripped of vegetation. Removed vegetation • • • • December 13, 1993 W.O. #P-121103 Page 13 and debris should be properly disposed of off site. Boles resulting from removal or buried obstructions which extend below finished road grades should be replaced with suitable compacted fill material. All areas to receive fill and/or other surface improvements should be scarified to a minimum depth of 6 inches, brought to near-optimum moisture conditions, and recompacted to at least 90 percent of the laboratory maximum dry density. Removal of Compressible Soils As noted previously, significant clayey alluvial/soil deposits are present. In order to reduce the adverse affects of consolidation, the upper approximately 36 inches of these materials should be removed and recompacted. Localized deeper removals may be necessary along the base of fill slopes and should be evaluated by additional exploration. Excavations The on-site materials are expected to be rippable with modern, earthmoving equipment in good operating condition. It is estimated that the alluvial soils to be removed will undergo approximately 5 to 10 percent shrinkage when compacted as fill material to 90 percent relative compaction. Fills • The on-site soils are generally suitable for use as compacted December 13, 1993 • W.O. #P-121103 Page 14 fill provided they are free of organic material and debris. Fill should be placed in 6.0 to 8.0 inch lifts, moistened as required and compacted to a minimum of 90 percent of the laboratory maximum dry density. As previously indicated, clayey alluvial deposits should be removed and replaced as compacted fill to a minimum depth of 3. 0 feet below the proposed road subgrade. Additional recommendations will be presented should any septic tanks, cistern, seepage pits or other unforeseen geotechnical conditions be encountered during grading. Slope Stability It is our opinion that proposed fill slopes constructed at inclinations of 2 to 1 (horizontal to vertical) or flatter will be stable with respect to deep-seated failure, provided the fills are keyed and benched into competent materials. Our evaluation is based on a maximum height of 15 feet using a factor of safety of 1.5 under ~tatic conditions. Observation and Density Testing Fill should be placed while a representative of this firm is present to observe and test. Additional recommendations may be necessary during the grading phase. Drainage • Paved areas should be protected from moisture migrating under the • • • • December 13, 1993 W.O. #P-121103 Page 15 pavement from adjacent water sources, such as planted or grass areas. Pad water should not be allowed to pond. LIMITATIONS This report is presented with the provision that it is the responsibility of the owner or the owner's representative to bring the information and recommendations given herein to the attention of the project's architects and/or engineers so that they may be incorporated into plans. If conditions encountered during grading appear to differ from those described in this report, our office should be notified so that we may consider whether modifications are needed. No responsibility for construction compliance with design concepts, specifications or recommendations given in this report is assumed unless on-site review is performed during the course of construction. The subsurface conditions, excavation characteristics and geologic structure described herein are based on individual exploratory excavations made on the subject property. The subsurface conditions, excavation characteristics and geologic structure discussed should in no way be construed to reflect any variations which may occur among the exploratory excavations. Please note that fluctuations in the level of groundwater may occur due to variations in rainfall, temperature and other December 13, 1993 • W.O. #P-121103 Page 16 factors not evident at the time measurements were made and reported herein. Cardiff Geotechnical assumes no responsibility for variations which may occur across the site. The conclusions and recommendations of this report apply as of the current date. In time, however, changes can occur on a property whether caused by acts of man or nature on this or adjoining properties. Additionally, changes in professional standards may be brought about by legislation or the expansion of knowledge. Consequently, the conclusions and recommendations of this report may be rendered wholly or partially invalid by events beyond our control. This report is therefore subject to review and should not be relied upon after the passage of three years. • The professional judgments presented herein are founded partly on our assessment of the technical data gathered, partly on our understanding of the proposed construction and partly on our general experience in the geotechnical field. Our engineering work and the judgments given meet present professional standards. However, in no respect do we guarantee the outcome of the project. If you have any questions, please do not hesitate to contact our office at 753-3697. The opportunity to be of service is greatly appreciated. • • • • Sample Location T-1 @ 2'-4' APPENDIX 11A11 LABORATORY TEST RESULTS TABLE I Maximum Dry Density and Optimum Moisture Content (Laboratory Standard ASTM D-1557-78) Max. Dry Density ~ 119.0 Optimum Moisture Content 14.0 (Mixture of clay and sand) Sample Location T-1@ 3.0' T-1@ 5.0' T-1 @ 7.0' T-1 @ 10.0' T-2@ 3.0' TABLE II Field Dry Density and Moisture Content Field Dry Density ~ 104.0 98.7 97.7 102.1 105.5 (P-121103-1) Field Moisture Content % 16.2 19.7 13.5 3.6 17.9 TABLE II (Cont'd) Field Dry Density and Moisture Content • Sample Field Dry Field Moisture Location Density Content ~ % T-2@ 7.0' 112.7 17.3 T-2@ 9.0' 111.0 17.9 T-3@3.0' 105.0 18.9 T-3@ 5.5' 104.1 20.6 T-3@ 8.0' 99.8 21.2 T-4@ 3.0' 96.8 24.2 T-4@ 5.0' 114.9 16.9 T-4@ 7.0' 115.7 7.5 T-5@ 1.5' 115.6 9.7 T-5@ 3.5' 112.0 9.1 T-5@ 7.0' 111.1 8.9 T-5@ 10.0' 115.6 4.9 T-6@ 1.0' 112.0 16.4 • T-6@ 3.0' 118.6 15.2 T-6@ 5.0' 107.8 10.7 T-6@ 8.0' 108.7 5.7 T-7@ 3.0' 104.3 22.1 T-7@ 4.5' 116.7 13.3 T-7@ 6.5' 113.2 12.9 T-8@ 3.0' 106.3 21.2 (P-121103-2) • • • • TABLE S-1 SEISMIC PARAMETERS FOR ACTIVE AND POTENTIALLY ACTIVE FAULTS Max. Max. Credible Probable Bedrock Design Earth-Earth-Accel-Accel- Fault Distance Quake Quake eration eration --Magnitude-- Rose Canyon 4 mi. s. w. 7.1 6.2 0.31g 0.20g Coronado Banks 19 mi. s.w. 6.5 6.0 0.15g 0.10g Elisnore 25 mi. N.E. 7.5 7.3 0.19g 0.12g San Jacinto 50 mi. N.E. 7.5 7.3 0.19g 0.06g San Andreas 71 mi. N.E . 8.2 8.0 0.08g 0.05g The Rose Canyon fault has recently been designated as active (C.D.M.G.) J:>esign acceleration is comrnonl y considered to be about 65 percent of the maximum (peak) acceleration for the site within approximately 20 miles of the epicenter . 1812 ·~ . ' ' ~ \ \ '~ . ' . . . . . . . . . . . . . \ ·-~t •• II . . •· .... . . . . t,ILCS . . 0 10 20 . . . . . . ..a . .JO . . . . -- -----···· -----··· 0 SEISMIC MAP Total length of f.:ault ~one thot brc~ks Uoloccc deposit: or th~t h.:as had :cicmic activity Fault segment with surf.ace rupture durinq an historic carthquokc, or with ascis::iic foult c: ••• Approximate epiccntrol area of earthquakes t.hat occurred 11,, -1933 Earthquake epicenters slnce 1933 Jtef: AEC Special Publication, Oc:t.1973 (by ltichard J. Proctor) . 1---:....... ~t.i----~ ' 81.lJE -~~ •••• ~~••••• I . ' CAUfOfill!A-.:.,_ ________ BAJA CAUFORNlA .. I ...... :. 7 M5.9-6.~: ,----------- D E N A " ~ --J~-'- PLATE S-1 • • • EXPLORATORY TRENCHES LOGS DEPTH Trench No. f 0-2' 2'-8' 8'-10' Trench No. 2 0-1' 1'-5.5' 5.5'-10' 10'-14' Trench No. 3 0-2.5' 2.5'-10.5' DESCRIPTION FILL: Sand, clayey, tan to brown, pebbles, poorly mixed, moderately dense, moist, plastic and wire debris ALLUVIUM: Clay, slightly sandy, dark brown, damp, stiff, veins of tan sand ALLUVIUM(?): Sand, fine and medium- grained, slightly moist, loose, no cementation FILL: Sand, silty and fine-grained, tan to brown, dry, moderately dense ALLUVIUM: Sand, clayey, mottled tan to brown, moist, dense ALLUVIUM: Clay, slightly sandy, dark brown, damp to very damp, stiff TERRACE DEPOSITS(?): Sand, slightly clayey, tan to brown, moist, moderately dense FILL: Sand, clayey, tan to brown, moist, loose, plastic debris · ALLUVIUM: Clay, slightly sandy, brown, caliche stringers, damp, soft in upper 4 feet (P-121103-1) 10.5'-11.5' TERRACE DEPOSITS: Sand, fine and medium-grained, tan to reddish brown, • moist, dense Trench No. 4 0-2' FILL: Sand, clayey, tan to brown, slightly moist, loose 2'-6' ALLWIUM: Clay, slightly sandy, brown, oaliche stringer, damp, soft in upper 3 feet 6'-8' TERRACE DEPOSITS: Sand, fine and medium-grained, slightly clayey, slightly moist, dense 8'-9.5' TERRACE DEPOSITS: Sand, fine and medium-grained, reddish brown to gray, slightly moist, dense Trench No. 5 0-1.5' SOIL: Sand, slightly clayey, tan to brown, slightly moist, loose, cultivated area 1.5'-2' SOIL: Sand, clayey, brown, caliche • packets, moist, moderately dense 2'-9' TERRACE DEPOSITS: Sand, fine and medium-grained, reddish brown to gray, moist, moderately dense @ 8'-9', very moist, weakly cemented Trench No. 6 0-1.5' SOIL: Sand, clayey, tan to brown, blocky, slightly moist, loose, cultivated area 1.5'-8' TERRACE DEPOSITS: Sand, fine and medium-grained, slightly clayey in upper 1.5'-2.5', moist, dense below 2.5', grades to weakly cemented reddish brown to gray sand (P-1211103-2) • Trench No. 7 0-1' • 1'-2.5' 2.5'-5' 5'-7' 7'-8.5' Trench No. 8 0-2' 2'-4' • 4'-6.5' • SOIL: Sand, clayey, tan to brown, blocky, slightly moist, loose, cultivated area SOIL: Clay, slightly sandy, grey, very damp, soft TERRACE DEPOSITS: Weathered sand, slightly clayey, blocky, brown to slightly reddish brown, dense, slightly moist TERRACE DEPOSITS: Sand, slightly clayey, reddish brown, moist, dense TERRACE DEPOSITS: Sand, fine and medium-grained, very slightly clayey, moist, dense SOIL: Sand, clayey, tan to brown, slightly moist, loose, cultivated area SOIL: Clay, slightly sandy, grey, very damp, soft TERRACE DEPOSITS: Sand, fine and medium-grained, moist dense (P-121103-3) " I \ 1960 TOPOGRAPIC OVERLAY • t,t'fs 0 'I( . • C ti I 'x' V O f e d 19-0 (showing drainage courses prior to development} )r \ T \ * • .. ~ . t ~.~. •, \ ·-\ \\ ~ 0 .. • I I l l ti-VARIABLE eta· --------EQUIPMENT WIDTH KE1' 10• MINIMUM ,. 20' WIDE I' MINIMUM KEY DEPTH ( into competent material) TYPICAL STABILIZATION FILL DESIGN • APPENDIX B • • GRADDIG GOIDBLDIBS Grading should be performed to at least the minimum requirements of the governing agencies, Chapter 70 of the Uniform Building Code and the guidelines presented below: Site Clearing Trees, dense vegetation, and other deleterious materials should be removed from the site. Non-organic debris or concrete may be placed in deeper fill areas under direction of the Soils engineer. Light, dry grasses may be thinly scattered and incorporated into the fill under direction of the Soils Engineer, provided concentrations of organics are not developed. Subdrainaqe 1. Subdrainage systems should be provided in all canyon bottoms and within buttress and stabilization fills prior to placing fill. Subdrains should conform to schematic diagrams CG-1, CG-3, and CG-4, approved by the Soils Engineer. • For canyon subdrains, runs less than 500 feet may use six • inch pipe. Runs in excess of 500 feet should have the lower end as eight inch minimum. 2. Filter material should be Class 2 permeable filter material per California Department of Transportation Standards tested by the Soils engineer to verify its suitability. A sample of the material should be provided to the Soils engineer by the contractor at least two working days before it is delivered to the site. The filter should be clean with a wide range of sizes. As an alternative to the Class 2 filter, the material may be a 50/50 mix of pea gravel and clean concrete sand which is well mixed, or clean gravel wrapped in a suitable filter fabric. 3. An exact delineation of anticipated subdrain locations may be determined at 40 scale plan review stage. During grading, the Engineering Geologist should evaluate the necessity of placing additional drains. 4. s. All subdrainage systems should be observed by the Engineering Geologist and Soils Engineer during construction and prior to covering with compacted fill. Consideration should be given to having subdrains located by the project surveyors. outlets should be located and protected. • • • • Treatllent of Bz.iatinq Ground 1. All heavy vegetation, rubbish and other deleterious materials should be disposed of off site. 2. All surficial deposits of alluvium. and colluvium should be removed (see Plate CG-1) unless otherwise indicated in the text of this report. Groundwater existing in the alluvial areas may make excavation difficult. Deeper removals than indicated in the text of the report may be necessary due to saturation during winter months. 3. Subsequent to removals, the natural ground should be processed to a depth of six inches, moistened to near optimum moisture conditions and compacted to fill standards. Pill Placeaent 1. All site soil and bedrock may be reused for compacted fill; however, some special processing or handling may be required (see report). 2. Material used in the compacting process should be evenly spread, moisture conditioned, processed, and compacted in thin lifts not to exceed six inches in thickness to obtain a uniformly dense layer. The fill should be placed and compacted on a horizontal plane, unless otherwise found acceptable by the Soils Engineer. 3. If the moisture content or relative density varies from that acceptable to the Soils engineer, the Contractor should rework the fill until it is in accordance with the following: 4. a) Moisture content of the fill should be at or above optimum moisture. Moisture should be evenly distributed without wet and dry pockets. Pre-watering of cut or .removal areas should be considered in addition to watering during fill placement, part~cularly in clay or dry surficial soils. b) Each six inch layer should be compacted to at least 90 percent of the maximum density in compliance with the testing method specified by the controlling governmental agency. In this case, the testing method is ASTM Test Designation D-1557-78. Side-hill fills should have an equipment-width key at their toe excavated through all surficial soil and into competent material and tilted back into the hill (CG-2, CG-6). As the fill is elevated, it should be benched through surficial soil and slopewash, and into competent bedrock or other material deemed suitable by the Soils Engineer. • 5. Rock fragments less than eight inches in diameter may be utilized in the fill, provided: 6. a) They are not placed in concentrated pockets; b) There is a sufficient percentage of fine-grained material to surround the rocks; c) The distribution of the rocks is supervised by the Soils Engineer. Rocks greater than eight inches in diameter taken off site, or placed in accordance recommendations of the Soils Engineer designated as suitable for rock disposal (See should be with the in areas CG-5). 7. In clay soil large chunks or blocks are common; if in excess of eight (8) inches minimum dimension then they are considered as oversized. Sheepsf oot compactors or other suitable methods should be used to break the up blocks. 8. The Contractor should be required to obtain a minimum relative compaction of 90 percent out to the finished slope face of fill slopes. This may be achieved by either overbuilding the slope and cutting back to the compacted core, or by direct compaction of the slope face with suitable equipment. If fill slopes are built "at grade" using direct compaction methods then the slope construction should be performed so that a constant gradient is maintained throughout construction. Soil should not be "spilled" over the slope face nor should slopes be "pushed out" to obtain grades. Compaction equipment should compact each lift along the immediate top of slope. Slopes should be back rolled approximately every 4 feet vertically as the slope is built. Density tests should be taken periodically during grading on the flat surface of the fill three to five feet horizontally from the face of the slope. In addition, if a method other than over building and cutting back to the compacted core is to be employed, slope compaction testing during construction should include testing the outer six inches to three feet in the slope face to determine if the required compaction is being achieved. Finish grade testing of the slope should be performed after construction is complete. Bach day the Contractor should receive a copy of the Soils Engineer's "Daily Field Engineering Report" which would indicate the results of field density tests that day. • • • • • 9 • Fill over cut slopes should be constructed in the following manner: a) All surficial soils and weathered rock materials should be removed at the cut-fill interface. b) A key at least 1 equipment width wide and tipped at least 1 foot into slope should be excavated into competent materials and observed by the Soils Engineer or his representative. c) The cut portion of the slope should be constructed prior to fill placement to evaluate if stabilization is necessary, the contractor should be responsible for any additional earthwork created by placing fill prior to cut excavation. 10. Transition lots (cut and fill) and lots above stabilization fills should be capped with a three foot thick compacted fill blanket. 11. Cut pads should be observed by the Engineering Geologist to evaluate the need for overexcavation and replacement with fill. This may be necessary to reduce water infiltration into highly fractured bedrock or other permeable zones,and/or due to differing expansive potential of materials beneath a structure. The overexcavation should be at least three feet. Deeper overexcavation may be reconunended in some cases. 12. Exploratory backhoe or dozer trenches still remaining after site removal should be excavated and filled with compacted fill if they can be located. Grading Observation and Testing 1. OQservation of the fill placement should be provided by the Soils Engineer during the progress of grading. 2. In general, density tests would be made at intervals not exceeding two feet of fill height or every 1,000 cubic yards of fill placed. This criteria will vary depending on soil conditions and the size of the fill. In any event, an adequate number of field density tests should be made to evaluate if the required compaction and moisture content is generally being obtained. 3. Density tests may be made on the surface material to receive fill, as required by the Soils Engineer. 4. Cleanouts, processed ground to receive fill, key excavations,subdrains and rock disposal should be observed by the Soils Engineer prior to placing any fill. It will be the Contractor• s responsibility to notify the Soils Engineer when such areas are ready for observation. 5. An Engineering Geologist should observe subdrain construction. 6. An Engineering Geologist should observe benching prior to and during placement of fill. Utility Trench Backfill Utility trench backfill should be placed to the following standards: 1. Ninety percent of. the laboratory standard if native material is used as backfill. 2. As an alternative, clean sand may be utilized and flooded into place. No specific relative compaction would be required; however, observation, probing, and if deemed necessary, testing may be required. 3. Exterior trenches, paralleling a footing and extending below a 1: 1 plane projected from the outside bottom edge of the footing, should be compacted to 90 percent of the laboratory standard. Sand backfill, until it is similar to the inplace fill, should not be allowed in these trench backfill areas. Density testing along with probing should be accomplished to verify the desired results. JOB SAFETY General: At Cardiff Geotechnical, getting the job done safely is of primary concern. The following is the company's safety considerations for use by all employees on multi-employer construction sites. On ground personnel are at highest risk of injury and possible fatality on grading construction projects. The company recognizes that construction activities will vary on each site and that job site safety is the contractor's responsibility. However, it is, imperative that all personnel be safety conscious to avoid accidents and potential injury. In an effort to minimize risks associated with geotechnical testing and observation, the following precautions are to be implemented for the safety of our field personnel on grading and construction projects. · 1. Safety Meetings: Our field personnel are directed to attend the contractor's regularly scheduled safety meetings. • • • • • • 2. 3. Safetv Vests: Safety vests are provided for and are to be worn by our personnel where warranted • Safety Flags: Two. safety flags are provided to our field technician; one is to be affixed to the vehicle when on site, the other is to be placed atop the spoil pile on all test pits. In the event that the contractor's representative observes any of our personnel not following the above, we request that it be brought to the attention of our office. Test Pits Location, Orientation and Clearance: The technician is responsible for selecting test pit locations. The primary concern is the technician's safety. However, it is necessary to take sufficient tests at various location to obtain a representative sampling of the fill. As such, efforts will be made to coordinate locations with the grading contractors authorized representatives (e.g. dump man, operator, supervisor, grade checker, etc.), and to select locations following or behind the established traffic pattern, preferable outside of current traffic. The contractors authorized representative should direct excavation of the pit and safety during the test period. Again, safety is the paramount concern. Test pits should be excavated so that the spoil pile is placed away from oncoming traffic. The technician's vehicle is to be placed next to the test pit, opposite the spoil pile. This necessitates that the fill be maintained in a driveable condition. Alternatively, the contractor may opt to park a piece of equipment in front of the test pits, particularly in small fill areas or those with limited access. A zone of non-encroachment should be established for all test pits (see Plate CG-7). No grading equipment should enter this zone during the test procedure. The zone should extend approximately SO feet outward from the center of the test pit. This zone is established both for safety and to avoid excessive ground vibration which typically decreases test results. When taking slope tests, the technician should park their vehicle directly above or below the test location on the slope. The contractor's representative should effectively keep all equipment at a safe operation distance (e.g. SO feet) away from the slope during testing. The technician is directed to withdraw from the active portion of the fill as soon as possible following testing. The technician's vehicle should be parked at the perimeter of the fill in a highly visible location. In the event that the technician's safety is jeopardized or compromised as a result of the contractor's failure to comply with any of the above, the technician is directed to infol:ll\ both the developer's and contractor's representatives. If the • condition is not rectified, the technician is required, by compa~y policy, to immediately withdraw and notify their supervisor. The grading contractors representative will then be contacted in an effort to effect a solution. No further testing will be performed until the situation is rectified. Any fill placed in the interim can be considered unacceptable and subject to reprocessing, recompaction or removal. In the event that the soil technician does not comply with the above or other established safety guidelines, we request that the contractor brings this to technicians attention and notify our the project manager or office. Effective communication and coordination between the contractors' representative and the field technician(s) is strongly encouraged in order to implement the above safety program and safety in general. The safety procedures outlined above should be discussed at the contractor's safety meetings. This will serve to inform and remind the equipment operators of these safety procedures particularly the zone of non-encroachment. Trench Safety: It is the contractor's responsibility to provide safe access into trenches where compaction testing is needed. Our personnel are directed not to enter any excavation which l) is 5 feet or deeper unless shored or laid back, 2) displays any evidence of instability, has any loose rock or other debris which could fall into the trench, or 3) displays any other evidence of any unsafe conditions regardless of depth. All utility trench excavations in excess of 5 feet deep, which a person enters, are to be shored or laid back. Trench access should be provided in accordance with OSHA standards. Our personnel are directed not to enter any trench by being lowered or "riding down" on the equipment. If the contractor fails to provide safe access to trenches for compaction testing, our company policy requires that the soil technician withdraw and notify their supervisor. The contractors representative will then be contacted in an effort to effect a solution. All backfill not tested due to safety concerns or other reasons could be subject to reprocessing and/or removal • • • Qac , ' ' 200· • 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 '1 ✓·-.... ,//., ...... -.· I I .• ,-/ ' . , ... " I ! I LEGEND A.LLUV:t:AL/SO:IL DEPC>:SIT:S [·oTJ ·rERRACE DEPC>SI'T'S _,. C~ON'l'Ac:·r (approx. location) Tit It-\_ ·rp..;s-r ·rRENCH (approx. location) • • BELL SYSTl;M PRACTICES AT& TCo Standard · SECTION 622-020-020 Issue 3, June 1975 CONDUIT AND MANHOLE CONSTRUCTION GENERAL · CONTENTS PAGE 1. GENERAL 2. PRESURVEY 3. PREPLANNING 4. ST AND ARD CONDUIT FORMATIONS 5. CEMENT-TYPES AND USES 6. CONCRETE~GENERAL . . . 7. CONCRETE-SLUMP 8. CONCRETE-PLACING 9. MORTAR 10. FORMS AND REINFORCING STEEL 11. EXCAVATIONS, TR.ENCHING, AND BACKFll.llNG • • • • • • • • • 12. SHORING REQUIREMENTS GENERAL REQUIREMENTS SPECIAL REQUIREMENTS 2 2 3 4 4 6 7 8 8 9 10 11 14 INST ALLING SJ:tORING . . • . • 15 REMOVING SHORING . .• • • 15 QUICK EXITS • • • • • 15 13. MANDRELING . . . • • . . • • 15 14. INSPECTION OF CONDVIT AND MANHOLE CONSTRUCTION • . . • • . • • . 15 1 •. GEN.ERAl . .· . --::._ ... -., ·-·. 1.01 This section covers the general requirements · for conduit and manhole construction. 1.02 This section is revised to update shoring · and sheeting requirements, to co·rrect section number references and to make general changes. Since this constitutes a general revision, arrows ordinarily used to indicate changes have been omitted. 1.03 For the safety of the public and· employees, the precautions in this section and those in Section 622-100-oio shall be observed where applicable. 1.04 Section 622-505-210 covers the construction of cast-in-place basic line manholes. Sections 622-506-100 and 622-506-200 cover the description and installation of basic precast manholes. · . 1.05 The sections in the following list cover the._ methods of placing the various types of conduit including the con·struction of curves, sweeps, and grade changes. Curves, sweeps, and grade changes should be detailed on the work prinl SECTION TITLE ., . 622-305-2(;0 Clay Conduit 622-320-200 B Fiber-Cement Conduit 622-320-201 C Fiber-Cement Conduit 622-325-100 ' B Fiber Conduit 622-330-201 B and C Concrete Conduit 622-830-202 F and G Concrete Conduit 622-840-200 B Plastic Conduit 622-840-201 C Plastic Conduit © American Telephone and TdcJ.:"raph Company. l!l7ii Printed in U.S.A. Page 1 SECTION 622-020-020 1.06 Refer to Section 928-411-511, "Preparation of Work Prints-Underground Conduit" and Section 935-111-414, "Administrative Procedures and Methods-Field Engineering'' for examples of typical work prints, how they are prepared, and how field notes are gathered for the preparation of work prints and other documents pertinent to conduit and manhole construction. 2. PRESURVEY 2.01 The construction area should be presurveyed • using the workprint and a checklist to identify the work to be done and to determine that the plans are correct. The presurvey should verify: (a) That the right-of-way, center line of the trench, and manhole locations are clearly defined on the work' print. (b) That manhole openings are placed where they will cause minimum interference with traffic. Where it appears that a location will interfere with traffic, review the situation with the engineer. · (c) That all underground facilities, such as gas, water, sewer, power, telephone cable, etc, have been located and identified. Location markings should be placed in advance of the construction crew. (d) That situations requiring special construction, such as railroads, bridges, etc, are detailed on the work print. 2.02 The presurvey should identify any obstacles that will interfere with work progress or create a safety hazard, and arrangements for removal or correction before ~xcavation begins should be made. 2.03 The presurvey should identify the soil structure so proper shoring and/or sloping may be planned in advance of the· excavation work. Excavations in wet soil, sandy soil, or . areas that have been backfilled are relatively unstable and must have good support. Sometimes, excavations in hard rock will require shoring since faults in the strata can make the rock unstable when cut. When planning for shoring, some of the factors, in addition to soil structure, that must be considered are: Page 2 • depth of cut • probable changes in the soil structure due to weather (season of year, rain, etc} • superimposed loads on excavation walls caused by machinery~ equipment, heavy material, spoil, structures, etc, in the vicinity of the excavation • vibration or shock from traffic, blasting, railways, operation of tools or machinery, etc. 3. PREPLANNING 3.01 Before start of construction the following should be considered and where neces'sary arrapgements made with the contractor for completion of any work necessary. · (a) Be sure all necessary permits have been obtained. Refi>.r to Section 622-100-010 for permits that may be required. . (b) Determine what drainage facilities are required to handle surface water and water occurring from seepage. (c) Arrange for removal of broken pavement, rocks, excess spoil, etc. (d) Arrange for delivery, distribution, and storage of material. If material cannot be stored on the site, other storage areas must be provided. If delivery or storage will infringe ·on ·private property, be sure arrangements have been made. (e) Notify police and fire departments in advance if it will be necessary to close streets. . . (f) Provide for access to call boxes, fire hydrants, etc. (g) Provide for storage of sod, shrubbery, top soil, etc. (h) Notify other utilities. (i) Ascertain that work practices will he K~fo and will comply with local and fe1foral regulations. • • • • • • . ~.07 Preplanning, when.properly carried out, will do much-·to assure that the job will be done in a safe, .efficient manner with minimum disruption to· the area and as little inconvenience to the public as possiqle. ·, .. · · 4. STANDARD CONDUIT FORMATIONS 4.01 Conduit formations should permit standard cable racking without having to change the ISS 3, SECTION 622-020-020 formation as it enters the manhole. Standard cable racking for structures up to 20 ducts is covered in Section 632-305-215. Where there are more than 20 ducts, consideration must be given to choosing the racking an.mgements and manhole size compatible with the conduit formation (See Section 919-240-300). Generally, 2-wide, 3-wide, or 4-wide conduit formations are used for structures up to 40 ducts. Recommended condnit formations for up to 40 ducts are shown in Table A. TABLE A RECOMMENDED CONDUIT FORMATIONS NO.OF DUCTS SINGLE BORE MULTIPLE DUCT 4 2 wide X 2 high One 4-duct 6 3 wide X 2 high Orie 6-duct 8 -Two 4-duct 9 3 wide X 3 high One 9-duct 10 -One 6-duct and One 4-duct 12 4 wide X 3 high Two 6-duct or .. One 12-duct2 . - 15 -One 9~duct and' . One 6-duct 16 4 wide X 4 high Four 4-duct 18 -Two 9-duct 20 4 wide X 5 high Two 6-duct and Two 4-duct 24 4 wide X 6 high Four 6-duct or Two 12-duct2 28 4 wide X 7 high - 30 -Five 6-duct 32 4 wide X 8 high - 36 4 wide X 9 high Four 9-duct (3 wide) or Three 12-duct2 40 4 wide X 10 high Four 9-duct ('3 wide) and One 4-duct Over 401 -- Notes: 1. Investigate center racking possibilities. 2. 12-duct is available only in F and G concrete conduit . Page 3 SECTION 622-020-020 5. . CEMENT-TYPES AND USES . . 5.01 AJl cement used in underground construction, ie, manholes, encased conduit: pavements, etc,_ must be portlsnd cement and must conform to the specifications for portlsnd cement as outlined in the American Society for Testing and Materials· (ASTM, C 150). - 5.02 There are five types of portland cement available. Types I and III are normally used in underground construction and types II, IV, and V are used only under special conditions when specified on the work print. The types are briefly described as follows: • Type I-General Purpose-As the namei implies, for general use where the curing period of 7 days (168 hours) will not be a disadvantage. Type I has low heat of hydration and is commonly used in underground construction when temperatures will be above 40°F. • Type II-Modified-Used where moderate exposure to sulfate attack is expected or moderate heat of hydration is acceptable. ~Gains strength more slowly than type 1 but is equal in strength ultimately. • Type III-High .Early-Curing period of 8 days (72 hours) provides strength equal to types I and II. Type III must not be used in large masses because of high heat evolution. It has poor sulfate resistance. Type III is commonly used in underground _ construction where temperatures will be · below 40"F because the shorter curing· period reduces the length of time the concrete must be protected against cold weather. • Type IV-Low Heat-Used for massive · concrete· construction. It has less expansion because of heat than type I and, therefore, is less likely to crack because of shrinkage during cooling. It requires a longer curing period than type I. ha•4 • Type V--Sulfate.Resisting-Usefulinareas exposed to sulfate attack, such as from sea water. It has less tricalcium a)uminate than type II for increased sulfate resistance. It is ultimately equal in strength to type II, but gains strength more slowly. 5.03 Types IV and V may not normally be available _ except on advance notice to the supplier. Air-entraining portland cements are available in types I, 11, and III only. 6. CONCRETE-GENERAL 6.01 Concrete is made by mixing minerai aggregate and water with portland cement. Proper selection of the size and amounts of aggregates, the ratio of cement to aggregate and water: and any admixtures used with the cement will pro<;iuce concrete with properties that meet specific construction requirements, such as compressive strength, slump, curing time, workability, etc. 6.02 The term admixture applies to a variety of products that :i.li.er the characteristics of the concrete. Admixtures ~hould not be used in concrete unless specified by the_ .engineer. When specified, they will be added to the mix at the concrete batching plant. Admixtures are available to: (a) Retard the setting of concrete (b) Accelerate the setting of concrete (c) Reduce the amount of mixing water needed, resulting in dense, watertight concrete (d) Increase slump without increasing water content, thus making the mix more plastic and workable · (e) Increase strength (f) Reduce shrinkage (g) Entrain air in the mix (h) Improve bonding characteristics. • • --• • • • 6.03 The types of concrete required to restore pavements, streets, or highways are usually covered by federal, state, or local regulations. The types of concrete required for underground applications and for restoration work, unless otherwise specified, are shown in Table B. 6.04 Concrete is normally ordered by the cubic yard from a ready-mix concrete company. The order should specify the location, date and time of delivery, and type of cement required. Example: Deliver to·-1010 A St. Newtown, 10:AM, 9-1-74 6 cu yds of 2500 psi concrete, 3/ 4-in. aggregate, 3 in. slump, type I cement. 6.05 The single most important factor affecting strength, density, and watertightness of the concrete is the amount of mixing water used in relation to a given amount of cement. A concrete . ·ISS 3, SECTION 622-020-020 mix with a 3-inch slump is rather stiff and there may be a tendency to add water at the job site to make the concrete more workable. Any mixing water added on delivery must not increase the slump above the required limit. Too much mixing water will sharply reduce the concrete strength and cause the aggregate to settle during placing. 6.06 In general, the strength of concrete is diminished when it is cured at low temperatures. Therefore, where it is necessary to pour concrete during cold weather, precautions must be taken to maintain proper curing conditions to allow the concrete to develop early strength, to prevent freezing, and to limit excessive or rapid temperature changes. If exposed to freezing temperatures long enough for ice crystals or frost to form in the mix, concrete must be removed and replaced. 6.07 Cold -weather precautions may include the use of heated aggregate, water, backfill, etc; the construction of a shelter to protect fresh concrete from exposure; the use of a covering of TABLE B CONCRETE REQUIREMENTS MAX.SIZE TYPE OF COMPRESSIVE OF .. SLUMP TYPE OF STRUCTURE STRENGTH (PSI) AGGREGATE (IN.) (IN.) CEMENT (Note) Manholes and other .. form work: . . ... Hand Compaction 4000 3/4 6 I or III Machine Vibration 4000 3/4 -3 Conduit 2500 1/4 to 3/8 9 I or III Encasement Conduit Base and Top Protection (for multiple duct 2500 3/4 3 I or III or unencased single bore) Pavement Base, Sidewalks, 2500 3/4 to 1-1/2 3 I or III Drives Note: Type of cement used will depend upon whether normal or short cure period is required . Page 5 SECT,ON 622-020-020 hay, straw, sawdust, burlap, etc; or other suitable means that will maintain proper cu.ring temperatures. Concrete of type I cement should be maintained at a temperature above 50°F for at least 72 hours after placing. Cold weather precautions should be taken if the temperature drops below 40°F during the first 24 hours after placing or below 30°F during the succeeding 6 days. The use of type III cement in cold weather will reduce the length of time the concrete must be protected. 7 ._ CONCRETE-SLUMP 7.01 The ready-mix supplier is required to deliver . the concrete to the job site at the consistency ordered, measured in terms of slump. The consistency can be measured at the time of discharge TAMPING ROD by making a slump test. A batch of concrete having a slump less than the minimum ordered can be modified by the addition of water. When the slump is more than l inch greater than ordered, the concrete mix is unacceptable. · 7.02 A slump test should he used on the initial de livery and periodically thereafter to determine that the concrete being delivered corresponds to the specified consistency. When making a slump test, he sure the concrete taken for the test is representative of the entire batch. A slump mold used for making slump tests is illustrated in Fig. l. The slump test should be completed without interruption. The mold should be filled and the cone removed in less than 1-1/2 . minutes. Fig. 1-Slump Mold Page 6 • • • • • • 7.03 The slump test is made as follows: (1) Dampen the mold. Place it on a flat, rigid surface with the cone locked to the base. (2) Hold the mold firmly in place by standing on the base. (3) Fill the cone in three successive layers. Each layer should occupy 1/3 the volume··of the cone. The approximate depths from the tops of each layer to the bottom of the cone are 2-1/2, 6, and 12 inches. (4) As each layer is placed in the cone, spread the concrete to obtain a level surface. (5) Rod each layer with 25 strokes of the tamping rod. Distribute the strokes uniformly over each layer. Rod the bottom layer through its depth. Rod the second and top layers through their depths so the strokes just penetrate into the underlying layer. (6) When placing the top layer, heap the concrete above the top of the cone before rodding is started. If rodding causes the concrete to subside below the top of the cone, add concrete to keep an excess above the top of the cone. (7) Strike off the excess concrete even with the top of the cone as soon as rodding has been completed. (8) Immediately remove the cone from the concrete with a slow steady upward pull with no lateral or torsional motion. (9) Allow the molded concrete to subside until flow has ceased. Measure the height of the concrete mass. Subtract the height of the mass from the height of the cone. The difference is the slump of the concrete. Example: 12 in. = Height of cone 9 in. = Height of concrete mass ' ISS 3, SECTION 622-020-020 Height of cone -Height of mass = Slump of concrete 12 in. -9 in. = 3 in. (slump of concrete) . . 8, CONCRETE-PLACING 8.01 Before placing concrete, any debris in the forms or -other areas of deposit must be removed. . The areas of deposit must be free of standing or flowing water. In cold weather, any ice in the areas of deposit must be removed. 8.02 Concrete must be placed in a manner that does not promote segregation of the materials. Allowing concrete to free drop more than approximately 8 feet or moving it laterally, even 2 or 3 feet, after it has. been poured tends to caus·e the heavy aggregates to settle and the fine particles to float on the top. Use a batter board or baffle to overcome the effect of a free fa11 of more than 8 feet. ·Pour concrete as . near as practicable to its final resting place. 8.03 Where concrete is placed· in deep layers, a gradual increase jn the water content of the upper portion will result because of the increased pressure on the lower portion. The excess water must be worked to a low point and removed without causing a flow of water that would wash outthe cement. 8.04 When constructing cast-in-place manholes, the floor should be made with a continuous pour, with a plastic water stop placed in the construction joint between the floor and. walls. Then, after the floor sets, the sidewalls and roof should be comple.ted with a continuous pour. When pouring the walls and roof, pour about 18 inches of concrete for the first wall, then about 18 inches for the second }Vall, the third wall, the fourth wall and back to the first wall. Continue around until the tops of the walls are reached and, finally, pour the roof. When pouring the walls and roof, use puddling and tamping or vibrate with a portable electric vibrator to allow air to escape, to fill .forms completely, and to ensure intimate contact ·with reinforcement . Page 7 SECTION 622-020-020 8.05 If for some reason it is not possible to complete the walls and roof in one pour, the resulting joint must be constructed with a continuous water stop. To make a construction joint when the pour must be stopped, level the concrete and set the water stop in the wet concrete. Before making the subsequent pour, the projecting reinforcing rods must be cleaned and the existing concrete surface thoroughly cleaned, wetted, and coated with Colma Fix Bonding Compound or an equivalent bonding agent. Before pouring the new concrete against the concrete that has hardened, check the forms to be sure they are tight. 8.06 After a cast-in-place manhole has been poured, its exposed surfaces (normally only the roof) must be protected against the cold during the curing period when the temperature is ·4o•F or lower .. ln hot weather, the exposed surfaces must be protected during the curing period to prevent the rapid loss of moisture. Protection should be applied as soon as initial set occurs and should remain in place for the curing period. Curing periods in cold weather are shown in Table C. Use straw, canvas, plastic, burlap, ~awdust (sand may be used on floors), or other suitable material to insulate and to protect against evaporation. TABLE C MINIMUM COLD WEATHER CURING PERIODS CURING PERIODS NORMAL HIGH EARLY AIR TEMPERATURE CEMENT CEMENT DEGREES F (DAYS) . (DAYS) Between 33 and 40 3 1 Between 21 and 32 5 2 20 and below (Note) 3 Note: Use high early strength cement. 8.07 When pouring concrete into a trench for encasement of a duct structure, keep the free-drop distance to a minimum to avoid segregation and to prevent displacement of the conduit. Protect the concrete from the weather by backfilling as • soon as initial set occurs, approximately 1-1 /2 hours. In cold weather, do not backfill over green Page 8 concrete with frozen material. Use burlap, canvas, straw, etc, to protect the concrete during tht curing period or until thawed backfill is available. . . 9. MORTAR 9.01 Mortar shall be proportioned by volume and shall consist of 1 part cementitious mater.ial (portland cement and lime. or ~1;1.sonry cement) and 3 parts of sand with sufficient water to make the mix workable. 9.02 Mortar mixed in a mechanically operated mixer of the drum· type must be mixed for at least 3 minutes after all materials are in the mixer. Completely empty the mixE!r before starting the next mix ... 9.03 When mortar is mixed by hand, a Ught mixing box must be used:· Thoroughly mix the dry cement and aggregate. Add water gradually and thoroughly mix until the mortar has the desired consistency. 9.04 Only sufficient mortar for immediate use should be mixed. Any mortar that shows signs of hardening must· be discarded. Do not attempt to rework such mortar with additional water or cement. 9.05 . Mortar for patching or Tepairing should be mixed using as little water as practical. It should be dry almost to the point of crumbling. Mortar of this consistency can be forced into defective areas with less tendency to slump or fall away from vertical surfaces than a wetter mix. Thoroughly clean and wet the area to be repaired . and. apply Colma Fix Bonding Compound or an equivalent bonding agent before placing the mortar. 10. FORMS AND REINFORCING STEEL 10.01 Forms are not required in trenches where concrete is poured for encasement. Where the trench width is such that the construction of forms would result in an overall economy by reducing the amount of concrete required, forms should be used. Where shoring or sheeting has been installed in a trench, concrete may be poured before the shoring or sheeting is removed. 10.02 When constructing cast-in-place manholes, do not place concrete in contoct with the earth sidewalls of the excavation. Close sheeting • • • ._,.-.. • • • placed to support the sidewalls of the excavation may be used as forms for the outside surfaces· of the manhole walls. If plastic or tar paper is used between the earth sidewall of t.he excavation and the concrete, add two inches of concrete to the manhole wall thickness. 10.03 Forms for the. inside surfaces·of cast-in-place . manholes should produce finished concrete surfaces that are smooth and free of fins and . irregularites. No plastic or tar paper covering may be used on the form surface that will contact the inside surfaces of the manhole walls because wrinkling of the covering wil1 produce an uneven wall surface. The forms s_hould be leakproof and capable of being placed and secured to prevent displacement while concrete is being poured. They should be designed to permit easy removal and constructed to conform to the required manhole dimensions. Coat contact surfaces with nonstaining mineral oil. 10.04 The manhole forms must not be removed until the concrete has hardened. Table D gives the minimum curing period reqnfred before forms can be removed· and the concrete subjected to loading. · Do not place the frame and cover or backfill ·-until the forms have been removed. CEMENT TYPE I III TABLED MINIMUM CURING TIMES BEFORE FORM REMOVAL FORM PAVEMENT REMOVAL LOADING (HOURS) (DAYS) 48 6 24 3 TRAFFIC LOADING (DAYS) 7 3 10.05 When forms are removed, the concrete surfaces should be free of holes, chips, voids, etc. These defects should be repaired using a suitable mortar mix and bonding agent. See 9.05. 10.06 Reinforcing rods shall be grade 60, new billet steel, from a manufacturer that uses the U.S. standard bar identification marks. All bars must be deformed. . ISS 3, SECTION 622-020-020 10.07 All reinforcing bars should be ordered cut and cold formed to fit the requirements listed in the Bar Schedule Tables or the work print. Bars with kinks or bends not shown on the print or in the tables should not be used. Do not heat and rebend bars. 10.08 Joints in reinforcing bars should be made by lapping the bars side-by-side for a distance of 30 bar diameters. Lap joints and points . of intersection must be securely tied to prevent displacement when the concrete is poured. Ties are made with No. 14 annealed steel wire. Do not lap except where shown on the work print. 10.09 Reinforcing bars shall be clean and free ... ··· orloose rt13t or scale, d1·y concrete, oil, or other matter that may reduce or ,destroy the concrete bond. · 11. EXCAVATIONS, TRENCHING, AND BACKFILLING 11.01 Before digging begins, the exact location of the excavation must be verified from a clearly defined object such as a bench mark, pole, fire hydrant, etc. Verify the location of underground installations such as sewer, water, gas, electric, telephone, etc, so these installations can be uncovered and supported to protect them against damage. Uncovering these and any known obstructions in advance will permit gradual conduit deviations where necessary for clearance. At manhole sites it is advisable to dig test holes diagonally across the· planned excavation to locate obstructions. 11.02 Trees, boulders, signs, and other surface obstructions that i.vill impede the digging operation or create a hazard to employees at any time shall be removed or made safe before digging begins.· - 11.03 The wictth of a trench should be no more than is actually necessary to accommodate conduit to be placed and to provide adequate working space. For unencased conduit, allow 2 inches on each side of the duct structure for selected backfill. For encased conduit, allow 1-1/2 inches on each side of the duct structure for concrete. When shoring or sheeting is used, measure the trench width from the inside surfaces of the upright.s or sheeting . Page 9 SECTION 622-Q20..020 11.04 Subject to federal, state, or local requirements, the minimum depth of the trench should· be the height of the duct structure plus 24 inches, including any top protection, when the trench is in an area subjected to traffic. A minimum depth of cover of 18 inches is sufficient when the conduit is under driveways, sidewalks, or off the traveled part of highways, streets, etc. Trench depth should be specified on the work print. 11.05 In general, the trench bed should have a slight drop in grade from a given point between manholes to each manhole. Where the terrain is flat, grade from the center of the section to each manhole. Where the terrain is uneven, grade from the high point of the section to each manhole. Trench grade should be specified on the work print. Any changes in grade direction or elevation from the original plan must be noted to allow for calculation of pulling tensions. 11.06 Backfilling should be completed as soon as practicable after conduit or manhole placement or construction has been completed. Unencased conduit and precast manholes should be backfilled as soon as placement and alignment have been accomplished. Encased conduit can be backfilled after the concrete has cured for approximately 1-1/2 hours. Cast-in place manholes can be backfillep. .. as soon as the forms have been removed and the frame and cover placed. If backfilling of a precast manhole set in .iuid soil cannot be completed soon after it has been placed; },lace water in the manhole to prevent notation. The water level inside the manhole shall be no more than one foot above the water level outside the manhole to prevent possible damage to the manhole. 11.07 Material for backfill must be free of large stones, pavement, etc. Do not use cinders as backfill. Do not use frozen material as backfill. 1 T .08 Backfill placed next to the ducts (unencased) or conduit and directly on top of the conduit structure should be selected granular material. All backfill should be thoroughly tamped with lightweight mechanical equipment. Page 10 lt.09 In general, minimum depth of cover for precast manholes is 24 inches and for cast-in-place manholes, 12 inches. Depths of cover will be specified or. the detail plans. 12. SHORING REQUIREMENTS 12.01 The fol1owing definitions which are from the OSHA Safety and Health Regulations for Construction, are applicable in this section. (a) Angle of repose-The greatest angle above the horizontal plane at which a material will lie without sliding. (b) Bank-A mass of soil rising above a digging · level. · (c) Braces (trench}--The horizontal members· of the shoring system whose ends bear against. uprights or stringers. {d) Excavation-Any manmade cavity or depression in the surface of the earth, including its sides, walls or faces, formed by earth removal and producing unsupported earth conditions by reasons of the ~excavation. If installed forms or similar structures reduce the depth-to-width relationship, an excavation may become a trench. (e) Hard compact soil-All earth materials not classified as running or unstable. (f) Sheet pile-A pile, or sheeting, that may form one of a continuous interlocking line, or a row of timbe.r, concrete, or steel piles, driven in close contact to provide a tight wall to resist the lateral pressure of water, adjacent earth, or other materials. (g) Sides, Walls, or Faces-The vertical or inclined earth surfaces formed as a result of excavation work. (h) Slope-The angle with the horizontal at which a particular earth material will stand indefinitely without movement. · (i) Stringers. (wales)-The horizontal members of a shoring system whose sides bear against the uprights or earth. • • • • • • (j) Trench-A narrow excavation made below the surface of the ground. In general, the depth is greater than the width, but the width of a trench is not greater than 15 feet. (k) Trench jack-3crew or hydraulic-type jacks• used as cross bracing in a trench shoring system. (1) Unstable soil-Earth material, other than running, that because of its nature or the influence of related conditions, cannot be depended upon to remain without extra support, such as would be furnished by a system of shoring .. (m) Uprights-The vertical members of a shoring system. GENERAL REQUIREMENTS 12.02 Where workmen are required to enter excavations, those excavations over 5 feet deep are required to be sloped, shored, or sheeted. NOTE: CLAYS, SILTS, LOAMS OR NON•HOMOGENOUS SOILS R(OUIR[ SHORING AND BRACING, THE PRESENCE Of GROUND WATER REQUIRES SPECIAL TREATMENT. ·/ ORIGINAL GROUND LINE 0 .., ... z 3! .., u .., _, .,, < ..J :c .., Cl)> .. • 0:: >< Cl 80 0: z .. 0 ~ -0. -' Z 0 0 <"' "'.,, _ , ISS a, SECTION 622-020-020 When soil conditions are unstable, excavations of depths less than 5 feet also must be sloped or supported . 12.03 Banks and embankments over 5 feet high shall be shored, laid back to a stable slope or otherwise supported where workmen may be exposed to moving ground or cave-ins. 12.04 In hard compact soil, embankments and · the sides of trenches may be sloped above · the 5-foot level in lieu of shoring. The slope shall not be steeper than 1-foot rise to 1/2-foot horizontal. 12.05 To protect by sloping against earth movement or cave-in, the slope of t.~~.,.sides of an excavation or trench must be cut to. the angle of repose. The angle of repose is determined by evaluating existing conditions and type of soil at the site. Where wet soil, silty material, or loose boulders are present or where erosion, deep frost, or slide planes are apparent, the angle or repose must be flattened. The approximate angles of repose for typical soils are shown in Fig. 2. .,, _, .., > .. a: "' a:-c -..J"' :::, N "' z• <.., "' c-.., ... -V ... ... ~~ v- ~ ... .., (>. 0 ..J "'"' _, o--.., O• 0<1>11> z .., ..,..,_ ,~-ca: UW• w> "'c - 0 z < 0 .,, z-<-.... .,,_ "' ..,. 8-.,_ a: 0 _, -<M ., :CM 0<'> "'-.... o-o• z "' .., 8~ .... V a: ~~ ..J ~7 _, .... u->N Fig. 2-Approximate Angle of Repose for Sloping Excavation Sides· Page 11 SECTION 622-020-020 12.06 To protect by shoring or sheeting against earth movement or cave-in, the timber, piles, bracing, trench jacks, and other materials used must be strong enough and installed in a manner to effectively resist the pressures surrounding the excavation. Typical trench shoring and sheeting are shown in Fig. 3 and 4. Timber requirements for typical soil conditions are shown in Tables E and F. Page 12 2 IN. X 6 IN. UPRIGHTS TRENCH DEPTH to FT OR LESS 4FT NOTE: LEAVE 4 IN TO 6 IN WORKING SPACE BETWEEN BRACE ANO CONDUIT, ·1• TRENCH WIDTH -----6 FT. OR L.E SS Fig. 3-Typical Trench Shoring-Compact Soil 4 IN. X 4 IN. CROSS BRACE (OR TRENCH JACK) 2 IN X 6 IN. UPRIGHTS HARO, COMPACT SOIL 4 IN X 4 IN. CROSS BRACE (OR TRENCH JACK l • • • • • • TRENCH DEPTH _10 FT. OR LESS NOTE: LEAVE 4-TO 6-IN. WORKING SPACE BETWEEN BRACE ANO CONDUIT. 41N. X 6 IN. CROSS-BRACE (OR TRENCH JACK) 4 IN X 6 IN. · CROSS-BRACE (OR TRENCH JACK) SHARPEN TOE OF UPRIGHTS ~•-----TRE-NCH WIDTH----. -_•til 6 FT. OR LESS fig. 4-Example of Trench Sheeting-loose Soil ISS 3, SECTION 622-020-020 4 FT (NOTE) SHARPEN TOE OF UPRIGHTS Page 13 . ~·..:. .,. SECTION 622-020-020 TABLE E TIMBER REQUIREMENTS FOR TRENCH SHORING -TRENCH WIDTH 6 FEET OR LESS UPRIGHTS FOR SIOEWALLs2 STRINGERS1• 2 CROSS·BRACING2• 8 MAXIMUM MAXIMUM MAXIMUM HORIZONTAL· VERTICAL HORIZONTAL TYPE OF TRENCH DEPTH SIZE SPACING SIZE SPACING SIZE SPACING SOIL !FT.) UN.) (FT.) (IN.) (FT.I (IN.) (FT.} Hard, Compact o to 10 2X6 6 --4X4 6 10.1 to 15 2X6 4 4X6 4 4X6 6 15.1 to 20 3X6 tight 4Xl2 4 6XB 6 Over 20 3X6 tight 6X8 4 BXB 6 Likely to Crack 5 to 10 2X6 3 4X6 4 ·.4X4 6 or Crumble 10.1 to 15 2X6 2 4X6 4 4X6 6 ' 15.1 to 20 3X6 tight 4X12 4 6X8 6 Over 20 3X6. a. tight 6X8 4 8X8 6 Soft, Sandy, 5 to 10 2X6 tight 4X6 4 4X6 6 Filled, or Loose 10.1 to 15 2X6 tight 4X6 4 6X6 6 15.1 to 20 3X6 tight 4X12 4 6X8 6 Over 20 3X6 tight 6X8 4 8X8 6 , Hydrostatic 5 to 10 2X6 tight 6X8 4 4X6 6 Pressure 10.1 to 15 3X6 tight 8X10 4 6X6 6¥ 15.1 to 20 3X6 tight 4X12 4 6X8 6 Over 20 3X6 tight 6X8 4 BXS 6 Notes: 1. 2. 3. Cross-bracing is required at each level of stringers. Steel piling and bracing of equal strength may be substituted for wood. Trench jacks can be used in place of timber cross-bracing. 12.07 An optional method of providing protection is to use a prefabricated, movable trench box or shield constructed of steel plates welded to a steel frame. The trench box may be used if its use is not restricted by state or local authorities and if the protection provided is equal to or greater than the protection that would be provided by the appropriate shoring system. SPECIAL REQUIREMENTS 12.08 In addition to considering the existing soil structure, depth of cut, and water content of soil, other factors must be taken into account when designing the shoring system. Changes in soil due to weather, superimposed loads, and vibrations in the vicinity must be considered. Page 14 12.09 Changing weather conditions, such as heavy rains or excess water from melting snow can loosen the soil and increase the pressure on the shoring system. A sudden thaw of frozen ground can increase the pressure and undermine the shoring. Dry conditions over a period of time can reduce the cohesiveness of the soil. 12.10 Superimposed loads in the vicinity of an excavation will increase the pressure on the excavation walls. Heavy equipment and materials should be kept as fat back from the excavation as possible. When heavy equipment or loac!s must be near the excavation, the walls must be braced, sheet-piled, or shored to support the extra weight. ,;· • • • • • • 12.11 Buildings, curbs, trees, utility poles, and other structures, when adjacent to the excavation, can cause stress on the walls. In these cases, shoring, bracing, or underpinning must be provided as necessary to prevent cave-ins and to prevent dislocation of soil under the structures. 12.12 Spoil can cause pressure on the excavation walls. Spoil must be kept at least two feet from the edge of the excavation and should be barricaded or retained in an effective mariner. 12.13 Vibrations or shock from passing vehicles, railways, blasting, or from heavy equipment can loosen the soil and cause added pressure on the shoring system. Where these conditions exist, stronger shoring is necessary to prevent cave-ins. INSTALLING SHORING 12.14 Shoring should be installed· by starting at the top of the excavation and working down. Care must be taken to place braces and jacks in true horizontal position with proper vertical spacing. Braces must be firmly secured to prevent kickouts. 12.15 All materials used for shoring must be in good condition and of the right size. Timbers with large or loose knots should not be used. · 12.16 Installation of the shoring -should closely follow the excavation work even if no work is being done in the excavation. The longer a trench is left unsupported, the greater the chance of a cave-in. REMOVING SHORING 12.17 As soon as the work in the excavation is completed, the shoring should be removed and backfilling completed. Remove the shoring ISS 3, SECTION 622-020-020 from the bottom up. Release jacks or brac€s slowly. Use chains or wire ropes to pull out the jacks or braces from above . QUICK EXITS 12.1 s Employees must be able to leave a trench · quickly in case of an emergency. When employees are required to be in trenches four feet or more deep, ladders, steps, or other adequate means of exit must be provided and located so as to require no more than 25 feet of lateral travel. Ladders must be in good condition, extend from the floor of the trench to 3 feet above the ground line, and be secured at the top. · 13. MANDREUNG 13.01 After backfilling, but before 'repaving, the conduit structure should be mandreled in accordance with the instructions in the sections covering placing the conduit. 13.02 If the mandrel will not pass through the duct being tested, the conduit structure must be exposed and the defect corrected. 14. INSPECTION OF CONDUIT ANO MANHOLE CONSTRUCTION 14.01 Shoring systems should be inspected daily by a qualified person. Inspections should also be made following rainstorms and at any other time conditions change in a manner that might increase the possibility of earth moverne.nt or cave-ins. If the possibility exists, all work in the excavation should cease until corrective action has been taken. · 14.02 A qualified inspector should be responsible for the conduct of conduit and manhole construction projects. The inspector should see that all phases of the projects are completed according to the plans and specifications and that all safety regulations are observed . Page 15 -.. °' 0 co 1 It ID :! 0- TABLE F: TIMBER REQUIREMENTS FOR TRENCH SHORING -TRENCH WIDTH OVER 6 FEET UPRIGHTS FOR SIDEWALLS 2 STRINGERS 1• 2 MAXIMUM MAXIMUM ' . ·, HORIZONTAL VERTICAL TYPE OF' TRENCH DEPTH SIZE SPACING SIZE SPACING SOIL ' (FT.) (IN.) (FT.) IIN.) (FT.) Hard, Compact 5 to 10 2 X 6 6 -4 10.1 to 15 2X 6 4 4 X 6 4 15.1 to 20 2 X 6 tight 4 X 12 4 Over 20 3 X 6 tight 6 X 8 4 Likely to 5 to 10 2X 6 3 4 X 6 4 Crack or 10.1 to 15 2 X 6 2 4 X 6 4 Crumble 15.1 to 20 2 X 6 tight 4 X 12 4 Over 20 3 X 6 tight 6 X 8 4 Soft, Sandy, 5 to 10 2X 6 tight 4 X 6 4 Filled or 10.1 to 15 2 X 6; tight 4 X 6 4 Loose 15.l to 20 3 X 6· tight 4 X 12 4 Over 20 3 X 6 .. tight 6 X 8 4 Hydrostatic 5 to 10 2 x 6 tight 6 X 8 4 Pressure 10.1 to 15 · 3 X 6· tight 8 X 10 4 15.1 to 20 3 X 6 tight 8 X 10 4 Over 20 3 X 6 , tight 8 X 10 4 Notes: 1. 2. 3. Cross bracing is required at each level of stringers. Steel piling and bracing of equal strength may be substituted for wood. Trench jacks can be used in place of timber cross-bracing. • • CROSS-BRACING 2, 3 TRENCH WIDTH (FT) 6.1 to 9 9.1to12 12.1 to 15 SIZE SIZE SIZE (IN.I IIN.) (IN.I 4 X 6 6X 6 6 X 8 6 X 6 6X 8 BX 8 8 X 8 8 X 10 10 X 10 8 X 10 10 X 10 10 X 12 4 X 6 6 X 6 6 X 8 6 X 6 6 X 8 8 X 8 8 X 8 8 X 10 10 X 10 8 X 10 10 X 10 10 X 12 6X 6 6 X 8 BX 8 6x'8 8 X 8 BX 10 8 X. 8 8X 10 !OX 10 8 X 10 10 X 10 10X 12 6 X 6 6 X 8 8X 8 6 X 8 8 X 8 BX 10 8 X 8 8 X 10 10 X 10 8 X 10 10 X 10 10 X 12 MAXIMUM HORIZONTAL SPACING (FT.I 6 6 6 6 6 6 6 6 6 6 6 6 6 6 ·6 6 • Ill '" g. 0 z 0, N N I • -~· • • BELL SYSTEM PRACTICES AT& TCc Standard SECTION 622-020-100 Issue 5, April 1982 CONDUIT AND CONDUIT COUPLINGS DESCRIPTION CONTENTS PAGE 1. GENERAL . . . 1 2. 8, C, AND D PLASTIC PVC CONDUIT 1 3. B AND C POLYPROPYLENE CONDUIT 3 4. PLASTIC CONDUIT COUPLINGS, SUBSIDIARY BENDS AND CAPS 4 5. STEEL PIPE 8 6. PLASTIC PIPE 8 7. SUPERSEDED CONDUIT 9 1. GENERAL 1.01 This section describes the various types and sizes of conduit used to provide underground ducts for cables. Illustrations of conduit that are rated Mfr Disc. are retained in this section for refer- ence. 1.02 The reasons for reissuing this section are listed below. Since this reissue is a general revision, no revision arrows have been used to denote significant changes. (1) Add reference to B and C polypropylene con- duit (2) Add reference to plastic conduit couplings and subsidiary bends and caps (3) Rate B and C fiber conduit Mfr Disc. (4) Rate Band C fiber cement conduit Mfr Disc. (5) Rate B, C, F, and G concrete conduit Mfr Disc. (6) Rate clay conduit Mfr Disc . .. ~----, · 1.03 The 4-inch id split plastic conduit, couplings, and adapters recommended for conduit repair or rearrangement are covered in Section 622-395-300. 1.04 The plastic polyvinyl chloride (PVC) conduit and polypropylene conduit are available only as single-bore ducts but can be arranged in any re- quired multiple. 1.05 The following sections cover the methods of laying conduit: • Section 622-340-200 -B Plastic Conduit • Section 622-340-201 -C Plastic Conduit • Section 622-400-100 -Subsidiary Conduit Fittings 1.06 Steel pipe is generally limited to use for spe- cial conditions-as follows: (a) When depth of cover is limited (b) When conduit must be bored and pushed under a roadway. 1.07 Solvent cement is designed to be used with plastic PVC conduit and is not suitable for use with polypropylene conduit. A polypropylene adhe- sive is used with polypropylene conduit. The polypro- pylene adhesive can be used with plastic PVC conduit if PVC is to be attached to polypropyleve conduit. 2. B, C, AND D PLASTIC PVC CONDUIT 2.01 The B, C, and D plastic conduit, couplings, and bends are extruded from PVC. 2.02 Plastic conduit is a smooth wall, single-bore conduit for use in main line and subsidiary underground plant. It is available with an inside di- ameter of 4 inches. It is also available in two wall thicknesses: B is designed to be encased in concrete, NOTICE Not for use or disclosure outside the Bell System except under written agreement Printed in U.S.A. Page 1 SECTION 622-020-1 DO and C is designed for use without encasement. Type D has a flame resistance, ultraviolet immunity, and is designed for special and exposed installations. 2.03 Plastic conduit can also be used for service connections, subsidiary construction, and on structures such as viaducts, bridges, etc. For this lat- ter type of construction, the B plastic conduit is cast in the concrete of the structure or D plastic conduit is suspended without encasement from the frame- work. 4.35" 0.,.1 t @western Electric 2.04 Each length, bend, or coupling is marked with @·Western Electric B (C or D, as applicable) PVC. In addition, all bends are marked with the degree of bend and the radius in feet. 2.05 Straight B, C, and D types of plastic conduit have an expanded bell on one end and an inser- tion depth line on the spigot end to facilitate inspec- tion for completeness of joint. Ref er to Fig. 1 and Table A for information concerning straight B, C, and D plastic conduit. Separate couplings are nor- mally required only for piecing out or,. in the case of D conduit, for expansion joints. B PVC CONDUIT 6 w Fig. 1-8, C, and D Plastic Conduit (AT-8546) Page 2 TABLE A FOUR-INCH ID STRAIGHT B, C, AND D PLASTIC PVC CONDUIT TYPE AND DIMENSIONS NOMINAL WEIGHT LENGTH PER FOOT TYPE (FEET) (POUNDS) B 20 1.0 C 20 1.4 D 20 1.5 • • • •••••• • • 2.06 Straight plastic conduit in lengths longer or shorter than the nominal lengths listed in Table A are available when specified. B, C, and D Plastic PVC Conduit-Coupling and Rigid Bends ' 2.07 The PVC couplings designed for use with plas- tic PVC conduit are as follows: · • Coupling for joining sections of B or C plastic conduit • Coupling for joining sections of D plastic con- duit • Expansion coupling for use with D plastic conduit. 2.08 To provide for directional changes in conduit layouts, rigid bends with bell or coupling ends and of different radii and curvature are available. Refer to Fig. 2 and Table B for information concern- ing these bends. It should be noted, however, that straight sections of B, C, or D plastic conduit can be bent to a minimum 40-foot radius if properly staked. NOTES: I. SEE (R) TABLE B 2. SEE (L) TABLE B l Fig. 2-Rigid Plastic Bends (AT-8546) ISS 5, SECTION 622-020-100 TABLE B RIGID BENDS -B, C, and D PLASTIC CONDUIT TYPE OF BEND AND DIMENSIONS (AT-8546} .. RADIUS OF LENGTH OF DEGREE CURATURE BEND TYPE OF (R) (L) CONDUIT CURVE (FEET) (FEET • INCHES) 7 15 2-7 11-1/4 3 0-7 3 1-2 22-1/2 9 3-6 3 1-7 6 3-2 B/C 30 9 4-9 or 12 6-9 D 15 8-4 3 2-10 6 5-3 45 9 7-7 12 9-5 3 5-3 90 6 9-5 3. BAND C POLYPROPYLENE CONDUIT 3.01 The B and C polypropylene conduits are smooth wall, single-bore conduit for use in main line and subsidiary underground plant. Both types of conduit are fully compatible with plastic conduit. The B and C conduit are rust colored and have an inside diameter of four inches. The B conduit is a thin wall duct for concrete encasement. The C duct is a heavy wall duct suitable for direct burial in soil. Tbe C conduit is not suitable for use in buildings or exposed areas. 3.02 The B and C conduit is available only in · straight lengths. The AT-8546 bends. cou- plings, and adapters should be ordered for use with polypropylene conduit. A polypropylene adhesiv€ must be used for joining polypropylene conduit, po!:,:- propylene to all types of plastic conduit, and polypro- pylene conduit to manhole terminators. One quart of adhesive is furnished with each 30 units of conduit. Page- SECTION 622-020-100 3.03 Type B and C polypropylene conduit will nor- mally be furnished in a 20-foot length. Howev- er, other lengths will be furnished, as ordered. The conduit is colored clay red and marked with @West-· ern Electric B (or C as applicable) POLYPROPYL- ENE. (Fig 3). Each length of conduit has an expanded · bell on one end and is marked with an insertion depth line on the spigot end to facilitate inspection for com- pleteness of joint. See Table C for information con- cerning straight lengths of B and C polypropylene conduit. 4. PLASTIC CONDUIT COUPLINGS, SUBSIDIARY BENDS AND CAPS 4.01 The E plastic bends, E split plastic bend, E split extension, adapter coupling, and sleeve coupling (AT-8618) are used to make turns in subsid- iary ducts and to construct vertical bends for termi- nating the ducts at poles or buildings. The E bends, extension, and couplings are made of PVC and are ultraviolet resistant (Table D). 4.3511 0.D.1 @ Western Electric B POLYPROPHEKE a t ... -------------------- O:T7 (_jl...J Page4 Fig. 3-Polypropylene Conduit (AT-9002) TABLE C FOUR-INCH ID STRAIGHT B AND C POLYPROPYLENE CONDUIT TYPE AND DIMENSIONS WEIGHT LENGHT PER FOOT TYPE (FEET) (POUNDS) B 20 .8 C . 20 1.3 • • • •• • • ISS 5, SECTION 622-020-100 TABLED E PLASTIC PVC BENDS, COUPLINGS, AND EXTENSIONS (AT-8618) ·CONNECTS TO (EITHER END): E ADAPTER E SLEEVE G CAP F COUPLING G COUPLING H COUPLING J COUPLING E PLASTIC BEND, 90 DEGREE CONNECTS TO (EITHER END): E ADAPTER E SLEEVE G CAP F COUPLING G COUPLING H COUPLING J COUPLING E PLASTIC BEND, 64 DEGREE CONNECTS TO (EITHER END): E SPLIT EXTENSION G CAP E SPLIT PLASTIC BEND, 90 DEGREE USE USED IN NEW CONSTRUCTION FOR MAKING TURNS IN SUBSIDIARY DUCTS OR FOR CONSTRUCTING VERTICAL BANDS AT TERMINATING POLES OR BUILDINGS. E BEND IS MADE OF HEAVY WALL PVC AND IS ULTRAVIOLET RESISTANT. USED IN NEW CONSTRUCTION FOR MAKING TURNS IN SUBSIDIARY DUCTS. E BEND IS MADE OF HEAVY WALL PVC AND IS ULTRAVIOLET RESISTANT. USED FOR MAKING REPLACEMENTS OF EXISTING SUBSIDIARY DUCT WHERE DUCT IS OCCUPIED. E SPLIT BEND IS MADE OF HEAVY WALL PVC AND IS ULTRAVIOLET RESISTANT. Page 5 SECTION 622-020-100 TABLED (Contd) E PLASTIC PVC BENDS, COUPLINGS, AND EXTENSIONS (AT-8618) CONNECTS TO: G CAP E SPLIT PLASTIC EXTENSION CONNECTS TO (EITHER END): E BENDS G COUPLING F COUPLING CONNECTS TO: -~12" ~ SLEEVE COUPLING CONNECTS TO: E SPLIT BEND CONNECTS TO: USE USED FOR MAKING REPLACEMENT OF EXISTING OCCUPIED SUBSIDIARY DUCT WHERE ADDITIONAL LENGTH IS NECESSARY. E SPLIT BEND IS MADE OF PVC AND IS ULTRAVIOLET RESISTANT. USED IN NEW CONSTRUCTION FOR CONNECTING ONE E PLASTIC BEND TO ANOTHER. G CAP 8, C, D, PLASTIC CONDUIT* E PLASTIC BENDS F COUPLING USED IN NEW CONSTRUCTION FOR JOINING E PLASTIC BEND TO B, C, ORD PLASTIC CONDUIT. CAN BE USED WHERE AODITDNAL LENGTH IS NECESSARY. THE ADAPTER IS MADE OF PVC AND G COUPLING ADAPTER COUPLING 4.02 The F, G, H, and J plastic conduit couplings (AT-8723) are used to extend subsidiary ducts from a main conduit run. Each of these couplings has a bell end that is stepped so the bell will accept stan- dard 4-inch single-bore conduit as well as E plastic bends, the F conduit coupling, or the G conduit cou- Page 6 * E BENDS ARE MADE IN IRON PIPE SIZE AND THEY MUST USE AN ADAPTER COUPLING TO FIT NORMAL PLASTIC CONDUIT. _ pling. These couplings are made of PVC. The F and G couplings are ultraviolet resistant (Table E). 4.03 The G plastic caps (AT-8643) are used to make connections between U cable guards and plas- • • • •·· • • ISS 5, SECTiON 622-020-l0C TABLE E PLASTIC CONDUIT COUPLINGS (AT-~723) CONNECTS TO: CONNECTS TO: CONNECTS TO: H PLASTIC.CONDUIT COUPLING E BENDS F COUPLING G COUPLING AND OTHER 4 IN, ROUND, SINGLE BORE DUCT. CONNECTS TO: E BENDS t 15 DR_,J · } 21"1 3 1/2-OR 4-INCH SQUARE BORE MULTIPLE CONDUIT s ::;:m F COUPLING G COUPLING AND OTHER 4 IN, ROUND, SINGLE BORE DUCT. CONNECTS TO: E ADAPTER G CAP F COUPLING G COUPLING H COUPLING J COUPLING CONNECTS TO: E ADAPTER G CAP F COUPLING G COUPLING H COUPLING J COUPLING J PLASTIC CONDUIT COUPLING CONNECTS TO: F .PLASTIC CONDUIT COUPLING E BENDS F COUPLING G COUPLING AND OTHER 4 IN, ROUND, SINGLE BORE DUCT. CONNECTS TO: E BENDS F COUPLING G COUPLING AND OTHER 4 IN, ROUND, SINGLE . BORE DUCT. G PLASTIC CONDUIT COUPLING USE FDR CONNECTING OUTSIDE DUCT OF "ULTIPLE CONDUIT (SQUARE DR ROUND BORE) TD SUBSIDIAP.f DUCT. SIDE WALL OF "ULTIPLE CONDUIT IS CUT AWAY TO PROVIDE OPENING FDR INSTALLING THE H COUPLING. . AVAILABLE IN TWO SIZES FO~·MAKING A TRANSITION FROM 3 1/2-INCH OR 4-INCH SQUARE BORE "ULTIPLE CONDUIT TO SINGLE- BORE 4-INCH ROUND SUBSIDIARY DUCT. BOTH SIZES ARE AVAILABLE IN EITHER 15-DR 21- INCH LENGTHS. FOR MAKING DIRECTION CHANGES IN SUBSIDIARY DUCT. THE F COUPLING IS UNTRAVIOLET RESISTANT AND SO "AY BE USED TO TER"INATE SUBSIDIARY DUCT ON POLES OR BUILDINGS. FOR""AKING AN OFFSET IN SUBSIDIARY DUCT. THE G COUPLING IS ULTRAVIOLET RESISTANT AND SO MAY BE USED TO TERMINATE SUBSIDIARY DUCT ON POLES OR BUILDINGS. Pa9e7 SECTION 622-020-100 tic bends or couplings where they terminate at poles or buildings. The G caps are made of PVC and are ul- traviolet resistant. (Table F) 5. STEEL PIPE 5.01 Steel pipe is generally used under special con- ditions. Such conditions would be as follows: (a) The depth of cover is limited and the conduit is subject to impact loads from heavy traffic. (b) The conduit is placed by a pipe pusher. (c) In a stream environment. 5.02 Steel pipe is available in all commericaI sizes and can be obtained with threaded ends and couplings, plain ends, or belled end types. The belled end type is preferred where joints are to be welded. Unless otherwise ordered, threaded pipe with cou- plings and in random lengths will be furnished. Table G lists the weights and dimensions of the sizes of standard pipe most commonly used. Extra strong and double extra strong weights in the standard pipe are also available. 5.03 When plain end pipe and sleeve couplings are used, the sleeve coupling material must be ordered separately. Suitable sleeve couplings can be made from regular pipe cut to 12-inch lengths. The sleeve coupling is made from pipe one size larger than the pipe being used as conduit. For example, if the pipe is 3-1/2 inches, the sleeve coupling is cut from 4- inch pipe. 5.04 When ordering steel pipe, include in the order the following information. (a) Quantity (b) Size (nominal) (c) Class of material (standard or extra strong) (d) End (threaded, plain, or expanded) (e) Length (random, average, or cu·O (f) Special requirements or special use proposed. Note: As in the case of pipe for sleeving, the order should state the proposed use so that if necessary the pipe can be expanded to ensure a proper fit with the pipe to be joined. 6. PLASTIC PIPE 6.01 Plastic pipe in continuous lengths of several hundred feet is available commercially. This type of conduit may be used to an advantage at river crossings, harbor crossings, etc. In such cases the TABLE F CONNECTS TO: E BENDS E SPLIT BENDS E SPLIT EXTENSIONS F COUPLING G COUPLING Page 8 G PLASTIC CAPS (AT-8643) U CABLE GUARDS USE FOR PIAKING CONNECTION BETWEEN SUBSIDIARY DUCl TERMINATION AT POLE OR BUILDING AND U CABLE GUARDS. G CAPS ARE AVAILABLE . IN THE FOLLOWING SIZES: G PLASTIC U GUARD CABLE SIZE CAP SIZES* SIZE (UP TO AND INCLUDING) 2-4 N0.2 1-5/8 IN. DIA 3-4 N0.3 2-5/8 IN. DIA 4-4 N0.4 3-1/8 IN. DIA • THE FIRST NUMBER OF SIZE DESIGNATION GIVES ASSOCIATED U GUARD SIZE. THE SECOND Nl.lrlBER GIVES DUCT SIZE. • • • • • • ISS 5, SECTION 622-020-·100 TABLE G STEEL PIPE -BELL END NOMINAL WEIGHT THICK- SIZE PER FOOT NESS (INCHES) (POUNDS) (INCHES) 3 7.58 0.216 3-1/2 9.11 0.226 4 10.79 0.237 specific type and size pipe will be specified on the de- tail plan. An example of such usage would be a 4-inch inside diameter black polyethylene pipe with a wall thickness of 1/2 inch and a continuous length of 200 feet. · NOTE: THE ORDER MUST SPECIFY WHETHER A PLASTIC OR FIBER COUPLING IS DESIRED. OUTSIDE INSIDE DIAMETER DIAMETER (INCHES) (INCHES) 3.50 3.06 .. 4.00 3.54 4.50 4.02 7. SUPERSEDED CONDUIT 7.01 Illustrations of superseded conduit and adapt- ers to convert concrete adapters to single bore are shown in Fig. 4 through 11 . \ FIBER COUPLING (NOT El Fig. 4-Fiber Conduit Fig. 5-Fiber Conduit-Cement Page9 SECTION 622-020-100 • Fig. 6-Four-lnch For G Concrete Conduit • Fig. 7-C Gasket • Page 10 .ISS 5, SECTJ~N (>22-020-100 • 4-DUCT 6-DUCT 9-DUCT Fig. I-Concrete Adapters to Single Bore • Fig. 9-Four-lnch Concrete Conduit • Page 11 SECTION 622-020-100 _Page 12 12 Pages Fig. 10-F Conduit Sleeve Fig. 11-Four-lnch Straight Clay Conduit -: - • • ••• •·· • • BELL SYSTEM PRACTICES Pacific Telephone SECTION 622-020-900PT •Issue B, February 1983 SUBWAY CONSTRUCTION GUIDE Contents Page 1. GENERAL . • . • . • • • • • . • • • • • • • • • 1 2. WORK PRINTS • • • • • • • • • • • • • • • • 2 3. ABBREVIATIONS . • . • . • • • • • • • • • 3 4. PRESURVEY, PREPLANNING AND INSPECTION • . • • • • • • • • • • • 6 6. PERMITS 6 1. GENERAL 1.01 This section and its associated appendices are not intended to be complete construction specifications. They outline, in general, the require- ments, recommendations and other related informa- tion to be used by contractors in constructing underground facilities for the Telephone Company. They will also be used by the Telephone Company's representative when inspecting such work. 1.02 It is reissued to: • Make minor text changes. • Include the appropriate legend on Page 1 in accordance with AT&T's "Guidelines and Pro- cedures for Safeguarding Information" and Pa- cific Company's System Inst~ction (SI) 178. Note: Marginal arrows used to denote changes are omitted. 1.03 The use of this guide does not relieve any party from the requirement to comply with any applicable statutes or codes. 1.04 Since this practice and its appendices will be reissued as required, the work print for each job must indicate which issues of the practice and Appendix 1 are applicable. Note: If the appendix is reissued while the job is still in progress, the contractor may elect or agree · to do the work as covered in the new issue. This may be done only if agreeable to the Telephone Company's representative and engineer. 1.05 In the wording of this practice and appendi- ces, terms such as should or may indicate recommendations or suggestions. Terms such as shall or must indicate mandatory requirements. 1.06 The Company representative· ~11 not inter- fere with the contractor's method of oper- ation unless he/she feels a safety hazard is being created or poor public relations or an unsatisfactory finished job will result. In these cases, the represen- tative must work through the contractor or his/her foreman, never through his/her workmen, to correct the problem. 1.07 It is the Company's policy that positive steps be taken to ensure a minimum of in- convenience to the general public. A Company rep- resentative must contact all property owners or businesses along the route of operation (or make sure the contractor's representative does so). The property owners or business managers should be told what we are doing, why, and approximately how long it will take. They should be assured that they will be inconvenienced as little as possible. 1.08 Business concerns may request some work operations to be deferred or· accelerated to avoid interference with their operation. In such cases, the contractor should be asked to try to meet any reasonable request. Note: Complaints registered on the job should be dealt with promptly through the contractor's rep- resentative . NOTICE Not for use °' disclosure outside the Bell System except under written agreement Printed in U.S.A. Page 1 SECTION 622-020-900PT 2. WORK PRmTS 2.01 The work prints will show all information . pertinent to completion of the job. If the in- formation is not clear or does not reflect what is found in the field, check with the engineer for clari- fication or corrections. 2.02 The following symbols are used in connec- tion with underground conduit and man- holes: (a) Underground con- duit. (b) Manhole, hand- -hole, service box, and splice box. (c) Underground con- duit, manhole, and subsidiary conduit. D SEPARATE TRENCH ---□ ) SAME TRENCH (d) Foreign utility ... --, IDENTIFY UTILITY. manhole. L_.1 SIZE & LOCATION (e) Subsurface struc- ture and/or facility of other utility company. 'IDENTIFY FACILITY, SIZE & LOCATION 2.03 The following codes should be used to iden- tify the type of facility: CATV E Community antenna television Electric G Gas M p Municipally owned Pipeline PO s w Privately owned Sewer Water 2.04 The following are illustrations of manholes: (a) Proposed man- hole. Type, length, width, head- room, and type of frame and cover indi- cated. Page 2 TYPE A ----101---- 8'6" X 4'6" X 6'6" 30" B F & C (b) Existing manhole to be rebuilt. Length, width and headroom specified. TYPE A 8' X 4'6" X 5'6" TYPE B 12' X 6' X 7' 2.05 The method of indicating conduit is as fol- lows: Number of ducts. ~4" G-MCD · Inside diameter of ducts. ~ / Wall thickness, except for __j I multiple concrete conduit where it indicates aggre- gate of the concrete. Two-or three.letter code indicating type and mate- rial of conduit (multiple concrete). 2.06 The following are illustrations of conduit: (a) Plastic conduit, ___ 9-4 ___ • __ · B~.P_c ___ _ type B (thin wall). (b) Plastic conduit, ___ 6-4 ___ ._·c __ .P_c ___ _ type C (heavy wall). (c) Plastic conduit, ___ 4..:..-4..:..'....a' D::;..P.;...c,__ __ _ type D (for ex- posed locations). 8-4" 8-FO (d) Fiber conduit, __ ....,_'---...__......._ ____ _ type B (thin ·wall}. (e) Fiber-cement con-----=-6-.aa.3½""''-'' 8:a..-C.a;;.E;;.;M.;,;.... __ duit, type B (thin wall). 9-4" F-MCO (f) Multiple concrete ----=-.;....:~.;;;.;;;.. __ _ conduit, type F- {lightweight aggregate). (g) Multiple tile con----=6:..;;M~T=0----- duit. (h) Single tile con• ---2-5-T...,.o ____ _ duit. 1-4"SP (i) Sewer pipe con---------- duit. • • • • • • (j) . Steel pipe con- duit. (k) Creosote wood conduit. (1) Method of indi- cating trench feet - of conduit (wall-to-wall measurement) type of conduit (multiple tile, 6 ducts), and year of placement for remov- als. (m) Standard and oversize multiple tile conduit. 1-4" STL 24½"CWD (7721WN · (772'1 6-3½" D MTDpi53 12D 18-4½" MTO + 4-4" MTD) L..J (n) One cast iron bend, type 3L. ----'•"'c'/""-1-3½" CIB 3L (o) One sewer pipe bend, 4-inch type ___.j.____t-4"SPB 3-1/2 D. 3%" D 2.07 The following are miscellaneous symbols as- sociated with underground conduit con- struction work prints: (a} Catch basin at curb. CURB h...._ --"-~ 6"WATER (b) Water line. Val.ve. ~ / 4, E/0 CURB in line.----w- Valve off main lin-~: _;--- Fire hydrant. ---- (c) Right-of-way and R/W / bench marker. ------11• (d) Property line stake or iron pipe. (e) Traffic light sig- nal post. (f) Traffic light con- trols, pedestal mounted. (g) Traffic light con- trols, under- ground. -----1+---·- UG ISS B, SECTION 622-020-900PT (h) Sign post, street, road, stop, etc . 0 (i) Electric trans- forme_r. ~ (j) Mail box. G (k) Parking meter. 0 15" < 0) Culvert (size indi-)>------- cated). (m) Fence. (n) Tree or bushes (trunk diameter indicated). (o) Section of pave- ment, driveway, or sidewalk to be re- placed. f }. ~ /. ¥ t 0 ~zz~ .. ~ ..... (p) Push and remove pipe, tunnel, au• ---+-E.;;;_;;;.;;;;.;_;;;;.;;_;;.J;...-- ger, or place casing. (q) Surface railroad --+---1---1--.... - tracks. COVER • 48"-, (r) Amount of ground ----0-R ___ .....__ cover. (a) Caution symbol (ref er to note number on work print). cov • 48" ::z OR C • 48"----,. ) NOTE 1 ) OR ) 34.SKV) 2.08 Exhibit-I illustrates a typical work print. 3. ABBREVIATIONS · · : 3. 01 · The following is a list of terms and their ab- breviations commonly used on work prints: TERM ABBREVIATION A Abandoned, Abandon .........•••••.•• AB~ A,g-grega'te • ~ •••••••••••••••••••••••••••• AGR • Asphalt •.................• · .•........• ASPH Page 3 SECTION 622-020-900PT TERM ABBREVIATION ·, A (Contd) Avenue ::· .............................. AVE •Alley ................................... AL B ... ·-. Backfill · ............................. BK FL Beginning of curve ....................... BC Benchmark ............................. BM Between . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . BET· Blacktop .....................•...• BK TOP Boulevard . . . . . . . . . . . . . . . . . . . . . . . . . . . BLVD Brick ................................. BRK · Brick on concrete ............... BRK/CNCRT Brick on sand ...................... BRK/SD C Cable .....................•............ CA Cast iron bend .......................... CIB Cast iron pipe ........................... CIP Catch basin ......................... .-. . . CB Cement .........•..................... CEM Center ............... .-................ CTR Center line ......................... CL or t Center to center ...................... C to C Change in plan .......................... CIP . Clay sewer pipe .......•........•.•..... CSP Clay sewer pipe bend ................... CSPB Community antenna television .......... CATV Concrete ........................... CNCRT Concrete Sidewalk •................. C SDWK Conduit ..... _; ....... CNDT or COND (JOSE) Cover ............................. COV or C Creosote wood duct .................... CWD Curb line ..........................•.. CRBL D Direct to code .......... ." .........•..•.. DTC Dirt .................................... DT Drive ..•............................... DR Driveway .•.........•..•.•.... • .....•.. DWY Duct ..........................•........ DU Duct feet, foot .................•..... DU FT E . Each ......................... ~ ......... EA Easement .•............................ EAS East ..................................... E Electric ........................• ELEC or E Encase ................................ ENC End of curve . . . . . . . . . . . . . . . . . . . . . . . . . . . . EC Excavation ........................... EXCV Page 4 . ~ ... •l. .. TERM ABBREVIATION · ..• F Feet, Foot ........................... FT or ' Fiber•cement conduit ................ · ... CEM Fiber conduit bend ..................... FCB Fiber duct .......... · ............... , .... FD . Final length ....•..... ·· -...............•..... F · Fire alarm ........................•...... FA Frame and Cover ........••........•.... F&C G Gas .........•......•..................... G Grade ...........•...•.................. GR Gravel ............... ·; ................ GRV Groundline ......................... ; ... GL H Handhole ...........•................... HH · Headroom ................... ; .......... HR Height ........................... HGT or H High Voltage .•.......................... HV Highway .............•................ HWY Horizontal ............................. HOR I - Improved .... ; ........ _ .........•..•... IMPR Inch .....•.......................... IN. or • Inside diameter ••.....•.................. ID Iron .....•......•......................•. IR Iron pipe ......•. ; ... · .................... IP. J Joint ; ....•........................ · ..... -.JT K Kilovolt ............••.................. KV L Ladder ................................ LAD Lateral ••..•.••...•.........•.......... LAT Left ............. • ................... LT or L Length ..............••..•.......... LG or L Line ..•••......••........................ L I..ower .......•..•..•....•.......•..... LOW M Macadam .............................. MAC Manhole .....•.............. · ....•....... MH Material ............................. MATL Minimum •...........................•. MIN Miscellaneous ....•............ · ........ MISC Multiple concrete duct ................. MCD Multiple tile duct •............. , ....... MTD Municipally owned ........................ M •• • • • • TERM ABBREVIATION N National Electrical Code ................. NEC National Electrical Safety Code ......... NESC North ..................................... N Number ................................ NO. 0 Open .......... ; ...... · ................. OPN p ·Parkway ...... _ .. .-..... : .............. PKWY Pavement . .-......................... PVMT Permit ................................ PMT Place .................................... PL Plant measurement ..... · ................. PM Plastic conduit .......................•.. PC Power ............... .-............ PWR or P Power company .................... PWR CO Property line ....................... PL OR ]l, Public utility easement .................. PUE Pull box ................................ PB R Radius ........................•.......... R Reinforced concrete . . . . . . . . . . . . . . . . . . . . . . RC Remove ._ ............................... RM Replace .............................. REPL Right .................................. RT Right-of-Way~ .......................... R/W Road ................................... RD s Sand .... · ............... · ................ SD Sewer .................................... S Sewer pipe ............................... SP Service box .............................. SB Sewer pipe bend ........................ SPB Sidewalk . ; .......................... SDWK Single tile duct ..............•.......•.. STD South ...............................•.... S Square ..... · .........................•..• SQ Splice box ....... · .....•.•.....••........ .-.SB Stone ...............................•. STN Street ...............................•... ST T Tax district ..................... · ........ TD Temporary ........................... TEMP Township ............................. TWP Tree .......................... · ......... TR Trench ..........................•..... · .. TR Tunnel· ............•.........•......... TUN ISS B, SECTION 622-020-900PT TERM ABBREVIATION u Underground .............. · .............. UG Unimproved ....................... UNIMPR Unknown· ............................ UNKN Utility ............................... UTIL V ·vacant ................................ VAC Vertical ............................. VERT Volume .... · ............................ VOL w Wall to wall ............... · ............. WW Water ....................... ~ ... WTR or W Weight ....................... 1 .••••••••• WT•. West .................................... W Wide, width .............................. W Wood .................................. WD. y Yard ................................... YD 4. PRESURVEY. PRE.PLANNING AND INSPECTION 4.01 The work area should be presurveyed by the Company representative as soon after re- ceiving the work prints as possible. He/she should check to be sure the work prints clearly define the following: (a) The right-of-way, center line of trench, and manhole locations. (b) Locations of foreign plant, such as gas lines, water lines, sewer lines, buried cable, etc. (c) Locati~n of manholes. Manhole openings should be placed where they will not inter- fere with traffic. Where it appears that the loca- tion would interfere with traffic, the situation should be reviewed with the engineer. (d) Special construction, such as railroad cross- ings, bridges, river crossings, etc. This type of construction shall be detailed on the work prints. (e) Potential problem areas such as deteriorated street paving, crack,d si~ewalks, evidence of drainage problems, dead trees, plants or lawns, Page 5 SECTION 622-020-S00PT etc. Photos or other documentary evidence must be obtained prior to start of work. This evidence shall be retained with the completed job file. (f) Other items pertinent to the particular job. 4.02 Before the start of construction, the Compa- ny representative should go over the job with the contractor's foreman. Among the items · that should be discussed are the following: (a) Drain facilities in areas having a high water table. (b) Arrangements for draining water in areas where drain facilities are nonexistent. (c) Arrangements for the disposition of any ex- cess material or spoil removed from excava• tion. (d} Arrangements for the delivery of materials across private right-of-way. (e) Notification of police departments, fire de- partments, etc, when necessary. (f) Arrangements for access to call boxes, fire hydrants, etc. (g) Arrangements for the storage of sod, trees, bushes, top soil, etc. (h) Determining what safety devices comply with local regulations. (i) Special guarding of work area. (j) Notification of all other utilities that work is planned, and arrangements to have them mark their plant. (k) Supplemental permits that may be required. (1) Layout work that may be necessary. (m) Any problem or potential problem areas. 4. 03 As work is in progress, the representative will verify the following: (a) Work is progressing in accordance with the work prints Page 6 (b) Correct installation procedures are being followed. (c) No defective material is being used. (d) Backfill and compaction requirements are being met. (e) Permits and safety precautions are being complied with. · (f) No problems exist. If major problems are encountered, they should be referred to the engineer. (g) Conduit will pass the mandrel test. 4.04 After completion of construction, the Com- pany representative shall verify the follow- ing: (a) Each manhole is fully equipped with hard- ware and bonding ribbon. (b) Each manhole is properly marked. (c) The pulling wire is in the proper duct. · (d} All manholes are water-tight. Any obvious leaks shall be repaired. (e) All excess conduit manhole hardware or as- sociated material have been removed. (f) All trees, bushes, sod, etc, have been re- placed. (g) All drainage ditches, drain tiles, storm drains, etc, will drain freely. (h) All requirements for the work prints and permits have been complied with. (i) . Proper restoration of the surface has been completed. 5. PERMITS 5.01 Permits, in general, can either be formal permits or verbal permission relating to a particular phase of the work operation. • • • • • • 5.02 Major permits are permits relating to per- mission to construct the plant. Examples of these are: (a) Encroachment permits. (b) Environmental impac_t/·permits. (c) Water quality permits relating to erosion control, etc. (d) Permission to cross private property. 5.03 Supplemental permits are those required in connection with the actual construction work. Among these are: (a) Permits to dispose of excavated material . ISS B, SECTION 622~020-900PT (b) Water quality permits relating to disposal of waste water . (c) Permits to store materials. (d) Reanangements of other facilities, such as · · cutting and replacing sewer lines, etc. (e) Division of Industrial Safety permits. 5.04 Generally, it is the responsibility of the Tele- phone Company to obtain all major permits. Supplemental permits are usually obtained by the contractor. 5.05 Work covered by a permit must be done pre- cisely as stated. Any discrepancy between the permit and job prints must be reported to the engineer for clarification. ' Page 7 co .,, -,, ID ID CO C0 " CD CD Cit 4"POWER 8'W/OCUR8 COVER 4' I JC ., (II '---------------CURB ---------------r-~ '----1---.ruRe-..--~8~.--+--+--------- ----E ---------------------E --....!.-------4---,f-l-----E -----~-----f----4----E .---- POWELL ST (ASPHAl,:ON 8" CONCRETE) ........... __ 425'------465' --------- RADIUS • 30'' .!:E~O'..L...l--1• .... +t-~•JHUB. t.i>B 4"C &-l-4"C-PC TYPE A PL 12' >< 8' >< 7' 27"RF&C • CONSTRUCT ARC BY BENDING PLASTIC CONDUIT STAKE IN PLACE TVN:A trx e·x r 27"R F&C _, 4115 POWELL ST "1 -~ ,. IWINIM\IM COVEii 24• MAINTAIN 30" BELOW C:l!NTEA LINI! Of l'AVED ROAO. 1. NOTIFY All OTHER UTILITY C:OWANIH IIEFORE STARTING TO DIG • .t. l'LUG TIIE C: l'LMTIC: l)IJCT LATERALS Ill !'ENDING l'LAC:ING OF IIUAIED CA8LE. 4. SYMBOL '"W" INDICATES PULLING IN WIRE IN PLACE. 2' WW870' w t-w a: 0 t; 8 x· u lo m ct z a:a: wO lC W:>!i, m t- I ;:ua:: .... <I( Wow X "'-> Di ~~o ~ N•U ts· 36' 15' MH22TOMH21 38' ASPHALT ON 8" CONCRETE 30'C SOWK 804' UNIMPR PKWY 870' 24 PC 4" B Exhibit 1 • SEE PRINT 2 TYPE A 12' )( 8' X 7' 1.P84" C l·PB4"C 27" RF & C OVER SEWER ANO UNDER GAS 5-1•4" C,PC 575 POWELL ST f"- ~~ PERMITS NO. 3883 ASHBORO TO 781 NO. 412 WOOO 1WP TO 787 • en m 0 -I 0 z 0, N ,:-, 0 N 0 1 co 0 0 "1J -I • • • BELL SERVICE PRACTICES PACIFICl3BELL NEVADAEIBELL .SECTION 622-020-900PT APPENDIX 3 ■ Issue B, February 1988 UNDERGROUND CONSTRUCTION GUIDE LAYOUT WORK Contents Page 1. GENERAL ........................... 1 2. GLOSSARY OF TERMJ , ................. 1 3. SWING METHOD . ................... 3 4. TANGENT OFFSET METHOD .......... 4 5. CHORD OFFSET METHOD ............ 5 6. CONDUIT ALIGNMENT RADIUS ....... 6 7. SLOPE STAKES ...................... 7 1. GENERAL 1.01 This appendix supplements Section 622- 020-900PT. 1.02 It is reissued to: • Revise the appendix title. • Add Part 7. • Change the legend on Page 1 in accordance with Pacific Bell's Standard Instruction (SI) 178. Note: Marginal arrows used to denote .. changes are omitted. SYMBOL OR ABBREVIATION 1.03 This appendix on underground construction layout is for use in inspecting and construct- ing underground plant. The· information given has been condensed to permit following the work prints and marking them properly. This appendix does not give detailed information for design layout work. 1.04 The work print should include the necessary ties, radii, angle points and length of arc to properly lay out work. During .the construction phase, substructures and surface structures may be encountered which will necessitate the changing of conduit alignment. In these cases, the Pacific Bell Representative should have information at hand to aid in selecting the proper radius for the change of "tie," and the technique for laying the radius out for marking and staking the ground surface. 1.05 The following three methods for laying out curves will be ,discussed with the aid of ac- companying charts and tables: • "Swinging" a radius with a measuring tape • The tangent offset method • The chord offset method 2. GLOSSARY OF TERMS 2.01 The following are terms and their symbols and abbreviations which are used in connec- tion with layout work: MEANING TERM ANGLE L r\ A figure formed by two lines extending from the same point on different plains. ARC BEGIN ·CURVE BC A portion of a curved line, as of a circle. Where a tangent line meets a curved line . NOTICE Not for use °' disclosure outside Pacific Bell/ Nevada Bell except under written agreement Printed in U.S.A. Page 1 SECTION 622-020-900PT APPENDIX 3 SYMBOL OR • TERM ABBREVIATION .MEANING BENCH MARK BM Permanent monument with a recorded elevation. BACK SIGHT BS Pertaining to reading elevations. CENTER LINE ~ or CL Center line of a street or construction area. CHORD C Straight line intersecting a curve at two points. COVER COVor C The distance from any underground object to the surface above that object. CURB LINE CRBL The distance from the face of a curb to the property line. DEGREE 0 A unit of measurement -60'=1°; 360°=1 circle. DELTA 6 The symbol meaning the degree· of an angle, such as 12°37'45". END CURVE EC Where a tangent line meets a curved line. ELEVATION ELEV Vertical distance above or below a given point. FLOW LINE FL That part of a street, gutter, pipe or riverbed'where water • will flow. FRONT SIGHT FS Pertaining to reading elevations. GRADE GR That elevation at which something is to be placed below or above ground. GROUND LINE GL Surface of ground. LATERAL LAT Subsidiary conduit, usually to a pole or building. LENGTH OF ARC Lor LG Relates measurement of conduit or buried cable placed on a curve, i.e., arc in feet between BC and EC . • ,f'"'-- MONUMENT A stone or other permanent object used to mark a boundary. OFFSET A line parallel to the base line used to avoid an obstruction. POINT OF INTERCEPTION Pl The point where two tangent lines meet. POINT OF REVERSE CURVATURE A point where a reverse curve changes direction. • POTHOLE A hole dug by hand to locate substructures. Page2 • • ISS B, SECTION 622-020-900PT APPENDIX 3 TERM PROFILE PROPERTY LINE RADIUS RODDING TIE POINT TOE BOARD TRANSIT VERTICAL CURVE WALL TO WALL 3. SWING METHOD SYMBOL OR ABBREVIATION PRFL · P/L or~ R WW MEANING A graph of elevations showing all structures'. A legal boundary or line used to segregate a parcel of land. A line segment extending from the vertex of an angle to the curve. Means of placing a pull-in wire in conduit. An established point to which two or more lines are tied. A board used as a retaining wall to confine a soil bank. An instrument used for measuring angles, elevations and distance. Used in construction of conduit or pipes to dip under an obstruction and return to normal grade. The final measurement of a conduit section between inside walls of manholes or a yault to a manhole . 3.01 This method of plotting a curve or radius is the simplest and most often used. Two tech- nicians are normally required to "swing" a radius with a tape measure. The steps are as follows: curacy. While the curve is being transcribed on the ground surface, convenient points should be marked or staked to outline the curve. . (a) Locate the BC on the straight conduit line. The BC can be located by referring to the work print which will tie the conduit line and the BC to center lines, manholes, property lines, bench marks or other points of reference. (b) When the BC has been located, the tape line should be extended perpendicular (90°) to the straight line of conduit to the pivot point. (See Fig. 1.) The distance between the BC and the pivot point should be equal to the radius distance given on the work print. (c) While one person holds the end of the measur- ing line on the pivot point, the other person should hold the tape taut while moving in the direction of the EC, making a curve or arc. The length of the curve should equal that distance specified on the work print. (d) The point of EC should be intercepted by the curve just transcribed. This is to check for ac- ,._ TIE DISTANCE-, STRAIGHT BC CONDUIT • a: ...----R ------EC T PIVOT POINT 1-. w Swinging A Radius Fig. 1 ~ I- C, 5 < 0 I= z -Cl) 8 u z ~ Cl) i3 w j:: ! Page3 SECTION 622-020-900PT APPENDIX 3 4. TANGENT OFFSET METHOD 4.01 This method of laying out a curve in the field is useful if the radius cannot be "swung" with a tape measure because of surface obstructions. The procedure is as follows: (a) Locate the BC on the straight conduit line. The BC can be located by referring to the work print which will tie the conduit line and the BC to center lines, manholes, property lines, bench marks or other points of reference. (See Fig. 2.) (b) The straight conduit line is extended (tangent) from the BC for the distance equal to the radius given on the work print. (c) On the extended conduit line (tangent), refer- ence points are marked beginning at the BC .. These points are obtained by referring to the left hand column on Thble A. (d} Opposite and perpendicular (90°) to the refer- ence points on the tangent line, the offset measurements are marked on the surface of the ground. The offset measurements. are obtained from Table A. For example, the offset marks for a 15 foot radius would be obtained by cross refer- ence in the table between the left hand column, "Distance on Tangent in Feet" and the horizontal column, -R.adius in Feet." The offset for the 3 foot mark on the tangent line for a 15 foot radius would be 4 inches. The 6 foot mark on the tangent for the same radius would be 1 foot 3 inches. This procedure of marking offsets should continue un- til the entire curve, as required on the work print, is transcribed on the surface. (See Fig. 2.) STRAIGHT CONDUIT 3' 6' 9' 12' 15' O' TANGENT Fig. 2 ;:;; ) .OFFSET tj l FROM j TABLE EC TABLE A 1-w w u.. ~ 1-z w t:) z ~ z 0 w u z ~ Cl) c 3' 6' 9' 12' 15' 20' 25' 30' 35' 40' 45' so· 60' 70' 80' 90' 100' 110' Page4 ,O' 6" 2'0" 5'8" 12'0" 15' 20' 4" 3" 1 '3" 1 '0" 3'0" 2·2· 6'0" 4'0" 15'0" 6'9" 20·0· OFFSETS FOR LAYING OUT CONDUIT RADII RADIUS IN FEET 25' 30' 35' 40' 45' 50' 60' 70' 2"+ 2"-2·-1·-1·+ 1·+ 1· ,._ 8" 7• 6" 5"+ 5•-· 4• 4• 3"+ . 1'8" 1'5" 1'2" 1'0" ,,,. 10" 8" 1·- 3'1" 2'6" 2'2" 1 '10" 1'7" 1'6" 1 '3" 1'+ 5'0" 4'0" 3'5" 2'11" 2'7" 2'4" 1'11· 1 '8"+ 10'0" 7'P. 6'3" 5'4" 4'8" 4'2" 3'5" 2·11· 25'0" 13'5" 10'6" 8'9" 77• 6'8" 5'5" 4'7" 30'0" 17'0" 13'6" 11'6" 10'0" 8'0" 6'9" 35'0" 20'8" 16'9" 14'3" 11'3" 9'4" 40'0" 24'4" 20'0" 15'3" 12'6" 45'0" 28'3" 20'4" 16'4" 50'0" 26'10" 21'1" 60'0" 33'11" 70'0" 80' 90' 100' 110' 1·-1· 1·-,._ 2"+ . 2"+ 2·+ 2"+ 6"+ 5"+ 5"-4"+ 11·-10" 9"-8"- 1'5"+ 1 '3" 1 '11"+ 1'0" , 2'6" 2'3" 2'0" 1'10" 4'0" 3'6" 3'2" 2'10" 5'10" 5'2" 4'7" 3'8" 8'0" 7'1" 6'4" 5'8" 10'9" 9'5" 8'4" 7'6" 13'10" 12'1" 10'8" 9'7" 17'7" 15'2" 13'5" 12'0" 21·1· 22·11· 20·0· 17'9" 41'3" 33'5" 28'7" 25'2" 80'0" 48'9" 40'0" 34'6" 90'0" 56'5" 46'9" 100'0" 64'2" , 110'0" • • • • • • 5. CHORD OFFSET METHOD 5.01 The chord offset is used to lay out curves in the field when the "swing" or tangent offset methods cannot be applied. This method is flexible because a formula is given which can be applied to any radius required on the work print. 5.02 The chord length can be chosen which will produce adequate points to define curves. However, the 10 foot chord as shown in Table B will be adequate for most curves for underground conduit. 5.03 The radius will be given on the work print. . Consequently, the only value to find will be D, the distance from the chord tangent. See Fig. 3 for an example of the calculation of D for a 70 foot radius and a 10 foot chord. After D has been found, the radius can be laid out by the following steps: Lo . ... CHORD OFFSET METHOD OF LAYING OUT CURVES ½D = 8½" Pt. #1 u ---+------'-R_=_7;...;o_· ____ ___, a> GIVEN C= tO' R=70' C2 = 100 ~2 = 100' = 1.43' {100+701 R 70' D= 1.43' = 17" (1.43 x 12") ½D = 8½" Fig. 3 6. ISS B, SECTION 622-020-900PT APPENDIx·3 (a) Locate the BC on the straight conduit line. The BC can be located by ref erring to the work print which will tie the conduit line and the BC to known reference points. (b) From the BC along the tangent line (straight conduit line extended), the selected chord length of 10 feet is measured and marked. From this point, at right angles to the tangent line, one- half the distance of Dis measured and marked (Point #1). (c) Hol~ing the tape line taut, a straight line is produced from the BC, through Point #1 to a point 20 feet from the BC. The chord length of 10 feet is then measured from Point #1 and an arc is struck for the distance of D anq marked as Point #2. Subsequent points are located in the same manner, using the two preceding points to produce the straight line, and measuring the chord distance from the last point. (See Fig. 3 and Table B.} R C D 50' 10' 24" 60' " 20" 70' ti 17" 80' " 15" 90' II 133/s" 100' " 12" 110' It 11" 120' " 10" 130' " 91/4" 140' It 8½" 150' " 8" CONDUIT ALIGNMENT RADIUS 6.01 To assist the Pacific Bell Representative in the field in determining the proper radius in cases where the ali~ment of conduit has to be changed due to field conditions, the following exam- ple and table is included. Note: On any tie change or alignment of con- duit or dips of more than 2½ total feet in a section, permission mu.st be obtained from the Engineer. Pages SECTION 622.Q20-900PT APPENDIX 3 Reverse Radius TABLE C • REVERSE CURVE DATA FOR OFFSETS 6.02 This example is for a 100 foot radius, and is FROM 1 FOOT Ta° 20 FEET USING 100 FOOT RADII normally adequate for most radii which have to be determined in the field. (See Fig. 4.) "D" DELTA "S" OFFSET OR LENGTH OF STR. LINE 6.03 The value of D total offset, will be deter-IN FEET DEGREES ARC IN FT. DIST. IN FT. mined by field conditions. Suppose that the alignment of cond"uit is to change a total of 3 feet to 1 5° 40' 10 19.75 miss an obstruction. This 3 feet would be the amount 1½ 70 12.25 24.38 or value of D. Tuble C reveals that a 100 foot radius 2 ao 14 27.84 for a 3-foot offset would consist of two curves 17 .50 2½ 90 15.75 31.28 feet in length with an angle of 10 degrees. The S 3 10° 17.50 34.72 distance would be the number of feet in a straight 3½ 10° 50' 19 37.60 line for the transition from one alignment to the 4 11° 20' 20 39.30 other alignment. 4½ 12° 10' 21.25 42.16 5 12° 50' 22.25 44.42 5½ 13° 30' 23.50 46.68 6 14° 24.50 48.38 6½ 14° 40' 25.50 50.64 l 7 15° 10' 26.50 52.32 7½ 15° 40' 27.25 54.00 "'S" 8 16° 15' 28 55.96 8½ 16° 45' 29.50 57.64 0 9 17° 20' 30.25 59.58 0 • ... II 9½ 17° 55' 31 61.52 a: 10 18° 10' 31.75 62.36 10½ 18° 40' 32.50 64.02 11 19° 33 65.12 b 11½ 19° 30' 34 66.76 • 12 20° 35 68.40 12½ 20° 20' 35.50 69.50 13 20° 45' 36.25 70.86 13½ 21° 10' 37 72.22 Example: 14 21° 35' 37.50 73.58 D -3 14½ 21° 55' 38.25 74.66 !::. -10° (from table) 15 22° 20' 39 76.00 Length of arc -17.50' (from table) 15½ 22° 45' 39.75 77.34 S -34.72' {from table) 16 23° 40 78.14 16½ 23° 25' 41 79.48 17 23° 45' . 41.50 80.56 Fig. 4 17½ 24° 10' 42.25 81.88 18 24° 301 42.75 82.94 18½ 24° 50' 43.25 84.00 19 25° 10' 44 85.06 19½ 25° 35' 44.50 86.36 20 25° 50' 45 87.16 • Page 6 • • • ISS B, SECTION 622-020-900PT APPENDIX 3 7. SLOPE STAKES 1.07 Abbreviations on Slope Stakes: 7.01 Slope stakes are used to designate tempo- rary points established for construction of slopes. SYMBOL OR ABBREVIATION 7 .02 When surveying in new construction areas it is often necessary to locate points from slope stakes. To determine an elevation from a slope . stake, establish the engineering station as shown on the back of the stake, locate this station on the con- struction print, and determine the finish elevation of the given line at this station. Subtract the amount of fill or add the amount of cut to this elevation and this will give you an approximate elevation at the slope stake. · · 7.03 Slope stakes are meant only to be check points for grade, they should not be used as "bench marks" for establishing elevations unless there is a large degree of tolerance on the job. 7.04 The approximate center line or control line can be established from slope stakes. 7.05 These stakes are usually chained in with a linen tape and the points are generally ·set with "guineas" having no nail or hot point. Therefore it can be seen that a survey line cannot be established from these points with any degree of ac- curacy. These stakes are very useful for rough checks or locating established points. 7.06 Slope cross section (Fig. 5) shows the typical survey points. ..§1 & J:;. ~-~ I .::J \ I ,-----,._ _ _J_/ C.G . SURVEY POINTS Fig. 5 BC 8.0.W. B.V.C. C C.B. C.C. or C&G EC E.P. E.R. E.S. E.V.C. F MEANING Beginning of curve. Back of walk. Beginning of vertical curve. Cut eg. C-20.1 (Means cut 20.1 feet from elevation of reference point). Catch basin. . Curb and gutter. Centerline. End of curve. , Edge of pavement. End of return. Edge of shoulder. End of vertical curve. Fill eg. F-1.32 (Means fill 1.32 feet from elevation of refer- ence point). Page7 SECTION 622-020-900PT APPENDIX 3 SYMBOL OR ABBREVIATION MEANING F.G. Finish grade or Flat grate. F.H. Fire hydrant. FUt Flow line. F.O.C. Face of curb. G.B. Grade break. INV. Invert. LIP./l.G./ L.O.G. Lip of gutter. MH/HH Manhole. P.C.C. Point of compound curve. Pl Point of intersection. ~ Property line. P.O.C. Point of curve. P.O.T. Point of tangent. P.R.C. Point of reverse curve. PROP. COR. Property corner. R / RAD. Radius point. R.C.P. Reinforced concrete pipe. RMI Rig ht-of-way. Pagel S= ·slope e.g. S=2:1 (Means 2 f~et horizontal distance to 1 foot vertical). SAN Sanitary. STM Storm. SWG. PT. · Swing· point. TOE Toe (bottom) of slope. ·r.O.B. Top of bank. T.O.C. or TIC V.C.P. ® b.ln . ~ -~~ .. . Top of curb. Vertified clay pipe. Number in circle designates offset from survey point to object. Delta/number-designates a fractional part of the length of a curve. e.g. ~2 or½ I::,., ¼ 6., ¾6.. 4:: Angle point. W.V. Water valve. 7.08 Slope Stakes (also known as cut or fill , stakes) -.Exhibits 1, 2 and 3 are based on the California State Highway Departments' method of staking slopes or cuts or fills. • • • :r (I) z a: ii: w o~~ ..JO ...I ...I ...I : u: ig F Q wW~ C/) u oZw c.. ;=; 0 0 ti) <I'. a:-a: • 0.. 0 C, '-v--' F 182 944 ½RB sso F 188 EP 47° F 192 EP 11° F 189 SHLDR 6° F 183 £ • ISS B, SECTION 622-020-900PT APPENDIX 3 ., l'""'•----------102.8·-----------, ..., ____ 58' ----- -1½% 36' w w w ...I u u 0 z z u C: ~ 1-, ~ z t--~ z en< Cl) 0 -w ow en Oo ow u ..J ~ ..... ~ z LL U,J a:<( ~..J 0 Ca: Ca: !z in ~...J ~ wO t--C, ~io :Ew ::>:r O• I-u (/) ~~ o• (/) <Z !:::!~ Z:::i oz a:o C, ~i:i:w 0 a: a: 0 z .___, :I:LL Oc: ii: owz :r: LL. .W 0.. > ::i ~ ___., w oo. C224 z .,B,, !f ~ p 6 1028 z ~ w 2:1 DISTANCE "B" ½RB TO TOP OF SLOPE w ~ Cl) C 218 Cl) w EP474 t--lit z~ C 214 WCI) Cl) t--EP W::, 8:u C 21 1 Ww a: :r SHLDR 0 0 t-- U) ti) LL t + -'O Cl) <(~ 00 Cl) u N -c:i: ~al ' NOTE: Control line is not always the center line. EXHIBIT 1 Page9 SECTION 622-020-900PT APPENDIX 3 C 42 179 3:1 ½RB 5° C 34 £ Page 10 "R" 5' 1½%~ 14' 24' UR" 0 ll) + N .... .... RAMPS EXHIBIT 2 • • F 53 452 4:1 ½RB 24° F 5° EP 14° F 53 £ • •• • • ' · 1ss B, SECTION 622-020-900PT APPENDIX 3 To de1termine remaining fill or distance below finish grade: ·FINISH GRADE / 6' FOLDING RUK / ,,,,,--/ -- / HAND LEVEL / / $ _____ --r-_ _ _ _ _ ✓LATH OR STAKE ---------.;::--:----'--__,L-------- P RESENT HEIGHT OF FILL To determine remaining cut or distance above finish grade: w l,,! jS; Cl) w Cl. 0 ...J (/) HAND . /6' FOLDING RUK LEVEL~#' PRESENT DEPTH OF CUT / FINISH GRADE ---- DETERMINING ELEVATIONS FROM SLOPE STAKES EXHIBIT 3 Page 11 11 Pages .... ,· . "-".:.. • .... -- • • BELL SYSTEM PRACTICES Pacific Tel. 2. EQUIPMENT . . . . . . . • • . . • • • • . . . . . . . . 1 ~-~-: i.·.>:?-:-J !~1 ~~":' ·· .. ~ .: .. -"."! ··.} :; ... : .. ~: .-~1~ ~ -~-,-: ~ :,/·''PAVEMENT BREAKING n :: ·/:.,:-:·,_.: . /: . . 2 ; ·L.· .--:--.... <.:. -~~ .':-.. .t. _. ·:::-.. :::·:. <.:\; ··~ .. -~: :::· 5. SHORING. . . . . . . . . . . . . . . . . . . . . . . . • 4 1.01 This appendix supplements Section 622- 020-900PT. It ·covers general ·information on excavating for buried cable and conduit. 1.02 ··. It · is. being· reissued to provide generally updated infonnatiori. ·. · --. •· Special N~-,e: · -The informatiori ~in ·this appen- dix is general in nature. The contractor must be cognizant of and comply with all applicable codes and statutes. · 1.03 The ideal duct structure is one that is es- sentially ·straight and level • between man- holes,· but slightly _graded downward toward the manhole. Direction changes should be made as gradual as possible. ... ~ ., 1.04 Planned curves and grade chariges will be detailed 6n the·work print. •: -,. · .. . ;, ~-: .. ~ • > F• ... ; -__ ~.-.. 1.05 In any one conduit section~· the following curves or offsets may be constructed in the vertical plane without approval of' the En~'&r. _.~;_:::.. ·._ ~ •••••. =. ·.·.~~ ;;··,::.~ ~, ..• " -~ .•. ; ., ._1~,.. . (a)·~ Usual· °r:urves required for norinal ~ahliole · entran'ces · · = · '· = ·• ·. -:-"' • · -~:- . SECTION 622-020-900PT · ~ :,:·~.~-· _;..~r;,. .••.• ~ .· .. ,; , ; .· APPENDIX4 Issue c, .. Ma/ch'1979· . ---~ Noie: One. dip'or -overbena is ·:equivalent' 'to .;. ·i:.:: two offsets:•:i '~ . "11~-; . ;.~.:-r::s::.:: '::,::-~. .:· .. ": ?::.;~::.:..-:,.;·.:~>· ·:.~:: !!: •. , •~i!.S!::;1I.:,·:(~ _ .: .. ··i 1.06 .. ,'.:.Test holes ;Should be used to pncoyer .l:Uld :. : :, ~ · ii ,expose , ajl :· known . conflicts, .ii:icluq.i_ng buried ·:cable, in advance in order t9 PeITllit gradual ' conduit deviations .and realignments. At.,proposeti manhole sites; dig test holes diago?lally .acr-0ss the planned ~cava~ion . to . .determine. -fr~om from conflict.~ If _,conflicts.;ilre encountered, .the_·T~- phone Company representative shall refer -them to the plant Engineer. No changes in ties or manhole location will be permitted without this Engineer's approval. . . : j. . : '} ·:. . ··.-~ .. ··. -" '. .~·. . 1.07 All necessary permits must be obtained be- -·. . fore work is started. _. ·:: : ·' ~-~-· .... -.... :. ,._ .. ·•· ·. . ........ ~ ... ---,._ .. '• tos' .. '~WP~ b~~g is ~ec~zj; it #i~st _b~ do_ne . .. oriiy by ii licensed contractor: --_ -,_ · .. -\:.... ..• :_ . ·.~· ... ;:!.·. ,:i,,,1,· .. ·. :~-. •. -·· • 1.09. . :_;~-;;'. :·~ -~~· . .-· ::!; -.1 ··:·._.r; ~·. · _.:·~~-.. , · · ;_ ... 3 ~ .• Guard work areas be~ore starting the woi;k accordiri"g. t6 ' procedu~s in. Appendii'~2. ::. . • ... .., .,. .. -·• ·J::.,· .. · •••. 1. 10 F~ll~~ a11 · safety': prJbautions. Ir/g~~~. . . . it is the .contractor•~ responsibility tQ see that all safety piecau.tic,ns· are followed. However, .if unsafe . practices~ are' noted · by the. Telep~one . Company ·representative, th'e -matter. should_ ~ 're- ferred to the contractor" for remedial action. If . proper action :is. not taken _py .the contractor, it may be ·11~~~;¥:~s~p_, ~rior\:~-~f~tion.· For purposes of this practice, the Telephone Company ,r~presep.t.a~~e, ,will :b,~eafte_r. pe. refer;-ed _to . a,s the • ., • ... 'f. .... I..... I "·"·-_..,. ~ .. l ·, • ... • ,I • .,·-_j ,;.,; t.:;.;. ~ , --.... Company ..re.pr,sen~tive. _,.,.. ,. ,:"~,. ~ · .. :-• • • ....... ~,_,,. ... ~,·•'-:~-;•.-.:. _,...,, •••• ,4 •• ,_,_., __ 2. EQUIPMENT . . • . '. '. . •:.; .. :_. . .. -..::, 1''; .. ,;, : · ·, ~-'.'. -' .2.0l ... There. is a_wide .variety of equipment that . --... is.suitabie' for~ucavating··work: Most ~pes NOTICE -.. :;;.,.-- Not for use or disclosure outside the Bell System except under written agreement Printed in U.S.A. Page1 ~;,::(;··.~A,~~~-t'"' ;,··::77z-:/.: \ have their own individual advantages and disad-3.03 Unless detailed on the work print and/or vantages. The choice of equipmen(ic; 't>{usid'on,.t i;"', T :'\.1C:) "Mi 'tiie permit, the selection of the type of bid job is entirely the contractor's prerogative. The pavement breaking equipment is generally the con-• . .. !.lf.lf; ·~ ,, ~ f1 .,,, ··: • only ti.me when the Company representative should , .... · ·tractor's option. become involved in equipment selection on this type jQb. is jf its. use would present a hazard to ;,;!·•~ .:r;.e?tro ·:,; n-c~r ..... -!:fi~d~ .. t·.,, r~ "'··~ ... :!."'J'~~ .... -~,.....~. :-·, per_sons_9r_p~~ or_1t_ is .. o:v~ized_for the work it'is1reqfilrecftoJpe?'{orfu. ,➔~l V.Jl l,~ f)..,:.-::;; .ll J:;.s. c n.er11 :,1~1;; jc:.1 5t,n ... ~ ;~; ~: -;-:.:.:-::~: ·".J 2 .. 02::s-f.,~-~--•Po~p~y.~·!ep;~!;t~~e ~9&~ be- come familiar with all types o~ ,excavating __ ., ... ~-t-..J .. _.,, t equipment, particularly with the advantages and disadvantages ·when used -in ~the ;terrain where the work 'will take place. On·a ·cost:plus job., the Com- pany 'representative"•can request-,the contractor .to use~ specific types:.of ,:ecjwpment.00ri1-a·, cost-plus j6b,--if rthe .equipri:ient1is malfunctic,nirig or is cin -need -of ~:repairs,,,the·:Company representative-shall -request'the contractor to·,have ·the equipment-re- paired or replaced before continuing wjth the work operation;· =_-.,::: .·, ·.•=-,_-_ _-,,, --0----_,,. ; ..... ~ -: -.. .C.. 3., PAVEMENT BREAKING ,-·:_;.; -, .... __ ,· ·;:::;.-::.. --~:-- 3.01 Before starting ·oonstructiori;'•establish the center _ line of the excavation. The work prints' will show· a=tie -to a cleariy defined object, such as a bench~ni'ark/the edge' of a curb, etc. Also establish reference points for . verification of the trench grade. This work ·is ·generally done by the contractor, however~ th~{-Company· representative will _ verify the correctness of the layout work. . ~...;. . .. .. . .. :-: / ·~ . 'i -. . 3.o:z' ·:The-minimum\vfcith' of a trench is depend- .. · : ent upon the· type~ size, and number of ducts which will be placed. In. general, the width _ of th~_trench should be ·as follows: . ~ : ..... . (a}"'-Multiple du~ts-;iio more'than is needed to · --_pr6vide' adequate ·working space . -· . -.--.•r ~·~ .... :, ,,L. ~-~.: ~<-{<~:.t.·.,: ·~;·. : " · : -(b) · Singfe duct (wiencased) '.:,;.: the.width of tlie _ duct structure, plus approximateiy·2 inches on each side (c) Single duct (encased) -the width of the --·duct structure·~ plus 1-1/2 inches on each ·•side' Note: When sheathing is required, the width of the trench is measured from inner surface to inner surface g.;. · ers. -' · · -·· ,. :-:·. c;-, .• ..}., -;,--· '-', .>.: / ·. ti-,.:.<1~/ ✓-- Page2 3.04 Be· careful to protect other pin-ties' under N." ., ground facilities when breakingpavt!inent. This is especially true where high imp~cy p~y~meJ?.t breakers are' utilized: . . . . . • '., ... ,.'vL::•·t.::::J _- . . .... ~; .. ~:.;:;;-"~!H.H):: 3.05 If the native soil is to be used for backfill, ·; . the payetµ~n~ reJ!lqv_~ sh,c;_,pld, -~· !t~~t_ sepa- rated from the soil. Arrangements for disposal of the excess ma~rial shall ~.mad~ by,fAe C?(>~~~c~r. ;., . :;~-'·: ·.-: :'•, ;-: ;~. 4. EXCAVATING . 4.01 If no pavement is involved at the work lo- cation, the center line of the excavation, along :with grade reference points, must be estab- lished before cliggin~ is started. ·-· · 4.02 The total depth of the trench will be a ' _ · _ « minimum of the heigh\ ,of the structure plus the cover, as specified on the work prints. Top protection and encasement together with any base, if required, .. must . be _put in _ the_ height of the structure. · :. · 4.03 Any planned variations in profile miist be indicated on the work print . .. . 4.04 Grading for drainage is not required. How- ever, -a uniform grade will eliminate unde- sirable dips. .-• 4.05 NO ONE sluul be permitted to work in or adjacent_ to any -excavation until a reason- able examination has_-been made to: see that ·no conditions exist that could expose workers to in- _jury from moving earth.-.-,_. : -. _ . ; ,. . . . -. --; ; ·=;·.-= •. :n?: ~tills---·;1 ~-~Jr::~cavations that expose employees to danger -from moving ground SHALL --BE EF- FECTIVELY GUARDED by -shoring or sloping of the ground. All materia.ls of a shoring system shall be free from de- fects and damage that might in any way impair their protective function. • ,,.-~--..: t • • • • • 4.07 · ::.Treriches·,that ·are ·5 feefor more:in depth · : · ·, ·. ,·I -·shall bk !safeguarded by ·shoring ·or sloping the trench walls, except ·where the excavation· is in solid rock. Also, safeguard trenches less than 6 feet deep where ·examination ind}f~~~ ;~~~1~~~;W¼1 movement may be expected. ·. • i.os'i···•:s1~1>irig·1·ihe''wails 101'aii~'excavatio1 shou1a ::, '.·: ; _; '. prcividif °protectic5it!eqfilvalent:It;o ·J shoring. V{hen ::s!o'p~g 2th'~i .tre'nch1 :w~~:· prov5:cie en&ugh ·siopec, so fua{t;ii~{Slgiks \vm startd n;aturally0with9iit sluffirig off;·· 'ca\ling·, : or . movmg:' This"'.miniintim slope will depend 'iipdn :the ... type 'of'.soiL')ilways have at least 3/4-foot horizontal distance for each foot of rise. 'Wateri?lthe bottom of the trench.will cause the trench·to be co~si~ered unstable, even if ·sloped, and s~all_require shoring.: ;-:·.:.s ,1,j·0;:;i. ,, .. J ··-.. . ..··:·!:.!.:~, .. -. •.·:_ -... :·· -.. ~f.-,·:·~::1~:-. 4.09 . · .Spoil: ·.J,Plrevent . excayated ,matepal ._ fro~ falling back into the area. .Do ;this by .lq- cating the spoil at a distance from the excavation edge that is . con,siste~t Vfith the ch~acter of . the ·materiai and riaturej:~f. the.operati~_iis. Excavated material shall be placed . rio closer than~l foof°from the edge of an excavation that is 5 feet or less in 1ss c, secnoN .&~~20:,99.i,: ~f!P.E_~~~~ 4.12 -::-i,:4ccess:_,,,.Conv_eniei:i~ _an_<i •!W~. ,II;l~~ -~~ .J:,:r.r::::be.providedJo;r"'wo.rker~J;;o_ t;m~~;~~Je~y~ trenches or excavations 4 feet or more in depth. A ladder'or-:-steps~should be located so that no ·rifore than 25 .. 'feet :'of iateral :travel !is. required ,,to :leave the trench or excavation. ' .. · . ·.1.J. .. ~ ·:v;.!•.;-i;:i •:! ~--o~ .... l·:\.: .. :·:·{ :-~·.J :;;.-r~ . .-~:ji .'.'-.~-~~-u:. ;!.I ·~::'-_.·~ 4'.,iq Piltecti6Wwiiiii Jristallirf Sh8Hn' ~-. s · °"':· :'•') gGi"1 'f6~i3n:i ~all-;.·6e ~ade':J)· ~rev~ hi· •11:; '-"io,' ~:rk~rs , 1erigiiged -~ in the "'instaila:of{':of Jury .·. . . . .. '' .. ,·, •so •• r •.. ,. , .. , ., •. · .. ·,. shoring. This may require the use of special devices', such as long-handled jacks, that will .. allow µpper crossbraces to be placed from the ground surface before;people,work_in_the-trench at.~o~ po~~- . pi de~p .trenc}les req~g additional bra,~es, work- ers shall progress downward, pro~~ .t>y cr.oss'.". ... braces that have already been set firmly in place. The reverse procedures shall be followed when re- moving shoring. ··---.. -., ~. ·• ., . 4.14 Crossing Trenches: Trenches shall be crossed only where ·sare crossings have been provided. Where crossings are required, walkways or •bridges with standard guardrails shall be used. depth and no closer than 2 feet from the edge for 4.15 Trencher Boom: A person working in the excavations over 5 feet deep. No method that dis-.' .. c -~ · vicinity of an operating trench-digger boom turbs the soil near the excavation (such as driving , :,--or oth~rJ:pechanical digging equipment shall be in stakes) shall be used to contain spoil material. a safe position at all times. Guard against the danger · · -· ·-------··-·· ·--· · of ·falling into or otherwise ·contacting moving 4.10 . Supervision: .. Excavation work 'sh~ i1.t all parts of equipment ... . · times be und~ the_ immediate supervision of someone -with~ the contractor's : authority to : . · · 4.16 · --No pe~on shall be permitted under loads modify the sh·oring systems or work methods, ~ ·· · · · -· --~· being -handled by -power equipment --or 'necessary,-to•'provide greater safety. -The contrac-.. other means. They shall be required to·stand away ·tor's· designated. <sb.j>ervisor shall frequeri.tly -ex-. from any vehicle being loaded or unloaded.' •amine.the ma~pafµ.nder excavation and .µnprove · . the shoring or method beyond the minimum re-4.17 . Grade and level the ~trench .bed to avoid ; quirements: as ·nece=ssary; to ensure protection of . . abrupt -changes. When necessary, _provide workers from m_oving"ground. . ~d or othei; granular backfill as beclduig'material .. ·-· -----·-·--·----····----........ •---··-·-·--•·. · · -· · · -· · so the· conduit will be supported over the iength of 4.11 Removal of Shoring: No part of the shor-. each unit. · . . . . ,. , ~ .. -... ,;: .:. :-· "= - ing system of any excavatwn shall-be re- moved until proper steps have been taken to avoid hazard to -workers"/rom· moving°'ground. ·1f a newly installed masonry_ or .~ncrete wall _is to be_ de- pended upon: -for. thlS protection;' i(.must have ' attained adequate strength to sustain resulting pressures . Note: A 2-inch layer of loose soil or sand to , :·a11ow for cushioning···and ·'eveii bearing for con-duit is desirable. . ·. ,,:;~' , .... ·, ···, .. :-· .:_;_. t • --.... ~·-.,. :,r~,:~ .. :~. · 4.18 When the ~~cll.· ix;ttom contains water or is .of an otherwise. unstable condition, Page3 .... -:; .. • se·ctfoN s22:mo:eOOPT-.J .121 APPENi:>'1){4 brwiliea ?ston«t or it.s "equivalent 'should be placed in ilie'~~~ch":to'i>J:ovide·>a_·solid · ~aslfor ~the conduit. J. •. f1j•~c:•::i fi! ~1-.;:a;! 10 1~;-..£• eH,:J~t.:-:;t:.~.:l.:3 ~o 2.~-d~ . .:'!91-t s1N.ote.'. ;ifDo not'.\!~--~ ~C~i;Q-~J:!ta.!1..,4.~e~w ..... ~ s7,a base forJ;h,e.ptµ"p.Q~ P.f .~l?~;piP._g JVA~:1 i-::E.r!.J 4.19 In areas where theW~~f 3f1:'biJ(is'i11,oiJJ a:ie .gii~ -~iW~iiif"tat~--i?llifa~l~i~1~ !Jt~ p)-"/·1 ••i • •• ~i"°'"·•r, .:..•. jjC-(1'' P•tr'lr'c~7f ... -... ,..-....... , ... used ·t,o,lo-wei·the\:vate:tt.able·until the·'work in the!eica¼tf~ti ~•co~pl~t~t-:;"·,. ;rr-,;r;<:.-r _:?" ·;_: '~r:: -'-~fl!l"•"..··..,,u~,l.,:.::-!:;-~u -:-.\-:::1.: · . .H!t ~.\!:·.JF9~ "{£~ .:~:~i -:~~-:."l<f'.:.;. ~~.:~~I~,~o:~!~'.G:~ ·:: :~'~.{l'~'·'·:;:ti·; ~7:t·'~/ '. ;: ;,-:::::. _:.,,_: ~\ _::~~ s:01 ,,: Sh6ring systems ,'shall :be planned -and "de- :i: t. :7 sigiie<fby 'aqhalified person (civil ·engineer) wnen the excavation is':~'J.l;,;,1,,\: :, '.~ .. -,•~.w-.-, : .. _,_. ·-" _ .·::·;-:,. ·:. ,·;~ -~•-:"'.'T~~ !~<·: ;·; :)~-~j ·-:~b~:~~·< ... ::·:·~_;:; .. ··.:.,:,~} -~~-. ;· .:~ -0-r •;.:'More ~-~OJeet~~P_ .. ·~:;: :·;: ,·:,,~ .,,1,-.'", • Adjacent to structures or improvements • ~.,;.,.· ·:.;:£,; ~ ;'·1\":,;';''· ... ··~, ·. • S~bject to vibratio~. o~ ground ,~ater: · _-;~_, ·-.·•.:.-:·;•-.;:. ·:--:.._:.::. ~sr:.i?·.~ -~-· ·:·":.:; ~-, '_, • At a location __ ~h8fe:_un~ co~ditions e~~- 5.0? , . .-ln ·,;the. -f91lowing ~P~Ph~; :r~f~ence -~t:<? ';t.r1qofa tr~ches;-i!, ·f}<IUaUY.L~~pU.c;~~E} ~"~_ther ex- cavations;•such as_manholes.-;:s'.}:·:1 ,~::.fr.;; ~;!·::·n: ~:-;· ;;;::;'i G !f...sdt .:<!:.:ol a9.cfans1i 1:rt.i;L°;!5<ICZ J,,.:!L .::'..:<,, ;:.ii> hrffJ0'•;,_ ti<::ii' "G.!<>'lf$):"'' 'j'.:}~~,,,.,f•1·ns••o -,..-•·,i"v ,..,,_,,,;, Trend\~honngSystem· = ....... ~~·f ·~ :'· · --"'·•'· 'e-'~· .. t:si·~•:"lX~ ~,.~ ·-l:;,-:. ~:·-... ~rr·!9'1G:H ~:'!~.-l2 ft~~~~ ,,5¥~~tiy,;p.~n~~-~~;:9~ns~il°J .~r.f!v,faUP,¼W?-~.;;,~~'!,l~qI.is~P.B°~J~ .}!~ ot er -~~ ~~:dif.~ll~~~~ __ )JX} J~~s. ,frf..,~'?.~?H~ c;re~:me~~;.,fy~£~) ;~d.,.M.I~.~,! ,~~~-~Jl.-wu-,~eE?,p~ (s~~~~; Up~~,s . :~ot~,~~'r~ l~"9e~~Jr<?~ ~:v;~~~ P.~.,E!·~::, .;:,f:. 'E,_; ~~,:::;_ · .. \~ .. ..J::, ·1.n\ ~;-~s_•,t~'i.i\b \~1:..\:i.1:.:~_:..\--.;\ ,:~.--\.\··.t ,, . ..::.::-~~ · .. ·.:: :;~-.~\\ ·5~04 ,:,n The dimensions and spacing of the elements . i: :-:•?''-:'l ,of°the shoring· system'shall be governed.by the depth and width of the tr~nch,type of_soil en- countered, and other special conditions of the site. :In no '.cilse thalf they: provide less stre~ .than the members listeci m·Tables A; B or C . . . " ► ·: • ~ -~ ~, /: • .. • • . • .~; . • • .. :: ; ;, . .-. . ; ... No.tei·:, ., Table /\. ·and B are for use in California. _: Table:bisfo~~J'inNmµia> .· · ~· • ' -. ,l.1)·· .J .-•,._._ J._ ,!: .. !. .. s_~_:\ _. · •. :;•.'.·, .. :~·-• .:· .~::-:•:~_.:-~ :)i~;. TABLE-A:\,,,,,_;,. ~ii.,:".•,,,·, .:_.. ····' ··:· .. , ::(FOR USE IN CALIFORNiA_.ONLY)' ·,,_.,,. , -··.,·-..,, .. ·~ '. ·--. .• ~. -. .• ; . '-.: .:;,·. ·. . •• ~-~ ·_.:_ • •• ! •• -:";:, ·1-.:. ·UPRIGHTS ,. ;, .BRACES• ·• --·• $TRING~RS_ '.~i; "': .,( •.' ·. . ,: . SOIL TYPE DEPTH (FEET) ,_. SIZE SPACING ·-slZE~i:;_ HORIZONTAL . SIZE : VERTICAL ·- -· ' !: :, . -· --INCHEs·· HORIZONTAL FEET INCHES: ;; SPACE FEET ·. · INCHES SPACING FEET . .. --·-. --• • ~ • f '. . ~ . ' -· -.-,. !' --~ • : · .•. . ,HARD, COMPACT, .6-10 2X8 8-4X4 ' . , 8 WHERE INDICATED -. (NOTE 1) ·. OVERtO. 3X8 6 4X6 :s .. WHERE INDICATED --·• UNSTABLE 5-10 2X8 4 4X4-, -4 WHERE INDICATED 2X8 2 4X4 -. , .. ·2 ,. --"WHERE INDICATED . - CNOTE2) OVER10 3X8 SOLID '4X6 ,,: ·. 6 ' --4X6 ·4 -., RUNNING 4-8 ·2xs SOLID 4X4 . . , . .. ~---6 -:..'4X6 . . ... -J~ .4 ' -· .. (NOTE3l OVERS 3X8 SOLID 6X6 6 ... ~·-.;-:4xe ' :·~1-·•"4 ·:. .. ' .. -··• •st11C11$ tor trenches 3 feet or less In width. See :Table B for .wider~.:., ·.:)'i. · ~:,.•\-,,,1\? -._,. '•. ;, . 1•:•::i )\ ;' f .'. •• -• •1.. •• ~t~-..:\.:. i""'.-1\\;.1-~~·~. i.:l \f.?::J -\~·._ ·!,·r.:-·. :_.~ · ~t•.t\ Na~:.,_~ .·_. .·: ._ -· · ··. -·. .-· ·.1 !~ ··: . ?·::-"t:.;.;~ ~'-~•~t 1~f.~:~-;. ... ;t~,--,.•. --: ... ,~1:..;··~,~-~'-~·-·_1\:.· :;•~:.t;-.~i'-i r. · Hard and solid, such • hard pan or dry adobe. It stands In a vertical wall and cannot be claalfled as · : · , either Unstable Of•runnirg.• _ • . . .. '. ;. . , ·-. 0;. "t.;· -~:;:. :: .. •· ,•. r.· -~:> ~~-:~·:,:;.,·:~ ·) ~ \~,~~~\ 2. UMtable. Soil likely to crack.or crumble; such• top soil, or loam i:ontalnln1fCOa!'le.liand or grfter:~,-,., This soil cannot be depended upon to support itself for long in .. verticai wall without the extra· support -· ; ,: l: -"c~ ;,. : ; .·. : ofashoringsys1em; . ,·.:.:,:: ·.::..· _, <·. ,,r.· ·;,,:: .. : ... 3. · Running; · Soft, sandy, fiileCHn or l001e soil, such • oozing mud, dry und or gravel, the backfill of· a recently,filled trench, soil containing so much moisture that hydrostatic pressure could develop. This material Will not support Itself in a trench wall. -..... ~ Page4 • .... --. • ·• ., .. _,.,.... •• • • ISS c; SECTION 622-020-SOOPT ;, APPENDIX 4 :·:~ .. ~ .. :~TABLE _ 8 ,, _. _ .. -. _·: ._, :._ -~-\:· ~".":-. :..:_ . . ;:::; _ : : .. '":.'.::,;-:MINIMUM SIZES OF CROSS~RACES: ::1.1 \_•-. :-:_:;• •·· · . ·•·: .. ,.-::·.-·;~; :..:!:· ,-"(CALIFORNIA ONLY).·: <,r_,•_,i·•.;-:sy:,: .. , __ ·.·.-- •-.. -.._ . -· ... . ..... -.. :: .--..:;--: ...... . . . ' -•, ·,. . ' . ·: :·. • ·:i_; ..... .. ' . . . • -~ ~ --• .. ~1 ..... ~ :·\:,-;:;SIZE OF. :· - ·-WOOD BRACES ,: . ~.CINCHES) . ·" .. ~ :; . } ' ,._, .-,~ ''SIZE OF=~-~•-:'.; PIPE BRACES (INCHES) :·:: ) . : .. ·.::c:w10TH OF . >,-!~TRENCH ·.:' •:,,;~,.l,F~~Tl I--_;_;~-+-------=--+-~~.~---~---~·.-. .. ~.~--. ·: ::;· .. •·.·. ., . . 1-3 4 X 4 '., ... : '1:112 stc{·;,:,;• . . -.-~ ~.c:.·,_ •• j...:..' .::a··-;_;_·-:..~ ·,...;.·___.,:_.;....;_-1-~•-a:2· •:.......· ---,----'--+--,,------,-----:1 • .. ; .;'\.) .. -.. : . 4 X 6 .; __ ~ 2 STD.-,--" , .,·( i---------4--,---,-,---...;.;;;=-+-----'-----'--'--:-'--:-:I :Hi .. . . 6 X6 · · ·2STD 6XB 3STD ',":.·. .8 XS ' ,.· 3STD . \ . ~•-~ •• ! ,·,. •Wider .trenches shall havf .br~$-of c6rfespo~~in~-y ·. r· > .-: :~-' .- larger dimensions. : · ·.·: · · ·· · : ' iJ.; ·~; · ·>. •: :,· .:i::·{. · .. , '.; ( For Use in Nevada ONLY) TRENCH SHORING -MINIMUM REQUIREMENTS 11) TRENCH .t UPRIGHTS STRINGERS -CROSS-BRACES(2l & (J} .. --.. ·-· ' . .. SOIL TYPE ' . TRENCH WIDTH IN FEET DEPTH SIZE SPACING SIZE SPACING (FEET) (INCHES) (FEET) (INCHES) . (FEET) · UPT03 3T06 6T09 9TO 12 . ·:,. ~ . . ., '. . ~· .. ., STO 10 HARO, -·. 3X40R 6 --.. ~X6 4X4 4X6 6X6 .··COMPACT_ 2X6 .. I 3X 4 OR .. ' LIKELY TO 3 4X6 4 2X6 4X4 4X6 ,6X6 CRACK · I 2X6 ·.,. ' SOFT, SANDY, 3X40R CLOSE. .; .. ,· ' ·4X6 4 4X4 4X6 -6X6 6X8 OR FILLED 2X6 SHEETING ., ·-~.t '. ' HYDROSTATIC 3X4 OR CLOSE - ' PRESSURE 2X6 . SHEETING 6XB 4 -4X4 4X6 SX.6 6X8 .. ., 10T015 HARD, 3X40R 4 4.X6 . :4 4X4 4X6 6 X 6 _; 6X8 COMPACT 2xs . •. . ,LIKELYTO 3X40R -~--..:· . 2 4X6 4 4X4 4 X.6 6X6. 6X8 -CRACK 2X6 .. ~· . . . ' ..:.;::. . SOFT, SANDY, 3X40R CLOSE 4X6 4 6X8 sxs 4X6 6X6 OR FILLED 2X6 SHEETING ... .. .. ! --~ .:~ .. .. HYDROSTATIC CLOSE ·• ; . ....... ... PRESSURE 3~6 .· SHEETING 8 X 10 4 4X6 sxe·' &XB BXS ·---. ' ' .... ··;,.;_ .· .. , · · ... '.,, ~-\ u· '.:,.._•, CLOSE 15T020 ALL 3X6 BX 10 ._4 , .~x 12 :~?(8 BXB. 8 X 10 SHEETING -. .. ., .... . -. ... ---. CLOSE - OVER 20 ALL 3X6 SHEETING sx 10 4 4 X 12 axe ii X 10 ,ox 10 Notes: t. Shoring ls not required in solid rock, hard shale, or hard slag, If dry. 2. Maximum spacing for cross-braces ls 4 feet vertical and 6 feet horizontal. 3. Trench jacks may be used in lieu of, or lri"combination with, Cl'OSl-braces. 4. Where desirable, steel sheet plllng and bracing of equal strengths may be substituted for wood. 12 TO 15 6X8 6X8 sxs SXB SXB SXB 8 X 10 . .. 8 X 10 . !'7 ' ::;. ~, -C-•· '. -::-.-.-·r: ,ox 10 ,ox 12 Pages "; SECTION 622-020-900PT J :i:' ,APPENDIX4 ~ 5.05 Uprights shall extend from above :c::!,.Ts.12 Beware of Disturbed Ground: For filled ~ the top of the trench.to ~as.near, . .: ?3!::a i\:~t .. '·.or 1disturbed ground, provide additional the bottom as practicable. Under no con~_-,:;:->:;sl)~ting and bracing. Additional sheeting and brae-· dition shall the:distance from the.~ench-...ing_··~1ill .be .required for hard compact ground if bottom to the [lower ,end .of an upright =~)~there: is fill~_:gi:ound nearby. A trench wall that is exceed 2 feet. l ;;_~ . .;).,i.; j• .. '. , ;~;:~:..;;..::.11 ..:3•near another recently filled trench is unstable, even l ;;,4-.:--1~~! · ·-·~-~ ~t\ , .--., ....... alli • ·•-., · , "~.,,"-·'·'though it 'appears t~ be hard compact material. 5.06 Cross-braces sh -cons15t--of-steel -screw------,.. . ----· · . • f • l . type trench jack~ havm,g: ~. foot or base _ :-, • c _ , • • • • plate on each end of the pipe -or ·timbers:· They ---5.13 +---Take .Specml Precautions Where Moisture shall be placed in tnie'._horizonfal position and·:-:: : is Present: :Provide extra sheeting where bearing firmly against uprights :or striigers~ They-.. ~:: -there; is ·w~~ ·or~~epage. Keel? the excavation shall be secured to preveit slid~~. falling;or kick~-----:~um~ed out at.all. t1;111es, ~d avo1~ any ac:umula- outs. 1 ·~ · .-.• , .: tion ;of water, day or mght, until work IS com-r-·-·-·-;:-::·.:, ~ -----· ,-··-· ·:_···pieted:Wa,ter,in excavations is considered to be an 5.07 Hydraulic jacks m_ay __ b~\1~ i.J;i $.~~g t;>uL:_~ _1,l,Il$lble sqil ~(?nd_ition and requires shoring. must have a mechanical safeguard (such as ,. , .0 .•• • •••• ::. a steel shaft pin or other mechanical failsafe device).. .. ,'" , . -~: -'..'' . . .· · to prevent collapse of the shoring in case a hydrau-, . _ ·. __ 5.14 Guard Against Rock-like "! atenal That lie leak develops in the jack. -,..; · · Softens When Exposed to Air: Upon ex- 5.08 The minimum number of horizontal braces -(either jacks or-timbers) required for each '. pair of uprights' shall be determined by the number · of 4-foot zones 1n1;o·:·wli1eh the-depth of tlie-tiench -may be. divide,f .<ine-horizonial brace .. is required Ior each of these zones, but in no case.shall there :be less than two braces. Trenches with depths that · carinot be; divided ·equally into these standard :·zones shall have an .. extra horizontal brace supplied for the remaining zone. , -- · 6.09 The. dimensions and spacing of elements of the shoring' system· are governed by the ·depth of the· trench; the type of soil, and other special conditions of the site. The members listed ·. in Tables A and B are the ~inimum requirements. . Additional sho~g mate~al can always be provided. . 5.10 Additional siingers, ties, and.bracing shall be provided to allow for any necessary tem- : porary removal of inclividual supports. .: ·.~ .., . . . !3.11 __ · Walls .'?f _earth 11111y appear harm- . . less, but they are extremely dan-. gerous unless;held in place by adequate . -·-shoring ·and bracing .. DO. NOT GAMBLE · WITH THE LWES OF WORKERS - PROVIDE ADEQUATE SHORING AND BRACING. : :posure to air and moisture, some rocks, like the greenish serpentines found in California, undergo .a softening change called air-slacking. Walls of such rock are hard ,and solid at the time of excavation but· soften irito a slippery, dangerous mass soon after exposure to. air •. 5.15 Guard Against Caving_Hazard_Created by Vibration and Loail from Highway Traffic: Trenches located near-· hlghways· "and streets are inore likely to cave than similar trenches in loca- tions _not exposed to moving loads. Judgement of the Coinl'.!any representatiye JI.IUSt prevail. . lbt...J.-, 5.16 .-. Install Upper.Trench Jacks First: ~ . -·· · The -top cross-brace or trench . jack 'sh~uld be installed first. The next lower .. one "should be held in position with ··hooks before a worker enters the . __ trenc/:I to. install it' at t/uz( point. Shoring · .. does not serve if~ PFP0.1~ .if worken ex- .• : :.. '.' pose themselves to ·hazards while in,tall- . Ing . it. Most . of :t~t~fn~tallation work .lh(?uld be carriip;,;ffr.pm a S1Jfe po~ition . __ outside of the trench. : -· ----'---· ·:· ... -!{~: ·.-~ . .,: ~ 5.17 .. : Exhil>it l illustrates typical trench shoring · · systems. . . . .. , · _; .. _ . : _ ·· .... ... • •• : ,' < ••• :;~ • • • ._t • • al FT. • • CROSS-BRACE OR TRENCH j,=:::=:::::::::::::::::::::::::::::==:::::::::~!3.~._-JACK Typical Trench Shoring Now: SHEETING STRINGER ISS C, SECTION 622-020-900PT APPENDIX4 SHEETING 4FT. VERTiCAL It BRACE CROSS-BRACE ~~~j~===========~=;j OR TRENCH-. JACK h-lbe,-~,,,---,.~-T,':"'.C:n-, ff---,.-----J. ~: oo:o SHARPEN ,O Q /"'V' SHARPEN TOE OF ~ ~ v,,, TOE OF SHEETING-~~lll't4:i!t1.iliCMll&lli:-il'/alfr4imlZl!i7&1~ SHEETING Typical Trench Close Sheeting 1. Leave 4 to 6-inch• of working space between brace and conduit. 2. Per Table A or C Exhibit 1 Page7 7 Pages • • • BELL SERVICE PRACTICES PACIFICCBELL NEVADAtlBELL SECTION 622-020-900PT APPENDIX 5 • Issue B, February 1988 UNDERGROUND CONSTRUCTION GUIDE MAIN CONDUIT PLACING -GENERAL Contents 1. GENERAL .......... ;, ............... . Page 1 2. ENCASING ......................... ~ 3 3. TERMINATING DUCTS IN MANHOLES ...................... ·... . 4 4. BACKFILLING ...................... ;_, 5. MANDRELLING .................. : . ·. . . 11 6. PLUGGING DUCTS ........ ; .. . . . . . . . . . 12 7. REPAVING . . . . . . . . . . . .. . . . . . . . . . . .. .. 12 1. GENERAL 1.01 This appendix supplements Section 622- 020-900PT. it contains general information on duct types and placing requirements for main. conduit. 1.02 It is reissued to: • Revise the appendix title. • Provide updated information and figures. • Change the legend on Page 1 in accotdance with Pacific ~ell's Standard Instruction (SI) 178. Note: Marginal arrows used to denote changes are omitted. 1.03 Main Line Conduit -Definition of Terms: • Single Bore Duct is defined as one pipe, tube, or other channel through which communica- tion cable may be pulled. • Conduit is a compartmentalized structure placed underground to form ducts through w.hich cables may be pulled. · • Conduit Span is a section of conduit located between two manholes,· buildings, or other terminating points. • Main Line Conduit is defined as a conduit span terminating in sequential manholes (and main communication vault), and is de-. signed to contain main communication cable. -· 1.04 ·· When laying conduit, labor-saving equip- ... ment such as excavators,. concrete cutting machines (Fig. 1), etc., should be utilized to reduce trench opening time, minimize physical effort, and provide overall economy. 1.05 If practicable distribute the conduit along the route of the trench as it is unloaded. Be careful not to strikE} the ends against a hard surface .. This could -cause damage which would result in defective joints. If the conduit is banded together, leave the bands intact. Do not stack the material over 5 feet high. 1.06 When unloading or moving the conduit, modern labor saving equipment should be used when possible. 1.07 Direction changes made by skewing straight sections of conduit should be avoided, since they tend to open the joints. Miter conduit, angled couplings, be~ds and sweeps alone, or in combina- tion with straight sections, will help to retain a tight joint while accomplishing the necessary direction change. 1.08 Joints between adjacent sections of conduit must be in alignment initially and con- structed to retain alignment permanently. They should be as tight as possible so that the ducts do not become obstructed with silt, tree roots, etc. 1.09 · Planned conduit curves and grade changes will be detailed on the work prints. NOTICE Not for use or disclosure outside Pacific BelV Nevada Bell except under written agreement Printed in U.S.A. Page 1 SECTION 622-020-900PT APPENDIX 5 Page2 · Mechanical Cutting of Paved Area Fig. 1 LOAD LINES OF LOAD DISPERSAL 00 88 co Load Dispersal Fig. 2 • • • •• • • Precautions: • Conduit engineering calculates cable pulling tension by taking into account the total number of bends, or curves, their location, total conduit length, and pulling tension value both directions. • Even relatively slight additional bends can require engineering redesign and shorter conduit span lengths. • Notify the conduit engineer of bend location changes or additions. • Mark the final print with degree, radius, length, and location of all bends placed. • Plastic conduit bends -Refer to Section 622-020-900PT, Appendix 6 (Significant Bends and Grade Changes). 1.10 'Ib ensure that the conduit has been prop- erly laid, the conduit work should be in- spected throughout the construction period by a Pacific Bell representative who is completely famil- iar with the job and construction specifications. The Pacific Bell representative will confirm the following: • The duct run is in the correct location. • Proper conduit depth is maintained. • The trench bottom is level. • No cracked or broken duct sections are used. • All joints are properly made. • Horizontal and vertical alignment is maintained. • Proper backfill is used. • All specifications are met. 1.11 Refer to Section 622-020-900PT, Appendix 6 for Main Conduit Plastic. 1.12 Refer to Section 622-020-900PT, Appendix 26 for Main Conduit Steel and Pipe. 1.13 Conduit Depth -Precautions: ISS B, SECTION 622-020-900PT APPENDIX 5 • Main conduit minimum compacted cover is 24 inches. Dead load is the weight on the conduit created by the back fill. Live load is caused by vehicular traffic and is a function of weight and speed of the vehicle (Fig. 2). H-20 loading, H-40 etc., refers to highway engineering road specifications. For an ex- ample ·or H-20 loading means that the high- . way is built to accommodate a 20 ton vehicle. When the cover is less than 24 inches or un- stable soil conditions exist, the conduit engi- neer may require steel ducts, or concrete encased ducts. 2. ENCASING 2.01 Approved conduit is designed to withstand normal compressive stresses from traffic loading. When cover is less than recommended, reinforced concrete can provide additional mechani- cal protection. 'I\vo possible methods are: • A reinforced concrete slab placed above the conduit structure. • Concrete enca'sed ducts, with reinforcing bars placed within the base of the structure . 2.02 Concrete used to encase conduit has a nominal compressive strength of 2,500 pounds per square inch. The maximum size ag- gregate is 3/s inch, preferably ¼ inch. The slump should be 9 inches. It is important to use concrete of this type in order to permit adequate distribution. 2.03 When pouring concrete, adjust the delivery chute so that the fall of concrete into the trench is as short as practicable. When required, use a splash board to divert the flow of concrete away from the trench sides to avoid dislodging soil and stones. · 2.04 As the concrete is poured, use slicing bars or similar tools to work the concrete down the sides of the formation and between the ducts. It should be possible to see the concrete flowing along the bed of the trench just ahead of the point where it falls from the chute. · · 2.05 Leave the temporary fork type separators, if used, in place until the concreting has been completed; at least 10 feet beyond the separator. As the separators are removed, puddle the concrete to fill any remaining voids. Page3 SECTION 622-020-S00PT APP_~NDIX 5 2.06 Refer to Section 622-020-900PT, Appendix 6 for information on main line conduit encasement. 3. TERMINATING DUCTS IN MANHOLES 3.01 It is essential to seal terminations to ensure a sound tight manhole when terminating main line single bore ducts in manhole cores and 4 inch O knockouts. 3.02 Terminating Procedures (unless specified otherwise): {a) Splay ducts 35 feet from manhole termina- tion to form a smooth transition from trench grade (if splaying required). (b) Level and compact area to grade of lowest termination with minimum bed of 1 ½ inches of sand or selected granular backfill. (c) Maintain a 2 inch minimum separation at core (or terminator) both horizontally and vertically and continue a 2 inch separation for at least 5 feet from manhole (except 38-Y). (d) Terminate PTS-77 4 inch ducts placed four · wide with 2 inch horizontal and 1 inch of vertical separation at conduit entrance of 38-Y type precast manholes and maintain for at least 5 feet. (e) Generally terminate duct structure in the bottom knockouts first, in order to facilitate future ducts. (f) The conduit work print will indicate duct configuration and manhole termination location. (g) The conduit entrance terminators, or knock- outs should be broken out with a hammer and rough edges removed. (h) Cut ducts flush or ½ inch recessed at the 4 inch end wall knockouts (or cores) and mortar to form a smooth transition. (i) Backfill as outlined in 4.01 using 2 inch separation. (j) Plug and seal both ends of ducts entering buildings (Section 628-220-200PT). Page4 3.03 When encasing duct terminations in man- holes ensure that: · • There is a sound tight manhole. • Duct terminations are clear, smooth, and undistorted. 3.04 Terminating -Similar encasement and forming procedures apply when intersetting ·various types of existing duct structures and terminating new ducts. 3.05 Duct encasement procedures at precast manholes -_ Knock out panelled or hershey bar opening and 2 inch . lip surrounding end wall opening and remove rough edges. Note: Do not remove 2 inch lip containing re- bar on 38-Y side knock outs. (Refer to manhole appendices.) 3.06 Tamp and level area directly outside the · manhole 2 inches below conduit entrance (Fig. 3). I OUTER WALL \ OF MANHOLE f REMOVE CONDUIT I / ENTRANCE KNOCK-OUT L AND SMOOTH THE , ENTRANCE SURFACE 41N. APPROX. ( J . TAMP AND LEVEL THIS AR~ AS A BASE FOR THE FORM. ....,:,, . · IT SHOULD BE ABOUT ',> . ·. ·•. 4 IN. 2 INCHES BELOW ENTRANCE ,t::.< I APPROX. ---------AT LEAST 2 I~~;!<._ Preparing the Base -Outside Wall Fig. 3 • • • • •• • ISS B, SECTION 622-020-SOOPT APPENDIX5 3.07 Units of conduit must be flush with the manhole inside wall. each entering duct so that pressure will be exerted when the bulkhead is placed, preventing concrete or mortar from entering the ducts (Fig. 4). 3.08 Spaces between ducts or conduit sections will be filled with concrete or mortar. 3.12 Intercepting plastic conduits containing cables: 3.09 Seal manhole entrance, intercept structure, and new duct structure with an approved bonding agent (Fig. 4). • Extend ducts into manhole. 3.10 Temporary wooden bulkheads (inside • Notch custom bulkheads and seal with plas- tic duct seal or equivalent. manhole) should be left in place at least 24 .-hours after concrete, or mortar is poure·d (Figs. 5, 6, 7 and 8). • Follow 3.06 and 3.08 through 3.10. 3.11 Four inch universal or rubber plugs should protrude beyond the inner wall slightly from • Carefully cut and deburr ducts flush with in- terior wall surface. PLUG (NOTE 3) --+--r INNER WALL OF MANHOLE INNER WALL OF MANHOLE A. SINGLE BORE CONDUIT · . B. MULTIPLE BORE CONDUIT NOTES: 1. COAT THE INTERIOR OF THE CONDUIT ENTRANCE AND THE EXTERIOR OF EACH DUCT WITH COLMA FIX BONDING COMPOUND OR ITS EQUIVALENT. 2. COAT THE INTERIOR OF THE CONDUIT ENTRANCE AND THE OUTER PERIMETER OF THE MULTIPLE CON- DUIT WITH COLMA AX BONDING COMPOUND OR ITS EQUIVALENT. 3. THE PLUGS SHOULD PROTRUDE SLIGHTLY BEYOND THE CONDUIT ENTRANCE. 4. MULTIPLE BORE CONDUIT NO LONGER MANU- FACTURED IN CALIFORNIA. Surface to be Coated with Bonding Compound Fig. 4 Page 5 SECTION 622-020-900PT APPENDIX 5 NOTES: 64 IN. (NOTE 2) 7. SEE FIG. 7 FOR BULKHEAD IN PLACE. PLYWOOD A. BULKHEAD -SIDE WALL m t NOTES: B.BA~>"' 2 IN. JSY-4035-3 1S IN. JSY-4036-3 24 IN. JSY-4035-3 5 FT SIN. JSY-4036·3 6 FT SIN. 1. TWO REQUIRED -ONE FOR TOP AND ONE FOR BOTTOM CONDUIT ENTRANCE. 2. SEE FIG. 8 FOR BULKHEAD IN PLACE. Bulkhead Details -Side Wall -38-V-4035~3 And 38-Y-4036-3 Fig. 6 2. THIS LENGTH IS REQUIRED TO UTILIZE THE CORNER CONCRETE INSERTS WHEN BRACING THE.BULKHEAD. 3. THIS WIDTH IS FOR A 24 INCH WIDE CONDUIT ENTRANCE. THE BULKHEAD SHOULD BE A MINIMUM OF TWO INCHES WIDER THAN THE CONDUIT ENTRANCE. CAUTION: A ONE PIECE BULKHEAD CAN BE NO WIDER THAN THE MANHOLE ENTRANCE. Page6 Bulkhead Details ....: End Wall Fig. 5 • • • •·· • • Bulkhead In Place -End Wall Fig. 7 BATTENS (SEE FIG. 6 FOR DIMENSIONS) SET AND WEDGE BATTENS BETWEEN BULKHEADS AND LIP ON INTERIOR WALL Bulkhead In Place -Side Wall Fig. 8 NOTE: ISS B, SECTION 622-020-900PT APPENDIX 5 1. SEE FIG. 5 FOR BULKHEAD DIMENSIONS • . 2 IN. x 4 IN. BATTEN ½ IN-13 X 2 IN. BOLT ¥., IN. X 1 ½ IN. ROUND WASHER ½ IN. -13 INSERT ¾ IN. PLYWOOD BULKHEAD TPA 545897 BULKHEADS (SEE AG. 6 FOR DIMENSIONS) Page7 SECTION 622-020-900PT APPENDIX5 3.13 Separation and length of single bore conduit at knockout (encased or unencased): • Place 2 inch spacers approximately 3 inches beyond the outside wall to provide a mini- m um 2 inch vertical and horizontal clearance between the ducts and the conduit entrance. Spacers can be made of brick, con- crete, plastic etc., and can be left in the pour (Fig. 9). CONDUIT ENTRANCE • Five foot minimum length for conduits at manhole terminations (unless otherwise specified). Note: Horizontal spacing may be reduced to 1 inch when placing 4~inch single bore duct 4 wide. Vertical spacing remains 2 inches of separation. NOTE: PLACE SPACERS 3 IN. BEYOND OUTSIDE WALL WITH 2 IN. SEPARATION BETWEEN DUCTS. 2 IN. MIN SPACER (SEE NOTE) Spacing of Single Bore Ducts at Conduit Entrance Fig. 9 Page 8 •• • • ••• • • 3.14 Terminating vacant multiple bore conduit: • First and last lehgths of multiple conduit at manhole entrances must be three full length sections, terminated flush with the interior wall surface (Fig. 4, B). · 3.15 Terminating intercept multiple bore con- duit (Fig. 12): . . • Existing multiple conduits containing cables require special handling, and custom bulkheads. ...... ,;, • One option is to break away lengths and expose a full length section at least 15 feet from intercept M.H. wall, connect adaptors, and split ducts· over cables, extend ducts through manhole knockout, place bulkhead (3.12) and encase structure from manhole to (minimum) 1 foot beyond multiple bore adaptors. ISS B, SECTION 622..020-900PT APPENDIX 5 Note: Multiple conduit _is Manufacture Discon- tinued in California. 3.16 Encasing single bore conduit structure: • Place 2 inch separation (3.13). • Use approved bonding agent (Fig. 4). • Use the same concrete for duct entrance seal (omit 3.15 forms). • When necessary, place wood form (Fig. 10) on top of encasement, backfill to hold in place, and pour to top of form. • Aft.er the pour is completed,remove or leave form in place. --- POURED CONCRETE COVERING CONDUIT ~ STRUCTURE NOTES: ---- CONDUIT ENTRANCE KNOCK-OUT FORM P_LACEO ON CONCRETE f. BACKFILL TO HOLD FROM IN PLACE, THEN COMPLETE POUR IN CONDUIT ENTRANCE. Z. FORM CAN BE LEFT IN PLACE OR REMOVED AFTER POUR HAS BEEN-COMPLETED . Form Placed at Conduit Entrance (Encased Duct Structure) Fig. 10 Page9 SECTION 622-020-900PT APPENDIX 5 3.17 Figures 11 and 12 illustrate wood forms butted against the outside manhole wall ap- proximately 2 inches from each side of the knockout entrance, and extending out approximately 12 inches {Fig. 11) and 4 inches (Fig. 12) so that duct · terminations w!ll have adequate mortar protection. 3.18 Use mortar mix consisting of one part - portland cement and two parts sand. Add j l SEAL THE FOUR CORNERS AND THE OPENINGS BETWEEN DUCT SURFACES AND THE EDGE OF THE FORM WITH PLASTIC DUCT S~AL TO HOLD IN THE MORTAR AND PREVENT BACKFILL FROM ENTERING FORM NOTE: water to the mix to obtain a thick paste that can be poured from a pail. 3.19 Pour the mortar mix into the form until it is about 2 inches above the opening in the con- duit entrance. Use slicing bars to work the mortar mix into all areas of the entrance. After the pour is complete remove the form, or abandon in place, and backfill the trench. ---- LENGTH SUFFICIENT TO PROVIDE 2-INCHES ABOVE AND BELOW CONDUIT ENTRANCE KNOCK-OUT FORM CAN BE LEFT IN PLACE OR REMOVED AFTER THE CONCRETE HAS BEEN POURED. TPA 553284 Page 10 Form Placed at Conduit Entrance (Unencased Duct Structure) Fig. 11 • • • • • • --- I I SEAL THE FOUR CORNERS AND THE OPENINGS BETWEEN ADJACENT MULTIPLES AND THE EDGE OF THE FORM WITH PLASTIC DUCT SEAL TO HOLD IN THE MORTAR AND PREVENT BACKFILL FROM ENTERING THE FORM. NOTE; ISS B, SECTION 622-020-900PT APPENDIX 5 BACKFILL BEHIND FORM TO HOLD IN PLACE LENGTH SUFFICIENT TO PROVIDE 2-INCHES ABOVE AND BELOW CONDUIT ENTRANCE KNOCK-OUT FORM CAN BE LF;FT IN PLACE OR REMOVED AFTER THE CONCRETE HAS BEEN POURED. Form Placed at Conduit Entrance (Multiple Conduit Structure) Fig. 12 4. BACKFILLING 4.01 The trench can be backfilled at any time after the conduit has been aligned, or where concrete encasement is required, as soon as the · encasement has been completed. On warm sunny days, if the backfill cannot be placed immediately following concrete work, one or two inches of fine soil should be placed over the concrete immediately after leveling, to prevent rapid evaporation of water from the surface of the concrete. 4.02 The manhole excavation can be backfilled any time after the forms have been removed and the frame and cover have been replaced. Precast manhole excavations can be backfilled as soon as the frame and cover have been placed. 4.03 All backfill must be free of large stones, rocks, frozen material, pavement, etc. 4.04 The backfill next to the ducts or conduit and directly over the conduit structure should be sand or other grandular material. · Page 11 SECTION 622-020-900PT APPENDIX 5 4.05 Whenever possible, the backfill should be thoroughly tamped with lightweight me- chanical equipment, such as pneumatic or vibrat- ing tampers. 4.06 Above the top level of the ducts, tamp all backfill in layers, or flood or jet the trench to provide the degree of compaction required. When using machine tamping tools, observe the following precautions: · (a) Before using pneumatic or vibrating hand operated power tampers, cover the conduit with 12 inches of fine soil. Continue tamping in lifts consistent with local requirements, but not greater than 6 inches. (b) Be careful when using wheel mounted self- propelled impact tamping machines. Conduit can be damaged even if it's covered by well com- pacted soil. When using a machine of this type, be sure the soil along the sides of the structure is well tamped before putting the machine in opera- tion. Note: Do not use an impact tamping machine if the lift is less than 30 inches deep over the top of the conduit structure. 5. MANDRELLING 5.01 After backfilling, but before repaving, the conduit structure must be mandrelled. Un- less otherwise specified on the work prints, the re- quirements for a duct selection are as follows: (a) Multiple Conduit: Two diagonally opposite ducts of each multiple conduit. (b) Single Bore Conduit: • Ton ducts or less; mandrel two diametrically opposite comer ducts. ·· Page 12 12 Pages • Eleven through twenty ducts; mandrel the four corners and a center duct. • Twenty-one or more ducts; mandrel the four corner ducts plus one duct _ in each inter- mediate tier. 5.02 The standard mandrel will pass a curve of approximately 20 feet minimum radius in properly placed conduit. If the work print calls for a smaller radius, it will detail the method to be used for mandrelling these ducts. 5.03 If the mandrel fails to pass through the duct being tested, the conduit structure must be exposed and the defect corrected. Backfill and compact the excavation and repeat the . mandrelling test in that unit of conduit. If other units in the formation were disturbed, they are to be mandrelled a second time. 6. PLUGGING DUCTS 6.01 If specified on a work print, all ducts enter- ing a manhole shall be sealed with solid rub- ber duct plugs at the completion of the manhole section. 6.02 If ducts are dead-ended short of a terminat- ing point with the intention of extending the run at a later date, they are to be sealed with solid rubber conduit plugs. 6.03 At the close of each day's work, install tem- porary plugs such as plastic plugs, in . the ducts to prevent the entrance of foreign material. 7. REPAVING . 7 .01 Repaving shall conform to the stipulations of the permit or as specified on the work print. If there are no requirements in the permit or on the work print, the surface should be restored to conform with the surrounding area. • • • •• • • BELL SERVICE PRACTICES PACIFICl3BELL NEVADA(lBELL SECTION 622-020-900PT APPENDIX 6 • Issue C, February 1988 UNDERGROUND CONSTRUCTION GUIDE MAIN CONDUIT PLACING -PLASTIC CONDUIT Contents 1. GENERAL Page 1 2. PRECAUTIONS • • • • . • .. . • . • .. .. . . • . . . . 2 · 3. JOINING I • • e e • I I I I • I I I I I I I Ill I I I I I I I I I 3 4. LAYING B PLASTIC CONDUIT ......... _4· 5. LAYING PLASTIC CONDUIT ........... 7 6. BUNDLED CONDUIT INSTALLATION METHODS ........................... 9 1. GENERAL 1.01 This appendix supplements Section 622- 020-900PT. It covers the general require- ments for placing plastic conduit. 1.02 It is reissued to: • Revise the appendix title. • Add information on bends and couplings. • Change the legend on Page 1 in accordance with Pacific Bell's Standard Instruction (SI) 178. Note: Marginal arrows used to denote changes are omitted. 1.03 Approved plastic conduit (PTS66 and PTS77) is made of either virgin PVC (poly vinyl chloride) or virgin ABS (acrilonitrile butadiene styrene). Both types have a factory in- stalled coupling, or expanded bell on one end (Fig. 1). 1.04 Schedule B plastic conduit is a single duct type conduit intended for use in single or multiple duct construction, and is always encased in concrete. It can also be used in structures such as bridges, viaducts, etc., where it can be cast in the concrete of the structure. Encased Schedule C or D may be substituted if applicable. Note: Suppliers may list two Schedule B plastic conduits, one is too thin and does not meet ap- proval standards (Table A, Schedule B = 22.4 pounds/20 feet). 1.05 Schedule C plastic conduit is a single duct .. type conduit intended for use in single or multiple duct construction (encasement is optional, see 4.04). 1.06 Schedule D plastic conduit has a flame . resistance, and ultraviolet immunity. It is intended for use in special, or exposed installations, including suspension from a bridge framework, ex- pansion couplings (Fig. 2), and pole risers (Section 622-020-900PT, Appendix 17) . 1.07 PTS77 conduit is 4 inch plastic conduit inade to Pacific Bell's specifications (Table A). 1.08 PTS77 application includes main and sub- sidiary conduit. · TABLE A PLASTIC CONDUIT PTS77 (4") SCHEDULE B, C, AND D STANDARD SCHEDULE LENGTH WEIGHT (tvpe} (feet) (pounds) B 20 22.4 C 20 30.4 D 20 32.4 1.09 PI'S66 conduit is 1 inch, 1-½ inch, or 2 inch plastic conduit made to Pacific Bell's specification. The schedule types are the same as for PTS77. NOTICE Not for use or disclosure outside Pacific Bell/ Nevada BeU except under written agreement Printed in U.S.A. Page 1 SECTION 622-020-900PT APPENDIX 6 ~L--.-PT-S7-7-C-P_c_6P~----',l/Lr~'± T (20 FEET STANDARD) T NOTE: Refer to American Telephone and Telegraph (AT&T) Section 622-020-100. · Schedule B, C, and D -Plastic Conduit Fig.1 ~ 6" ~ □ STANDARD _ COUPLING [: : ::: : :I:::,:j::::::::::::::::::::::::::111111:J EXPANSION COUPLING Couplings Fig. 2 1.10 P1'S66 is primarily used for subsidiary con- duit. It is intended for use in locations where 4-inch conduit will never be required. (Refer to Sec- tion 622-020-900PI', Appendix 17.) 1.11 Pl'S77 and PTS66 specifications require the manufacturer to imprint on the conduit the PTS number (66 or 77) and the type of conduit (Schedule B, C, and D). Inspectors should ensure that the conduit has these markings prior to accept- ance ... 1.12 Plastic pipe in continuous lengths of several hundred feet is available commercially, and under special conditions it may be an advantage to use (CE1075). Possible applications include river crossings, harbor crossings and boat docks. 1.13 Conduit termination at manholes and cable vault entrances should be maintained at a minimum of 2 · inch separations, both horizontally and vertically. (Refer to Section 622-020-900PI', Ap- pendix 5.) 1.14 Flexible corrugated plastic conduit is rec- ommended for use in plowed conduit Page2 installations or for special conditions. (Refer to Sec- tion 622~020-900PI', Appendices 17 and 25.) 1.15 · Refer to 4.09 for encasing conduit structure. 2. PRECAUTIONS . · 2.01 The cement used to join plastic conduit con-. tains materials that are toxic arid highly flammable. Concentrated vapors can be harmful and explosive. The following precautions shall be observed when using or storing these materials: (a) Do not use near heat, sparks or flames. (b) Use with adequate ventilation. Forced ven- tilation shall be used at all times when working in a manhole. (c) Use standard manhole testing procedures for . testing the manhole atmosphere. (d) Avoid breathing vapors and prolonged con- tact of these materials with the skin. After use, wash hands thoroughly. Do not take inter- nally. In case of contact with-the eyes, flush im- mediately with water and get medical at~ntion. (e) Do not leave cement containers where the public can come into contact with them. (f) When not in use, close the containers tightly. (g) Dispose of used containers in accordance with local instructions. Do not pour the contents of these containers into manholes, manhole ex- cavations, or conduit excavations. Do not discard these containers in in~inerators, refus~ piles, etc. 2.02 ·Plastics have a tendency to assume the · shape of whateyer they are resting on, par- ticularly when the storage area is warm. Store plastic conduit according to the following: (a) Wheri stacking conduit, place the bottom tier straight with the pieces iouching over their entire length. (1) Outside -Place on a smooth surface of soil or sand. (2) In.side-Place on a smooth level floor . (b) Do not stack higher than 5 feet. , • ••• • • • • SECTION 622-020-900PT APPENDIX 6 3.0lS · . 'lb provide an effective joint, conduit must · not be moved for at least 15 minutes. 4. LAYING B PLASTIC CONDUIT 4.01 In straight sections where ducts are placed with no vertical separation (upsto and in- cluding three tiers): (a) Place wood, plastic, brick, or metal strips, on approximately 4-foot spacing, along the trench bottom in order to provide approximately 1 IN. X 1-½ IN. 1 IN. + + THIS DIMENSION ABOUT 2 IN. LESS THAN CONCRETE DEPTH {TABLES A AND 8) CHAMFER EDGES 1-½ inches of clearance between the first tier of ducts and the trench bottom. (b) Build up the duct structure in full formation; i.e., when each tier of full lengths are laid, 20 to 40 feet in the trench, place the second tier, and then the third tier. As the duct.s are laid, do not follow deviations in trench alignment to maintain side clearance. Lay the duct as straight as possi- ble, even though it may reduce side clearance for short distances. This is important to ensure against excessive pulling loads when placing cable. 1 IN. X 1 IN. 1 IN. X 3 IN . APPROXIMATE TOP LEVEL OF CONCRETE WHEN SEPARATOR HAS BEEN SET 1 IN. X 1-½ l\l THIS DIMENSION I,.-ODOFDUCT PLUS 1/a IN. Fork Type Separator Fig. 3 Page 4 (c) Do not place wood strips under stacks of plas- tic conduit. · (d) Conduit to be stored more than 30 days should be protected from direct sunlight. 2.03 Where the conduit parallels or crosses within 3 feet of a steamline, it must be encas~d. (Refer to Tuble B, Notes.) 3. JOINING 3.01 Before joining the conduit lengths, examine each and remove all debris such as paper, stones, etc., from the duct bore. If factory installed couplings are provided, examine each and with a rasp, remove any hardened cement globules from the coupling or duct bore. 3.02 To eliminate unnecessary joining in the trench depending on the length of trench that can be opened, join two, three or four conduit lengths alongside the trench. Place and join these duct sections in the trench. ISS C, SECTION 622-020-S00PT APPENDIX 6 3.03 Use only cement suitable for the kind. duct material· being used. Cement contain- ers for use with ABS are marked for use with ABS. Similarly marked are the cement containers to be used with PVC. · . 3.04 Cement should have about the same consis- tency as house paint. If it becomes too thick, discard cement and open a new can. 3.05 Join the conduit as follows: (a) Wipe any mud or dirt from the end of duct and inside of coupling or bell. (b) Apply cement to about 3 inches of the male end of duct. (c) Quickly insert the male end into the coupling or bell and set it fully home with a twisting motion. Work rapidly after applying cement in order to avoid premature seizing. Note: If the cement seizes before the male end is fully seated, use .a: hand saw to cut .out the defective joint. • TABLE B SEPARATION GUIDE SINGLE BORE PLASTIC CONDUIT {AND STEEL PIPE) AREA OF SEPARATION SPACER TYPE DUCT CONCRETE FORMATION SEPARATION SIDE TRENCH ENCASEMENT TEMPORARY HEIGHT TYPE VERT. HORIZ. WALL BOTTOM TYPE PLASTIC FORK/STAKE (pour} SEPARATOR 10 Vert. & ,. 1" 1 ½" 1 ½" Monolithic X (or less) Horizontal (sinQle) 11 Vert. & 1" ,. 1 ½" 1 ½" Multiple X (or more) Horizontal -Pour 3 Horizontal o· ,. 1 ½" 1 ½" Monolithic X (or less) (no vert.) (single) 4 Horizontal O" ,. 1 ½" 1 ½" Multiple X (or more) (no vert.) Pour 4 Bundled N X X (or less) (no horiz. O" O" 2" ,. 0 above in trench (& no vert.) T trench method method 4 2· O" 2" 2· ,. E (or less) Horizontal N C 5 Random 1" 1" 2" 1" A NONE (or morel Horizontal (approx.) s REQUIRED E D Notes. 1. Communication conduit separation when crossing gas, oil, and/or water is 6 inches of earth, and parallel separation is 12 inches of earth. 2. Separation from electric can be 3 inches of concrete, 4 inches of brick, or 12 inches of earth. 3. Two inches of concrete is required over enc_ased conduits. Page 3 • • • (c) Provide the required horizontal separation between vertical columns of ducts, and from the trench side walls during construction. To do this, place locally fabricated separators (see Fig. 3). These should be on centers up to 8 feet. (d) Provide a reference mark for concrete cap- ping of the duct structure. Fig. 4 illustrates a typical 9-duct formation. Where the duct structure is more than 4 ducts wide, it will not generally be practical to use fabricated separators. In such cases, wood stakes can be used to provide 1-inch separation between columns of ducts. Stakes used to provide separation between duct columns and trench walls should have a provision for being tied together to prevent duct flotation during concrete pouring. SIDE WALL I TOP LEVEL OF f -.J-CONCRETE I ~ TO GROUND LINE 9-Duct Formation Fig. 4 _L I_!_ 2 IN. 4.02 When ducts are placed with no vertical separation (over 3 tiers): (a) Provide for 1-½ inch clearance at trench bot- toms (see 4.0l(a)). (b) The ducts can be stacked on top of each other, up to four tiers high, with a minimum clearance of 1-inch between vertical columns ob- tained by the use of temporary fork-type separators. The concrete is then poured to encase to the top of the third tier; then up to three addi- tional tiers can be added, with concrete encase- 155 C, SECTION 622-020-900PT APPENDIX 6 ment proceeding as each tier of three ducts is added. 4.03 Where ducts are placed with 1-inch horizon- tal and vertical separation -straight .sections: (a) Permanent, commercially available -plastic .. spacers should be used to provide the neces- sary 1-½ inch clearance from trench bottom and trench sides, and 1-inch horizontal and vertical separation between ducts. Spacers are generally available from conduit suppliers. (b) The base spacer should be spaced along the trench bottom at not more than 8 feet on cen- ter. Set the first tier of ducts into the spacer grooves, then a tier of intermediate spacers, then the second tier of ducts, etc., and finally the spacer over the top tier, making certain that each tier of spacers is s~urely locked to the next lower tier. If the formation will exceed 10 tiers, place approximately one-half the total number of tiers, -but not more than 10 so that the concrete can be poured in successive stages . (c) Where the formation will be more than four ducts wide, it is preferable to slightly offset groups of four unit spacers in the same tier for case of installation. 4.04 Main line conduit bends and pulling tension -Precautions: • Notify the conduit engineer if plant condi- tions require conduit benu, sweep, grade, changes or additions. · • Even slight additional bends can affect direc- tion of pull, or cause redesign to shorter con- duit span. · .. • Conduit engineering determines cable pulling tension by total number of bends, or curves, degree of each, bend distance to duct span ends, total length of span, and pulling tension value each direction. 4.05 Significant bends, sweeps, and grade . changes -bend dimensions: rigid bends with bell or coupling ends and various radius lengths and degree of curvature are available (Table C and Fig. 3). Custom bends are also available through the manufacturer. · Page 5 SECTION 622-020-900PT APPENDIX 6 4.06 Concrete encase bends with horizontal or vertical radius of 80 feet or less. 4.07 Straight 20 foot lengths of conduit can be . used to construct horizontal or vertical bends up to 90 degrees with a minimum radius of 40 feet (Fig. 6). 4.08 Secure bends and prevent flotation by using permanent spacers (4.03) located on 8 foot centers. Join bend section out of trench, and place after 2 hours cure time (Fig. 6). TABLE C RIGID PLASTIC BENDS FOR MAIN CONDUIT PTS77 (4") SCHEDULE B, C, AND D DEGREE RADIUS LENGTH (R) (L) (feet-inches) (feet-inches) 7 15-0 2-7 6-0 2-0 11-¼ 12-6 3-3 15-0 3-9 20-..0 4-8 6-0 3-0 22-½ 12-6 5-5 15-0 6-8 20-0 8-7 6-0 4-2 30 12-0 6-9 15-0 8-4 20-0 11-6 6-0 5-5 45 9-0 8-0 12-6 9-5 20-0 16-9 5-0 10-0 6-0 10-2 90 12-6 20-5 .. 15-0 24-7 20-0 32-2 25-0 35-0 Note: Larger bends are manu- factured and shipped in two or more lenaths. Notes: 1. See (R) Table C. 2. See (LI Table C. Page 6 3" j_ DEGREE OF CURVE I Rigid Plastic Bends . Fig. 5 . Partially Completed Bend Fig. 6 • • • • • 4.09 Concrete encasement of B Plastic conduit (Table B): (a) Encasement· compression strength is 2500 PSI. (b) Slump of 9 inches allows adequate encase- ment distribution and proper conduit support. Greater slump may cause .the ~ucts to float. (c) Aggregate maximum size is 1/s inch (¼ inch preferred). (d) Plug all duct openings temporarily before pouring. (e) Monolithic (single pour) encasement can be made if the duct structure is 10 or fewer ducts high (Thble B). Note: Ten ducts (high) maximum for monolithic pour. (f) If structure is from 11 to 20 ducts high, place half the total number of ducts and pour con- crete to the bottom of the top tier. Place the remaining tiers and pour sufficient concrete to provide a 2-inch top cover. (g) If the duct structure is more than 20 tiers high, place any convenient number of tiers not to exceed 10 per pour. Encase to the bottom of the top tier, and repeat successive portions up to 2-inch top cover. (h} Pour concrete as close to ducts as possible to prevent aggregate separation and duct structure displacement. Maximum free fall (chute to ducts) is 3 feet. (i) Use a splash board to divert concrete flow and to prevent dislodging soil and stones from trench side walls. (j) Pour the concrete toward the free end of the ducts. Do not pour from the free ends toward a fixed point, or the center. Concrete should never · be poured in lifts greater than 10 tiers in height. (k) Inspect the concrete flow to the trench bot- tom and between layers of the duct formation, normally just ahead of the point where it falls from the chute. Batching time to pour time is 90 minutes or less. A dry or quick setting batch can result in trench failure. ISS C, SECTION 622-020-900PT APPENDIX 6 (1) Use slicing bars or similar tools to work con- crete beside formation and between ducts. (m) The lower cross-piece of the separator can be used as a guide to measure the required 2- inch cement cover (Table B). (n) After encasement is at least 10 feet beyond, remove separators by rocking slightly from side to side. (o) Protect encasement from weather by backfilling after 1 to 2 hours curing, or cover temporarily with load bearing plates in heavy traffic areas. (p) Backfill encasement with 12 inches of sand or selected granular material. {Permit and work print detail take precedence if conflict occurs.) (q) Backfilling directly after pouring is possible if C Plastic conduit is substituted in traffic areas. (r) When backfill is 'frozen, substitute with bur- lap, canvas, straw, etc. to protect green con- crete during curing period in cold weather. Remove protection prior to permanent backfill. (s) In warm weather cover concrete and keep it moist to prevent drying too rapidly. (t) Mandrel, rope, and seal ducts with approved plugs per work print. 5. LAYING PLASTIC CONDUIT 5.01 'lb provide a bed for the ducts that will be covered with backfill, selected granular ma- terial is placed on the trench bottom and compacted to minimum depth of 1-inch. Where the conduit structure will be encased, the bedding material is not required. 5.02 Straight section -random separation: (a) Place the first row of ducts on the 1-inch com- pacted trench bottom with approximately 1- inch horizontal separation between ducts and 2 inches between the trench walls and each duct. (b) Place selected granular backfill over the first tier of ducts. Compact the backfill thoroughly to obtain about 1 inch of cover over the tier. Page7 SECTION 622-020-900PT APPENDIX 6 Note: Excellent compaction must be obtained, otherwise deformation of the ducts will occur. (c) Place the second tier of ducts on the 1-inch compacted backfill. Place selected granular · . ·backfill over the ducts and compact as outlined in 5.02 (b). (d) Place and backfill the third, fourth, etc., tiers of ducts as outlined in 5.02 (b) and (c). (e) Complete the backfill with selected material free of rocks, stones, frozen material, etc. The first 12 inches of backfill above the conduit structure must be selected granular material thoroughly compacted. (f) Fig. 7 illustrates a completed conduit structure. Fig. 7 5.03 Straight sections up to and including four tiers high -2-inch separation between vertical columns: (a) Place all ducts in the trench. Page 8 (b) . 'lb provide the required horizontal separation between the vertical columns of ducts and from the trench sidewalls during construction, place locally fabricated separators {see Fig. 3). (c) Place selected granular backfill over the duct structure. (d) Compact the backfill thoroughly between the vertical columns of ducts and between the trench walls and ducts. Note: Excellent compaction must be obtained between the vertical columns of ducts, otherwise deformation of the ducts will occur. (e) When the sand or other granular backfill is compacted, even with the top tier of ·ducts, remove the separators. Fill in and compact holes left by the separators. (f) The first 12 inches of backfill above the con- duit structure must be selected granular ma- terial thoroughly compacted. Complete the backfill with selected material free of rocks, stones, frozen material, etc. (g) Figure 8 illustrates a completed conduit structure. Fig. 8 • • • •• • • 5.04 At significant bends, sweeps and grade changes, concrete encase Pl'S66 and PTS77 Schedule C and D conduits, and steel pipe in the same manner as Schedule B plastic conduit (refer to 4.04 and 4.05). · · -. · 6. BUNDLED CONDUIT INSTALLATION METHODS 6.01 In-the-trench method of installing bundled plastic conduit. (a) Maximum of 16 conduits per bundle. (b) Prepare trench to allow 2 inches of clearance between conduit bundle and the side of trench. (c) Cover bottom of trench with at least½ inch of select backfill. Note: Shoring may be required, depending on depth of trench and type of soil. - j_ T Fig. 9 ½-INCH BED OF SELECT SOIL (d) Assemble conduit bundle in trench. Conduit is held in a bundle by driving stakes or top- joined fork stakes every 10 feet as conduit is laid in trench. Note: Start splaying ducts at 35 feet for proper manhole entrance. ISS C, SECTION 622-020-900PT APPENDIX 6 A. STAKES B. FORKS Fig. 10 (e) Backfill trench with selected soil, compacting the sides between conduit and trench wall. (f) Cover conduit with select backfill to a depth of 12 inches and remove stakes. CAREFULLY COMPACT ~-o<:K ◄~-SOIL BETWEEN CON- DUIT FORMATION AND TRENCH WALL Fig. 11 (g) Compact trench with light, hand-operated tampers or vibrators. (h) Backfill remaining trench in the normal manner. .. · .... • 0 .. . . Fig. 12 NONSELECT AREA BACKFILL SELECT GRANULAR BACKFILL Page SECTION 622-020-900PT APPENDIX 6 (i) Material list for bundled conduit is PTS77 . Schedule C plastic conduit (solvent cement · furnished). No additional tooks are required. 6.02 _Above-the-trench method of installing plas- tic conduit. (a) Prepare trench to allow a 2-inch space be- tween conduit bundle and side of trench. Place spoil on one side of trench to provide a work area to assemble the conduit bundle. · SPOIL FROM TRENCH Fig. 13 WORK AREA- TO ASSEMBLE CONDUIT FORMATION (b) Cover bottom of trench with ½ inch of select backfill. Fig. 14 j_ T Y:t-lNCH BED OF SELECT SOIL (c) Install manhole transition section (ap- proximately 80 feet) using standard conduit installation procedures. Spacing of the first 35 feet of conduit from manhole should be tapered to/from the bundled formation. The last 45 feet of manhole transition section should be installed using interstitial spacers and plastic bands every 10 feet. Page 10 . Note: Shoring will probably be required for the two install-in-trench sections. The two 35-foot manhole transition sections should be installed using standard conduit installation procedures. INSTALL IN. TRENCH IOFT . INSTALL OUT OF TRENCH DIRECTION OF CONSTRUCTION ..... BUNDLED CONDUIT RUiii .,. INSTALL IN TRENCH ~---_... _______ 0•-----+----s!MH FIRST BANDING WITH SPACERS LAST BANDING WITH SPACERS BAND EVERY 10 FEET WITH PLASTIC BANDS AND SPACERS Fig. 15 JSFT (d) Assemble the conduit bunale as shown in Fig . 16. Band the conduit formation every 10 feet using spacers and plastic or nylon bands. Note: Steel bands should not be used. The con- duit bundle is limited to no more than 16 ducts. Fig. 16 (e) Lift conduit formation about 30 feet from the end of the transition section to the level of ground surface, and support it over trench by planks spaced every 10 feet. Pull end of conduit formation to the side of trench and continue joining and banding conduit above trench. This should be done in the work area alongside trench. • • • •• • • •• •• •••• 'II, . : : .... ··.·: ~ · .. ' Fig.17 ASSEMBLED CONDUIT ,_,...__ FORMATION PLANK LAID ACROSS TRENCH EVERY 10 FEET (f) To install formation, move conduit bundle over trench and place on planks which have been laid across the trench. Lower conduit bundle into center of trench with a backhoe or front end loader. Normally 20 to 40 feet of conduit can be lowered in a single operation. Note: Solvent-cemented joints should be al- lowed to cure for at least 30 minutes before being moved or lowered into trench. PLANK OVER TRENCH Fig. 18 (g) Lower conduit until only 30 feet of bundled conduit is left at ground surface. Repeat the above procedure for the next section . ISS C, .SECTION 622-020-900PT APPENDIX 6 (h) Backfilling procedures are the same as for in- the:.t~nch method, except that backfilling should not take place within 50 feet of the point where conduit reaches ground level. {i) Begin backfilling trench with select soil, being careful to ensure that soil between the side of conduit formation and trench wall is fully compacted during this operation. G) Provide 12 inches of select soil cover over con- duit bundle . ,2·I Fig. 19 CAREFULLY COMPACT SOIL BETWEEN CON- DUIT FORMATION AND TRENCH WALL (k) Backfill remainder of trench in the normal manner. . ... ,. • Fig. 20 NONSELECT AREA BACKFILL SELECT GRANULAR BACKFILL Page 11 11 Pages • • • BELL SERVICE PRACTICES PACIFICl]BELL NEVADAt) BELL SECTION 622-020-900PT APPENDIX 11 • Issue C, February 1988 UNDERGROUND CONSTRUCTION GUIDE MANHOLES -GENERAL Contents 1. GENERAL 2. PRECAST MANHOLES -TYPES AND SIZES -STANDARD ......••....••••• 3. PRECAST MANHOLES - NONSTANDARD .........••....•.•... 4. CAST-IN-PLACE MANHOLES - TYPES AND SIZES -STANDARDS 5. LOADING MANHOLES .............. . 6. MANHOLES OF IRREGULAR SHAPE .. . 1. GENERAL Page 1 1 4 4 6 7 1.01 This appendix covers general information on precast and cast-in-place manholes. Vari- ous types and sizes and the associated racking are illustrated in this section. 1.02 It is reissued to: • Revise the appendix title. • Update Fig. 1. • Change the legend on Page 1 in accordance with Pacific Bell's Standard Instruction (SI) 178. Note: Marginal arrows used to denote changes are omitted. 1.03 Unless otherwise specified on the work prints, manholes may be standard precast manholes or cast-in-place at the contractor's option. If precast manholes other than standard are to be used, a copy of the approved Form CE 10 75 must be attached to the work prints. . •·: 1.04 If obstructions or other conditions are en- countered .in the excavation which would caus·e a change in size, shape or location of the manhole from that shown on the work prints, the · engineer shall be notified immediately. 2. PRECAST MANHOLES -TYPES AND SIZES -STANDARD 2.01 The standard precast manholes for use in the Company are shown in '!able A. 2.02 These manholes have been designed to be installed with from 2 to 5 feet of cover over the roof, and the exterior surface of the manhole floor must be no more than 15 feet below final grade. 2.03 Field modifications of precast manholes are not permitted .. If modifications {such as spe- cial openings for ducts on interset manhole) are re- quired and are to be provided by the manufacturer, a copy of the approved CE 1075 form must be attached to the work print. 2.04 'fypical standard precast manholes are. il- lustrated in Figs. 1 through 7 to show con- duit entrance arrangements for the A-, J-, lr, and T-type. Note: The location of subsidiary ducts are not shown in the illustrations. 2.05 Although Figs. 1 through 6 illustrate typical manpoles and extensions with "Hershey Bar" knockouts, they can also be obtained with duct terminators. 3. PRECAST MANHOLES -NONSTANDARD 3.01 When nonstandard size precast manholes are required, approved commercially avail-· able manholes may be used if it is specified on the work print and a copy of the approved Form CE 1075 is attached . NOTICE Not for use or disclosure outside Pacific BelL' Nevada Bell except under written agreement Printed in U.S.A. Page 1 SECTION 622-020-900PT APPENDIX 11 TABLE A STANDARD PRECAST MANHOLES AND EXTENSIONS INSIDE DIMENSIONS RACKING NUMBER w XL X H CAPACITY ARRANGEMENTS MANHOLES: A-TYPE (2 WAY) PTS-65 4'6" X 8'6" X 6'6" UP TO 6 CABLES SINGLE BAY, SINGLE RACK 38Y4046-1 6' X 12' X 7' UP TO 20 CABLES DOUBLE BAY, DOUBLE RACK MANHOLE: J-, L-, T-TYPE (4 WAY) 38Y4046-3 6' X 12' X 7' UP TO 20 CABLES DOUBLE BAY, DOUBLE RACK MANHOLES: T1 CARRIER PTS-65 4'6" X.8'6" X 6'6'' UP TO 8-479 TYPE CASES SPECIAL 3BY4046-1 6' X 12' X 7' UP TO 18-479 TYPE CASES SPECIAL 6' X 12' X 10' UP TO 36-479 TYPE CASES 6' X 12' X 12' UP TO 48-479 TYPE CASES MANHOLE: LOAD, A-TYPE (2 WAY) 3BY4048 6' X 15' X 9' UP TO 20-700 TYPE CASES DOUBLE BAY, DOUBLE RACK EXTENSIONS: A-TYPE (2 WAY) 38Y4049-1 6' X 12' X 3' UP TO 8 ADDITIONAL CABLES DOUBLE BAY, DOUBLE RACK 38Y4050-1 6' X 12' X 5' UP TO 16 ADDITIONAL CABLES DOUBLE BAY, DOUBLE RACK 38Y4051 6' X 15' X 3' UP TO 8 ADDITIONAL CASES DOUBLE BAY, DOUBLE RACK EXTENSIONS: J-, L-, T-TYPE (4 WAY) 38Y4049-3 6' X 12' X 3' UP TO 8 ADDITIONAL CABLES DOUBLE BAY, DOUBLE RACK 38Y4050:-3 6' X 12' X 5' UP TO 16 ADDITIONAL CABLES DOUBLE BAY, DOUBLE RACK Note: Paint all manhole interiors white (unless otherwise specified). Page 2 • REMARKS SEE EXTENSION 38Y4049-3 & 38Y4050-1 SEE EXTENSIONS 38Y4049-3 & 38Y4050-3 REFER TO APPENDIX 14 FOR EQUIPPING ' 3BY4049-1 EXTENSION USED 38Y4050-1 EXTENSION USED CASES MOUNTED HORIZONTAL · -SEE 38Y4051 EXTENSION , - USED WITH 38Y4046-1 MANHOLE • USED WITH 38Y4046-1 MANHOLE USED WITH 38Y4048 MANHOLE USED WITH 38Y4046-3 MANHOLE USED WITH 38Y4046-3 MANHOLE • • • • / I riis· s• APPROVED KNOCK-OUT OPTION i Typical PTS-65 Manhole (Type A) Fig. 1 ~~., ,' I I / . / 0 INSIDE DIMENSIONS W LG HGT 6 FT. 12 FT. 7 FT. Typical 38Y4046-1 Manhole (A-Type) Fig. 2 ISS C, SECTION 622-020-900PT APPENDIX 11 Typical A-Type Extension (3 Foot Height 38Y4043·1, 5 Foot Height 38Y4050-1) Fig. 3 / / I IY / I / / I INSIDE DIMENSIONS W LG HGT 6 FT. 12 FT. 6 FT. 6 IN. Typical 38Y4046-3 Manhole (J-, L-, T-Type) Fig. 4 Page 3 SECTION 622-020-900PT . APPENDIX 11 I I ; ' Typical J-, L-, T-Type Extension Typical 38Y4051 Extension (For Use with 38Y4048 Manhole) · Fig. 7 • (3 Foot Height 38Y4049-3, 5 Foot Height 38Y4050-3) 4. CAST-IN-PLACE MANHOLES -TYPES AND SIZES -STANDARD Page 4 w 6 FT. Fig. 5 .· INSIDE DIMENSIONS LG 15 FT. HGT 9 FT. Typical 38Y4048 Loading Manhole Fig. 6 4.01 The inside dimensions of standard size cast- in-place manholes and the cable rack loca- tions are shown in Figs. 8 through 17. These manholes are to be constructed in accordance with Appendix 13 and will be equivalent in all respects to • precast manholes, except that the depth of cover re- quirements do not apply. Note: The location of subsidiary ducts are not shown in the illustrations. 12 IN. :::;y .. 241N. ♦ INOTE 1l INOTE _2l BCABLE RACK SUPPORT NOTES: 1. CABLE RACKSSECUREO TO LOR S CABLE RACK SUPl'ORT. 2. CABLE RACKS ATTACHED OIRECTL Y TO WALL. . Type A Manhole, Single Bay, Single Rack Fig. 8 • • 6FT. • • -12 FT. t~ IN. ~"1H-t-•kr~• . i+4' 7 -' 12 IN. .,,.-, f , ' .L · I ' I \ 241N. I I ' I -, ,,_.,,,, ✓ (NOTE 11 (NOTE 21 CABLE B CABLE , RACK RACK SUPPOR r NOTES: 1. CABLE RACKS SECURED TO SOR L CABLE RACK SUPPORT. 2. CABLE RACKS ATTACHED DIRECTLY TO WALL. Type A Manhole, Double Bay, Double Rack Fig. 9 .,.... _______ 12 FT.-------....i ,-.... , ' I \ I I. \ I '-I __ ., RACK NOTES: I. CABLE RAC:KS SECURED TO SOR L CABLE RACK SUPPORT. 2. CABLE RACKS ATTACHED DIRECTLY TO WALL. Type L Manhole, Double Bay, Double Rack Fig. 10 12 IN. 6 FT. ISS C, SECTION 622-020-900PT APPENDIX 11 l+---------12 FT.--------1 \2 IN. r------------.---------------------;-1. ' ' I \ I I \ I \ I ' ., ... _..,. NOTES: CABLE RACK 1. CABLE RACKS SECURED TO SOR L CABLE RACK SUPPORT. 2. CABLE RACKS ATTACHED DIRECTLY TO WALL. 12 IN. -, Type J-4 Manhole, Double Bay, Double Rack Fig. 11 t+--------12 FT.-------+! ,...--, I ' I \ ,1 . ~ .. a. ] \ , , ..... __ ., NOTES: t. CABLE RACKS SECURED TO S OR L CABLE RACK SUPPORT. 2. CABLE RACKS ATTACHED DIRECTLY TO WALL t21N. t21N. Type J-3 Manhole, Double Bay, Double Rack Fig. 12 Pages SECTION 622-020-900PT APPENDIX 11 --------12 FT.------~ 2CIN. .. -... I ' I ' I ; \ I . ' ,, __ ., I !NOTE 21 !NOTE 11 CABLE &CABLE 12 IN. RACK RACK SUPPORT NOTES: 1. CABLE RACKS SECURED TO S OR L CABLE RACK SUPPORT. 2. CABLE RACKS ATTACHED DIRECTLY TO WALL. Type T Manhole, Double Bay, Double Rack Fig. 13 -------12 "· -------..i .. -.. ,, "' I \ I l \ I \ I ' ,, --- INOTE 21 (NOTE 1) CABLE I CABLE RACK RACK SUPPORT NOTES: r. CABLF. RACKS SECURED TO S OR L CABLE RACK SUPPORT. 2. CABLE RACKS ATTACHED DIRECTLY TO WALL OR I-BEAM. 10 IN. Center Rack Manhole, Double Bay, Single Rack Fig. 14 Page& i.-------12 FT.------ 12 IN. .... -.. :r , ' I \ ~_IN. ♦ I I \ I ' I 5 . , ___ ,, r~~~t:1-~ 1~EAM . (NOTE 11 NOTES: .,,--..... , \ ' I I ' ,, __ ... !NOTE 21 CABLE RACK JIH. &CABLE RACK SUPPORT r. CABLE RACKS SECURED TO SOR L CABLE RACK SUPPORT. - ·2. CABLE RACKS ATTACHED DIRECTLY TO WALL. Center Rack Manhole, Double Bay, Double Rack "Fig. 15 LOADING MANHOLES . 5.01 When it is anticipated that the number of load coil cases to be placed in a manhole will be four (4) or less, the standard type A manhole should be used. This will _permit placing one load coil case in each of the four corners (see Fig. 16). 5.02 'rh.e 38Y 4048 Qr cast-in-place equivalent is used for from 5 through 20 load coil cases. The use of the 38Y 4051 extension for added head room will increase the capacity of the 38Y 4048 manhole to_ 28 cases. (See Figs. 6, 7 and 17.) · 6. MANHOLES OF IRREGULAR SHAPE · 6.01 Manholes of irregular. shape should be avoided, but may be required either in con- gested city streets where there are many subsurface structures or to meet special service requirements. The detail plan will contain full construction details for these types of structures. •• • • •· • •· i--------12 FT. __ .._ ____ , ... -.... , , ' ( ' \ I ' ~ ...... __ _, . -, I \ \ .. _, COIL INOTE 3) 'fNOTE 21 . CABLE B CABLE 12 IN. 12 IN . CASE RACK RACK SUPPORT NOTES: 7. TO PREVENT INTERFERENCE WITH PLACING THE LOAO COIL CASES, 00 NOT PLACE THE B CABLE RACK SUPPORTS ADJACENT TO THE FLOOR. 2. CABLE RACKS SECURED TO SOR L CABLE RACK SUPPORT. . 3. CABLE RACKS ATTACHED DIRECTLY TO WALL. Type A Manhole (4 or less load coil cases) Fig.16 12 IN. ISS C, SECTION 622-020-900PT APPENDIX 11 ..,_ _______ 1SFT. --------.i .----., L---_., LOAD COIL CASE 12 IN. •-----, l 6 FT. r-----., l 1.------'. INOTE 21 (NOTE 1) CABLE RACK NOTES: 7. CABLE RACKS SECURED TO S CABLE RACK SUPPORT. 2. CABLE RACKS ATTACHED DIRECTLY TO WALL. Load Manhole -Twenty Load Coil Cases · Mounted Horizontally Fig. 17 Page7 7 Pages • • • BELL SERVICE PRACTICES PACIFICCBELL NEVADACBELL SECTION 622-020-900PT APPENDIX 14 · ■ Issue D, February 1988 CONSTRUCTION GUIDE MANHOLES -EQUIPPING Contents 1. GENERAL 2. CABLE RACKS AND SUPPORTS •••••. 3. I-BEAM UPRIGHTS .................. . Page 1 1 7 4. PLATFORMS......................... 7 5. FRAMES, COVERS AND COLLARS ... . 6. LADDERS AND STEPS .............. . 8 9 7. BONDING RIBBON . . . . . . . . . . . . . . . . . . . 11 8. CONCRETE INSERTS . . . . . . . . . . . . . . . . . 11 1. GENERAL 1.01 This appendix supplements Section 622- 020-900PT. It covers the installation of manhole hardware. 1.02 It is reissued to: • Update the appendix title. • Revise 5.05, 5.09 and 6.02. • Update Figures 15 and 16. • Change the legend on Page 1 in accordance with Pacific Bell's Standard Instruction (SI) 178. Note: Marginal arrows used to denote changes are omitted. 1.03 The information in this appendix applies to all types of manholes. When special ·ar- rangements or hardware (including hardware that is corrosion-resistant) are required, it will be specified on the work prints. 2. CABLE RACKS AND SUPPORTS 2.01 Cable racks are generally attached either directly or by means of a support to concret~ ... inserts cast into the manhole walls. Machine bolts are used to make the attachment. In T Carrier· manholes they are attached to channel sections which are attached to the inserts with Z brackets. 2.02 Number of Racks: The number and size of cable racks in a vertical strip are deter- mined by the head room of line manholes or by the height of the splicing chamber (above the platform) in loading manholes (see 'Th.hie A). TABLE A CABLE RACKS PER VERTICAL STRIP HEADROOM RACK SlZE (Hole) See Note 1 BOTTOM TO TOP -6 ft. 6 in. 47 7 ft. 0 in . 47 8 ft. 0 in. 47-8 9 ft O in. 47-8-8 10 ft. 0 in. 47-14-8 11 ft. 0 in. 47-14-18 12 ft. 0 in. 47-14-18-8 13 ft. 0 in. 47-47 14 ft. 0 in. 47-47-8 15 ft. 0 in. 47-47-8-8 Notes: 1. In loadi~g manholes -head room of splicing chamber. · 2. Hook holes are on 1·1/2-inch centers. 3. When 14-or 18-hole racks are used in combination with 37· or 47-hole racks, place the 14-or 18-hole rack in the upper position so its flat section will fit under the 37. or 47-hole rack. · 4. The 8-hole cable rack is used to fill in side wall space above or below existing racks and to provide rack space on the end walls to accommodate stubs or subsidiary cables. Installation of Racks 2.03 Unless otherwise specified on the work prints, cable racks and supports shall be in• stalled as shown in Figs. 1 through 9 . NOTICE Nol for 1118 or discloaure outside Pacific BelV Nevada Bell 8JIC8Pl under wriUen agreement Printed in U.S.A. Page 1 SECTION 622-020-900PT APPENDIX 14 2.04 Installation of channels in 6 foot by 12 foot manholes is the same as illustrated in the figures with the following exceptions: (a) End Wall (Fig. 3): • Cable rack size and spacing as specified on work print. • Channel length (Note E)) increased to 4 feet 4 inches. • Insert spacing for Z bracket: 15 inches-18 inches-24 inches starting from the roof. • End of channel -10 inches from side wall. • End walls to be equipped only when specified on the work print. (b) Side Wall (Fig. 4): • Cable rack size and spacing as specified on work print .. • Channel length (Note Ci)) increased to 11 feet. · · · • Insert for Z racket spacing, starting from the roof: 7-foot head room -15"-18"-24"-18" 10-foot head room -15"-18"-24"-18"-18" -18" · 12-foot head room -15"-18"-24"-18"-18" -24"-18" • End of channel -6 inches from end wall. 2.05 Figure 5 illustrates the rack details for the 6-foot by 15-foot loading manhole. 12 IN. -33 IN .. ----'-----34-1/2 IN.-----j 12 IN. S CABLE RACK SUPPORTS Page 2 16-1/2 16-1/2 ~121 N....j IN. IN. t 5·3/8 IN. 2-3/8 IN. ~ t~ 6FT61N. NOTE: ALL RACKS 47-HOLE 0 0 " C . " " 0 " u 0 0 0 0 C " , • 0 0 n ~I 70-1/4 IN. ~ 0 C C 0 " " ,. " ,, ,; 0 0 u 0 " 0 ' THIS CABLE RACK IS PLACED AGAINST WALL. NO SUPPORTS Installation of Cable Racks in Basic Une Manhole (4 feet 6 inches by 8 feet 6 inches by 6 feet 6 inches) Fig. 1 SECTION A-A • • • • • + • 0 0 C 0 0 C 0 0 0 C 18" 24" l 7 FT 6,7/8 IN. ISS D, SECTION 622-020-900PT APPENDIX 14 33 IN.-i-33 IN.--------39 IN:-.----; 16-112 16-112 16-112 I 16-1/2 I A 12 IN.-j t":121N, IN. ,._. IN. --IN. -.~ IN.~ S CABLE RACK SUPPORTS \ ) \ 8-3{8 !N. I I I -1--,. I 0 I I 70-1/4 IN. ~I ! THESE CABLE RACKS ARE PLACED AGAINST WALL. NO SUPPORTS A B CABLE RACK SUPPORT \ \ '.< .:, 1= I~ I~ SECTION A-A Installation of Cable Racks in Basic Line Manhole (6 feet by 12 feet by 7 feet) Fig. 2 + DETAIL .. C .. NOTES: • 37-HOLf CABLE RACK . • 6TH HOLE FROM TOP. SEE OETAIL "B" • CHANNEL. •·FOOT LENGTH. ISUPER STRUT "81200, UNISTRUT •P3300 OR £QUALi • SEE OETAIL "A" . • SEE OETAJL •c· . • 18-+10LE CABLE RACK . • 1 2"·13 , 2" MACHINE 1101.T WITH FlAT WASHER . • -Z-BRACKET !SUPER STRUT "8209. UNISTRUT <l!P.!MS OIi EQUALJ . • 1 2"-13 , 1S 16' MACHINE BOLT WITH FLAT WASHER . • NUT, SPECIAL !SUPER STRUT #8100-1 2. UNISTRUT #P4010 OR EQUALI . END WALL(& • 1-2"·13 , 1-1 •· MACHINE BOLT WITH FLAT WASHER. • 1-?'-13 , 1-1 T MACHINE BOLT WITH FlAT WASHER . Installation of Racks in 4 Foot 6 Inch by 8 Foot 6 Inch by 6 Foot 6 Inch Carrier Manhole Fig. 3 • MACHINE BOLTS MAY HAVE HEX OR SOUARE HEADS . • AU HARDWARE MUST BE HOT-QfPPEO GALVANIZED. • TO SIDE WALL WITH SPLICES . • SEE FIG 18 FOR IIONQfNG OETAIL • OTHER END WAU IS MIRRORED. Page3 SECTION 622-020-900PT APPENDIX 14 12" Page4 T + + 30¼" + + 39" + 13'A" 13" 13%" + + + + + + SIDE WALL WITH SPLICES 0 NOTES: 0 6TH HOLE FROM TOP. SEE DETAIL "B", FIG. 3. 8 2ND HOOK HOLE FROM TOP. SEE DETAIL "B", . FIG.3. E) 18-HOLE CABLE RACK. 8 8TH HOLE FROM TOP. SEE DETAIL "C", FIG. 3. 0 37-HOLE CABLE RACK. 0 47-HOLE CABLE RACK. 8 SEE DETAIL "I:.:', FIG. 3. t) SEE FIG. 18 FOR BOND- ING DETAIL 8 OPPOSITE SIDE WAU. NQ RACKS UNLESS SPECIFIED ON WOR!< PRINT. WORK PRINT WILL SPECIFY WHICH WALL WILL BE EQUIPPED. • CHANNEL, 7-FOOT LENGTH(SUPERSTRUT #B 1200, UNISTRUT #P3300 OR EQUAL). Installation of Racks in 4 Foot 6 Inch by 8 Foot 6 Inch by 6 Foot 6 Inch Carrier Manhole Fig. 4 • 9" 18" 24" 18" 1. • + • • + + + + + + + + + + + • MOUNTING BOLT IN TOP HOLE 18 HOLE CABLE RACK MOUNTING BOLT'---.... IN 14 TH HOLE ~;~;!~ 11oum11G IOLT-- 11145TH HOLE • + + + + r ... . + + + + + + •.. .+ + + + + + ... + + + + + + + SIDE WALL 7 112 INCHES 21112 INCHES ZI 112 l~CHES MOUNTING IOLT IN:----.. ATTACHMENT HOU i OF 11 HOU RACK ANO TOP HOLE OF 47 HOLE 21 INCHES RACK 19 112 INCHES i It 112 INCHES 21 INCHES i 27 INCHES ZS 112 INCHES I INCHES IIOUIITJIIG IOL T I INCHES IUUIINOLE SIDE WALL CROSS SECTION &-foot by 15-foot Loading Manholes Fig.5 ISS D, SECTION 622-020-900PT APPENDIX 14 + + ... + 1\ M'111 END WALL MOUNTING BOLT IN TOP HOLE 14 HOLE CAILE RACK IIOUNTING IOLT / IN BOTTOM HOLE IIOUIITING IOL T IN TOP HOLE 14HOLE CAILE RACK IIOUITIIG IOLT / ia IOTTDII HOLE _, " ............. ·--------_,,.._....,... aCMLIMCZ.....,. • .....,_IClllaMDl a.,arn .. ..,., .. -·---l,ftl9,a OCCU.,l'YIAIIOCOL CMlla.tU. .... lalR!S ........ IIIOWJ. _c,aa. ... ,.,. uaaum.~ .. ............. &.-...eM.-911ff ....... ,...,, .. WI_.,,_....., .,,.,~aG-_____ ....,.. . ..,.,,...-.. . ...,.'INl~D- ,....ff:INIUCID ..,_ORDClfM -----,or-,-..,.. ---ALL OIi 1MI ...,_ ~ ... .,. .. UIID .. IIOIOIM. ~ 1112 INCHES t 22 1/2 INCHES r 44112 IICIIES 22112 INCHH I IIICHES • END WALL CROSS SECTION Page 5 SECTION 622-020-900PT APPENDIX 14 Attachment Of Racks And Supports 2.06 When used, supports are attached to the in- serts in the walls by 1/2-inch hot dip gal- vanized machine bolts. If supports are not required, the racks are bolted directly to the inserts. In this case, 1/2 by 2-1/2 inch hot dip galvanized machine bolts are used. 2.07 When corrosion-resistant racks (B Cable Racks) are specified on the work prints, M · machine bolts and commercially available 1/2-13 regular hexagonal Monel nuts shall be used instead of hot dip galvanized bolts and nuts to attach the racks and supports. B washers are used under the heads of the M machine bolts to protect the coating on the B Cable Racks. 2.08 Figures 6 through 9 show attaching methods. Page6 1/2 X 1-3/4 IN. MACHINE BOLT ANO NUT Use of S Cable Rack Support Fig. 6 3/4 X 2-1(4 IN: GALVANIZED SOUARE WASHER ..,._ __ 1/2 X l•:S/4 IN. MACHINE BOLT ANO NUT CABLE RACK 1/2 X 2·1/2 IN. MACHINE SOLT L CABLE RACK SUPPORT Use of L Cable Rack Support Fig. 7 1/2 IN. X I :S/4 IN. MACHINE BOLT CABLE RACK Use of B Cable Rack Support Fig. 8 . ··-~·. • • • •• • • 1/2 IN. X 1 IN. MACHIN£ BOLT CABLE RACK Use of B Cable Rack Supports On End Wall of Center Rack Manhole Fig.9 3. I-BEAM UPRIGHTS 3.01 The center cable racks in center rack manholes are bolted to I-beams extending between the floor and roof. The I-beams are at- tached to the roof by means of concrete inserts and angle iron brackets (Fig. 10). 3.02 The lower ends of the uprights may be grouted into recesses left in the floor or bolted to angle brackets. The angle brackets may be cast into the floor or attached to concrete inserts. The work print will specify the method to be used. 3.03 I-beams and angle iron brackets must be . hot dip galvanized after fabrication. 1/2 IN. X 2 IN. MACHINE BOLT ~ 3/8 IN:ev 2 IN. ANGLE WITH 1/2 IN. CONCRETE IN• SERTS·AND 1/2-IN. X 2-1/2 IN. MACHINE BOLT ~IN.,57 LB I-SEAM GALVANIZED Attaching Uprights to Roof Fig. 10 155 D. SECTION 622-020-900PT APPENDIX 14 4. PLATFORMS 4.01 In manholes where permanent platforms are required, the platforms shall be installed as specified on the work prints. Generally, they will conform with paragraphs 4.02 throl;lgh 4.09. · 4.02 Spacing of Platform Supports: One tee iron. must be placed 18 to 21 inches from the end walls at each end of the manhole. Extra tee irons are provi~ed so the span between adjacent tee irons will never exceed 6 feet. Space the supports at equal in- tervals. The tee iron height and spacing must be shown on the detail plans. 4.03 Tee Iron Supports: For each tee iron, a tee iron support must be attachEld to each side wall. The tee iron support consists of a 4-inch length of 3-by 3-by 3/8-inch angle (Fig. 11). One leg con- tains two holes for attaching the support to the wall, and the second leg is slotted to receive the stem of the tee iron. 4;04 Attachment of the tee iron support to the · wall is made "'{ith two 1/2-inch by 2-1/2 inch galvanized machine bolts and 1/2-inch concrete in- serts. Before attaching the support, examine the wall surface and remove any projections which may prevent even bearing of the support. Attach the sup- port with the slotted leg uppermost. 4.05 Tee Irons: The tee iron generally consists of a length of 3-1/2 inch, 7.65-pound structural ~e which is 2 inches shorter than the width of the manhole. When in position, the tee iron rests on the support with its stem secured by the slot in the· up- per leg of the support. The fit should be free enough to permit ready removal of the tee iron, and yet develop maximum bearing surf ace on the support. TEE IRON SUPPORT (3 IN. X 3 IN. X 3/8 IN ANGLE WITH 1 IN. SLOT} HEIGHT ABOVE FLOOR OF MANHOLE ASSHOWNON DETAIL PLANS ST3.5 X 7.65 TEE GALVANIZED . Placing Tee Iron wi~ Support Fig. 11 Page7 SECTION 622-020-900PT APPENDIX 14 4.06 Tee Irons and tee iron supports must be hot dip galvanized after fabrication. 4.07 Planking: When a permanent platform is to be provided, 2-inch by 12-inch B platform planking should be used. Enough planking to provide the working space specified on the work print shall be installed. In manholes over 14 feet in length, place two tee iron intermediate supports at the abutting ends of the planks. The tee irons at the double support are spaced 12 inches from center to center. The plank overhang beyond the center of the tee iron shall not exceed 8 inches. 6 IN. 1/2 IN. NUT 2 IN. X 12 IN. CREOSOTED · PLANKS 3/8 X 1-1/2 IN. GALVANIZED MACHINE BOLT 1/4 X 2 IN. COACH SCREWS METHOD OF ATTACHING BRACKET TO UNDERSIDE OF PLANK Installing Planks Fig. 12 8 IN. MAX PLANK OVERHANG 4.08 . Equipping Planks: Place the required num- ber of planks on the tee irons so the over- hang is the same at each end. Using a screwdriver or other suitable tool, reach under a plank and score the underside along the inside flange of the tee iron at each side of the plan. Turn the plank over, and attach house brackets or an equivalent, as shown in Fig. 12. Page 8 5. FRAMES, COVERS AND COLLARS 5.01 The type and size of the manhole frame and cover and details for any special collar ar- rangements will be shown on the work print. If no special collar arrangements are shown, the installa- tion should be in accordance with the following instructions. 5.02 Each frame with which the manhole is equipped can be supported on a 38Y-type precast collar as outlined in 5.07, or a brick collar constructed as illustrated fo Fig: 13. F'ILL ALL JOINTS . WI TH MORT~R \ IRICK COLLAR . . + F-~--------r I , I l.._, ____ v. ________ J I BRICK COLLAR NOT LESS THAN 4 IN. SECTION A-A Brick Collar Used to Support Frame Fig. 13 ·•· •.. ~:> ., 5.03 Lay the brick in mortar of the grade specified for brickwork, and top the upper course with a layer of mortar in which to bed the manhole frame. The mortar bed should be thick enough to ensure even bearing all around the base of the frame and to bring the frame up to the desired grade. Do not use broken brick or other devices as a means of adjusting the frame to grade, since this may result in uneven support for the frame. 5.04 In completing a collar to receive an R-type frame, first lay all brick in the usual way. Then remove a brick from four positions equally spaced 90 degrees apart around the collar. Cut these bricks to 5-or 6-inch lengths and replace them so that pockets are left in the inside circumference of the collar. Fill these pockets with mortar for later anchorage of the frame (see 5.06). • • • • • • 5.05 Place the manhole frame, centering the opening with the opening in the manhole roof. In handling the heavier frames, a tripod chain hoist or truck-mounted derrick should be used. Thoroughly fill all joints with mortar both inside and outside the brick or precast collar. · 5.06 Before setting the R-type frame, place a 1/2- 13 machine bolt, which is 2-1/2 inches long, into each of the four tapped holes in the underside of the frames. Turn the bolts the full depth into the holes. Set the frame with the heads of the bolts em- bedded in the mortared recesses left in the collar (see 5.04). 5.07 The 38Y-type precast collar is illustrated in Fig. 14. These collars can be provided in 3- inch, 9-inch, and 15~inch heights and can be used singly or in combination with mortar to obtain the desired height. MOAU.R 38Y-Type Precast Collar Used to Support Frame Fig. 14 ISS D, SECTION 622-020-900PT APPENDIX 14 Marking Frames 5.08 Die stamp the manhole number on the top surface of the manhole frame. The figures . shall be at least 1/2-inch high. Make sure the figures are well defined and as deep as practicable. 5.09 Die stamp the manhole volume, in addition to the manhole number, as in 5.08. · 5.10 Unless otherwise specified on the work print, the stamping shall be on the side and readable when approaching the opening from the curb or facing oncoming traffic. 'When a manhole contains more than one opening, all openings shall be stamped. · · 6. LADDERS AND STEPS 6.01 All new manholes, unless otherwise specified on the work prints, shall be equipped with manhole steps and hooked type lad- ders. Straight-end ladders are for use in existing manholes that are not equipped with steps. The re- quired length of hooked ladders is shown in Table B. The length of straight-end ladders shall be such that it will reach the manhole frame when at a suitable··· angle for climbing. TABLE B MANHOLE LADDER MEASUREMENTS BOTTOM MANHOLE STEP LENGTH OF HOOKED TO FLOOR (FEET) LADDER (FEET) 6 6-1/2 6-1/2 TO 7-1/2 8 .. 8 TO 9-1/2 10 10TO 11-1/2 12 12 ,:o 13-1/2 14 14 TO 15-1/2 16 16 TO 17-1/2 18 Note: Always use hooked ladders in manholes with steps. 6.02 The first manhole step shall be placed on the top surface of the roof. Each additional step . will be placed at 12-inch intervals, using 12-inch or a combination of 6-inch and 3~inch precast grade rings. Brick may be used in place of precast for all, or part of the construction . 6.03 When the cover over the roof is 24 inches or more, additional steps are placed at 12-inch intervals (see Figs. 15 and 16). Page~ SECTION 622-020-900PT APPENDIX 14 6.04 In building up brick collars, the bricks may be laid flat or on edge to facilitate adjusting the step spacing and the final grade of the frame. Make sure the steps are solidly embedded in the mortar of the brick or precast collar. Note: Set Step to Allow 6 Inch Clearance From Collar. Page 10 Locating Manhole Step in Collar Fig.15 SET STEPS SO THAT LEGS EXTEND THROUGH BRICKWORK ANO HAVE 1 INCH MINIMUM COYER OF MORTAR MANHOLE STEP Note: Distance from manhole cover to first step is not to exceed 17 inches and not less than 6 inches. Locating Manhole Step in Brick Chimney Fig. 16 • • • • • • 7. BONDING RIBBON 7.01 Unless otherwise specified on the detailed plans, the bonding ribbon should be in- . stalled as outlined in this part. 7 .02 The bonding ribbon is attached by means of 1/4-inch 20 bolts and bonding ribbon clamps to the inserts which parallel the flush-mounted cable racks. Offsets are formed at points of attach- ment to allow the major portions to clear the wall by about 1/2-inch (see Fig. 17). The ends of the bonding ribbon are connected to the exposed pigtail of bond- ing ribbon which has been cast into the roof, or roof and floor, of the manhole. This connection is made with a B connector. The end of the bonding ribbon at this point should overlap about one inch. When a bonding ribbon is to be attached to the hardware, the attachment shall be made as shown in Fig. 18. SONOING AIB!ON IONOINC. RIBBON CtJJ,,tP Bonding Ribbon Offset B Connector Used to Join Bonding Ribbon to Pigtail Bonding Ribbon Detail Fig. 17 8. CONCRETEINSERTS 8.01 Concrete inserts in the 1/4-and 1/2-inch sizes, used to attach bonding ribbons and other hardware to manhole walls, shall meet the requirements of specifications PTS..82. When other sizes are specified on the work prints, complete info?'- mation will be given. 8.02 Concrete inserts may be either metal or plastic, providing they ::neet the specifica- tion. Inserts shall be equipped with bolts unless otherwise specified. ISS D, SECTION 622-020-900PT APPENDIX 14 NOTES: 111'?-"-13 X 15/16" MACHINE BOLT. 1/2" SQUARE WASHER. BONDING RIBBON -TWO 45° FOLDS TO FIT AROUND BOLT. 0 NUT.SPECIAL (SUPER STRUT#B100½, UNISTRUT #P4010 OR EQUAL. e TO ATTACH BONDING RIBBON TO ANY FLAT PIECE OF HARDWARE IOTHER THAN A CHANNEL!, USE THE APPROPRIATE LENGTH BOLT, NUT OR INSERT AND FLAT WASHER. Fig.18 Page 11 11 Pages Item Description with Item Unit Price or Lump Sum No. Price Written in Words 2-28 Install 6" blow-off per detail on sheet 36 of plans, complete and in place at Two 'lhousand One HUndred Forty dollars per each. . 2-29 Install 6" blow-off per CMWD Std. . Dwg. WU complete and in place at Three Thonsaoa Seven Hundr:ed Forty Fjve dollars per each. Approximate Quantity and Unit 8 EA 1 EA 2-30 Construct 4" merer vault 'A: sta. 120+00 L.S. including steel piping, fittings, thrust blocking, vault and vault assembly (per details on sheet 3 7) complete and in place at Six Thousand W,i;QQ f:l:oodxr.a Fifty Five dollars Lump Sum. 2-31 Construct 3" meter vaults 'B' and 'C L.S. sta. 139+00 including steel piping, fittings, thrust blocking, vaults and vault assemblies (per details on sheet 3 7), and 2" landscape irrigation service, complete and in place at Nineteen Thousand Seven Hundred Ninety Fi:ve dollars Lump Sum. 2-32 Construct 2" irrigation service 'D' and L.S. 4" meter vault 'E' Sta. 158+25 including steel piping, fittings, thrust blocking, vault and vault assembly (per details on sheet 37) complete and in place at Eight 'Ihousand Twenty Five dollars Lump Sum. 27 Unit Price Total 2,140. 11,120 3,745. 3.745 • 6,955. 6.955. 19,195 19,795 8 • 025 I 8 ( 025 10/01/92 I '• I I I I I I I ,. I I I I I I I •• I Item Description with Approximate Item Unit Price or Lump Sum Quantity No. Price Written in Words and Unit 2-33 Construct 211 landscape irrigation L.S. services 'F' (2 each, sta. 176+00 and sta. 214+50 including steel piping, fittings, thrust blocking, vault and vault assembly (per details on sheet 3 7) complete and in place at Three Thousand 'lwo Hundred ':::' dollars Lump Sum. 2-34 Construct 4" water meter vault 'G' L.S. and 2" water service 'H' sta. 185+40 including steel piping, fittings, · : thrust blocking (per details on sheet 37) complete and in place at Eight Thousand 'lwent;L :Ei~ ; ' dollars Lump Sum. 2-35 Construct new 2" water service 60' lt. L.S. C/L sta. 215+45 including meter box complete and in place at One Thousand Six Hundred Five dollars Lump Sum. 2.-36 Abandon existing system including L.S. placement of end caps, pipe closures and removal of valve boxes from abandoned gate valves, complete and in place at Ten 'lhousand Seven Hundred dollars Lump Sum. 28 Unit Price Total 3,210. 3 ,21 o. 8,025: a,02s. 1,605. J,6Q5 10,700. 10,700. Type of Pipe Bid (o/}'1't.0rvf-, /)']/lA .. oduj1._J .£'1,1...(?cfZ ocnl/ 60.-c'il!i M, • ;-,,,_ ,; ., •• / if' ,;c _?~. . ·-. • . J 1 L(.,,,i,{C_ ·):. ,, '?1 :(_r--/ /•-./.:....-.},-!A ... _. t ... ' l,.,'J --/~ ' _,,/•-.,,/ ..... ,.~-,:" ii Type of pipe material shall be stited. If not, the District reserves the right to reject the bid. 10/01/92 • • , I • I • • • .. • • • I • • I ■-• 29 Sa-IEDULE 2 BASE BID: All labor, material, services and equipment necessary for completion of all the work indicated in the construction drawings is in conformance with the specifications. . . ___,,,-· Total amount of Schedule 2 bid in words: c'.',Uc(./ ,:f.i'//Z--~/,,,<<';.~ </ xi,. /'./,,::/(_:~.F ."'5':'P'i,•,r,.. D;:.;;;ft::?' ,~::~:~l )_,, ~~ ,/ _.,-/;~~;;,_~/::&: ~-j;t;~;;::~y:.4.:;-~~.-~/?/ --:;~~;-✓~~~:":__./7;;/ ..1;~=< ,.,:-· 2' _.,,;·/--· 5 u;~o", ~:---::- __ ,,-. / C ,/ • Total amount of bid for Schedule 2 in numbers: / ~:;,_,g~1!;;, __ _.,..__.. ......... .......,. _____ '--------- Price(s) given above are firm for 90 days after date of bid '?Pening . Addendum (a) No(s) *1 * for Schedule 2 work (has/have been received and (is/are) included in this proposal. . ' / /' /:._. ,,:;,, __ -.,,.. _, ,..::.,;;, ,: :/' Price(s) given above are firm for 90 days after date of bid opening . Addendum(a) No(s).*1* has~ been received and is/~ included in this proposal. The Undersigned declares under penalty of perjury, that to the best of his/her/their knowledge that the information relating to : designation of subcontractors, amount of subcontractors' bids, Bidder's statement of financial responsibility and Bidder's statement of technical ability and experience are true and complete as of the date of preparation . 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 . ~_)2 I W J:Y'J?--'Y'd_,/ \ ir,; / q ~i, / \\\ w u 10/01/92 I Ir I I -I I I I I I I le I I I I I I I •• I 30 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 #479019 • classification A&R which expires on 9-30-93 • 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. § 7O28.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 __ ":eo_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 ever:y 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. 10/01/92 • • I • • • • • • -• • • • • • I , ■ 31 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 ____ Telephoi:ie 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. ____________ _ 10/01/92 A1..~-PURPOSE ACKNOWLEDGMEN 1 Qn_1_1_-_5_-__;.9_2 __ before me, ---,.,..K-=-imbe"="""'-,,--r~l_y_A_. ___ N_o_rbe __ r_g ___________ _ DATE NAME. TITLE OF OFFICER· E.G.," JANE DOE, NOTARY PUBLIC" personally appeared ****Dana K. Ferrell****** NAME(S) OF SIGNER(S) Iii personally known to me -OR -D proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witne '. my handa. offfel~. "I Sh/ (}) ,' j I _/ /7 " ' / A ~ ; ,, Lzs»,, l / c 1,,/Cf (J) SIGNA!fURE OF NOTARY L_'.; No. 5179 CAPACITY CLAIMED BY SIGNER 0 INDIVIDUAL Ii) CORPORATE ---------- OFFICER(S) President TITLE(S) □ PARTNER(S) 0 LIMITED 0 GENERAL □ ATTORNEY-IN-FACT □ TRUSTEE($) □ GUARDIAN/CONSERVATOR □OTHER: ______ _ SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) West Coast General CoYJX)ration J.V. i ATTENTION NOTARY: Although the information reques~ below is OPTION.M'., it could prevent}fdu!imr'~ttachment of this/~~ifi~e 1?,,3/1 Jfauthorized document. u, TH!S CERTIFICATE Title or Type of Document r, ,1/;>t ~,/I l':'l.\' .. ,~j ¥i~~~i~rts~N\D Number of Pages _____ Date of Document ///6/<;?,,? ~bs~ESCRIBED AT RIGHT: Signer(s) Other t~~:Named Above ~======--==-~ ©1992 NATIONAL NOTARY ASSOCIATION• 8236 RemmetAve., P.O. Box 7184 • Canoga Park, CA 91304-7184 J 'e l J I _I I 1 I --- 1 I I I I I ■· 32 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted WEST CDAST GENERAL CDRPORATION J. v. c~ 9~ ~ (2) ·•-_,,______. ,7<: ~~~~ Signature Dana K. Ferrell, President Title Impress Corporate Seal here (3) Incorporated under the laws of the State of California (4) Place of Business 12243 Hwy 67 (Street and Number) City and State Lakeside, Ca (5) Zip Code 92040 Telephone No. ( 619) 561-4200 NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUSf 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: Dana K. Ferrell .. President Iorothy D. Ferrell Secretary/Chief Financial Office David E. Davey Vice President Cindi wyer Assistant Secretary 10/01/92 . . - .l - 33 BIDDER_tS BONQ TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we, WEST COAST GENERAL CORPORATION Ja¥-Principal7 and RELIANCE INSURANCE COMPANY as Surety are held and finnly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) TEN PERCENT OF THE AMOUNT OF THE ACCOMPANYING BID ($10% OF BID) for which payment, well and truly made; we bind ourselves, our heirs, executors and administrators, successors or assigns, joinrly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-bounden Prindpal for: PALOMAR AIRPORT ROAD AND EL CAMINO REAL WIDENING CONTRACT NO. 3166 (BID DATE: 11-5-92) 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. 10/01/92 STA~E OF CALIFORNIA ) ) ss.: CITY AND COUNTY OF SAN DIEGO ) On this 4TH day of ___ NOVEMBER in and for the State, personally appeared me (or proved to me on the basis of satisfactory written instrument as Attorney-in-Fact on behalf acknowledged to me that the corporation executed Given under my hand _ My commission expires ALL-PURPOSE ACKNOWLEDGMENT KIMBERLY A. NORBERG COMM. ,i;, 959381 fJ NOTARY PUBLIC-CALIFORNIA , ..,. SAN DIEGO COUNTY -I My Comm. Exp. Mar. 19, 1996 I ~....:.:,,,.:~ THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: ( 19 92, before me, the undersigned Notary Public JAMES F. TEGIITMEYER a person known to evidence), to be the person who executed the of the corporation therein named and it. day i\ f / I NOVEMBER ,_,/, /IL( \_L Ltl \(1/] _ A.D., 19 92 Notary Public No, 5179 SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) u»s+<tk.sl~ &tµ'l@-6m1 1 V. , .. ©1992 NATIONAL NOTARY ASSOCIATION• 8236 RemmetAve., P.O. Box 7184 • Canoga Park, CA 91304-7184 AL~PURPOSEACKNOWLEDGMENT No. 5179 -:ssssss~~ssss::SS:SS:~SS:i~;sssssssss:ss:sss~;s::;s::;ss;ss;ssssssssssss::SS:3S:SS:i,S::;:SSSSSSSSSSJ.l State of C~eu , County ot..,_)cm ~ On II f"'>&d before me, • / DATE -"--,1....!..!...NAMt..UI.E.~T::;_.ITL~i:...FO_F,;t..FI..L.CE ... R..L.-.!'-lE.Ge:..; .• ~.J..:;;;;./.~/-t-.....:::..~~:_..:a.=-l_,, personally appeared Dona /! k;r /el/ ------- NAME<si OF SIGNER($) '¢personally known to me• OR -D proved to me on the basis of satisfactory evidence , to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they KIMBERLY A. NORBERG .., COMM. # 959381 ~ ~ NOTARY PUBLIC-CALIFORNIA ';> "-' ~ SAN DIEGO COUNTY -I My Comm. Exp_ Mar. 19, 1996 I ~~ executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. CAPACITY CLAIMED BY SIGNER 0 INDIVIDUAL l2J' CORPORATE --· ' - OFFICER(,$} 11-f:51 den+ TITLE(S) 0 PARTNEA(S) 0 LIMITED 0 GENERAL 0 ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 GUARDIAN/CONSERVATOR 0 OTHER: ______ _ SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTl1Y(IES) )ti /f'S I {1;c;sf-&Qf'l e1« I torQO(ct+ron T iJ. ATTENTION NOTARY: Although the information reque ted below is OPT. N L, it could preven::'udulent a achment oJ thi~/8,Jtificate to an unauthorized document. THIS CERTIFICATE Title or Typ f Document D c/ t:'5mcl Af lama/,,........._.__ MUST BE ATTACHED Number of Pages'-.. 'j Date of Document !i/r;);;)..._ @ TO THE DOCUMENT i -Ll-=-t'-.~•~-'~'--'----- t~~s~s.s:D~E~SSCSRSIB~E~D~AST~R~IG~H~Ts:sss:s:;;ssss~S~ig~nsesr(ss)~O~t~hesrstsha~n~N~asmsesd~A~b~osvses:s::~yn;sscge.~{~ltses~ss,;~~;ssssss:;;sss.s:~;sssgl_l ©1992 NATIONAL NOTARY ASSOCIATION, 8236 Remmel Ave., P.O. Box 7184 • Canoga Park, CA 91304-7184 l • I i r •• - I • j l 1 ~ I 1- .~~ . ~ 34 rn the event Principal executed this bond as an individual, it is agreed that the dearh of Principal shall not exonerare the Surety from its obligations under this bond. r""l-h Executed by PRINctPAL this~ day of NOVEMBER , 19 92, PRINCIPAL: !,;/EST COAST GENERAL CORPORATION J.V. ,_.,,__ - · (N~me 0f Principal) "'-..::· .. --··············~ ,c;;;l __.,,, -----· . ~ -~ / // By: C~-/•---/ / ~~.,..-:~/ ,?/ (sign here) Ooco +< -be-c£~\\ (print name here) Pres1d£?n-h 1V11cd: Ctos± G<Qi)\IZfaR.. (title and organi~adon of ~ignatOPIJ; ~~,-.. ...J ·, \ ' By: {J.Jl_ 'if A,.d (sign here) · CI hcl. ~ {J1.1 a (title and organization of signatory) Executed by SURETY chis 4TH day of NOVEMBER , 19 J!L. SURETY: RELIANCE INSURANCE COMPANY (Name of Surety) 5375 MIRA SORRENTO PLACE, SUITE 500 SAN DIEGO, CA 92121 (Address of Surety) (619)455-6566 (Telephone Number of Surety) JAMES F. TEGHTMEYER, ATTORNEY-IN-FACT printed name of Attorney-in-Fact (attach corporare resolution shov.ing current power of attorney) (Proper notarial acknowledge of execution by PRINCIPAL and SURETI must be attached.) (President or vice-president and secretary or assistant se~retary must sign for corpor:atiotl~. If only ottt! officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corpora.re seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney ~ By: ~Sb•\V Deputy City Attorney 10/01/92 , - - RELIANCE INSURANCE COMP.ANY HEAO Of' FIC~. l'WILAOE!.PHIA, ftENNSYL VANIA POWER OF ATTORNEY KNOW ALL MEN !IY THESE l"f!ESENTS. Tlwt the RELIANCE INSURANCE COMPANY, 1 CZ>t1)0ntK>n duly or;aNnd undw the laws af me Stna 0t P'l,n,uyf-,ie, oo.s herwoy maka, c:onstitut• ind ~int JAMES F. TEGHTMEYE_R of SAN DIEGO, CALIFOR..'HA-- ANY :A,ND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP-. and to bind the RELIANCE INSURANCE COMPANY t+w,llby as fully and to the •me uum • if wen bonds and 1.lnderukif>9S and atl>ff -itings obl91t0ry in tti. nature m«aof _. si~ by an E:oaniw OHicw of the RE!.IANCE INSURANCE COMPANY and saled and .rttHtlld by 0N 0ther ol -.,ch 0fficws. and ~Y rwtifia and e0ntirm1111 tlvt in aid Art.01'1W!'lll...n-fact rr.y do in punuanc:a henof. This Po-of Anorney is gnntld under and t,y 111thority 0f Mic:M VII of ttw By-Laws of RELIANCE INSURANCE COMPANY which became tlffec:iw s.piemoer 7, 1978. whidl proltisions 1A now in full for01 and affKt, ,-din,a a f0llows: ARTICI.E VII -EXECUTION Of BONDS ANO UNDERTAKINGS 1. Ttw 8011rd of Oirec:ton, the Prnident. the 0-.irman of the Board. any Senior Vi01 F'rlSident. any Vice ?nsident or Assistant Vies Pnsident or other offiOff ~gnated by tN Board of Oirtcton shall h.lw pow., and authority to (Ji) aP!)Oint Anorneys.;n-Faa and to authorize thern to u:ec1.111 on behalf of the Company, bondS and underuitin;s, r9C:Cgniunas, c:ontnias of indel'N'lity and atl'wr writinc;;s 0blignory in m. Mtun the..-of, and (bl 1D ,..mow any 11.>dt Attom-v.;n-fac:t .rt any ti,rw Ind r~lu m. po-r and authority ;i .. n to him. -- 2. Anorne~ln•Fact shell haw~ and 1uthof'ity, subject to the terms and fimitirtions oft,..~ of anorney_i~ io them, to execute sld deliwr on b«half of th• ~mi:anv. bonds and underui:ings, rec:ogniuncas, contracts of indemnity and other -itin9' obligatory in the Mture thereof. The CO'l)Or11a w.al is not necnAry for me wlicfity of any bonds and underukings, r&a)<;lnizanan, contTKtS of inde1mity and otJ,,er writings ool;._..tory In th• nature thereof. 3. Anorrwyi-in-Fact shall haw po-and authority to execute affidaltiu raquired to be 11t1c:had to bonds. <WIC09"izance-s. c::ontrac:ts of indem- nity or other condition.al or ooli,;atory undertakings ind they shall also h.lw po-r and authority to c.tify the financial statemmt of the C:l~ny and tD c:opia of the 8y-t.-of the ComQany ot any -,id• or iaction therllof. This l)OWW of fflOITMI'!' is si9n<td and -led by faaimii. 11nder and by authoritv of the following F!esol,.-ticn ~sd ~ tn. Boero of Oir.aor: of RELIANCE INSURANCE COMPANY at a rmeting held on the 5th day of June, 1979, It ""'1idl a qu«um _, ir•tnt. and aid Rasolution has not bNn amanc:Md or 1"9C)eeied: .. Resolwd, that thot signatul"ft of such direaon and officart and the ••i of the Com;:any may be affiud to any sud, po_, of anorncy or .,.., cmnific:ate ralating thereto by faoirnil<t, and any such~ of anorney or czrtificatt t.aring wen facsimile M9N1uns or faaimila .. 1 snall be -nlid ind binding UQOn the ~ny and any "-'Ch i:,o-r ,o 1ncut9d ind cartifi..:! by facsimile signatures and f1aimila _, wll be valid •nd binding uc:,on th4 C:l~ny in the future with r-..a to any bond or underultinr,i to wnich it ii lt'Uened." IN WITNESS WHEREOF, ,i,. RELIANCE INSURANCE COMPANY hu ca~ thne pr-ms to be signed by its Vic::a Ptaident, and ittc:0f'P0'11• -• to be herwto.a1fixa:1, this 19th day of August HJ 85 STATE OF Q)UNTY et= Washington King 19th }·· August @. RELIANCE INSURANCE COMPANY c&id~ ,1985,panon.ally~ Charles!. Schmal% Plalicf'"I at 1. Lavrence iJ. Carlstrom , .Aaliftant s..:n-v of uw RELIANCE INSURANCE COMPANY, do hi,nt,y =-~lfy tlwt tM aoc,w and fon,;oir,e ii a tn. and c:iornci 009V of 1 ~ of Anonwy 1QCU!ld by aid RELIANCE JNSUR.V.CE COMPAH'I', wfticn is still in hill fr:,rca and affaa. IN w1n.ess MiEAEOF. I~ 1wnut110 -my hand Ind afflxa:I the-· of •ic:1 ~,,., ttl.ia 4TH ~ al NOVEMBER 1sa92. . / ~ ~, A.aisurtt Seer~ -;f .z: .11 /_/ ;0:: .:_D ..... ;;:.,.. S0~1~1 Ed. 11'1'9 v' • • • 35 GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTOR'S BID" AND "DESIGNATION OF OWNER OPERATORS & AMOUNT OF OWNER OPERATOR WORK'' FORMS REFERENCES CAUTIONS INSTRUCTIONS Prior to preparation of the following Subcontractor and Owner Operator disclosure forms Bidders are urged to review the definitions in Section 1-2 SSPWC especially "Bid" "Bidder" "Contract" , ' ' ' "Contractor" "Contract Price" "Contract Unit Price" "Enoineer" ' ' ' b... ' "Subcontractor" and "Work" and the definitions in Section 1-2 of the Special Provisions especially "Own Organization" and "Owner Operator". Bidders are further urged to review the following sections of the Special Provisions 2-3.1 "General, 2-3.3 "Subcontractor Items of Work", 2-3.4 "Owner Operators" and 2-3.5 "Penalties and Remedies". Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Bids that propose performance of more that 50 percent of the work by other than the Contractor's own organization will be rejected as non- respons1ve . Bidders shall use separate disclosure forms for each Subcontractor or Owner Operator (O+O) that is proposed to be used to complete the Work. All items of information must be completely filled out. When the Bidder does not propose to use Subcontractors or Owner Operators the word "NONE" should be entered. Where the bid item will be installed by more than one Subcontractor or Owner Operator the percentage of the bid item installed by the Subcontractor or Owner Operator being listed in the line of the form must be entered under the column "% of Item by Sub" or "% of Item by 0+0" as applicable. If a Subcontractor or Owner Operator installs or constructs any portion of a bid item the entire amount of the Contract Unit Price shall be multiplied by the Quantity of the bid item that the Subcontractor or Owner Operator installed. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport for materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or to the Subcontractor, as the case may be, installing them . 10/01/92 • • • 36 The item number from the "CONTRACTOR'S PROPOSAL" (Bid Sheets) shall be entered in the "Bid Item No." column. When a Subcontractor has a Carlsbad business license the number must be entered on the form. If the Subcontractor does not have a valid business license enter "NONE" in the appropriate space. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The number of additional form pages shall be entered on the first form page of each type so duplicated. Bidder may, at its option, combine bid items on a single row in the chart on the disclosure forms. If using this option the Bidder must indicate the bid item numbers that the information in the row pertains. This option may not be used where the subcontractor or owner operator is constructing or installing less than 100 percent of a bid item. The percentages and dollar amounts may be the sums of the bid items listed in that row. When the Bidder proposes using a subcontractor or owner operator to construct or install less than 100 percent of a bid item the Bidder must attach an explanation sheet to the designation of subcontractor or designation of owner operator forms as applicable. The explanation sheet must clearly apprise the Agency of the specific tasks, materials and/ or equipment that are proposed to be so supplied . 10/01/92 i~- " -- • : i • • ' ,,. I ' ~ • C I • \ • ■: 37 DESIGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTOR'S BID The Bidder MUST compete each information field on this form for each subcontractor that it proposes to use. Additional copies of this form may be attached if required_ This form must be submitted as a parr of the Bidders sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and Section 4100 er seq. of the Public Contracts Code -"Subletting and Subcontracting Fair Practices Act". The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. Full Company Name r.acy Ccnstru;tim Complete Address .E& :sax 2019 ( 1) farf3Ddi do. Ca 92025 (S.tAIEJ (ZIP) Telephone Number C 619) 745 -3166 California State Contractors License No & Classification #_,...6,.._41.._.7 __ 3....,2-= .... Exp"""'-l-..... ; r .... a""'t_.i..._a ... n_3=3u.J___.94...._........i..c.i...J .;,;;1.:;:a.;;.:;;1;;..,.i.....i..fication: A Carlsbad Business License No . Bid o/o of Bid Bid o/o of %of ftem Bid Price o/o of Item Total Item Price of Item. by Total No. of Item by Sub Contract No. : -rrem Sub Contract 29-31 32-38 39-45 Llh...t:;? 56-60 61-63 7-0, 71, 75 86,88-90 2.1 2.36 \-: j . _,. ~ .~ 100% Pae ot a es or rrus rorm i__ pg _JQ/01/92 I I r I I I I I 37 DESIGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTOR~ BID The Bidder MUST. compete each information field on chis form for each subcontraaor that it proposes to use. Additional copies of this form may be arrached if required. This form must be submirred as a part of the Bidders sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. The Bidder certifies that ir has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform . the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and Section 4100 et seq. of the Public Contracts Code -"Subletting and Subcontracting Fair Practices Act''. The Bidder further :certifies that .no additional. subconrracror will be allowed to perform any portion of the Wark and that no changes in the subcontractors listed work will be made except upon the prior.approval of the Agency •. Full Company Name Progressive Concrete -1--. . . .... -·----Complete Address 2418 Vineyard Avenue (SIKEEl) re Escondido, Ca 92029 (UllJ Telephone Number C 619 )747 -6100 California State Contractors (SIA!£) (ZIP). I .... ~---_ . license No & Classification #416144 -expiration 12~31-93 -Classification C:-8 -1---· ...... ~---. 1:... ·r•· ·1 ; . -· .... ----r,-.. -.. ... I ---!-·-- -····--,-. I I ft I Carlsbad Business License No. Bid Item Bid Price % of Item No. -of Item by Sub 7 138 613 7( 1'00~ . ,. Pae g - © None . , : ~ .... ~-__ -:_ __ . % of Bid Bid % of % of Total Item Price of Item by ,··. Total Conrraa No. Item Sub -Contract· )~,-/,::;/;), i .:-."~-~ ,: (. - or a es or r111s rorm _ pg 10/01/92 I I • j I • • • • • ' • 37 DESIGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTOR'S BID The Bidder MUST compete each information field on this form for each subcontractor that it proposes to use. Additional copies of this form may be attached if required. This form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and Section 4100 et seq. of the Public Contracts Code ◄ "Subletting and Subcontracting Fair Practices Act11• The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency . Full Company Name Anerican Concrete, Inc • Complete Address Grand AVl:IDU.e San Marcos, ca 92029 (UI f) (SIAIE) (ZIP) Telephone Number ( 619) 471 -9907 California State Contractors License No & Classification #521641 -exPiration date 12-31-93 -Classification CS Carlsbad Business License No. None Bid % of Bid Bid % of % of [tern Bid Price o/o of Item Total Item Price of Item by Total No. of Item by Sub Contract No. Item Sub Contract 12-16 18,82 ,t, I' .. "'7/ 211.S 7gP. 1 i:; 1 nn9-: .,, .1 -.,;,;: ) I I Pae 1 g -or 1 a es or nus torm -pg 10/01/92 I • ; ! i • • • • • ' " ; ■ ST LT/ 51r.2NA-l.S 37 DESfGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONI'RACTO~S BID The Bidder MUST compete each information field on this fonn for each subcontractor that it proposes to use. Additional copies of this fonn may be attached if required_ This form must be submitted as a part of the Bidder's sealed bid.. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in the list in accordance ¾7ith applicable provisions of the specifications and Section 4100 et seq. of the Public Contracts Code -"Subletting and Subcontracting Fair Practices Act'. The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency . Full Company Name Knox Electrical Complete Address (SIREEI) S:lrrtEe, Ca. 92071 {OIIJ Telephone Number C 619 ) 562 -9900 California State Contractors ('SiAlE) (ZlP) License No & Classification. #4501 50 -Expiration 12-31-93 -Classification C-1 0 Carlsbad Business License No. 113400 -expiration 1-31-93 Bid % of Bid Bid % of %of [tern Bid Price % of Item Total Item Price of Item by Total No. of Item by-Sub Contract No. Item Sub Contract 19-2'6 . ~ ,/,//-/ : '7 64,79,83 223,148.50 100% ~~ , ·: ! , .- I Pae g .J__ or a es at c .tlls rorm _i__pg 10/.01/92 ~- " I • ; ! i • • • • • I 1111 37 DESIGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTO~S BID The Bidder MUST compete each information field on this form for each subcontractor that it proposes to use. Additional copies of this form may be attached if required. This form must be submitted as a part of the Bidders sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. . . The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and Section 4100 et seq. of the Public Contracts Code -"Subletting and Subcontracting Fair Practices Act". The Bidder funher certifies that no additional subcontractor will be allowed to perform any portion of the Work and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency . Full Company Name Mike Luzaich Pavement Markings and Striping Complete Address El cajon, ca 92021 (01 i) (51AI£) (ZIP) Telephone Number ( 61 9 ) 443 -7755 California State Contractors License No &Classification #236933 -expiraiton 5-30-93 -Classification C 32 Carlsbad Business License No. None Bid o/o of Bid Bid % of o/o of [tem Bid Price % of Item Total Item i Price of Item by Total No. ·of rtem by·Sub Contract No. Item Sub Contract . . / t 68 70.979.t;? 1on~ I t'""'/2 ,. '· /, _Y,c--g /" rl ( Pae ot a es ot thls term _j_ pg 10/01/92 I • ' ' I • • • • • ! - I ~ • ,, ■: ! 3T DESfGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONfRACTOR'S BID The Bidder MUST compete each .information field on this form for each subcontractor that it proposes to use. Additional copies of this form may be attached if required. This form must be submitted as a part of the Bidders sealed bid. : Failure to provide complete and correct information may result in rejection of the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subconrractors will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and Section 4100 et seq. of the P~blic Contracts Code -"Subletting and Subcontracting Fair Practices Acr'. The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of.the Work and that no changes in the subcontractors listed work will be made except upon:the prior approval of the Agency . Full Company Name North County Gunite Co., Ltd • Complete Address cstd-l Highway 67 lakeside, ca 92040 (QI t) CSIAI.E.) ("ZIP) I Telephone Number ( 619) 561 -551 o California State Contractors License No & Classification #383840 -expiration 11-30-93 -Classification C61 Carlsbad Business License No. ne Bid % of Bid Bid % of % of ftem Bid Price % of Item Total Item ; Price of Item by Total No. -of Item by·Sub Contract No. Item Sub ·· Contract . /4:,,/( IV 53-55 11QI100 .65 100% /,,..J,,.:.-:t-/ ,""'Ii, .. .. .. .. . . .. Pae 1 g -or 1 a es or rrus torm _ pg 10/01/92 • t r • • ·• • • ., ■ T !~! .! i".J .·{ l,; :" 1.l ~' f~, -·; i:i - ~ c..r..l tqu~eJ,,:,;/ ; 37 : . ·,. DESIGNATION OF SUBs:ONTRACTOR & AMOUNT OF $UBCONTRACTQR'S BID · . The Bidder MUST compete eacli information field on this form for each subcontt:ar::tor that it proposes to use. Additional copies ~f this fom. may be attached if reqm:ed.. This fomi m-ust be submitted as a part of the Bidder's sealed bid., Failure to provide complete mi co:rreo: information may result in rejection. of the. bid as non-responsi'tle. The Bidder certifies that ir has used the sub-bid of the following listed. subconr:rao:ors in preparing this bid for r.he Work and that. the listed subconcracr0ts will be used to petfoi::m the portions of me Work as designated in che list in acm:rdance with applicable provisicms of the s-pecificacions and S«tion 4100 er seq. of the Public Conttacrs Ccide -"Sublett:ing- and Subconrract:ing Fm Pr.ac:tices Ac.r1• The Bidder furcher c:errifies that no additional subconcracror will be allowed to per.form any portion of the Work and chat no changes in r.he subconcractors listed work will be made except upon che prior approval of rhe. Agency . •\ Full Company Name Hurricane & Poway_ £.Mee 0;,,JJPFIW Complete Address l5t~ & ,a 5tmet., P-0, :&.lk. J 636 Ramna1 Ca 92065 (.UlZ) (ZIP) Telephone Number (619) 789-4142 Califomia State Conttacto~ Llcense No & Clz3sification #453906 -expirat~~ate 3..30,94 -CLassification-C-13 Carisbaci Business License No. . - Bid % of Bid Bid % of %of frem Bid Price % of Item Total. Item lj~ceof Item by Total No. -of Item bySub Conn-acr No. · Item Sub ··Contracr •f5-67 .. 69,84,85 54,230.94 100% I) r<t/1; ~ :1 ( "/ - I, ., .. .. ' I 1-'a e or pa or ms1orm 10/01/92 J -' I I I I I I I r I I :1 I I I City of Carlsbad Purchasf na Department Representation and Certification fhtJ ta/low,ng r1;1prescr,tatlon and -.:ertilioat!on an, l<J bf1 ,.;;ompietec;i, ,1,3m1<;1 and returntKf with propo11t. REIDRESENTATIONS: Marl< all applleabt• bf~n><.!;l. 1 .t111 1:t1n,')t1tly <,;;•)rtiH1.:td 1-w:, Cd.f-,,.., ~-1_ .. - This ,;rr'fflrOr raprcstnts ~s part ot thl~ offtr that ,JI, o•· 41 !±4 4Jd_ ,.;•rtllrcution itt: _, -....tr:.,._ __ cr..;. .. J.L--~-.,.._ .... ,,_ T. (Chi~k aJ,,pmprtate ethnic 8uslneH Typ•) :1-~--.....-.·----------·,....,... ~· 91■ell I,.._ _ __. ____ _ 11----------....... Nolll1t••/lilfl4rlr:1n .All af\o'lnc;il•n ~e~•mra: MJNOffl.TY B,USU\lfif?S ilfTiftPFU,i~: "Minority eus,nt?Ss· is defined as a business. at 1ea111t 51 pnrcent '-'' wl'l1cn is owned, operated •na cof'\l1'0ll6id by rninorltv QfOUp rnitmbers, or in me cast ol pt..ibff~!y awnad .IJuslries.l!aa, at least 51 pim;•nt rJf wh~on 1, owned, operate<.! arid cion1roned 'r'JY minority i;.rgup membet:S, Tl"le Smau eusinasll Administr4'tfon <1BfinH th• soolal,V tn<1 accnom10ally .:trsaavantag11d (minorltl•~} a, Alar.k' Amtttial\n. Hitpanic Amerl~en, N1tt!'J~ Americans 0,t¼ AnfflriCllr'l lr1dlAn, Sikln10,, Alfl,lttl anl"'l Natfvo H;-f!WUIJafl:i}, and As1an•?aomc Am~rl0.1nt1 (I.(?.. U.S. C!tfZens who1• origlns are trorn J8j,iat1, Chfnu. the PhUlppines. Vhi1tmam, Korea, Sam(.la, Outtm, ihe l).~. rru!t Territories uf th~ !'101fic, NOrthOrn Martt:tna\$, L,ioi,, C.1mb<Jdi~ andTalwM). Cl:RTU'lCATION oir IU5JNIB8 ACPAliSF.NTATlON(S): Mark ill l'\ppneat1le blar,l(tJ, T,hfl otf•rer rtr,Jreaents ~ a part ol dil~ ott•r th•r: fhl$ firm lw __ _. IJL n~ ,.,.,-2 mln0rlty OliSitiHI', 'Thi$ llrm ta -~' IS net --~ womwi-ownlllM:I bU!lil'llU, WQJU&QW.NEP ~: A waman--owned ow;ineiss Is a busJr19~ ot whleh at lfllUt ~ t percent Is 1Jw11ttrJ, ,;ontrolfed :ami oparatoo t,,; a wom~n or women. C-.>ntrolled i$ dn11ned as 4fX•rclamg the j::lCW8r to m:aJ<e i,ollcv dociliOM. O~'llt:ltlen ls ditflned as ac;n.ra11y 1rwc>1ved In tt11 dny-tc-ctny r"rtanag&m•nt. --· ·---·. -~ ~P.L < ·--·---·-·.....,_. T)iLS '• * i0/01/92 --. \ -: Jf\,1' -'. -•• I 'I·, , f • I ": • I I • ·• ... ~·~ .. ., .• • • ! • I ' C I -•·~ ■: 37 DESIGNATION OF SUBCONTRACTOR &: AMOUNT OF SUBCONI'R.Acro~s BID The Bidder MUST compete each. information field on this form for each subcontractor tb.at it proposes to use. Additional copies of this form may be attached ifrequfred.. This form. must be submitted as a. part of the Bidder's sealed bid. Failure. to provide complete and. coITect information may result in rejection of the bid as non-respoDS:ive.. · The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the. Work and that the listed subcontrac:to:cs will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and Section 4100 et seq. of the Public Conc:ac:rs Code -"Subletting and Subcontracting Fair Practices Acr'. The Bidder further certifies that no additional subcontractor will be allowed to petfonn any portion of the Worx and that no cllanges in the subcontraaor.s listed worx will be made except upon the prior approval of the Agency • Full Company Name Terra Firma I.andscape and Irrigation Complete Address 8341 Buckhorn Street (Sl.REEIJ San Diego, Ca 92111 (QI f) (SIAl.!J WP) · Telephone Number ( 619) 571 -3112 · Califomia State Conttactoxs·. ~ . ': i LicemeNo &:Class:ifi<:acion. #495376 expiration '1-31-94 -Classification C-8,C-12, & C-27 Carlsbad Business License No. None . . Bid % of Bid Bid %of %of Item Bid Price % of Item. Total Item Price of Item. by · Total. No. ·of Item bvSub Contract No. ·Item: Sub ·~ Contract. ·7 Cf"7 t 11/ ~104 l11 -2QA nc:; 1•nn9, ~ ... ~ ,l ,.• ,;." / .~ f.;:'I ( ,, I/ .. .. I . . . . .. I Pae 1 g -or 1 a es or ems to:rm _pg 10/01/92 -- I ,~I -1 ' I .. 1 :.:·■ I I • I - I I I I • •• • 38 DESIGNATION OF OWNER OPERATORS & AMOUNT OF OWNER OPERATOR WORK The Bidder MUST complete each infom1.arion field on mis form for each. owner oyerator (O+O) that it proposes t:o use t:o perform. any portion of the Work in an amoum: in excess of 0.5 percentof t:he Prime Canr:racrors bid or $10,000 whichever is grearer: Additiomtl copies of this form may be attached if required. This form must be submitted as a part of t:he Bidders sealed bid. Failure co provide complete and correcr info:cmarion may result in rejection of the bid as non-responsive. Except for the individuals listed below the Bidder . cerrifies char no owner operaror will be allowed ro perform any portion of the Wor.k.. The Bidder further certifies char no changes in the owner operator listed work will be made except upon the prior approval of the Engineer. Provide a separate sheet for each Owner Operator. See section 1-2 of the Special Provisions for definition of Owner Operatoor and Prime Equipmenr. Full Owner Operator Name Cortmlere Address Te.lenhone Number (Street) (Ciry) None (Stare) (Zip) OWNER OPERATOR PRIME EQUIPMENT MODEL SERIAL NO~ '~-. MANUFACTURER. NO. DESCRIPTION YEAR.MFG~ .. .. .. .. Ui/V 1.1::.K OPERATOR W URK U'EMS .. Bid Bid Price of % of % of Sid Bid: Price of %of Item Item Item by Tocal Item Item Item by No. O+O Canttao: No. O+O I •. I .. Page __ or __ pages or r.rus rorm ES"IIMATED WORTI-f % of Total Contract. I I I I 10/01/92 39 • 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) .y· ... . . ·. ·. . .... · ETHNIC CODES < ••MALE FEMALE Caucasian X Black Hispanic Asian-Pacific Native-American Asian-Indian DEFINITIONS: INORITY BUSINESS ENTERPRISE: 'Minority usiness• is defined as a business, at least 51 percent of which is owned, operated and controlled by minority group members, or in the case of publicly owned businesses, at least 51 percent of which is owned, operated and controlled by minority group members. The Small Business Administration defines the socially and economically disadvantaged (minorities) as Black American, Hispanic American, Native Americans (i.e. American Indian, Eskimos, Aleuts and Native Hawaiians), and Asian-Pacific Americans (i.e., U.S. Citizens whose origins are from Japan, China, the Philippines, Vietnam, Korea, Samoa, Guam, the U.S. Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia and Taiwan). CERTIFICATION: I am currently certified by: ________ _ Certification #: ------------- CERTIFICATION OF BUSINESS REPRESENTATION($): Mark all applicable blanks. This offerer 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-owned business is a business of which at least 51 percent is owned, controlled and operated by a woman or women. Controlled is defined as exercising the power to make policy decisions. Operation is defined as actually involved in the day-to-day management. The information furnished is certified to be factual and correct as of the date submitted. N':"' K. Ferrell ~ A/} <::Zz~ SIGNATURE • WEST COAST GENERAL CORPORATION J. V. ulVIPANY NAME 9/92 Managing~Partner TITLE December 30, 1 992 DATE * 10/01/92 -, r. I I ' I I I I .. • i i 1• I I •• I I 40 BIDDER'S Sf ATEMENT OF FINANCIAL RESPONSIBILI1Y The Bidder must provide sufficient information to show the ability to prosecute the work within the time specified in section 6-7 of the Special Provisions. Bidder submits herewith a statement of financial responsibility. See Attached 10/01/92 - - Statement of Financial Responsibility West Coast General Corporation, J.V. Construction Revenue Current Assets Current Liabilities Net Working Capital Total Assets November 4, 1992 Established lines of credit Established Bond Limits (Treasury Rated) **Single ,Job **Combined $10 million $20 million $19,334,701 8,719,464 6,.290,621 2,194,.825 2,000,000 Audited financial statements available upon request. Je I I J _I I I I -I I 41 . -BIDDER'S Sf ATEMENT OF TECHNICAL ABILITY 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 evaluate its 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 SEE A'ITAClIED .r., 10/01/92 ,.:. .. : •. IIS'f CWT: GDllll cmotl'lIOJ. l JOIJ? mm1 PIDIDIS IOll US!IIG PIOJD:f TULi YWI SCOH Ol IOU ·= --= ==;:;-;;:---===-==----------====== - •.·.·. ··- m nmm smon coma I $5.ia?.U0.41 I I I I I I I · l!lWID ar.n mm rma1111m : tt,m.,ff.41 : CUSH' S GUDIJ; mwo ma ll!DDU scrom; 11ft ams llGI SCIDDJ,. sm.m.ao : I I I $1,541,lGl.40 : I I I I I I :. $1.142,12!.0t : I I I I I I lll 21, JJ!l :soumm DIT :JOI lllll !JOI llDI JOT u, m, :cm or answ ::auwm :101 lDDICO :PU !ITWlI m.I 25, mo.. :cm OP OCDISlDI :1m mru :uacmu !Pill 25, lm : POIIII IIIIrI!D SCIDDJ. DIS! :n1 won I I . DIC n. ma :JOI LlCIOSS U.I.U~ I I I I :tml 12H222 I I I I I • I I l(m) m-m1 I ·' :tml 3'Hm I I I I :1m1 m-zm I I I I i(U!) 455-3131 ! ·. smmm . .uuom Pm- I I :. $4. 7!0.001.40 l Dr 1"1 :comI Ol Sll DIJCII run mr. • l!!lln mi POIQ -scm!S. IOUI ?Wilt r· i. I SllIJCCllIOIIOlD SCIIPPSlllCIBOUUfW mwomr.mm un. IUlill/lCC!SS IOID mn·m.m·rmm mono !'Wilt I I I I I ,. t I I I ,. ' I I I I $U,OOI.OO: I I I· 1-l $4;au,aao.01 : I I I I I I t.,· r· ~ I :: snuoo.aa : I I I I m1,m.oa: I I I I : s,,Jaa·,aoo.oo : I I I· I I I : $2,301,71Uf I I I- I I I I cmD! lCDIIH! Ol Sll DIIGO :r.u JODSOI t ... cuum-;em 01 POIU :numm I I I I m un :em or mtllDli rnr- :1111 wmm :Jlllfflmas 111 1m :mr or POIU :am SllIIDlr cmm l!Cllllll COIUll'll!S :m SCUffll cmm· :1cmm CDJDJmu :m SCUffll : n.m.m.oo : mirm m2 :m.uu notmus I I I ______ !1-···----·~,-------\----·-· -- 1 I I : $2,m.m.oo : cmm :mco/nno1 IOGIIIOI I I I I I I : Sl,279,577.DO ! I I I I I I : S3,oso,m.oo t I I I I I !Dlfl UIIW mmr 1m :up.mun or mI I I I I mi 1m :uuu rmmm aOU1 !~mt S!ID I I l{Sl!) 69M050 I I I I I I .. l(61!) m-41R -, r ... _ '"'· ... ~:: .:·i-., :tml ""~111 ,. ,, I I I I :Cm) S7H221 I I I I I I :(ml m-•m I I I I I I :(&19) m-m1 I I l I I I I I I I :1m1 m-mo I I : (619) 545-3034 I I I I I I !(213) 20H'°1. I I ! $1,23&,344.GO l mr m2 :mao um 111mm, rr : (714) SIHMo l cam.m sm iOll ltll ( '1 BUILllllGS; : co1m11a 1,,11, sr 01 wont ar.DGS: i U-BUILll 2.5 llUS or LC. iOlDIU • I I UllICJ i llllIU 1.2 !!US OP I ClWW BJ.JV IJCLUDIIG mu. nm. I STOii DWI, PlfflG, C!IICUU, : ?JmIJG, WISQPI, l!C. :.1otJG1 u11;, fflll mu, nm, i POHi, PlfflG, CDJCUff I I : IDIGI WDl 13 lCU sm Im11Dlll: I nm,smu DWI, UlllSCUIJG I I I I : IDIGI GWI SI lCU sm Im!IDIIG I STOD DWI, nm. 31111, WISClPIR - I t I I I mum Ol 30 1CU SID llcr.mJIIG : tou iOII, u m m ImOflllffl :mr.mu I DIG ' IJsmJ, mJ. m nm J.In I I ,. I I I l"GUDIJ; or UPlOI 1.25 IIU lOIDDI ... I IICL. !Lr. aml!IJS~ COIC, PlYIJG, l WDSClP!, m . ,_ ,. : 11mm or IPPlOI mo !! to&D I' IJCL, W. IJllffll!lff, CIIIC. : um;, u~ f.3Clll, m. I I : iOlDlll mumm IJcr.mJIJG ws l GllllllG, COIC, PlnJG, SIGJll, 1.SCUI ITC~ ' I I I : ws mmon, mmm. COJc, P1mc .. l WISClPl, ID, SIGlll, rue, ffC t I ,. I : ws mmon, mums. C111c, PlTIK,. : WDSClPl, ID, SIGJll, !LIC, ffC I I I I : GWI!G, ?!JIR, snm Ilmvtlllltt I I : GWIIG, llTIJG, snm IIPIOTD!ffl I I : GWIIG, llWJl'1, P!JIIG, mcmw. I I I I l Wlllll:, P!YIIG I I : GllllllG, mm -DEPARTMENT OF THE NAVY OFFICER IN CHARGE OF CONSTRUCTION RESIDENT OFFICER IN CHARGE OF CONSTRUCTION SOUTHWEST DIVISION, NAVAL FACILITIES ENGINEERING COMMAND BUILDING 22101, MARINE CORPS BASE, CAMP PENDLETON POST OFFICE BOX 209 OCEANSIDE, CALIFORNIA 92049-0209 West Coast General Corporation 12243 Hwy 67 Lakeside, CA 92040 CONTRACT N68711-87-c-no1 (P-962), AIR DEFENSE SLPPORT COMPLEX IN REPI.. Y REFER TO: nOl/2318 09RPR2RB/00850 8 Apr 91 I would like to recognize your company for the outstanding performance during the construction of the subject contract. The subject contract entailed the construction of six masonry block buildings and a 2 1/2 mile asphalt road. The 24 foot wide road was completed in four months under adverse conditions requiring continuous two way traffic. According ta our Contract Manager, your performance and attention to quality were superior to what we typically encounter. I specifically commend Mr. David Davey, Ms Pat Dzuik, and Mr. Jim Riley for their attention to duty and spirit of cooperation in completing the contract two months ahead of schedule. The proven experience and high qualifications of your Construction Representatives played an important role in the completion of this Air Defense Support Facility for the Marines at Camp Pendleton. :i;z, B.W.::i-;. Commander, CEC, U.S. Navy Resident Officer In Charge of Construction ·-JAN GOLDSMITH. Mayor KATiiY MCINTYRE. Deputy Mayor DON HIGGINSON. Councilmember B. TONY SNESKO. Councilmember BOB EMERY, Councilmember September 22, 1992 David E. Davey CrrY OF POWAY West Coast General Corporation 12243 Hwy 67 Lakeside, CA 92040 Dear Mr. Davey: .. -···· ..... -.... -.......... ___ .,..,, ___ ,..,..., ... - On behalf of the City of Poway, I would like to thank you for your diligent efforts in the recently completed project, Realignment of Del Poniente/High Valley and Rough Grading of Hilleary Park. This particular job presented many challenges relating to timely completion, public access and safety, and construction issues that I feel were handled in a professional and efficient manner. Even though this project contained situations with difficult resolutions, you and your staff can be credited with fair and equitable efforts in obtaining those resolutions. Thank you for a job well done. Sincerely, ENGIN~ER.~EPARTMENT Civil Engineer JS:ghr City Hall Located at 13325 Civic Center Drive Mailing Address: P.O. Box 789. Poway, California 92074-0789 • (619) 748-6600. 695-1400 STATE OF CALIFORNIA-THE RESOURCES AGENCY GEORGE OEUKMEJIAN, Governor DEPARTMENT OF PARKS AND RECREATION -San Diego Coast District 2680 Carlsbad Blvd. Carlsbad, CA 92008 November 20, 1989 Dave Davey West Coast General Corporation 12243 Hwy 67 Lakeside, CA 92040 Dear Mr. Davey: On behalf of the San Diego Coast District I want to express my appreciation and thanks to you for your cooperation in working with us during the recent Carlsbad Boulevard road construction project. You were consistantly available on site during the entire project and were most willing to listen and to act on our concerns as they related to public beach access and public safety. It was my impression that the road construction work was well organized and accomplished in an orderly timely manner with minimum disruption to the public who continued to have a~cess to this area during the entire construction period. Thanks again for your concern and cooperation. Sincerly, William V. Fait District Superintendent San Diego Coast District J I f' J I I . I I I ,_ I I I I I I I -- 1 42 CONTRACTOR'S/BIDDER'S SfATEMENT OF RESOURCES The Contractor is required to provide the information necessary to complete this form. The Information will be used by the City to evaluate the ability of the Contractor to perform the Work in compliance with the contract documents. This form is composed of four pages. COMPLETION OF THIS FORM IS IMPORTANT. INCORRECT OR INCOMPLETE INFORMATION HEREON MAY BE THE BASIS OF REJECTION OF INDIVIDUAL BIDS ;/- ROSTER OF KEY PERSONNEL DATE OF PREPARATION: Novembers. 1992 NAMF/ITl'LE,:'., Dana K • David Dave _Gar.ci a.,.--1-~"lotenaent.__ 2o_vr;5E;xPer;Lence ___ _ ___ 3-_____ _ Cindi W er Bookkee r 22 rience 2 Wayne_Reilly..t._PresidentLOwner 23_yrs in constructio 3 .• y£_Jensen-1-_0lainnan.l.OwQer __ _ ----3 ------Vice 3 ____ j ______ _ * Salaries shall be stated on a monthly basis as 1 for less than $2,000, 2 for $2,000 to $5,000 and 3 for over $5,000 Page _1_ of _1_ pages of this form 10/01/92 t ent J .. I J I I I I I ,_ ·1 I I I I I •• I I 43 OPERATIONS PERSONNEL The information submitted on this page will assist the Agency to evaluate the current ability of the Bidder to place a workforce on the project capable of performing the Work within the time specified in section 6-7 of the Special Provisions. DATE OF PREPARATION: N::M3lter 3, 1992 CLASSIFICATION PEAK NUMBER ElVIPLOYED DURING 12 MO. PERIOD PRECEDING DATE OF PREPARATION OPERATING ENGINEERS ................................ . 47 LABORERS .......................................... . 31 CARPENTERS ........................................ . 1 CEMENT MASONS .................................... . TEAMSTERS ......................................... . ELECTRICIANS ....................................... . PAINTERS ........................................... . PLUMBERS .......................................... . IRON WORKERS ...................................... . 0 BRICKLAYERS ........................................ . OFFICE WORKERS ..................................... . 21 OTHERS (provide specific job classifications) __,SJr:erintBrlnts=-·===----------................. . __,I.a=t=c=~er=-=HajJ:a:s==..__---------................. . 2 ---------------· ................ . ---------------................. . ---------------................. . ---------------· ................ . ---------------................. . ---------------................. . ---------------................. . Page ..:1._ of .....1_ pages of this form 10/01/92 I • t· II •• I ADDmONAL RESOURCES DATE OF PREPARATION: November 5, 1992 44 The information submitted on this page will assist the Agency to evaluate the c:urrent ability of the Bidder to perform the Work within the time specified in section 6-7 of the Special Provisions. This page provides the Contractor the opportunity to list resources in addition to those shown on accompanying pages. The Contractor should provide all information pertinent to the manpower and equipment resources available to the Contractor that will be used to complete the Work. None Page _I_ of _L pages of this form 10/01/92 I •• J J I _, J 1 I le I I I I I I I •• • • i PRIMARY EQUIPMENT SCHEDULE DATE OF PREPARATION: November 5, 1992 45 The Contractor should list major pieces of equipment owned or leased to the Contractor for 12 months or more that are anticipated to be used to complete the Work. See section 1-2 for definition of Primary Equipment. 'f ·. ~~. {.!L]:;:, ~' ' . n=rurnom . .. i; ' tWALw,. !'.'~ / ti~i1i See Attached Pa :res Page _1_ or _J:t... pages o tlus rorm 10/01/92 EQUIPMENT SERIAL# 1 ea. 48x60 Kabelco Jaw (D.S.)511-3394 1 ea. 52"x20 Simplicity Vibrating Feeder 1 ea. 60"x60' Jaw Discharge Conveyor 1 ea. 5xl0 Allis-Chalmers Quarry Scalper 1 ea. 48"x60' Apron Feeder Conveyor 2 ea. Hewitt-Robin 7'x22' Screening Plant 1 ea. Pioneer Jaw Crushers 30"x42" 1 ea. W/V.G.F. Feeder (Clemro 17') 853972 S8426820197761 S8426820197762 V-1137 0044 1 ea. Parker 1350 (D.S.) IU881154539 Cone Crusher Plant 1 ea. Parker 1350 (D.S.) IL881354565 Cone Crusher Plant 1 ea. Parker 1350 (D.S.) IU881254560 Cone Crusher Plant 1 ea. Trailmobil 45' Pop-up 700TH3946 Van w/ under slung 1500 gal. tank 1 ea. 3412 Cat Generator w/ (Engin.) 62B7929 Kato 520 KW Generator w/(Gen.) 94186 enclosed Trailer 1 ea. 36"x120' Carter Power Radial Stacker 1 ea. 36"x120' Radial Stacker 4 ea. 36"x50' Conveyors 1001-1004 SALES PRICE $ 575,000.00 15,000.00 62,000.00 41,000.00 55,000.00 140,000.00 182,850.00 23,000.00 140,000.00 140,000.00 140,000.00 65,550.00 60,375.00 64,400.00 35,000.00 41,400.00 - 1 ea. 36"x40' Conveyor 1 ea. 36"x30' Conveyor 1 ea. 36"x80" Stacker (Powered) 1 ea. 36"x50' Dozer Trap 1 ea. Dozer Trap 48"x30' 1 ea. Extec Screening Plants 1 ea. TD-25 Dozer (D.S.) 1 ea. 988B Loader (Cat) 1 ea. 980C Loader (Cat) 1 ea. 2500 Gal. Water Truck 1 ea. Cat 3412 w/ 400 KW w/ Crusher Controls in 40' Van Gen. Shield -Tee 1 ea. 30 FT Van Trailer w/ switch gear 1 ea. 10x70 Airway Scale (120,000 LBS) 1 ea. 1000 Gal. Portable Tank 1 ea. 6000 Gal. Fuel Tank 1 ea. RO Boom Truck 1 ea. Ford F800 Boom Truck 1 ea. 1990 F350 Ford Flatbed Pickup 1 ea. 1986 F350 Ford Flatbed Pickup 1 ea. 8x20 Storage Van 1 ea. Bobcat 743 1 ea. Skiploader 2163 50W3441 63XO6115 M-35 28-5-2695 58BH758B AW7 3021078007 2FDLF47G7LCB35538 1FDKF37L6GKA65115 32424(30-40198.6) 1703915 Model No. 480E LL 8,000.00 7,000.00 31,000.00 20,000.00 13,800.00 70,000.00 75,000.00 70,000.00 155,000.00 18,500.00 52,500.00 18,000.00 25,000.00 2,990.00 2,300.00 16,000.00 9,000.00 13,000.00 5,000.00 1,000.00 10,000.00 14,000.00 1 ea. 1969 Ford Flatbed 7286 7,000.00 1 ea. 1972 Peterbuilt 7645 15,000.00 10 W Dump 1 ea. 1978 Ford Flatbed 4353 9,000.00 1 ea. 1975 Ford 7000 Fuel 5833 10,000.00 1 ea. 1961 Chevy Service 6582 16,000.00 1 ea. 1984 Dodge D50 0538 9,000.00 1 ea. 1985 Chevy Pickup 4634 7,000.00 1 ea. 1981 Ford Pickup 1344 6,000.00 1 ea. 1979 White Western Dump 5701 12,000.00 1 ea. CAT Blade 12G 61M11744 100,000.00 1 ea. CAT Blade 12G 61Mlll91 100,000.00 1 ea. Blaw Knox Paver PF-180H 0894-507 25,000.00 1 ea. Blaw Knox Paver PF-180H 0845-020 50,000.00 1 ea. Blaw Knox Paver PF-180H 1801-105 125,000.00 1 ea. Clarco KoKal 500 1063 15,000.00 1 ea. Clarco KoKal 500 88129 15,000.00 1 ea. Miller Berm MC550 RH4125 5,000.00 1 ea. Ford Skip loader 445A C767680 20,000.00 1 ea. Ford Skip loader 445A C767679 20,000.00 1 ea. Bobcat Loader 843 750315 30,000.00 1 ea. Hyster 8-10 Steel C-350 B89C3063T 15,000.00 1 ea. Dynapac Vib Comp CC42 269D25 5,000.00 1 ea. Hyster 5-8 Steel C-340-A A146Cl864Z 15,000.00 1 ea.Ingersoil Vib Comp SP54 5875-S 10,000.00 1 ea. Hyster RTR C-530-A A91C3373G 20,000.00 1 ea. Hyster 5-8 Steel C-340-B Bl4602210E 15,000.00 1 ea. Hyster 3-5 Steel C-340-A Al58C2083F 15,000.00 1 ea. Hyster 5-8 Steel C-340-B B146C2246F 15,000.00 1 ea. Hyster 8-12 Steel C-350-C C89C5406F 15,000.00 1 ea. Hyster RTR- C-530-A A91C3541E 20,000.00 1 ea. Case Dual Drum 752 JKC7804017 80,000.00 1 ea. Case Vib 1102 840308104 80,000.00 1 ea. Dynapac Vib 2100-V 12CK20524 20,000.00 1 ea. Agtek X-Slope Laser Equipment Includes 10,000.00 Control Pack 2010 4,000.00 Rotation Comp 2014 1,000.00 Main Sensor 2020 2,000.00 Control Box 2030 2,000.00 Right Hydraulic AXRSU 2,000.00 Left Hydraulic AXLSU 2,000.00 1 ea. Agtek X-Slope Laser Equipment Includes: 10,000.00 Control Pack 257 4,000.00 Rotation Comp 255 1,000.00 Main Sensor 259 2,000.00 Control Box 210 2,000.00 Right Hydraulic AXRSU 2,000.00 Left Hydraulic AXLSU 2,000.00 1 ea. Agtek X-Slope Laser Equipment Includes 10,000.00 Control Box 4,000.00 Receiver 3,000.00 Laser Head 10,000.00 Eclectic Mast 2,000.00 1 ea. Brookwood 74 Mobil Office 26537X26537U 10,000.00 -1 ea. Golden 82 Mobile Office 90010-1469 10,000.00 ,' .. \ 1 ea. 12G T.B.S. 165,350.00 1 ea. 140G T.B.S. 177,400.00 1 ea. DlON T.B.S. 640,960.00 1 ea. D8N T.B.S. 334,900.00 1 ea. 834 T.B.S. 460,270.00 1 ea. 623E T.B.S. 398,470.00 1 ea. 631E T.B.S. 540,400.00 1 ea. 10,000 Gal. T.B.S. 78,000.00 Drop Tank 1 ea. 140E 72Vl0379 117,500.00 1 ea. 12G 6IM13523 110,000.00 1 ea. 12G 6IM7636 56,000.00 -1 ea. D8L 53Y4047 188,000.00 1 ea. D8L 53Y3880 185,000.00 1 ea. 824C 85Xl072 124,500.00 1 ea. 824C 85X568 97,500.00 c/misc\palomar - I ,_ I I I I I I I it I I I I I I •• I I NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMfITED WITH BID State of California ) ) ss. Counry of San Diegq __ Dana=,-....K=•_.;;..Fe=r=r=e=l=l--~--.. being first duly sworn, deposes (Name of Bidder) 46 and says that he or~ is __ PJ:1_e_s_i_den_t __________________ _ (Title) of WEST ffiAST GENERAL ffiRPORATION J. V. --------------------------------(Name of Finn) the parry 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 5th day of November , 19 _2L. (~~I~.V. =----. ~ Signature of Bidder Dana K. Ferrell, President Subscribed and sworn to before me on the 5th day of November (NOTARY SEAL) 19 92. 10/01/92 - - 47 CONTRACT -PUBLIC WORKS This agreement is made this_A~<!lt-day of ,4,-_,.«~ , 19 ?cJI. , by and between the City of Carlsbad, California, a municipal co~tion;:J}ereinafter called "City"), and West Coast General Corporation J. V. whose principal place of business is 12243 Hwy 67 Lakeside CA 92040 _________ (hereinafter called "Contractor".) City and Contractor agree as follows: 1. 2. 3. 4. Description of Work. Contractor shall perform all work specified in the Contract documents for: PALOMAR AIRPORT ROAD AND EL CAMINO REAL WIDENING CONTRACT NO. 3166 (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. 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 thereto, both 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 Rev. 12/11/92 - 5. 6. 7. - * 48 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: 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. Rev. 12/11/92 - 8. 9. 10. 11. - * 49 rn 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. 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 Rev. 12/11/92 12. - - so 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: 2. $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. Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. 3. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) ADDITIONAL PROVISIONS -Contractor shall ensure that the policies of insurance required under this agreement contain, or are endorsed to contain, the following proV1s1ons. 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. Rev. 12/11/92 51 2. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. 3. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. 4. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) "CLAIMS MADE" POLICIES -If the insurance is provided on a "claims made" basis, coverage shall be maintained for a period of three years following the date of completion of the work. (D) NOTICE OF CANCELLATION -Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be 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 ABILITY 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 . Rev. 12/11/92 13. 14. 15. 16. 17. 18. 52 (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. 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. Rev. 12/11/92 19. - 20. 21. • 53 Joint Venture. The persons signing this contract on behalf of the "Contractor" hereby expressly warrant that a joint venture exists between them and that they are empowered to enter into this contract. They further warrant that a joint venture exists and shall continue in existence throughout the performance of this contract, warranty period and any applicable statutory period allowed for bringing an action on the contract or for defective work. "Action" for the purposes of this clause includes but is not limited to any legal proceedings, mediation, or arbitration, claim, demand, question, dispute or controversy. The persons signing for the Contractor hereby also expressly warrant that West Coast General Corporation, SD Engineering, Inc., and Palomar Paving and Grading, Inc., have been designated by the joint venture and each individually as having express and implied powers to bind the joint venture. Any action taken by these individuals and/or their agents, representatives or employees shall be considered by and relied upon by the City as being within their express or implied scope of authority given to them by the joint venture. In the event that a joint venturer, or an employee, agent or representative of the joint venturer negligently or fraudulently exceeds his/her express or implied authority, the joint venturer and each of its members hereby expressly agrees to hold harmless the City. The persons signing this contract for the Contractor expressly agree that the joint venture will be liable for any contract or warranty work in the event that one or more of the joint venturers declares bankruptcy. In such an event, the joint venture is not relieved of its obligations on the contract. The Contractor hereby expressly agrees to require and obtain all necessary lien releases from its subcontractors, materialmen or suppliers. Additional Provisions. Any additional provisions of this agreement are set forth in the 11 General Provisions" or II Special Provisions II attached hereto and made a part hereof . Rev. 12/11/92 ,,I ·- CJ • NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) Contractor BY:·-» ,,,,.<-" -~ ;. ;' /..,·~.-~--><:~ /'4. ,'If,.. Dana K. Ferrell, Managing Partner T1tleDana K. Ferrell, President DATE WEST COAST GENERAL CORPORATION (Name of Corporation or Business) President Title SD ENGINEERING, INC. (Name of Corpo ation or Business) Title Palomar Grading and Paving, Inc. (Name of Corporation or Business) BEING ALL THE JOINT VENTURERS IN WESI' aJ'ISI' GNERAL CIRFCR.m'ICN J.YA JOINT VENTURE. (NAME OF JOINT VENTURE) APPROVED AS TO FORM: RONALD R. BALL City Attorney By: 9• ( r/--✓ Dep~ 54 Rev. 12/11/92 Jll.L-PUIIPOSE ACKNOWLEDGMENT NO 209 ~;~-D~SG'.f;Z'-£;8?:S~?c~~~~S:--J-.:-S:~~;s~:&~~~~~~;~~~:,~;Sc:'~~1 J. Smi:t :it CALIFORNIA } CAPACITY CLAIMED BY SIGNER / :: !):,'.,,••!!: i:::;ounty of ~~ 1 ~!:GO □ ,No1v,ouAL1s1 s1GN1NG FoR oNESELF,THEMSELvEs On ______ before me,°EBORAH A· BRUCE' NOTA~a~~~fit1eCof officer), v1 coRPORATE CHAIRMAN ii! ~ H F JEN s EN )',pl OFFICER(S) TITLE($) ~ :! personally appeared • • , -~~~~~~~~~ I !!' ~ personally known to me-OR-O proved to me on the basis of satisfactory evidence to PALOMAR GRADING & PAVING, COMPANY INC. '' be the person(s) whose name(s) is/are subscribed to the within instrument and acknowl-. l edged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and o PARTNERIs: ---------~ PARTNERSHIP ~1.~ , that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of ~ \ which the person(s) acted, executed the O ~~~~Ev-PRINc1PALIsI i \~ instrument. U TRusTEEisi _________ ~ .~ ~-.lllllillull\llllllllllllllflllllllll1lillli!1il!lii:maill:o,!l!il,,,.lllliillllllll!I..... WITNESS my hand and official seal. rnuST ~ 0 OTHER TITLE(S) TITLE(S) -~ t I~ ~ ....................... ~ /,__~C(, 0~ ENTITY(IES)REPRESENTFO j~ 8 . ENTITY(IES) REPRESENTED lc:c.C:-0:::B'"~~'"-''-""_;;::_;:_/, ~ ~~~t~::_✓_::~2;0::2.:✓'::'_:c:;0~,:::s:::;22{-:"280?~' © NATIONAL NOTARY ASSOCIATION• 8236 Remmel Ave,• P.O. Box 7184 • Canoga Parle, CA 91304-7184 No. 5179 ALL-PURPOSE ACKNOWLEDGMENT ·;;sssssssssssssss:ssss;:;;s,:;;:ssssss;ss~:;s~;,s:;ssssssssssssss:ss:s;s:;;sssS'.::;~:;;s;:;;s;::;s:ssssssssssssss;s:;;s;;;ss~;;s::;;s:::ssssssssssssS't{ State of California County of San Diego } on __ 1_-_6_-_9_3 __ before me, _K_irnbe_· --:-cc-cr-::1-::y=-=A-::.=N::::oc::cr::c:be:-::-r-::-g-::, c-cN:-::o=-=t=ary~=Pub::::-:::-::1:::-i::::c:--_ DATE NAME, TITLE OF OFFICER -E.G .• "JANE DOE, NOTARY PUBLIC" personally appeared _...;D=an=a'-"-K=·------F-=e=rr=e~ll~-..-.-.=;-;:;-;,==;;;;----------NAME<s> OF SIGNER{S) ~ personally known to me -OR -D proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and K!MBERLY A. NORBERG COMM. # 959381 ~ NOTARY PUBLIC-CALIFORNIA v ~ , \( SAN D!EGO COUNTY ,... I O • My Comm. Exp, Mar. 19, 1996 I ~~ ..... '.~ acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument., CAPACITY CLAIMED BY SIGNER 0 INDIVIDUAL Ii) CORPORATE _____ _ OFFICER(S) President TITLE{S) 0 PARTNER(S) □ LIMITED 0 GENERAL □ ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 GUARDIAN/CONSERVATOR 0 OTHER: ______ _ SIGNER IS REPRESENTING: NAME OF PERSON{$) OR ENTllY{IES) West Coast General Corporation ATTENTION NOTARY: Although the information requested below is J 10 AL, it could prevent 1rf~t anachment of this certificate to an unauthorized document. THIS CERTIFICATE Title or fYP of Document MUST BE ATTACHED Numbet drages Date of Document TO THE DOCUMENT -------- DESCRIBED AT RIGHT: Signer(s) Other than Named Above _____________ _ ..S:S•~~~~~~~~~~~ ©1992 NATIONAL NOTARY ASSOCIATION• 8236 Remmel Ave., P.O. Box 7184 • Canoga Park, CA 91304-7184 ALIL-PURPOSE ACKNOWLEDGMENT No. 5179 r~~~3SSS}~~~SS-::::,~~:: County of San Diego □ INDIVIDUAL ~ i~ u}:CORPORATE______ y~ 8' 1-6-93 Kimberly A. Norl::ierg, Notary Public 8 1,_), • -On------before me,-------------------OFFICER(S) President r:'l <;,: DATE NAME, TITLE OF OFFICER -E.G.,• JANE DOE, NOTARY PUBLIC" TITLE(S) -t~ 0 PARTNER(S) □ LIMITED ~~ I II d Dana K. Ferrell □ GENERAL persona y appeare NAME($) OF SIGNER(S) £] personally known to me -OR -D proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 0 ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 GUARDIAN/CONSERVATOR 0 OTHER: ______ _ SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SD Engi oee:ri ng •. Inc. 1 ATTENTION NOTARY: Although the information request&i below is O~N it could prevent fraudulent a ment of this certificate to an unauthorized document 0 <() • ---(1 ~2 THIS CERTIFICATE Title or Ty, e o Document ----------------~2 YI;. MUST BE ATTACHED Number o' ages Date of Document ~ ~1 TO THE DOCUMENT L sssss.~~~ ©1992 NATIONAL NOTARY ASSOCIATION· 8236 RemmetAve., P.O. Box 7184 • Canoga Park, CA 91304-7184 ~ -PURPOSE ACKNOWLIEDGMENT No. 5179 =~~,~~~~::=::::i~:,J 0 CORPORATE fl On 1-6-93 before me, Kimberly A. Norberg, Notary Public ------ DATE NAME, TITLE OF OFFICER -E.G., "JANE DOE, NOTARY PUBLIC" OFFICER(S) TITLE($) personally appeared __ D_a_n_a_K_. _F_e_r_r_e_l_l--....-...,;;;-;-;===c---------- NAME<si OF SIGNER(S) GI personally known to me -OR -D proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they KIMBERLY A. NORBERG COMM. # 959381 l:S NG 1 ARY PUBLIC-CALIFORNIA 'f w 1/ SAN DIEGO COUNTY .... l , · My Com n:. Exp. Mar. 19. 1996 I ..,.:::;_.,.,-....:_,,-..._y··~ executed the same in his/her/their authorized capacity{ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. [} PARTNER(S) 0 LIMITED ~ GENERAL 0 ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 GUARDIAN/CONSERVATOR 0 OTHER: ______ _ SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) WEST COAST GENERAL ffiRPORATION J.V. ©1992 NATIONAL NOTARY ASSOCIATION• 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91304-7184 • • BOND NO. 4O-O12O-1O641-92-l 55 LABOR AND MATERIALS BOND iNHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. _ 92-354 adopted December 8, 1992 , has awarded to West Coast General Corporation J. V. (hereinafter designated as the "Principalu), a Contract for: PALOMAR AIRPORT ROAD AND EL CAMINO REAL WIDENING CONTRACT NO. 3166 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. V/HEREAS, 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 West Coast General Corporation J. V. as ' ' '------------'-------------' Principal, (hereinafter designated as the "Contractor"), and ____ *_* _______ _ ______ as Surety, are held firmly bound unto the City of Carlsbad in the sum of _ Three million. two hundrec!___ twenty seven thousand, four hundred three dollars & 76 /100 Dollars ($ 3,227,403. 76 ), 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). 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 . ** UNITED STATES FIDELITY AND GUARANTY COMPANY AND Rev. 12/11/92 AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA • • ... .· .. ' . ,. .. ' 1 Executed by CONTRACTOR this 29TH day of DECEMBER • 19_2_2 Print Name of Individual PRESIDENT Title 56 Executed by SURETY this 29TH day of DECEMBER • 1992. UNITED STATES FIDELITY AJ.~D GUARANTY COMPANY (Name of Surety) 2600 E. NUTWOOD AVENUE, FULLERTON, CA 92631 (Address of Surety) (800) 400-8734 (Telephone Number of Surety) WEST COAST GENERAL CORPORATION, MANAGING (Name of Corporation or Busines GENERAL PARTNER --;J ~ _/7 By: <;'h--;C _.-::::...~ '~ fu,.. . .JG ~ (Signature) (Date) Signature of Attorney-in-Fat DANA K. FERRELL DALE G. HARSHAW Print Name of Individual PRESIDENT Title SD ENGINEERING, INC. BEING ALL THE JOINT VENTURERS IN WEST COAST J:ENERAJ. CQRPQRATTQN .TV. A JOINT VENTURE. (NAME OF JOINT VENTURE) Printed Name of Attorney-in-Fact (attach corporate resolution showing current power of attorney) AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA 1615 MURRAY CANYON ROAD, SUITE 700 SAN DIEGO, CA 92108 (619) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretazy 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: RONAID R. BALL City Attorney Br-~~' l~--4 KAREJ.HlRATA,Deputy ity Attorney * Rev. 12/11/92 County ot SAN DIEGO } On _ 1/21/93 before me, DEBORAH A. BRUCE, NOT /l@t~rrff!Jijj~i~f officer), personally appeared H F JEN SEN , di personally known to me -OR -□ proved to me on the basis of satisfactory evidence to , be the person(s) whose name(s) is/are subscribed to the within instrument and acknowl- edged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature CAPACITY CLAIMED BY SIGNER 0 IHOIVIOUAL{S) SIGNING fOA ONESELHTHEMSELVES JO goJ~iJE ___,,C'-'-H.,,_A.._.I..._R.._M.,,_f!;-"-'-151 ___ _ ALOMAR GRADING & PAVING, COMPANY INC • 0 PARTNER(S) ----,P,,-,ARcc-TN-EA.,....SHI-P ---~ 0 fil~EY-----PR-INC-IPAL-(S-) ---~ 0 TRUSTEE(S) ----TAU-ST ___ _ 0 OTHER TITLE(S) TITLE(S) ENTITY(IES) REPRESENTED ENTITY(IES) REPRESENTED ~~~§@,e~~s:e.:e:~~~ee:e~~~~~~~~~~~~-~@a§~~&&e~=~~~i@@l) © NATIONAL NOTARY ASSCX:IATION • 8236 Remmel /we.• P.O. Box 7184 • Canoga Park, CA 91304-7184 CALIFORN:IA ALL-PURPOSE ACKNOWLEDGMENT No. s193 ~;?~'2'$~ . :Q· ~~ """'" ~~~~~-:=-'--,'a -<a:c ~B:=~:;.;:~::::zs;::~:,;;:;-:;;::•s:•v~.::,::::::::;:~--:-~,...~~...:::::::~~~~;:S~~""'S.2::'-:,~-3:-s~~~~ t ~tate of California } =l~;T~:~;~c;~:I= ,,, 1) County of San Diego Though statute does not require the Notary to e,• fill in the data below, doing so may prove invaluable to persons relying on the document. ur _1_2_-_2_9_-_9_2 __ before me, __ V_a_l_e_r_i_· e_M---'-. _P_e~a~r=-c"-e~, ~N~o~t~a=r=-y~P~u=b=l=i---· c--,--- NAME, TITLE OF OFFICER· E.G., "JANE DOE, NOTARY PUBLIC" D/1TE personally appeared ______ J_e_r_o_l_d_D_._H_a_l_l __________ _ NAME($) OF SIGNER($) !Kl personally known to me -OR -D proved to me on the basis of satisfactory evidence H to be the person(s) whose name(s) is/are W subscribed to the within instrument and ac- [;" ~~-~~ ;::: __ . , __ ;. , ,'.'.: 0 , .•. , 1>}z ~~~w~e:~:d ti~ m~i:~~~~~i~~~~th:~;:i~~!~ f!-) :) l/ t j:{ t~ · b~c::~;.~;~~J capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Wl~~S. . _ hand and officials~- (/..cLiQJt· .. [ ... --11-n r/'/r·.,, , ,,, j I i/ ,. ! ., (. , . J (cf, , · '\ ... (./ '· ; , •·~-!,:'.. Vv I •-....z.-· 0 INDIVIDUAL 0 CORPORATE OFFICER(S) TITLE($) 0 PARTNER($) 0 LIMITED 0 GENERAL !XI ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 GUARDIAN/CONSERVATOR 0 OTHER: _______ _ SIGNER IS REPRESENTING: NAME OF PERSON($) OR ENTITY(IES) t) \/ SIGNATURE OF NOTARY ('.;:: k, ---··------------OPTIONAL SECTION---------------· :~ 1.,: THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT____________________ 1'1,1 i/ THE DOCUMENT DESCRIBED AT RIGHT: NUMBER OF PAGES _____ DATE OF DOCUMENT___________ ~ t' •ough the dab, requested here 1s not required by law, ,/i \ Jould prevent fraudulent reattachment of this form. SIGNER(S) OTHER THAN NAMED ABOVE_________________ ,fi fu-:.c:::s£.::?.::"'SS2:Sc.-:.~3::-:,3:::::2'.'":::=:22.::-:::2-c.:.::::;.s-c::..2;.~~-:::·;_~--=-·:::·~:-.:...::: :..--~-~-='-,;-::._:::::::-: :·-::.: ... .-: ... ,-~\::2:.:::::-:::;::~::=-~:..~::::~::::2:::::~s-::$~~¾s~~ZSE:~ ©1992 NATIONAL NOTARY ASSOCIATION• 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309-7184 AL~PURPOSEACKNOWLEDGMENT No. 5179 ~=-~-::=~~} 0 ~~~~=~s~s~A8Ll:s:M;;:;E~D;ssBY88Ss::IG;:;;N;;:;E;::;R;ss~~ (/) Ii) CORPORATE______ /J on __ 1_-_6_--_9_3 __ before me, __ K_i_mb_e_r_l-=-y_A_._N_o_r_ber __ g"'"',,.__N_o'--t_ar____.y_Pub-'--_l_i_c __ DI.TE NAME, TITLE OF OFFICER-E.G., "JANE DOE, NOTARY PUBLIC" personally appeared ___ Dana __ K_. _F_err __ e_l_,l.,.,..,.,.,~=-=-=-==--------- NAME<S> OF SIGNER($) !!iLl personally known to me • OR• D proved to me on the basis of satisfactory evidence KIMBERLY A. NORBERG COMM. -# 959381 NOTARY PUBLIC-CALIFORNIA SAN DIEGO COUNTY My Comm. Exp. Mar. 19, 1996 THIS CERTIFICATE MUST !3E ATTACHED TO THE DOCUMENT DESCFUBED AT RIGHT: = to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they ~ executed the same in his/her/their <I> ;.. authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. / OFFICER(S) President TITLE(S) 0 PARTNER(S) 0 LIMITED 0 GENERAL 0 ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 GUARDIAN/CONSERVATOR 0 OTHER: ______ _ SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTllY(IES) SD Engineering, Inc. (j) ((_) {1'1 It) ~ I ©1992 NATIONAL NOTARY ASSOCIATION• 8236 RemmetAve., P.O. Box 7184 • Canoga Park, CA 91304-7184 AL~PURPOSEACKNOWLEDGMENT No. 5179 r~~} ~~ss~~~S~~~::~::~jl t~ County of San Diego □ INDIVIDUAL 6} 0 CORPORATE " (fj VJ ffl Qn_1_-_6_-_9_3 ___ before me, Kimberly A. Norberg, Notary Public ------ DATE NAME, TITLE OF OFFICER -E.G., "JANE DOE, NOTARY PUBLIC" OFFICER(S) __ =--=---- personally appeared ___ D_ana __ K_._Fe_rr_e_l_l _____________ _ NAME(S) OF SIGNER(S) I~ personally known to me • OR• D proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Title or Type o TITLE[S) Ii] PARTNER(S) 0 LIMITED (l3 GENERAL 0 ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 GUARDIAN/CONSERVATOR 0 OTHER: ______ _ SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTllY(IES) West Coast General Corp:>ration J.V. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Number of Pages _____ Date of Document _________ _ Signer(s) Other than Named Above _____________ _ ©1992 NATIONAL NOTARY ASSOCIATION• 8236 Rem met Ave., P.O. Box 7184 • Canoga Park, CA 91304-7184 r '.IFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of __ C_A_L_I_FO_R_N_I_A _____ ~} Jounty of __ SA_N_D_I_E_G_O ______ _ on' 12-29-92 before me, __ P_AM_E_L_A_T_._A_N_D_R_E_W_S_,_N_O_TA_R_Y_P_U_B_L_I_C_~ NAME, TITLE OF OFFICER -E.G., "JANE DOE, NOTARY PUBLIC DATE personally appeared _______ D_AL_E_G_._H-,A_R,-S...,,HA...,,w---=-=---------- NAME(sJ OF SIGNER(S) 1K] personally known to me -OR -D proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed OFFICIAi. ~Et.I PAMELA T. ANDiifW$ f NOTARY PU8ll( (At I l'~R~IA the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument WITNESS my hand and official seal. rh Vt! SIGNATURE OF NOTARY No. 5193 -OPTIONAL SECTION - CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. 0 INDIVIDUAL 0 CORPORATE OFFICER(S) TITLE(S) □ PARTNER(S) 0 LIMITED □GENERAL tzl ATTORNEY-IN-FACT □ TRUSTEE(S) □ GUARDIAN/CONSERVATOR □OTHER: _______ _ SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) UNITED STATES FIDELITY AND GUARANTY COMPANY ---------------OPTIONAL SECTION--------------• "HIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT ___________________ _ , HE DOCUMENT DESCRIBED AT RIGHT: NUMBER OF PAGES _____ DATE OF DOCUMENT __________ _ Though the data requested here is not required by law, ·, could prevent fraudulent reattachment of this form. SIGNER(S) OTHER THAN NAMED ABOVE ________________ _ ©1992 NATIONAL NOTARY ASSOCIATION• 8236 Remmel Ave., P.O. Box 7184 • Canoga Park, CA 91309-7184 Al.L-PURPOSE ACKNOWLIEDGMENT ·i::SS•s~sss:s:SS:;s:;:,s;;;ss:ss:ss:sssssss:s:;;;s::;;s::;:S;:;s,;:ssss:sssssssss:s:3S':;;s::;~:ss:ss:ss:sssssssss:s:3S';;s::ss:ssssssssssssss;;;s;) ~ California } No. 517~ ~ ·State of ________ _ County of San Diego On 1-6-93 DATE before me, __ K_i_mbe __ r_l_y_A_. _N_o_r_be_r_g:.._;,'---N_o_r_t_ary__;;;,_Pub __ l_ic_ NAME, TITLE OF OFFICER-E.G., 'JANE DOE, NOTARY PUBLIC' personally appeared __ D_an_a_K_. _F_er_r_e_l_l--==-=-===--------- NAME(s) OF SIGNER(S) ILi personally known to me -OR -0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and THIS CERTIFICATE acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), ancl that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ~•~~d /.'/~,z/, ,k;::, , _ _..../ • SIGN'A- CAPACITY CLAIMED BY SIGNER 0 INDIVIDUAL @ CORPORATE :XX:XXX OFFICER(S) President TITLE(S) □ PARTNER(S) □ LIMITED 0 GENERAL □ ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 GUARDIAN/CONSERVATOR 0 OTHER: ______ _ SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) West Coast General Corp:>ration MUST BE ATTACHED Number of Pages _____ Date of Document ________ _ TO THE DOCUMENT ls::.ssD:sE:sSsCsRss18:s:E:s:D3'8::A~T;;;::;R~l::::::G;.::;H,::;T,::;:s~~~~~-s-s_s_s_s_:sss __ s_s_s_s_s_s_s_s_s_;:s;;;:s __ s_s_~---- @1992 NATIONAL NOTARY ASSOCIATION• 8236 Rem met Ave., P.O. Box 7184 • Canoga Park, CA 91304-7184 •· dred • • BOND NO. 40-0120-10641-92-l 57 PERFORMANCE BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 92-354 , adopted December 8, 1992 , has awarded to West Coast General Corporation J. V. , (hereinafter designated as the "Principal"), a Contract for: PALOMAR AIRPORT ROAD AND EL CAMINO REAL WIDENING CONTRACT NO. 3166 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents n9w 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, West Coast General Corporation J. V. , as Principal, (hereinafter designated as the "Contractor"), and ** as Surety, are held and firmly bound unto the Ctcy1Rf Carlsbad, in the sum of Six million, four fifty four thousand,eight hundred seven&~6rIMrs ($6,454,807.52 ), said sum being equal to one hundred percent (100%) of the estimated amount 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. 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 . ** UNITED STATES FIDELITY AND GUARANTY COMPANY AND AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA Rev. 12/11/92 hun- .. ....__ Executed by CONTRACTOR this 29TH day of DECEMBER • 19 _22. WEST COAST GENERAL CO~RATION JV Print Name of Individual PRESIDENT 58 Executed by SURETY this 29TH day of DECEMBER • 19 ..2,2. UNITED STATES FIDELITY AND GUARANTY COMPANY (Name of Surety) 2600 E. NUTWOOD AVENUE, FULLERTON, CA 92631 (Address of Surety) (800) 400-8734 Title (Telephone Number of Surety) WEST COAST GENERAL CORPORATION, MANAGING (Name of Corporation or Business) GENERAL PARTNER By: _=7 ·~/,/) F .. e-=Pc~f ----,.---(Signature) (Date) Sia~~;_d,~c= DANA K. FERRELL Print Name of Individual PRESIDENT Title SD ENGINEERING, INC. (Name of Corporation or Business) DALE G. HARSHAW Printed Name of Attorney-in-Fact (attach corporate resolution showing current power of attorney) '_. ~z; ~ # f ~ • (Signature) ~ -(D-a-te_) __ _ AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA 1615 MURRAY CANYON ROAD, SUITE 700 SAN DIEGO, CA 92108 I ;/ -'7'1-'< ' ri~ Id-. Tl · /-, J '2Nu c ' ....... ,_,./, r ~'I,,,,/.- • Print Name of Individual Title --.......\~ • ' ·t BY: __y /r.2/ ~ DATE BEING ALL THE JOINT VENTURERS IN WEST COAST GENERAL CORPORATION JV. A JOINT VENTURE. (NAME OF JOINT VENTURE) (Proper notarial acknowledge of execution by CONTRACTOR 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 City Attorney Br. ~ 1 ( .)__~ KAREJ.HlRATA,Depu 7:fty Attorney Rev. 12/11/92 State of ___ C_AL_I_F_0_RN_I_A _____ } County of_--=S=AN~D=-=IE=G:::..:0:::...__ ____ _ Jn-_1_2_-_2_9-_9_2__ PAMELA T. ANDREWS, NOTARY PUBLIC before me, ---;:;=:-:;:;:;~~==-=-=:-::-:..,..,..,,.c=-=-=-:-:-------DATE NAME, TITLE OF OFFICER -E.G., "JANE DOE, NOTARY PUBLIC" personally appeared _______ D_AL_E_G-----.. WH~A:;;:R:;--;S::;;:H:--;;A~W==---------- NAME(S) OF SIGNER(S) [Jpersonally known to me -OR -D proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. .c"\ /\ ~ j ('\ U ·'. I/', ./: :1 f,. "' ,::·\ , D ;,/10 (,,,,'---"" : i ·11!'1!1·. ij)-" ,, ~ \__J Vi~ \ ➔ //\, }'\j)v :J,,,,,,._..l.,i . __ , \ SIGNATURE OF NOTARY No. 5193 -OPTIONAL SECTION - CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. 0 INDIVIDUAL 0 CORPORATE OFFICER(S) TITLE(S) □ PARTNER(S) □ LIMITED □ GENERAL Ix] ATTORNEY-IN-FACT □ TRUSTEE(S) 0 GUARDIAN/CONSERVATOR □OTHER: _______ _ SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) UNITED STATES FIDELITY AND GUARANTY COMPANY ....._ ______________ OPTIONAL SECTION-------------- His CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT THE DOCUMENT DESCRIBED AT RIGHT: -------------------- Though the data requested here is not required by law, 11 could prevent fraudulent reattachment of this form. NUMBER OF PAGES _____ DATE OF DOCUMENT ----------- SIGNER(S) OTHER THAN NAMED ABOVE ----------------- ~1992 NATIONAL NOTARY ASSOCIATION• 8236 Remmet Ave .. P.O. Box 7184 • Canoga Park, CA 91309-7184 ALIL-PURPOSE ACKNOWLEDGMENT No. s179 -~sssss-!).,_~~ssss=s-~ssssssssssssssssssssssssssss~,2s:··ssss~3:=ssss~sss~~- ;. ~ I. State of Cal ifnrni a County of San Diego } 1-6-93 Kimberly A. Norberg, Notary Public On-------before me,--------------------DATE NAME, TITLE OF OFFICER -E.G .. "JANE DOE, NOTARY PUBLIC" personally appeared ____ Da_na_K_. _F_e_rr___,..,e.,.,l.,.,l=,--,~==,---------- NAME(SJ OF SIGNER(S) £] personally known to me -OR -D proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument CAPACITY CLAIMED BY SIGNER 0 INDIVIDUAL 0 CORPORATE_-'----- OFFICER(S) __ -=---- TITLE(S) [u PARTNER(S) 0 LIMITED (ii GENERAL □ ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 GUARDIAN/CONSERVATOR 0 OTHER: ______ _ ~ V, . ... the person(s), or the entity upon behalf of SIGNER IS REPRESENTING: which the person(s) acted, executed the NAME oF PERSON(sJ oR ENTl1Y(IESJ instrument. WEST COAST GENERAL / ----i 1 / CORPORATION J. V. rl~r_, __ . Witne s .. my ~/ ~1 nd I ffciaY~a'.l, / c ~ ~-·-~_', . -------;;,-,-"', /c,(./_,, 1/, 1//; i _{ \ J, (__,./ ment of this certificate to an unauthorized document. l() i~~l:r1~i~i~D Number of Pages _____ Date of Document ---------~ '~-TO THE DOCUMENT t1 ' DESCRIBED AT RIGHT: Signer(s) Other than Named Above______________ ill ~•~;ssss:::;;ss;s;s:ss::o;ss~ss:;~,ss~;;s:csssss:;;ss;ss:•""'s:i· -:::-::::S:::;sss:s:~;ssSS:~,:sss:s:~;sss;;:::~;sss:s:~;:ss~l ©1992 NATIONAL NOTARY ASSOCIATION• 8236 Rem met Ave., P.O. Box 7184 • Canoga Park, CA 91304-7184 ALL-PURPOSE ACKNOWLEDGMENT NO 209 f~~.ee:ee:e8ee:ee:ee:ee:e:ee:eoo~,~~~I::Ys•:;&.~s•f~~$-s=s.&-oo··woooooooo~~~:ee~~~~ , fu; i State of CALIFORNIA } ~ County of _SAN __ D_I E_G_0 ____ _ On 1/21/93 before me,DEB0RAH A. BRUCE, N0TA~arRel,P.tl-tiU'-Of officer), personally appeared H. F. JENSEN , ~ personally known to me -OR -O proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowl- edged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature CAPACITY CLAIMED BY SIGNER D INDIVIDUAL($) SIGNING FOR ONESELFffHEMSELVES ITT CORPORATE CHAIRMAN 111,,1 OFFICER($) TITLE($) PALOMAR GRADING & PAVING, COMPANY INC • D PARTNER($) ---P-AR-TN-ER-SH-IP --- D ~1J1~~EY-----PR-INC-IPA-L(-S) --- D TRUSTEE($) ----TRU-ST ___ _ D OTHER TITLE(S) TITLE($) ENTITY(IESJ REPRESENTED ENTITY(IES) REPRESENTED © NATIONAL NOTARY ASSOCIATION• 8236 Remmel Ave. • P.O. Box 7184 • Canoga Park, CA 91304-7184 Al~PURPOSEACKNOWLEDGMENT On 1-6-93 DATE before me, ___ K_i_mb_e_r_l_,,_y_A_._No_r_be_r~g~, _N_o_t_ar_y_Pub __ l_i_c_ NAME, TITLE OF OFFICER· E.G., "JANE DOE, NOTARY PUBLIC" II d Dana K. Ferrell persona y appeare __________ N_A_M=E(-S)-O=F~Sl~GN=E=R~(S) ________ _ ~ personally known to me -OR -D proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. No. 5179 CAPACITY CLAIMED BY SIGNER 0 INDIVIDUAL Ii) CORPORATE XXXXX OFFICER(S) President TITLE(S) □ PARTNER(S) 0 LIMITED 0 GENERAL □ ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 GUARDIAN/CONSERVATOR 0 OTHER: ______ _ SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) West Coast General Corporation ATTENTION NOTARY: Although the information reques d below is OPTIO AL 1t could prevent fraujuient a hment of this certificate to an unauthorized document. THIS CERTIFICATE Title or Type ~f ocument __ L_ .. _____________ _ . '-" MUST BE ATTACHED Number of Pages Date of Document · TO THE DOCUMENT --------~ ~~~~~ ©1992 NATIONAL NOTARY ASSOCIATION• B236 Rem met Ave., P.O. Box 7184 • Canoga Park, CA 91304-71B4 ;tate of California 'ounty of San Diego } On 12-29-92 DATE before me, -----'-V--=a:.:=l:.:::ec.:::r__:::i:.:::ec_.:_:M:..:..----=-P--=e--=ac.:::r..:::c..:::ec.i,------=-.,N..:::o..:::t--=a"'-r..:,_y--=-P--=u..:::b-=1-=i~c_ NAME, TITLE OF OFFICER· E.G., "JANE DOE, NOTARY PUBLIC" personally appeared ________ J_e_r_o_l_d_D_._H_a_l_l _________ _ NAME(S) OF SIGNER(S) l]j personally known to me -OR -D proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. -OPTIONAL SECTION - CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. □ INDIVIDUAL 0 CORPORATE OFFICER(S) TITLE(S) □ PARTNER(S) B LIMITED GENERAL ~ ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 GUARDIAN/CONSERVATOR □ OTHER: ______ _ SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SIGNATURE OF NOTARY ----------------OPTIONAL SECTION---------------THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT THE DOCUMENT DESCRIBED AT RIGHT: -------------------- NUMBER OF PAGES _____ DATE OF DOCUMENT __________ _ rhough the data requested here is not required by law, it could prevent fraudulent reattachment of this form. SIGNER(S) OTHER THAN NAMED ABOVE ________________ _ ©1992 NATIONAL NOTARY ASSOCIATION• 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309-7184 0 1-6-93 bf Kimberly A. Norberg, Notary Public n------e ore me, ____ _.,._ ____ _;;_.,__ __ ...:::... ____ _ DATE NAME, TITLE OF OFFICER· E.G., •JANE DOE, NOTARY PUBLIC• personally appeared---=D-ana......,_K......_ • ....,F"""er...._..r"""e=l.a,;l......., ____________ _ NAME(S) OF SIGNER(S) 0 personally known to me • OR • D proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. .., No. 5179 CAPACITY CLAIMED BY SIGNER 0 INDIVIDUAL ~ CORPORATE XXXXXX OFFICER(S) President TITLE(S) 0 PARTNER(S) 0 LIMITED 0 GENERAL 0 ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 GUARDIAN/CONSERVATOR 0 OTHER: ______ _ SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SD Engineering, Inc. ttachment of this certificate to an unauthorized document. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Title or Type ocument Number of Pages _____ Date of Document _________ _ Signer(s) Other than Named Above _____________ _ ~~ ©1992 NATIONAL NOTARY ASSOCIATION• 8236 Remme! Ave., P.O. Box 7184 • Canoga Park, CA 91304-7184 ' I J CERTIFIED COPY GENERAL POWER OF ATTORNEY No. _______ 103454 ___________________ _ Know all ,Jlen by these Presents: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organiz,-d and existing undn the laws of the State of Maryland, and having its principal office at the City of Baltimore, in rhe State of .\faryland, does hereby constitute and appoint Dale G. Harshaw of the City of San Diego , State of Califomia its true and lawful attorney for the following purposes, lo wit: To sign its name as surety lo, and to execute, seal and acknowledge any and all bonds, and to rt>spectiv,-ly do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY A:'/D GUARANTY CO~IPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES FIDELITY AND GUARANTY COMPANY, through us, its Board of Dirt>ctors. hereby ratifies and confirms all and whatsoever the said Dale G. Harshaw may lawfully do in rhe premises by virtue of these presents. In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its Vice•President and Assistant Secretary, this 1st day of February , A. D. 19 91 (SEAL) STATE OF MARYLAND. BALTIMORE CITY, On this 1st Cecil E. Estes ss: day of UNITED STATES FIDELITY AND GUARANTY CO~lPANY. (Signed) Cecil E. Estes By ........................................................ . Vice-President. (Signed) Elizabeth S. Dunn Assistant Secretary. Februacy , A. D. 1ef31, before me personally came , Vice-President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and Elizabeth S. Dunn , Assistant Secretary of said Company, with both of whom I am personally acquainted, who being by me seYerally duly sworn, said that they, the said Cecil E. Estes and Elizabeth S. Dunn were respectively the Vice-President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vice-President and Assistant Secretary, respectively, of the ~~l,?i',P~· My commission expires the first day inxxf¥.it1:>. 19.93. (SEAL) (Signed) Margaret M. Hw:st ···························································· Notary Public. FS3 (U!7) I I f COPY OF RESOLUTION That Whe:-eas, it is necessary for the efft"ctual transaction of business that this Company appoint agents and attorneys with power and authority to &ct for it and in its name in States other than Maryland, and in the Territories of the United States and in the Provinces and territories of Canada; Therefore, be it Resolved, that this Company do, and it hereby does, authorize and t"mpower its President or either of its Vice, Pres.idents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons as attorney or attorneys•in•fact, or agent or agents of said Company, in its name and as its act, to execute and deliver any and all contracts guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law allowed, and Also, in its name and as its attorney or attorneys-in-fact, or agent or agents to execute and guarantee the conditions of any and all bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law, municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provjnces or territories of Canada. or by the rules, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer. local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken, given, tendered, accepted, filed or recorded for the security or protection of, by or for any person or persons, corporation, body, office, interest, municipality or other association or organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which may be provided for in aj) j; bond, recognizance, obligation, stipulation, or undertaking, or anything in the nature of either of the same. I, F • J • W , an Assistant Secretary of the UNITED ST ATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given by said Company to Dale G. Harshaw of San Diego, califomia , authorizing and empowering forth, which power of attorney has never been revoked and is still in full force and effect. him to sign bonds as therein set And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted al a regular meeting of the Board of Directors of said Company, duly called and held at the office of the Company in the City of Baltimore, on the 25th day of November, 1981. at which meeting a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy of said resolution, and the whole thereof as recorded in the minutes of said meeting. In Testimony Whereof, I have hereunto set my band and the seal of the UNITED STATES FIDELITY AND GUARANTY C0~1PANYon DECEMBER 29, 1992 (Date) --~·-······························· Assistant Secretary. American Casualty Company of Reading, Pennsylvania CNA For All the Commitments You Make' "Ices/Chicago, Illinois ~ POWER OF ATTORNEY APPOINTING INOIVIOUAL ATTORNEY-IN-FACT Know All Men by these Presents, That AMERICAN CASUAL TY COMPANY OF READING, PENNSYLVANIA, a corporation duly organized and existing under the laws of the Commonwealth of Pennsylvania, and having its principal office in the City of Chicago, and Stateoflllinois,doesherebymake,constituteandappoint J. T. Warnock, James F. Teghtmeyer, Jerold D. Hall, Bettie L. Garcia, David L. Walker, Terri J. Burke, Individually of San Diego, California its true and lawful Attorney-in-Fact with full power and authority hereby conferred to sign, seal and execute in its behalf bonds, undertakings and other obligatory instruments of similar nature------=---,----------------------------In Unlimited Amounts - and to bind AMERICAN CASUAL TY COMPANY OF READING, PENNSYLVANIA thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. e This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the Company "Article VI-Execution of Obligations and Appointment of Attorney-in-Fact Section 2. Appointment of Attorney-in-fact. The President or Vice President may, from time to time, appoint by written certificates attorneys- in-fact to act in behalf of the Company in the execution of policies of insurance. bonds, undertakings and other obligatory instruments of like nature. Such attorneys-in-fact. subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Vice President or the Board of Directors may at any time revoke all power and authority previously given to any attorney-in-fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 11th day of November, 1966: w "Resolved. that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By-Laws. and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by fasc1mile to any certificate of any such power, and any power or certificate bearing such facsimile signatures and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached. continue to be valid and binding on the Company." In Witness Whereof, AMERICAN CASUAL TY COMPANY OE BEADING. PENNSYLVANIA ha~ c~used these presents to be signed by its.Yice President and its corporate seal to be hereto affixed this --~l=tl .... t ...... n~ day of i-eorua ry . 19 _~_i::'._, State of Illinois l County of Cook \ ss AMERICAN CASUAL TY COMPANY OF READING. PENNSYLVANIA J. E. Purtell Vice President. On this 18th . day of February . . 19----2.£. before me personally came J. E. Purtel_l. to me known. who. being by me duly sworn. did depose and say: that he res;des in the_ Village of Glenview. State of lll1no1s: that he 1s a Vice-President of AMERICAN CASUAL TY COMPANY OF READING, PENNSYLVANIA. the corporation described 1n the which executed the above instrument: that he knows the seal of said Corporation: that the seal affixed to the said instrument is such corporate seal: that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority. and acknowledges same to be the act and deed of said corporation. CERTIFICATE r Linda C. DemP.sey Commission Expires I, George R. Hobaugh, Assistant Secretary of AMERICAN CASUAL TY COMPANY OF READING, PENNSYLVANIA, doc i Y that the Power. of Attorney herein above set forth is still in force, and futher certify that Section 2 of Article VI of the By-Laws of the Company and the Resolution of the Board of Directors, set forth in said Power of Attorney are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said Company this 29th day of December ,1e....2.L. . • ~ -~~~A'. G~ Assistant Setary R-?3142-D INV. NO. G-59202-B PRODUCER John Burnham & Company 610 West Ash Street . o. Box 2910 an Diego, CA 92112-4215 INSURED West Coast General Corporation, S.D. Engineering, Inc., & Palomar Grading & Paving, A Joint Venture Lakeside CA 92040 ISSUE DATE (MM/DD/YY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW . COMPANY A LETTER COMPANY B LETTER COMPANY D LETTER COMPANY E LETTER COMPANIES AFFORDING COVERAGE North CISCO pecialty Co. Firemans Fund Insurance Co. California Compensation Ins. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. co. LTR TYPE OF INSURANCE GENERAL LIABILITY :x )coMMERCIAL GENERAL LIABILITY • CLAIMS MADE X .. OCCUR. 'OWNER'S & CONTRACTOR'S PROT. B AUTOMOBILE LIABILITY • X ANY AUTO · MXAB-01.248 79 I710 1e· ALL OWNED AUTOS . SCHEDULED AUTOS X : HIRED AUTOS X NON-OWNED AUTOS GARAGE LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY l OTHER THIS CERTIFICATE REVISES/REPLACES CERTIFICATE ISSUED 1/25/93 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS 10000 1000000 50000 , MED. exPENsE (Any one person)i $ "" 5"0 0 0 BODILY INJURY (Per accident) PROPERTY DAMAGE EACH OCCURRENCE EACH ACCIDENT $ $ $ $ : $ 10:0~:~:~\r; • DISEASE-POLICY LIMir , $ 1000000 :·-01SEAS'E"~E-ACH"EMPi~OYEE: $ '"1'0 QftlI~f[tf(tf'" .. RE: PALOMAR AIRPORT RD & EL CAMINO REAL WIDENING, CONTRACT #3166 CITY OF CARLSBAD, ITS OFFICIALS, EMPLOYEES & VOLUNTEERS ARE ADD'L INSD ON POLICY A & B PER ATTACHED FORMS. WAIVER OF SUBROGATION INCL. CITY OF CARLSBAD URCHASING DEPARTMENT 200 CARLSBAD VILLAGE DRIVE CARLSBAD, CA 92008-1989 - This endorsement, effective a part of policy No. 31002CA0010800 1/10/93 atl2:0l AM , forms issued to WEST COAST GENERAL CORP. by North American Specialty Insurance Company. BLANKET ADDITIONAL INSURED S.D. ENGINEERING, INC., PALOMAR GRADING & PAVING A JOINT VENTURE A. Any entity required by contract (hereinafter called Additional Insured) to be named as an insured is an insured but only with respect to liability arising out of your premises, "your work" for the Additional Insured, or acts or omissions of the Additional Insured, in connection with their general supervision of "your work" to the extent set forth below: 1) The Limits of Insurance provided on behalf of the Additional Insured(s) will not be greater than The Limits of Insurance provided in this policy. 2) Except as provided herein all insuring agreements, exclusions and conditions of this policy apply to such Additional Insured(s). 3) The Insurance provided by us to the Additional Insured will not be greater than that required by contract and to the extent that such insurance is more restrictive the terms of the insuring agreements, exclusions and conditions of this policy shall be deemed to be amended accordingly. 4) In no event shall Coverages or Limits of Insurance in this policy be increased by such contract. This insurance does not apply to: a) "Bodily Injury" or "Property Damage" occuring after: 1) All work on the project (other than service maintenance or repairs) to be performed by or on behalf of the Additional Insured(s) at the site of the covered operations has been completed; or 2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project . ., -b) "Bodily Injury" or "Property Damage arising out of any act, omission or negligence of the Additional Insured(s) or any of their employees, other than the general supervision of work performed for the Additional Insured(s) by you. c) "Property Damage" to: 1) Property owned, used or occupied by or rented to the Additional Insured(s); 2) Property in care, custody or control of the Additional Insured(s) or overwhich the Additional Insured(s) are for any purpose exercising physical control; or 3) "Your Work" for the Additional Insured(s}. B. With respect to Additional Insured(s) who are architects, engineers or surveyors, this insurance does not apply to "Bodily Injury", "Property Damage", "Personal Injury" or "Advertising Injury" arising out of the rendering of or the failure to render any professional service by or for you, including: 1) The preparing, approving or failing to prepare or approve maps, drawings, opinions, reports, surveys, change orders, designs or specifications; and 2) Supervisory, inspection or engineering services. C. Any coverage provided herein shall be excess over any other valid and collectible insurance available to The Additional Insured(s) whether primary, excess, contingent or on any other basis unless the contract specifically required that this insurance be primary. o. No person or organization is an insured with respect to the conduct of any current or past partnership or joint venture that is not shown as a Named Insured in The Declarations. However, with respect to "your work", you are an insured for your liability arising out of the conduct of any partnership or joint venture of which you are or were a partner or member, eventhough this partnership or joint venture is not shown as a Named Insured in the Declarations. This coverage will not inure to the benefit of any other party except you. NAS-DT-003 (4/90) Authorized Repres~ve DATE: INSURED: POLICY #: January 26, 1993 West Coast General Corporation, S.D. Engineering, Inc., and Palomar Grading & Paving, A Joint Venture MXA80124879 ADDITIONAL INSURED ENDORSEMENT The following wording is applicable to the following Additional Insured(s): City of Carlsbad The person or organization shown in the schedule above is an Additional Insured under this policy but only to the extent that the person or organization is liable for the conduct of an "Insured" as defined in subparagraphs A and B of Section II paragraph A.l who is an insured of the policy. However, if you have hired or borrowed a covered "Auto", from that person or organization. They are an Additional Insured only if the hired or borrowed covered "Auto" is a "Trailer" connected to a covered "Auto" you own. This endorsement is placed on the policy solely as an accommodation to and at the insistence of the person or organization listed on the schedule. This endorsement is not intended to and should not be construed to expand policy coverage beyond that which would otherwise be afforded to that person or organization under subparagraph C of Section II, paragraph A.I who is an insured. .. - - This endorsement, effective a part of policy No. KTC1154 1/10/93 atl2:0l AM , forms issued to WEST COAST GENERAL CORP. S.D. ENGINEERING, INC., PALOMAR GRADING & PAVING A JOINT VENTURE by North American Specialty Insurance Company. BLANKET ADDITIONAL INSURED A. Any entity required by contract (hereinafter called Additional Insured) to be named as an insured is an insured but only with respect to liability arising out of your premises, "your work" for the Additional Insured, or acts or omissions of the Additional Insured, in connection with their general supervision of "your work" to the extent set forth below: 1) The Limits of Insurance provided on behalf of the Additional Insured(s) will not be greater than The Limits of Insurance provided in this policy. 2) Except as provided herein all insuring agreements, exclusions and conditions of this policy apply to such Additional Insured(s). 3) The Insurance provided by us to the Additional Insured will not be greater than that required by contract and to the extent that such insurance is more restrictive the terms of the insuring agreements, exclusions and conditions of this policy shall be deemed to be amended accordingly. 4) In no event shall Coverages or Limits of Insurance in this policy be increased by such contract. This insurance does not apply to: a) "Bodily Injury" or "Property Damage" occuring after: 1) 2) All work on the project (other than service maintenance or repairs) to be performed by or on behalf of the Additional Insured(s) at the site of the covered operations has been completed; or That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. ... .. - - b) "Bodily Injury" or "Property Damage arising out of any act, omission or negligence of the Additional Insured(s) or any of their employees, other than the general supervision of work performed for the Additional Insured(s) by you. c) "Property Damage" to: 1) Property owned, used or occupied by or rented to the Additional Insured(s); 2) Property in care, custody or control of the Additional Insured(s) or overwhich the Additional Insured(s) are for any purpose exercising physical control; or 3} "Your Work" for the Additional Insured(s). B. With respect to Additional Insured(s) who are architects, engineers or surveyors, this insurance does not apply to "Bodily Injury", "Property Damage", "Personal Injury" or "Advertising Injury" arising out of the rendering of or the failure to render any professional service by or for you, including: l) The preparing, approving or failing to prepare or approve maps, drawings, opinions, reports, surveys, change orders, designs or specifications; and 2) Supervisory, inspection or engineering services. c. Any coverage provided herein shall be excess over any other valid and collectible insurance available to The Additional Insured(s) whether primary, excess, contingent or on any other basis unless the contract specifically required that this insurance be primary. D. No person or organization is an insured with respect to the conduct of any current or past partnership or joint venture that is not shown as a Named Insured in The Declarations. C 0 - - - However, with respect to "your work", you are an insured for your liability arising out of the conduct of any partnership or joint venture of which you are or were a partner or member, eventhough this partnership or joint venture is not shown as a Named Insured in the Declarations. This coverage will not inure to the benefit of any other party except you. NAS-DT-003 (4/90) ' .. ,._. ., ... -·:::· ··::.:;.· -__ : ... :_•{:_::::;\~::·::-·:·::·:~·-}~ :'-_·,:~ .. ❖-~:.----~ :_-·:·_.:· . e:, . ·--r· ' OPTIONAL ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION 59 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 WEST COAST GENERAL CORPORATION J. V. whose address is 12243 Highway 67, Lakeside, Ca. 92040 ______ hereinafter called ''Contractor' and WESTERN TRUST SERVICES __________ whose address is 3252 Fifth Avenue, San Diego, Ca. 92103 _______________ hereinafter called ''Escrow Age..-rit." . 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 · b th Ci d C & PALOMAR AIRPORT ROAD & EL · th mto erween e ty an ontractor ior c !'ITUMO ltt!:AL WIDE'.HIHG, CON'filtr$3166 amount of $6,454,807 52 datect. __________ _ (hereinafter ref erred 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 disburseme..11ts, 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 payme..11ts 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 rete..-rition for the benefit of rhe City until such time as the escrow created hereunder is terminated. Contractor shall be responsible for paying all fees for the expenses incurred by Escrow Agent in administering the escrow account. These expenses any payment tenns shall be deternrined by the Contractor and Escrow Age..11t. Rev. 12/11/92 ' ' -<·:: -::_:,.•·. \-.:-::·._/·_".:~·-::·-~--) .. >~. <:~::.-: ·-·.- ·-. '·.• .. ·.·._. s. ( ( 60 The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by writt~ notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. 8. 9. The City shall have a right to draw upon the securities in the event of default by the Conrractor. 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 through 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 through 8 and 10. Rev. 12/11/92 =-•-•:-. ~ --.· . . . . . . .. ~ . ( ( 61 10. The names of the persons who are· authorized to give written notices: or to receive ¼'ritten 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: · · WEST COAST GENERAL CORPORATION J.V. Conttactor- Dana K. Ferrell Print Name of Individual Managing Partner Title WEST COAST GENERAL CORPORATIO:'J J.V. (Name of Corporation or Business) crrY OF CARLSBAD, CAUFORNIA MAYOR Title §ignarure .. ·-.. . ·~,~.~~,-~J,::~9:2040 . (Signature) -(Date) 1200 Carlsbad Village Dr:, Carlsbad, CA 92008 Address Dana K. Ferrell Print Name of Individual President Title West Coast General Corporation (Name of Corporation or Business) 12243 Highway 67, Lakeside, Ca. 92040 Dana K. Ferrell (Name of Individual) President (Title) SD Engineering, Inc. (Name of Corporation or Business) 12_243 Highway 67, Lakeside, Ca. 92040 Address ~ .. CZc ~-21-93 (Address) L~ ~~~21-93 (Signature) (Date) . __ :•::~:~;·_--/ _; :::-:-.:_~ .. : ···:···.· ?:~::> . :: .. ;~ .. :)i{ :~-: -:.:-. ·-:· .. ·.·.· . (Signature) (Date) Wayne Reilly Print Name of Individual President Title . Palomar Grading & Paving, Inc. (Name of Corporation or Business) Suite C, Escondido, Ca. 92026 -:-,-~,.......,...-------:r7"'--::::,,:~----::--~ ,/ .,,.,.~,........... .e-c----~ d,zJ../fl Date BEING JOI Un..Jc.n....> IN WEST COAST GENERAL CORPORATTQN .T. )LA JOINT VENTURE.. (NAME OF JOINT VENTURE) For Escrow Agent: lLOYD GRIFflN Title: -------"""'v ... , ... C ... ,f__._P..,R ... E_-S.._..lO __ E __ -,N __ , ·,_.,, __ _ Name: ,; 92103 Rev. 12/11/92 ... r· ~ . - 62 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 WHEREO~i the parties have executed this Agreement by their proper officers on the date first set form above. WEST COAST GENERAL CORPORATION J.V. Contractor Dana K. Ferrell Print Name of Individual Managing Partner Title WEST COAST GENERAL CORPORATION J.V. (Name of Corporation or Business) 12243 Highway 67, Lakeside, Ca. 92040 ~ '.✓/ /) ~----d-_,,~· -~.e:i:C~~-3-9 3 (Signature) (Date) Dana K. Ferrell Print Name of Individual President Title West Coast General Corporation (Name of Corporation or Business) 12243 Highway 67, Lakeside, Ca. 92040 Address _ / .., CITY OF CARLSBAD, CALIFORNIA MAYOR 1200 Carlsbad Village Dr., Carlsbad, CA 92008 Address Dana K. Ferrell Name of Individual . President Title SD Engineering, Inc. (Name of Corporation or Business) 12243 Highway 67, Lakeside, Ca. 92040 _..-------:) _.9-:•-;,:; #"'/2' ,.~ '---:1--~ ·-:-J/".:" ., _;:;:f,. ,..s,:"/?;:p;~3-93 ,.,,...__ ___ ... ~~~_......~/:,'...,,A /~/ ---~-· ---.... :_ ... •··_'. ----- Addres§...----,, ,,, P' . &:/ ------/ 12/ •'' .. d. // ·-----? / /;1, -~' ,.,, .~ .,;_~// 3 ./t::,,--:~:v_,,,A" ,.,.~J-::: /./ ·::;:.,,,:((' ~-· 2-3-9 (Signature) (Date) (Signature) (Date) Wayne Reilly Print Name of Individual Suite C 7 ~f,ler:; -=-=-=--=-c.?-..!:::..~~~~=-=~':!'=:~Z'=1~=-::::-:,:-: Date For Escrow Agent: 1..lOYD GRlFFL!'i Title: _______ ..... ··..-, .. ' : .... '~-:::-.....,..n..,.._-",'::,:;~. ;:::,,;. :-::-,D11tl~'."...,-.,..--_ Name: Signa ~e::_: _...,:;~~~~~.....c..➔~#:;?:1!:::::::::::..__ -....:a:.!=~~....._ ....................... """""" ........ .......,,.w..a.....,,.. .... 92103 ... - 63 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 full 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. Contractor Date Print Name of Individual Title (Name of Corporation or Business) (Signature) Date Print Name of Individual Title (Name of Corporation or Business) (Signature) Date Print Name of Individual Title (Name of Corporation or Business) BEING ALL THE JOINT VENTURERS IN __ _ _________ _, A JOINT VENTURE. (NAME OF JOINT VENTURE) Rev. 12/11/92 • • • 64 SPECIAL PROVISIONS PART 1. SUPPLEMENT ARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1-1 TERMS, DEFINITIONS, ABBREVIATIONS AND SYMBOLS: Modify Section 1 of SSPWC as follows: To Section 1-1, add: A. Reference to Drawings: Where words "shown," "indicated," "detailed," "noted," "scheduled," or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. B. Directions: Where words "directed," "designated," "selected," or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the 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 . 10/01/92 65 1-2 DEFINffiONS Modify Section 1-2 as follows: Agency -the City of Carlsbad, California as to all issues of this document except that for the purposes of Section 7-3 the cities of San Marcos and Vista shall be included. Engineer -the City Engineer for the City of Carlsbad Own Organization -When used in Section 2-3.1 -Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 -Construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with section 2-3.1 of these contract documents. Owner Operator -Any person who operates equipment or tools used in completing the work who is employed by neither the Contractor nor a subcontractor and is neither an agent or employee of the Agency or a public utility. • PRIMARY EQUIPMENT -Any equipment, with attachments, having an hourly rental rate • in equal to or more than $100.00 per hour as listed in the California Department of Transportation (Caltrans) publication titled, "Labor Surcharge and Equipment Rental Rates" which is in effect at the time the equipment is listed or used. Supervisory Personnel -Any person within the Contractor's employ engaged in the Work that has duties principally involving the direction, supervision, evaluation and selection of the Contractor's work force. Supervisory Personnel typically includes superintendents, assistant superintendents and foremen. SECTION 2 -SCOPE AND CONTROL OF THE WORK: Modify Section 2 of SSPWC as follows: 2-3.1 GENERAL, eighth paragraph Except as specified in this section the Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract price. Within the meaning of this section Contract work shall include all of the elements used to complete the construction of discrete portions of the Work. A discrete portion of the work is a single bid item and all of the costs associated with the labor, equipment and materials used to construct or install the bid item, The individual components of labor, equipment or materials that are used to construct or install a bid item are not severable. For determining the percentage of work performed the value of a bid item shall be the contract unit price • extended by the quantity of units completed. The performance of the actual labor involved 10/01/92 • • • 66 in the installation or construction of an item is the principal indicator of what force the work is performed by. As an example, the individual cost of a material can not be separated from the cost of the labor necessary to construct or install the material when computing the percentage of Contract work performed by the Contractor's own forces. Add the following: 2-3.3 SUBCONTRACTOR ITEMS OF WORK Where a bid item or any portion of a bid item of the Work is subcontracted the amount of the subcontract shall include all labor, materials and equipment required to complete the subcontracted bid item or portion of the item designated. Where only a portion of a bid · item is subcontracted the Bidder shall stipulate in the bid documents what portion of the work required to complete the bid item is to be performed by subcontract and what portion the Bidder proposes to perform. The value of material incorporated in any subcontracted bid item that is supplied by the Contractor shall not be included as any part of the portion of the Work that the Contractor is required to perform with its own forces. Add the following: 2-3.4 OWNER OPERATORS The Bidder shall stipulate in the bid documents what portion of the work required to complete any bid item is to be performed by owner operated equipment. The value of work in excess of 0.5 percent of the Contract Price or $10,000.00, whichever is the greater, completed by owner operated equipment shall not be included as any part of the portion of the Work that the Contractor is required to perform with its own forces. 2-3.5 PENAL TIES AND REMEDIES Should the Contractor fail to adhere to the provisions of sections 2-3.3 or 2-3.4, preceding the City may at its sole option elect to cancel the contract or to deduct an amount equal to 10 percent of the value of the work performed in contravention of said sections from payments that would otherwise be due to the Contractor all in accordance with section 4110 of the California Public Contracts Code. 2-4 CONTRACT BONDS Delete the third sentence of the first paragraph having to do with a surety being listed in the latest revision of U.S. Department of Treasury Circular 570 . 10/01/92 67 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 Perfmmance 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. 2-5 PLANS AND SPECIFICATIONS To Section 2-5.1, General, add: The specifications for the work include the Standard Specifications for Public Works Construction, (SSPWC), 1991 Edition, and the 1992 supplement thereto, both hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American Public Works Association; Caltrans Standard Specification (January 1988), as modified in the special provisions, for traffic control plans, signing and striping plans, traffic signal plans, pedestrian ramps and rip rap (rock slope protection, most current edition of Vallecitos Water District, and Carlsbad Municipal Water District Specifications as adopted 1987, and as amended by the Special Provisions section of this contract. The Construction Plans consist of 135 sheet(s) designated as City of Carlsbad Drawing No. 314-3. The standard drawings utilized for this project are contained in the May 1992 edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRS, as published by the San Diego County Department of Public Works, together with the City of Carlsbad Supplemental Standard Drawings, and Cal trans Standard Plans (1992). Copies of pertinent standard drawings are enclosed with these documents. 2-5.3 Shop Drawings: To Section 2-5.3, Shop Drawings, add: Where installation of work is required in accordance with the product manufacturer's direction, the Contractor shall obtain and distribute the necessary copies of such 10/01/92 • • • • • • 68 instruction, including two (2) copies to the City and, when the bid item that they pertain to are part of bid schedule 2, six (6) copies to CMWD. The additional Drawings and instruction thus supplied will become a part of the Contract Documents. The Contractor shall carry out the Work in accordance with the additional detail Drawings and instructions. Adding the following to Section 2-5.3; When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that he has reviewed, checked and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The following Contractor's certification shall appear on all submittals: "It is hereby certified that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval. Certified by: Date -----------------------------" The following procedures will apply to Shop Drawing submittals: a. All Shop Drawings or submittals shall be complete, certified by the Contractor, and shall contain all required information in detail. The Contractor shall make all necessary corrections to the submittals required by the Engineer. b. When approved by the Engineer, each copy of the submittals will be stamped approved, signed, and dated by the Engineer. c. Three (3) sets of said approved Drawings will be returned to the Contractors. d. The approval of the Drawings shall not be construed as a complete check, but will indicate only that the general method of construction and detailing is satisfactory. e. Upon the Contractor's receipt of approved Shop Drawings, he shall furnish to the Engineer instruction and maintenance manuals and parts lists of all major equipment furnished. Data in these manuals shall cover completely all items as specified and as supplied . 10/01/92 69 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 "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the City at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer upon completion of the work. 2-6 Work to be Done: 2-6 -Add the following paragraphs to Section 2-6: Materials, supplies or equipment to be incorporated into the work shall not be purchased by the Contractor or the Subcontractor subject to a chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the seller. Whenever under this Agreement it is provided that the Contractor shall furnish materials or manufactured articles, or shall do Work for which no detailed specifications are set • forth, the materials or manufactured articles shall be of the best grade in quality and • workmanship obtainable in the market from firms of established good reputation, or, if not ordinarily carried in stock, shall conform to the usual standards for first class materials or articles of the kind required, with due consideration of the use to which they are to be put. In general, the work performed shall be in full conformity and harmony with the intent to secure the best standard of construction and equipment of the Work as a whole or in part. All equipment, materials, and supplies to be incorporated in the Work shall be new, unless otherwise specified. 2-9 SURVEYING: Modify Section 2.9 as follows: The Contractor shall hire and pay for the services of a land surveyor licensed in the State of California, hereinafter surveyor, to perform all work necessary for establishing control, construction staking, records research, and determining payment quantities for unclassified excavation and imported borrow as directed by the Engineer. Two sets of grade sheets shall be provided to the City prior to work commencing in a given area. One set of field notes for all surveying required herein shall be provided to the City within ten days of performing the survey. The minimum survey requirements are as follows: Stakes shall be set at 50 foot intervals as measured along the project stationing unless a lesser interval is specified herein. 10/01/92 • • • • 70 Rough sub-grade stakes on slopes shall be set at top of cut, toe of fill, or slope catch point and crown line where no median exists. Large slopes shall have a line point set to aid in construction of the slope. Rough sub-grade stakes for roadway section shall be set at edge of pavement and top of curb. Finish sub-grade stakes for sub-base base for the roadway section shall be set at edge of pavement and top of curb. Finish sub-grade stakes for the aggregate base 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 Contractor. Finish rock grade stakes shall be at 25-foot intervals at top of curb, edge of pavement, and all crown lines and grade breaks. Intermediate stakes between edge of pavement and top of curb shall be set at 15-foot intervals. 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 returns. Fills to finish grade at 25-foot intervals by the 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. Staking for location and grade for any traffic signal locations not currently being built to ultimate design (i.e., no PCC curb returns). The surveyor shall mark the removal limits and limits of work line shown on the plans. The markings shall be completed by the surveyor and inspected by the Engineer prior to the start of construction in the area marked. Centerline monuments shall be laid out, their disk stamped, and a Record of Survey satisfactory to the Engineer filed with the County in accordance with the Professional Land Surveyors Act. Water line stakes shall be set to top of pipe on main line and lateral tangents and 25-foot intervals on curves; all fittings, appurtenances, and hydrants locations with future elevations shall be staked . 10/01/92 71 Add the following: 2-12 CROSS SECTION DATA Cross sections at 100 foot nominal spacing are available for inspection at the office of the Engineer. The cross sections consist of 19 sheets of varying size. Copies of the cross sections can be made at the Bidder's request and expense by a bonded blue print firm that has been approved by the Agency. Velum originals of the cross sections may be held no longer than 4 hours by the bonded blue print company. Any additional cross section data shall be obtained by the Bidder or the Contractor at their own expense. The cross sections were prepared for the Agency's use as a design tool. No representation is made as to the suitability of the cross sections for any use by the Bidder or Contractor. No representation as to the accuracy or completeness of the cross sections is made by the Agency. The cross sections shall not be used to substitute for the survey requirements of section 300-2.9 SSPWC as modified by the special provisions of the contract documents. The cross sections may be used by the Agency to review information provided by the Contractor. Bidders and the Contractor are urged to verify the suitability of the cross section data for the purpose(s) that they may use it. 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. (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 10/01/92 • 72 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. Claims; 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 further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. · (c) (1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 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 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 requested documentation, whichever is greater. 10/01/92 • • • • 73 (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 91 0) 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 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 ( commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brought under this subdivision consistent with the rules pertaining to judicial arbitration. (2) In addition to Chapter 2.5 (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 . 10/01/92 • • • § 20104.6. Payment by local agency of undisputed portion of claim; interest on arbitration award or judgment 74 (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). SECTION 4 -CONTROL OF MATERIALS: Modify Section 4 of SSPWC as follows: 4-1 MATERIALS AND WORKMANSHIP Modify Section 4-1.4, Test of Materials, as follows: Except as specified in these Special Provisions, the Agency will bear the cost of testing materials and/or workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications and the Special Provisions. The cost of all other tests shall be borne by the Contractors. At the option of the Engineer, the source of supply of each of he materials shall be approved by him before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after trial, it is found that sources of supply which have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. After improper storage, handling or any other reason shall be rejected. All backfill and subgrade shall be compacted in accordance with the notes on the plans and the SSPWC. Compaction tests may be made by the City and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the City . 10/01/92 75 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. SECTION 5 -UTILITIES: Modify Section 5 of SSPWC as follows: 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. The Contractor shall notify the following agencies forty-eight ( 48) hours prior to construction: Vallecitos Water District San Diego Gas & Electric Pacific Telephone Underground Service Alert Daniels Cable Vision Carlsbad Municipal Water District Santa Fe Pacific Pipelines, Inc. City of Carlsbad Inspection Department 5-4 RELOCATION Add: 744-0460 438-6200 489-3441 1-800-422-4133 438-5241 438-3367 283-6511 438-3891 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. 10/01/92 • • • • • 76 SECTION 6 -PROSECUTION, PROGRESS AND ACCEPTANCE OF WORK: Modify Section 6 of SSPWC as follows: 6-1 CONSTRUCTION SCHEDULE Modify this section as follows: A construction schedule is to be prepared by the Contractor and submitted for the Engineer's review and approval. The construction schedule shall meet the following criteria: 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 Engineer. 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. 4. 5. The prime contractor shall revise and resubmit for approval the schedule as required by the Engineer 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. The schedule shall indicate estimated percentage of completion for each item of work at each and every submission. The failure of the prime contractor to submit, maintain, or revise the aforementioned schedule (s) shall enable the Engineer, at his sole election, to withhold up to 10% of the monthly progress payment otherwise due and payable to the contractor until the schedule has been submitted by the prime contractor and approved by the Engineer as to completeness and conformance with the aforementioned provisions . 10/01/92 77 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. The Contractor shall Coordinate 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: Add the following to Section 6-1 of SSPWC: The Work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. The work includes construction of Palomar Airport Road improvements from approximately 1,000 feet east of El Camino Real to Acacia Drive, and the construction of El Camino Real from approximately 500 feet south of Palomar Airport Road to Faraday Avenue. ORDER OF WORK The following descriptions outlining the order of work are provided for the Contractor's review and information. The descriptions for Stages 1 through 7 are overviews only and shall not relieve the Contractor from his responsibilities to perform the coordination and work in accordance with the plans and specifications. Some stages or portions of stages • may overlap each other and/or occur during the same time period for work on Palomar Airport Road and El Camino Real as well as adjacent streets. Palomar Airport Road Staging Stage 1: consists of leaving traffic on the existing pavement and performing grading, drainage improvements, coordination with SDG&E for the connection of the newly installed 16" gas main within a five month period from May 1 to September 30 since the 16" gas line can not be disrupted during this period; construction of detour base material and paving along the westbound lanes of the proposed improvements (as shown on Plan Sheets 52 through 59 Sta 167+00 to Sta 242+10). Install "K Rail" to separate construction area from travel lanes. Stage 1A: consists of leaving traffic on the existing pavement and performing all edge improvements necessary for street widening such as grading, drainage improvements, curb, gutter, sidewalk and A.C. paving along the legs of the intersection of El Camino Real and Palomar Airport Road. This work may be performed in conjunction with Stage 5 on El Camino Real. A portion of Stage lA involves flagging operation on Palomar Airport Road from STA 163+00 to STA 171 +00 in order to complete the connection of the temporary detour road and the new 16" gas main. Stage 2: consists of routing east and westbound traffic onto the northerly detour paving • which was constructed in Stage 1 and performing grading and coordination with CMWD 10/01/92 • • • 78 for the water main construction as shown on Sheets 60 through 73 and per typical "Water Main Grading11 sections shown on Sheet 6. Once the new water main is completed, tested and put into service, all south side final grading and final improvements, except for the top 2 "A.C." wear course, shall be performed to the maximum practical limits of the work designated in Stage 2. Stage 3: consists of routing east and westbound traffic onto the newly constructed southerly half of Palomar Airport Road, removing and recycling the northerly detour road, and performing all north side final grading and final improvements up to the maximum practical limits of work designated in Stage 3. Stage 4: consists of performing the remainder of work not completed in the previous stages. The work in this stage primarily focuses on the intersections in which median curbs, A.C. overlays and traffic signal items are to be completed. Work in this stage will involve weekend overlays and traffic control in order to complete the intersection areas. El Camino Real Staging Stage 5: consists of leaving traffic on the existing road and performing the edge improvements necessary for street widening such as grading, drainage improvements, curb, gutter, sidewalk and 3'' asphalt base course with a smooth transition to existing pavement for future traffic. The majority of the work in this stage involves widening the east side of El Camino Real from Palomar Airport Road to Faraday Avenue . Stage 6: consists of routing both northbound and southbound traffic onto the east side of El Camino Real and performing grading and pavement removal; installing drainage improvements, curb, gutter, sidewalk and new roadbed and pavement overlays on the west side of Camino Real within the area of work designated on Stage 6 plans. A minimum roadbed surface of 22 feet shall be provided along the west side curb in order to accommodate future traffic during Stage 7 work. Stage 7: consists of routing southbound traffic onto the new west side roadbed surface that was constructed in Stage 6 and performing the remaining pavement removals; median curb construction and a 14-foot wide pavement overlay adjacent to the east median curb for future traffic lane. Stage 7B: consists of routing one lane of northbound traffic onto the newly constructed travel lane adjacent to the east median curb and performing a 14-foot wide pavement overlay flush with the new overlay to create a total roadbed of 28 feed wide. It is the preference of the Engineer that work on this stage be performed during off-peak hours and possibly during the weekend detour stage. Stage 7C: consists of routing all northbound traffic onto the newly constructed 28-foot wide road section adjacent to the east curb and providing asphalt overlay for the remainder of the road. It is the preference of the Engineer that work on this stage be ,performed during off-peak hours and possibly during the weekend detour stage. 10/01/92 79 Weekend Detour Stage: consists of detouring all northbound and southbound traffic on • El Camino Real during a weekend and performing overlay work at the intersection of Faraday Avenue/El Camino Real and El Camino Real/Palomar Airport Road. Faraday Avenue is the primary access for fire and emergency vehicles; a minimum of one (1) 12- foot wide lane shall be provided on all legs of the intersection for emergency access on Faraday throughout the overlay work. On Palomar Airport Road a minimum of one (1) 12-foot wide lane shall be provided each way for east and westbound traffic throughout construction. At the end of the workday a minimum of two (2) 12-foot wide lanes shall be provided each way for east and westbound traffic on Palomar Airport Road. A smooth transition will be required between all overlays and existing road surfaces that support traffic. COORDINATION The Contractor shall coordinate and cooperate with all the utility companies during the relocation or reconstruction of their lines. The Contractor may be granted a time extension if in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 6-7 TIME OF COMPLETION The Contractor shall begin work within 15 calendar days after receipt of the "Notice to Proceed" and shall diligently prosecute the work to completion within 375 working days • after the date of the Notice to Proceed. 6-9 LIQUIDATED DAMAGES Modify this section as follows: If the completion date is not met, the contractor will be assessed the sum of Fifteen Hundred Dollars ($1,500.00) per day for each calendar day beyond the completion date as liquidated damages for the delay. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. SECTION 7 -RESPONSIBILITIES OF CONTRACTOR: Modify Section 7 of SSPWC as follows: 7-3 LIABILITY INSURANCE Add the following: All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V and are 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 . 10/01/92 • • • • 7-4 WORKERS' COMPENSATION INSURANCE Add the following: 80 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. 7-7 COOPERATION AND COLLATERAL WORK Add: SDG&E, Pacific Telephone Company, and others will be installing, relocating, repairing and maintaining their respective facilities and the Contractor shall cooperate in coordinating and allowing access to the work site. The Contractor is advised that SDG&E will be relocating a 16" gas transmission main within the limits of work. The gas transmission main may not be removed from service outside of a 5 month window from May 1 to September 30. The Contractor shall cooperate with these organizations and their respective personnel and Contractors. The Contractor shall coordinate its work and operations so as to minimize interference and shall allow access through the work site to adjacent areas. No claims for additional compensation will be allowed for this cooperative and collateral work or any delays resulting therefrom. The Contractor's representative shall attend bi-weekly construction coordination meetings at such times and locations as the Engineer shall direct. No separate payment for these meetings will be made. 7-8 PROJECT SITE MAINTENANCE 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: To Section 7-8.5 Temporary Light, Power and Water, add: The Contractor shall obtain a construction meter for water utilized during construction under this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall include the cost of water and meter rental within the appropriate items of the proposal. No separate payment will be made. 10/01/92 81 7-8.8 Noise Control All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to City Noise Control Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48. 7-10 PUBUC CONVENIENCE AND SAFE1Y 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 . 7-10.3 Street Closures. Detours. Barricades. Traffic controls shall be in accordance with the plans, Chapter 5 of the California Department of Transportation "Traffic Manual", and these Special Provisions. In the event that the Contractor fails to install barricades or such other warning devices as may be required by the Engineer, the City may, at its sole option, install the warning devices and charge the Contractor $20/day/warning device. Traffic Control Plans (TCP) shall be submitted to the City for approval for any construction activities which do not fall within the Traffic Control Staging Plans for this project. These TCPs shall be furnished installed and removed for the lump sum price for temporary traffic control. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. from Mondays through Fridays. The contractor shall obtain the written approval of the Engineer if it desires to work outside the hours state herein, excluding City holidays. Contractor is hereby advised that the City of Carlsbad, as Project and Construction Manager, will require after hours and weekend work on a interim basis to accomplish overlay work for (a) the intersection of El Camino Real and Palomar Airport Road, and (b) • • other ancillary areas as required to effect traffic crossovers for the implementation of • revised traffic routes. The intersection work for El Camino Real and Palomar Airport Road 10/01/92 • • • 82 will definitely require its overlay(s) as weekend work. The remaining work schedules for above work referenced in (b) will be at the Engineer's option. Contractor may work during Saturdays and City holidays only with the written permission of the Engineer. This written permission must be obtained at least 48 hours prior to such work. ADD: 7-10.3.1 Construction Area Signs Construction area signs shall be furnished, installed, maintained, and removed when no longer required. All excavation required to install construction area signs shall be performed by hand methods without the use of power equipment. Care shall be used in performing excavation for signs in order to protect underground facilities. 7-10.3.2 Maintaining Traffic Attention is directed to Sections 7-10 SSPWC "Public Convenience and Safety''. Nothing in these special provisions shall be construed as relieving the Contractor from his responsibility as provided in said Section 7-10 . If illuminated traffic cones rather than post-type delineators, are used during the hours of darkness they shall be affixed or covered with reflective cone sleeves as specified in Caltrans Standard Specifications, except the sleeves shall be 7 inches long. Lane closures shall conform to the provisions in Section 7-10.3.3 entitled "Traffic Control System for Lane Closure." In addition to the provisions set forth in "Public Safety," elsewhere in these special provisions, whenever work to be performed (except the work of installing, maintaining, and removing traffic control devices) requires the Contractor's personnel to work within 6 feet of the adjacent traffic lane, or to operate equipment within 2 feet of the adjacent traffic lane, the adjacent traffic lane shall be closed. Personal vehicles of the Contractor's employees shall not be parked on the traveled way, including any section closed to public traffic. Whenever vehicles or equipment are parked on the shoulder within 6 feet of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at 25-foot intervals to a point not less than 25 feet past the last vehicle or piece of equipment. A minimum of 9 cones or portable delineators shall be used for the 10/01/92 83 taper. A C23 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted • on a telescoping flag tree with flags. The flag tree shall be placed where directed by the Engineer. All construction traffic control devices shall be maintained in good order and according to the plan throughout the duration of work. On El Camino Real, a minimum of two paved traffic lanes, not less than 11 feet wide, shall be open for use by public traffic in each direction of travel. On Palomar Airport Road a minimum of one paved traffic lane, not less than 12 feet wide, shall be open for use by public traffic in each direction. 7-10.3.3 Traffic Control Svstem for Lane Closure A traffic control system shall consist of closing traffic lanes in accordance with the details shown on the plans, Caltrans Manual of Traffic Control (1990) and provisions under "Maintaining Traffic" elsewhere in these special provisions. The provisions in this section will not relieve the Contractor from his responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. During the hours of darkness, as defined in Division 1, Section 280, of the Vehicle Code, • portable signs shown on the plans to be illuminated shall be, at the option of the Contractor, either illuminated signs in conformance with the provisions in Section 12- 3.06B, "Portable Signs," of the Caltrans Standard Specifications; or Reflexite vinyl microprism reflective sheeting signs; or 3M high intensity reflectorized sheeting on aluminum substrate signs of Seibulite Brand Ultralite Grade Series, encapsulated lens retro- reflective sheeting signs; or equal. If any component in the traffic control system is displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original locad.on. When lane closures are made for work periods only at the end of each work period, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. The contract lump sum price paid for "traffic control" shall include full compensation for furnishing all labor (including flagging costs), materials (including signs), tools, equipment and incidentals, and for doing all the work involved in placing, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the • traffic control system as shown on the plans, and as specified in these special provisions, 10/01/92 • • • 84 and as directed by the Engineer. Flagging costs will be paid for as a part of the Lump Sum Amount for "Traffic Control." Progress payment for "traffic control" will be based on the percentage of the improvement work completed. 7-10.3.4 Traffic Control for Traffic Striping During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System For Lane Closure" of these special provisions, or by use of an alternate traffic control plan proposed by the Contractor and approved by the City of Carlsbad. The Contractor shall not start traffic striping operations using an alternate plan until he has submitted his plan to the Engineer and has received the Engineer's written approval of said plan. Full compensation for providing traffic control for applying traffic stripes and pavement markers with bituminous adhesive shall be considered as included in the contract lump sum price paid for temporary traffic control system and no separate payment will be made therefor. 7-10.3.5 Temporary Pavement Delineation Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in Chapter 5 of the Traffic Manual published by CAL TRANS Department of Transportation . General. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by sandblasting. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marked used to establish the alignment of the temporary pavement delineation shall be removed . 10/01/92 85 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. 8-1 FIELD OFFICE Contractor shall furnish a "Class A" Field Office per Section 8 of the SSPWC. Payment for furnishing, maintaining, and removing the facility after final acceptance shall be at the unit price bid on the bid schedule. One (1) additional standard five foot double pedestal desk with two chairs, one electrostatic copier and supplies, copier shall be Xerox Model 5018, or equal, and one additional plan rack shall be provided. Water cooler to have hot and chilled water. The integral sanitary facilities may be separate enclosed toilets per Section 7-8.4. Furnishings are subject to agency approval. Field office shall have a 24" x 36" sign affixed near the door. The sign text shall be, CI1Y OF CARLSBAD ENGINEERING INSPECTION and shall have a City seal affixed to it by the Contractor will be supplied by the City. 9-3 PAYMENT Modify Section 9-3.2, Partial and Final Payment, as follows: 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 Two Hundred and Thirty Thousand Dollars ($230,000), 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 . 10/01/92 • • • 86 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. 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. 2. 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. 3. 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. 4. 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. 5. 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 . 10/01/92 PART 2. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR CONSTRUCTION MATERJALS 87 200-1.6 RIP RAP ENERGY DISSIPATOR Delete Section 200-1.6 and add the following: 200-1.6 General. Rip rap energy dissipator shall conform to the rock class, dimensions, filter materials, and type shown on the Plans and shall be in accordance with the Standard Drawings, Caltrans Specifications Section 72 Rock Slope Protection as modified herein. Placement of rip-rap (rock slope protection) shall be per Method B. Measurement and Pavement. Rip rap energy dissipaters will be paid for at the Contract Price Bid per ton, complete and in place, in accordance with the Contract Documents or as directed by the Engineer. The Unit Price Bid shall include full compensation for furnishing all labor, tools, equipment, materials and incidentals and for doing all Work involved in the construction including but not limited to earthwork, rock, aggregate filter material and fill, where required. Filter fabric where called for in the plans shall be paid in accordance with Section 300-9, Geotextiles for Erosion Control. Filter fabric shall be Mirafi 700X or equal. 200-2 UNTREATED BASE MATERIAL • Untreated base material shall conform to Sections 25-1.02 and 26-1.02 of the Caltrans • Specifications for Class rr aggregate sub-base and Class rr aggregate base. Recycled miscellaneous base (RMB) shall meet the requirements of Section 25-1.02 of the Caltrans Specifications for Class rr aggregate sub-base. RMB shall be manufactured only from Portland Cement Concrete, asphalt concrete, and aggregate within the limits of work. RMB shall be manufactured on site. 201-1 PORTLAND CEMENT CONCRETE 201-1 General. Modify Section 201-1 of the SSPWC as follows: Modify Section 201-1.2.4, Admixtures as follows: (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. 10/01/92 • • • • 88 201-1 .4 Job Site Mixing. Job site mixing will not be permitted except as followed pursuant to Subsection 201-1.4 of the SSPWC or as otherwise authorized by the Engineer. Modify Section 201-1.4.3, Transit Mixers, as follows: Add after listing of information for weighmaster's certificate: "Transit mixed concrete may be certified by mix design number, provided a copy of the mix proportions is kept on file at the plant location for a period of 4 years after the use of the mix." 201-3.3 Expansion Joint Filler and Joint Sealants. Delete Section 201-3.3, Polystyrene Joint Filler, in its entirety. 203-6 and 400-4 ASPHALT CONCRETE Asphalt concrete shall be class C2-AR 4000 for surface course, and B-AR 4000 for base course. Asphalt drainage ditch shall be O2-AR-4000. Asphalt police ramps shall be O2-AR- 4000. Modify Section 203-6.6.1, Batch Plant Method, as follows: Third paragraph, delete "and from the Engineer's field laboratory." Last paragraph, add after D 2172: "method A or B." Modify Section 203-6.8, Miscellaneous Requirements, as follows: 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." Second paragraph, amend to read: "Unless otherwise specified, AR-4000 paving grade asphalt shall be used for Type III asphaltic concrete, 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 0-1073, and shall not exceed fifteen percent (15%) loss by weight." Modify Section 400-4.3, Combined Aggregates, as follows: First paragraph, add: "ASTM 0-2419 Test Method may be alternated for Test Method No . Calif. 217." 10/01/92 89 206-6. 7 Barbed Wire. Modify Section 206-6. 7 as follows: Barbed wire fence shall be installed per details and locations shown on plans. Steel T- section posts in the existing fence may be reused if they are straight, free of corrosion, and the flange is securely attached. Timber posts shall be douglas fir construction grade No. 1 preservative treated. 206-6.7.1 Payment: The barbed wire fencing will be paid at the contract unit price per linear foot and shall include full compensation for furnishing all labor, tools, equipment, materials and incidentals and for doing all work involved in the construction and relocation of the barbed wire fence as shown on the plans. 209 -ELECTRICAL COMPONENTS: Delete Section 209 of SSPWC and replace as follows: 209 General. Electrical components shall be in conformance with the State of California Department of Transportation (Caltrans) 1988 Standard Specifications Section 86 as modified in the Special Provisions. 210 -PAINT AND PROTECTIVE COATINGS: Modify Section 210 of SSPWC as follows: 210-1.6 Paint for Traffic Striping, Pavement Marking and Curb Marking. Paint for traffic striping shall be rapid dry water borne in accordance with State Specification No. 8010-42L-30. 212 -LANDSCAPE AND IRRIGATION MATERIALS Landscape Specification Addenda All provisions of the SSPWC shall apply to the work as if bound herein, plus the following: Section 212 Landscape and Irrigation Materials Section 212-1 Landscape Materials 212-1.1.2 Class A Topsoil, add the following: After rough grading, soil samples shall be taken from enough locations on the site to represent an adequate cross section of conditions. Soil Test shall be performed by a soil testing laboratory (pre-approved by the Engineer) . 10/01/92 • • • • • • 90 The test shall indicate but not be limited to the following: A. Organic matter content B. N, P, K C. pH D. EC E. Soil texture (silt, clay sand) F. Recommendations for amendments, leaching, and maintenance fertilization. The results and recommendations of the soil testing laboratory shall be submitted to and approved by the Engineer. The approved recommendations for amendments and backfill shall be incorporated into the landscape plans prior to the start of construction and shall become part of the approved plans. Products specified by product name by the soil lab in the recommendations may be substituted with "or equal" products approved by the Engineer. 212-1.2 Soil Fertilizing and Conditioning Materials. General Conditioners. Add following: Agricultural grade gypsum shall be a (CASO4 H20) calcium sulfate product -94.3%. 90% shall pass a 50 mesh screen. Control of dust during application is mandatory. (Shall be similar or equal to: U. S. Gypsum, Dolmar, or Bandini) . Iron Sulfate -Iron shall be expressed as metallic -derived from sulfate -deep green (FESO4 -H20). A minimum analysis of 20.0% and 98.3% retained on a 10 mesh screen. (Shall be similar or equal to: Wilson and George Meyer, Wil-gro, or Bandini). 212-1.2.3 Commercial Fertilizer. Add following: Pre-plant fertilizer shall be granular commercial fertilizer 1-10-10 or approved equal. Hydroseed fertilizer (commercial) shall be a long-lasting controlled release plastic-coated, uniform in composition, free-flowing, suitable for application with approved equipment, and shall contain the following minimum available percentages by weight of plant food: Nitrogen Phosphoric Acid Potash 16.0% minimum 20.0% minimum 0.0% minimum Post-plant fertilizer shall be 12-4-6 or approved equal with CA, FE, ZN, and MN and with the majority of nitrogen in non-ammoniac form to prevent acidification of soil. Planting tablets shall be compressed fertilizer tablets (20-10-5) . 10/01/92 91 212-1.2.4 Organic Soil Amendment. Add following: Organic Soil Amendment shall be derived from wood with the following properties: It shall be a wood residual product derived from the bark of pine, white fir/and red fir, cedar shavings or redwood shavings. Amendment upon analysis shall contain at least 0.5% nitrogen (on a dry weight basis) with an ash content not to exceed 10%. A commercial grade product shall be used. Contractor shall supply the Engineer a sample of the proposed amendment accompanied by laboratory analytical analysis from an approved laboratory illustrating degree of compliance. Guarantee -Wt./Cu./Yd. -560# -820 #. Nitrogen (organic or ammoniac 0.5%. pH (Less than 6.5. Salinity (EC8 x 103 at 25 degrees C.) - 2.5. Iron (FE) expressed as metallic 0.01 %. Density -approximately 25 lbs,/cu. ft. organic matter -85%. A non-ionic wetting agent should be used. Properties: Screen analysis: % retained on stacked screens -1 mesh -0.2%, 5 mesh -36.6%; 8 mesh -25.7%; 12 mesh -30.7%; 32 mesh -5.9%; remainder 0.9%. (Shall be similar or equal to: Wil-Gro Life, Loamex, or Forest Humus). 212-1.2.6 Herbicides and Pesticides: Shall be used in their appropriate applications with strict adherence to manufacturer's specifications and instructions. Post emergent herbicide for all areas shall be Roundup, Diquat, Montar, or approved equal. Pre-emergent herbicide for shrubs and ground cover areas (planted from flats), shall be Treflan, Surflan, Eptan, or approved equal. 212-1.3 Seed. Add the following: All brand name, patented seed must be received by contractor in original manufacturer's bag. Seed shall be received by contractor in separate containers specifying kind, quantity, purity and germination. Contractor shall provide Engineer with copies of the labels and invoices for approval prior to installation. 212-1.4.1 General. Add the following: Contractor shall notify the Engineer 48 hours before each plant delivery so that the Engineer can inspect them. The scientific and common names of plants herein specified conform to the approved names given in "A Checklist of Woody Ornamental Plants in California, Oregon and Washington" published by the University of California, Division of Agriculture Sciences, Publication 4091 (1979). (See list of plant materials on drawings). Each group of plant materials delivered on site shall be labeled clearly as to species and variety. All patented plants (cultivars) required by the plant list shall be delivered with a proper plant patent attached. Plants shall be in accordance with the California State Department of Agriculture Regulations for Nursery Inspection, Rules and Grading. The Engineer is the sole judge as to acceptability of each plant. Vigorous, healthy, well-proportioned plants are the intent of this specification. Plants which are even moderately "overgrown," or are showing signs of decline or lack of vigor are subject to rejection. The size of the plants will correspond with that normally expected for species and variety of commercially available nursery stock, or as specified in the special conditions 10/01/92 • • • • • 92 or drawings. Plants larger in size than specified may be used with the approval of the Engineer, but the use of larger plants will make no change in contract price. If the use of larger plants is approved, the ball of earth and spread of roots for each plant shall be increased proportionately. All plants not conforming to the requirements herein specified shall be considered defective and such plants, whether in place or not, shall be marked as rejected and immediately removed from the site and replaced with new plants by the Contractor at the Contractor's expense. The Engineer reserves the right to change the species, variety, and/or sizes of plant material to be furnished, provided that the cost of such plant changes do not exceed the cost of plants in the original bid, and with the provision that the contractor shall be notified in writing, at least sixty (60) days before the planting operation has commenced. 212-1.5 Headers, Stakes and Ties. 212-1.5.3 Tree Stakes. Add the following: Tree stakes shall be two (2) inch diameter lodge pole pine of lengths required, pointed on end. Tree ties shall be commercially manufactured ties made from black tire casings, cut to a minimum ten (10) inch length and held in place by 12 gauge galvanized wire; or split plastic hose with a minimum length of twenty (20) inches. Split plastic hose ties to be equal to "Cinch-Tie" by C.I.T. Typar Bio-barrier or approved equal. Install per manufacturer's specifications . Add the following: 212-1.6 Erosion Control Matting Erosion control matting shall be made of 100% biodegradable wheat straw of thickness and density yielding 0.5 lb./sq. yd.with a photodegradable polypropylene netting with a density of 1.64 lb./1000 sq. ft. having an approximate mesh interval of 1/2" x 1/2" on each face of the straw mat. The straw mat shall be sewn together with cotton thread. The erosion control matting shall be secured to the underlaying soil by 1" x 6" U-shaped 11 gauge mild steel staples. Staples shall be driven to their full length and shall be spaced on a alternating 3 foot grid such that 1.5 staples per square yard are installed. The erosion control matting shall be installed after the hydroseed material has been applied. Erosion control matting shall be "North American Green, SlS0", or approved equal. Irrigation Specification Addenda All provisions of the SSPWC shall apply to the work as if bound herein, plus the following: 212 Landscape and Irrigation Materials 212-2 Irrigation System Materials • 212-2.1 Pipe and Fittings 10/01/92 212-2.1.1 General: Add the following 212-2.1.3 Plastic Pipe for Use with Solvent Weld Socket or Threaded Fittings. Polyvinyl chloride pipe: 93 All buried piping in the irrigation system shall be installed with warning tape identifying it as reclaimed water with the exception of intennittent pressure lines. Intermittent pressure lines (lines on the downstream side of a controller valve that will not be subject to constant pressure) will not require warning tape. Stenciled pipe, as specified below, will be accepted in conjunction with warning tape. Pressure mainline piping for sizes 2" and larger shall be PVC P.R. 315 PSI, S.D.R. 13.5 and shall be "Alertline". All pipe shall have stenciling appearing on both sides of the pipe with the marking ''Reclaimed Water" in 5/8" letters repeated every 12 inches. PVC non-pressure buried lateral line piping shall be PVC Schedule 40 and shall be "Alertline". The plastic wafI).ing tape shall be prepared with silver printing on a purple field having the words, "Caution: Reclaimed water line below". The overall width shall be 3 inches. Warning (Caution) tape shall be as manufactured by Thor Enterprises, Inc., P. 0. Box 450 Sun Prairie, Wisconsin, 53590 Phone: (608) 837-7197. Warning tapes shall be installed directly on top of the pipe longitudinally and shall be centered. The warning tape shall be installed continuously for the entire length of the pipe and shall be fastened to each pipe length by plastic tape banded around the pipe with fasteners no more than 5 feet apart. Taping attached to the sections of pipe before laying • in the trench shall have flaps sufficient for continuous coverage. All risers between the • mainline and control valves shall be installed with warning tape. A second warning tape running continuously above piping to be installed 12 inches above reclaimed water line. 212-2.1.7 Brass Pipe shall be IPS standard weight 125 pounds, 85% red brass. Brass pipe fittings and connections: Standard 125 pound class 85% red brass fittings and connections. 212-2.2 Valves and Valve Boxes -Add following: 212-2.2.8 Ball Valves Ball valves shall have bottom loaded pressure retaining stems, glass reinforced seats and reinforced TFE stem packing seals. Valves shall be pressure rated at 600 PSI WOG 1/2" to 2" and 150 PSI saturated steam. Each valve shall be tested, air under water, in the opened and closed position by the manufacturer. Valve must conform to Federal Specification WW-V-35B, Type Ir Class A, Style 3, end connection A or C. Ball valves shall be NIBCO #T-580 two piece bronze ball valve or approved equal. 212-2.2.7 Valve Boxes -Add the following: All valve boxes shall be marked "RCV', "BV' or "QC", "PB" respectively. Remote control • valves shall be marked with station numbers embossed on the valve cover with a brass tag. 10/01/92 • • • 94 (RCV boxes shall have locking covers). Other boxes such as pull boxes, etc., shall be marked with appropriate identification. 212-2.2.9 Pressure Regulator Valve -Add the following: Pressure regulator valve shall be bronze body with screw fitting. See details and drawing. 212-2.4 Sprinkler Equipment -Add the following: All sprinkler heads are to have factory built-in check valves or a check valve under each head. Drip Assemblies shall meet the following requirements: The drip emitter shall be Pepco Quadra bubbler No. 1633, or approved equal, with four ports and flow of 2 gph per port. Drip tubing for emitter outlets shall be Rainbird (RBT-160V), or approved equal. Drip tubing stakes shall be Rainbird No. RS-13, or approved equal. Bug cap for drip tubing shall be manufactured by Rainbird, or approved equal. The drip pressure regulator shall be a Rainbird No. PSI-HMB 20, or approved equal, with a flow rate of 6 to 300 gph at a pressure of 10 to 80 PSI. Drip emitter filter shall be a Rainbird No. RBV-075-200, or approved equal, for flow range of 5-30 gpm with 150 mesh screen. Drip emitter access boxes shall be Rainbird No. SEB-6 Subterranean Emitter Boxes, or approved equal. Check valves shall be of heavy duty virgin PVC construction with F.I.P. thread inlet and outlet. Internal parts shall be stainless steel and neoprene. Anti-drain valves shall be field adjustable against drain out from 5 to 40 feet of head. All sprinkler heads that are without valves in the heads are to have an anti-drain valve feature and shall have an excess flow feature, which will automatically stop the flow of water when it exceeds the gpm pre-set by the manufacturer. Check valves shall be King Bros., or approved equal. Contractor shall provide to the City of Carlsbad: Two (2) control valve keys. Two (2) wrenches for removing each different type of sprinkler head. Two (2) quick coupler keys. The keys and hose ells shall be of the same manufacturer as the coupling valve. Five (S) keys for opening and locking each automatic controller and enclosure . 10/01/92 95 Contractor to submit complete material list prior to performing any work. Submit catalog • data and full descriptive literature whenever the use of items different from those specified is requested. Submit notarized certificates by plastic pipe and fitting manufacturers indicating that material complies with the specifications, unless material has been previously approved. Submit material list using the following layout (double spaced between each item) Item Description Manufacturer Model No. 1. Pressure Mainline Lasco Sch. 40 2. Lawn Head Rainbird 1806-12F 3. Etc. Etc. Etc. Equipment or materials installed or furnished without the prior approval of the Engineer may be rejected and such materials removed from the site at no expense to the City. Approval of any items, alternative, or substitution, indicates only that the product(s) apparently meet the requirements of the drawings and specifications on the basis of the information or samples submitted. The Contractor is responsible for performance of substituted items. rf substitution proves to be unsatisfactory, replace it with originally specified item at no cost to the City . 212-3.1.1 Irrigation Electrical Service Equipment and Enclosures Electrical service equipment shall consist of the following: A 100 amp, 120/240 volt, single phase load center, Square-O No. Q08-16Ll00RB, or approved equal; A 100 amp rated commercial meter socket with provision for test block bypass having a UL listing and E.U.S.E.R.C. approval; One 15 amp circuit breaker for each irrigation controller energized by the service; One 20 amp circuit breaker for the duplex receptacle. The design, assembly, grounding, wiring and components of the Irrigation Electrical Service Equipment and Enclosure shall meet the requirements of the 1990 edition of the National Electrical Code. Electrical service equipment shall be enclosed in a cabinet constructed entirely of 14 gage, or heavier,304 stainless steel. The cabinet shall be of welded construction with a brushed finish, anchoring points shall be inside the enclosure. The cabinet shall be of design and manufacture that is approved for the proposed application by San Diego Gas & Electric. The cabinet shall have an interior bulkhead separating the 120/240 volt electrical service section from the irrigation controller section. Each section 10/01/92 • • • • • 96 of the cabinet shall have full front opening doors with piano hinges, integral keylock and hasp and staple, or other provision, for padlock. The cabinet shall be provided with cross flow ventilation. Ventilation openings shall be located and designed to preclude rain, irrigation splash, vermin and insects from entering the cabinet. The controller side door shall have provision for mounting control schematics without the use of adhesives or fasteners. The service side door shall have a clear acrylic plastic window to allow the electrical meter to be read. The cabinet shall have a duplex 15 amp 120 volt receptacle with ground fault interrupter protection mounted on the interior service side. 212-3.2.2 Automatic Control Wire -Add the following: Electric wiring running from controller to the automatic control valves shall be No. 14 solid, single conductor, copper wire, 4/64 inch insulation, 4/64 inch neoprene jacket, style UP (Direct Burial), or equal, color code wires to each valve, common wire shall be white No. 12 solid, single conductor wire, 4/64 inch insulation, 4/64 inch neoprene jacket, style UP (Direct Burial) or equal. All controllers shall be grounded by one 10 foot long copper clad grounding rod and General Electric Lightning Arrestor #9L15DCB002 (SO ohms resistance required). Concrete footings shall be 560-C-3250. Section 308 -Landscape Installation 308-2.3.2 Soil Conditioning and Fertilization Procedures. Cultivation. The entire planted areas except slopes steeper than 3-1/2:1 shall be plowed, disked in two directions to a depth of 12", then dragged with a fine tooth harrow. Chemical and physical correction. After cultivation, the following correctives shall be intimately blended 6" deep in all planted areas. 300 lbs. agricultural gypsum per 1,000 sq. ft. 10 lbs. iron sulfate per 1,000 sq. ft. 100 lbs. calcium carbonate lime (CACO3) per 1,000 sq. ft. 5 cu. yds. soil amendment -Type A. Rate of application is for bidding purposes only -soil test may reduce or increase total soil amendment yardage. Adjustments (plus or minus) may be necessary. Contractor shall obtain at least two soil tests of final grade at site an:d submit results to engineer for interpretation and recommendation . 10/01/92 97 The entire project site shall then be irrigated with a deep watering schedule to leach out • salts. The soil shall then be tested again by the agricultural chemist for pH and salts. If soil is found to be in the appropriate range, then nutritional correction may take place. If the soil is not acceptable to the chemist, it shall be further leached through deep irrigation, until it is acceptable. Nutritional correction. After soil has been chemically corrected, Contractor shall amend and rototill 40 lbs. of 1-10-10 fertilizer per 1,000 sq. ft. into the top 611 of soil. The Contractor shall apply post-plant 12-4-6 fertilizer at the rate of 20 lbs. per 1,000 sq. ft., 30 days after planting and every 30 days through the end of the maintenance period. 308-2.4 Finish Grading. Add following: The finish grade in hydroseed areas shall have a moderately rough texture to provide a suitable surface for adherence of the hydroseed mix. Finish grade in median planters shall be 2" below the concrete surface. 308-4 Planting. 308-4.1 General. Add following: Actual planting shall be performed during those periods when weather and soil conditions • are suitable and in accordance with locally accepted horticultural practice, as approved by the Engineer. No planting shall be done in any area until it has been satisfactorily prepared in accordance with these specifications. Soil moisture level prior to planting shall be no less than 75% of field capacity. The determination of adequate soil moisture for planting shall be the sole judgment of the Engineer and his decision shall be final. The Contractor shall obtain approval of planting pits before planting operations shall begin. If the soil moisture level is found to be insufficient for planting, all planting pits shall be filled with water and allowed to drain before starting planting operations. No more plants shall be distributed in the planting area on any day than can be planted and watered on that day. All plants shall be planted and watered as herein specified immediately after the removal of the containers. Containers shall not be cut prior to placing the plants in the planting area. 308-4.2 Protection and Storage. Add following: The Contractor's on-site plant storage area shall be approved by the Engineer prior to the delivery of any plant materials. Any plant determined by the Engineer to be wilted, broken, or otherwise damaged shall be rejected at any time during the project whether in the ground or not. All plants shall be handled by their containers. Any plant that has been handled by its trunk or stern shall be rejected. All rejected plants shall be removed from the site immediately. 10/01/92 • • • • 98 308-4.5 Tree and Shrub Planting. Add following: Amend each cubic yard of backfill for planting holes with a mixture of 30# gypsum, 10# calcium carbonate lime, 1 # iron sulfate and 2/3 cu. yd. organic soil amendment, blended to homogeneous mixture. Fertilizer planting tablets (21 gram size) shall be placed with each plant at the following rates: One (1) tablet per 4" pot container Two (2) tablets per 5 gallon container After preparation of the soil in accordance with specifications, the Contractor shall request one (1) tablet per each two (2) inches of box size container. Pruning shall be limited to the minimum necessary to remove injured twigs and branches, and to compensate for loss of roots during transplanting, but never to exceed one-tenth the branching structure. Pruning may be done only with the approval of, and in the presence of the Engineer. Cuts over three-quarters of an inch shall be painted with an approved tree sound paint. 308-4.6 Plant Staking and Guying. Add following: All boxed trees shall be installed per the details shown on the plans . 308-4. 9 .1 General. Add following: All plants which settle deeper than specified shall be raised to correct level or replaced as directed by the Engineer. Control all weeds as follows: Prior to any seeding, irrigate all planting areas for approximately two weeks to encourage weed seed germination. Allow weeds to grow until they reach a maximum height of two or three inches and then thoroughly spray with either "Round Up" for perennial weeds or "Weed Boomer", "Phytar" or similar for annual weeds. Remove all weeds prior to seeding. Do not use any pre-emergent herbicides. Chemical correctives as mentioned in addenda to Section 308-2.3.2 shall be applied to all slope areas steeper than 3-1/2:1 at half the rate mentioned, and cultivated by hand rake into the soil. Slope areas will then be leached as mentioned in addenda to Section 308-2.3.2. Then allow planting area soil surface to dry out slightly prior to the hydroseeding application. Slopes to be irrigated per Section 308-4.1. Preparation, application and maintenance of hydroseeding shall meet the following requirements as well as those shown on the plans . 10/01/92 99 The slurry shall be prepared at the site and its components shall be mixed to supply to • rates as shown on plans.Hydraulic equipment used for the application of fertilizer, seed, additives and slurry shall have a minimum capacity of 1,000 gallons and shall be mounted on a traveling unit which will place the slurry tank and spray nozzles within sufficient proximity to the areas to be sprayed so as to provide distribution without waste. The operator shall spray the area with a uniform visible coat using the color of the cellulose fiber as a visual guide. The slurry shall be applied in a downward drilling motion via a fan stream nozzle. The spray operation must be so directed that the slurry spray will also penetrate the soil surface to drill and mix the slurry components into the soil, thus ensuring maximum impregnation and coverage. The hydroseeding will be applied in two applications. The first application will consist of the appropriate seed mix and fertilizer and 1,000 lbs. per acre of mulch fiber. The second application will include soil stabilizer and 1,000 lbs. per acre of mulch fiber.The hydromulching slurry components shall not be left in the hydromulch machine for more than two hours. If slurry components are left for more than two hours in the machine, the Contractor shall add 50% more of the originally specified seed mix to any slurry mix which has not been applied within the two hours after mixing. The Contractor shall add 75% more of the original seed mix to any slurry mixture which has not been applied eight hours after mixing. Any mixture not applied after eight hours shall be rejected and disposed of off-site at Contractor's expense. Special care is to be exercised by the Contractor to prevent the slurry from being sprayed onto any adjacent property, or onto drainage ditches and channels. Any slurry sprayed onto these areas shall be cleaned off by the Contractor.Noxious weed growth appearing in the seed mix planting areas during the maintenance period which is detrimental to the hydroseed germination • and growth, shall be removed manually. Weeding will not be required after 120 days unless specified by the Engineer. 308-6 Maintenance and Plant Establishment. Add following: For hydroseeded and median planter areas the maintenance period shall be minimum 120 days or until final acceptance of the project. The Contractor shall provide complete landscape maintenance of all planting areas. The work shall include, but not be limited to, watering, litter control, weed control, stake repair, cultivating, repair of irrigation systems, and control of diseases and pests.All planted areas, except hydroseed areas, shall be treated with an approved granular pre-emergent herbicide according to manufacturer's specifications at the beginning of the maintenance period and if the product specifies, additional scheduled treatments on a regular schedule, as required through the maintenance period.At the direction of the Engineer, the Contractor shall control weeds, disease, and pest infestations in the planting areas. The Engineer shall approve all methods and materials for such control. Upon approval, the Contractor shall implement the control measures exercising extreme caution in using pesticides and taking all steps to ensure the safety of the public. Only licensed personnel will be permitted to perform toxic spraying work. During establishment period the Contractor shall furnish sufficient men and equipment on a daily or weekly basis to perform and work required by this section. Any day when the contractor fails to adequately carry out specified maintenance work, as determined necessary by the Engineer, the day will not be credited as one of the plant establishment days. All planting areas which are damaged by construction shall be repaired 10/01/92 • • • • 100 by the Contractor within 30 days following completion of construction in such areas, unless otherwise approved. Repair shall consist of bringing the damaged area back to final grade: replanting the area with the same vegetation as originally specified, and maintaining the area to achieve acceptable plant establishment. Contractor is required to take all precautionary measures to protect the native vegetation in all areas outside the limits of grading. Individual trees which are to remain should be protected with the placement of an approved barrier at the drip-line of the tree. Protective barriers to be plastic mesh on redwood stakes 36" high. Groups of trees or shrubs which are to remain should be protected with approved barriers firmly anchored to the ground at an adequate distance to protect the planting. No material should be stockpiled; no equipment parked, repaired, or refueled; and no oil, gasoline, paint, or other contaminants dumped or stored within 25 feet of the drip-line of trees and shrubs which are to remain. Temporary irrigation shall be provided for hydroseeded areas for a minimum of 120 days to ensure adequate plant establishment. Towards the end of the maintenance period the contractor shall gradually reduce the amount of irrigation to allow plant adaptation to non-irrigated conditions. The Engineer shall inspect all hydroseeded areas for adequate plant establishment at the end of the maintenance period. Upon the approval of the engineer, the temporary irrigation system shall be shut off at that time. Prior to the acceptance of the hydroseeded areas by the engineer, a certification report must be submitted by a registered Landscape Architect, stating that the hydroseeding was done according to the project specification and that its growth is adequately established, i.e., 80% coverage, to prevent erosion. Contractor shall call for a final inspection two weeks before the end of the 30-day and 120-day maintenance period. Failure to pass inspection will result in an extension of the maintenance period for such period as the engineer deems necessary. 308-7 Guarantee. Add following: All 24" box trees installed under the contract shall be guaranteed to live and grow for one year from the day of final acceptance of the contract work. All other plant material, including ground covers, shall be guaranteed to live and grow for a period of thirty days from the day ·of final acceptance of the contract work. Any material found to be dead, missing or in poor condition during the maintenance period, shall be replaced immediately. The Engineer shall be the sole judge as to the condition of the material. Material found to be dead or in poor condition within the guarantee period shall be replaced by the Contractor at his expense within fifteen days of written notification. Replacements shall be made to the same specifications required for the original plantings. 308 Landscape and Irrigation Installation -Add the following: 308-2.2 Trench Excavation and Backfill -Add the Following: Do not backfill until the pipe system has been subjected to a hydrostatic test as specified. Perform all excavations as required for the installation of the irrigation system. Restore 10/01/92 101 all surfaces, existing underground installations, etc., damaged or cut as a result of the • excavations to their original condition, and in a manner satisfactory to the City. The following minimum covers shall be provided: 30" min. cover over mainlines under median paving. 18" min. cover over lateral lines under median paving. 611 cover over poly tubing lateral lines. 308-5 Irrigation System Installation 308-5.1 General -Add the following: Locate lines, valves and other underground utilities and receive the approval of the Engineer before digging trenches. Contractor shall be responsible for damages caused by his operations. Connections shall be made at approximately the locations shown on the drawings. Contractor shall be responsible for unapproved changes. Permission to shut off any existing in-use water lines must be obtained 48 hours in advance, in writing from the City, as to the exact length of time of each shut-off. The entire irrigation system shall be under full automatic operation for a period of 7 days prior to any planting. The work shall be accepted in writing when the entire scope of work has been completed • satisfactorily to the City. No allowance for deviation from the original plans and specifications will be made unless previously approved by the City. The Engineer shall have final authority on all matters regarding landscape and irrigation installation of the project. The Contractor shall provide at least one person who shall be present at all times during execution of this portion of the work who shall be thoroughly familiar with the type of materials being installed, the material manufacturer's recommended methods of installation, the City of Carlsbad's Reclaimed Water Standards, and who shall direct all work performed under this section. 308.5.2 Irrigation Pipeline Installation -Add the following: All pressure main line piping from the irrigation system shall be installed to maintain 10 feet minimum horizontal separation from all potable water piping. Where reclaimed and potable water pressure mainline piping cross, the reclaimed water piping shall be installed below the potable water piping in a P. R. 200 PSI, SDR 21 "Alertline" PVC sleeve which extends a minimum of 10 feet on either side of the potable water piping and provide a minimum vertical clearance of 12 inches. Conventional (white) PVC pipe Schedule. 40 may be used for sleeving material if it is taped with 3 inch wide red warning tape which reads "Caution Reclaimed Water". For trenching through areas where topsoil has been spread deposit topsoil on one side of trench and subsoil on opposite side. Subsoil shall be 10/01/92 • • • • 102 free of all rocks 1/2 inch in diameter or larger, debris, and litter, prior to use as backfill where so indicated on detail. Repair any leaks and replace all defective pipe or fittings until lines meet test requirements. Do not cover any lines until they have been inspected and approved for tightness, quality of workmanship, and materials. The trenches shall not be backfilled until all required tests and observations are performed. Observations include sprinkler heads, all fittings, lateral and mainline pipe, valves, and direct burial wire. 308.5.2.3 Plastic Pipeline -Add the following: Pipe and fittings shall be stored under cover until used, and shall be transported in a vehicle with a bed long enough to allow the length of pipe to lay flat so as not to be subjected to undue bending or concentrated external load at any point. Pipe ends and fittings shall be wiped with MEK, or equal, before welding solvent is applied. Welded joints shall be given a minimum of 15 minutes to set before moving or handling. All field cuts shall be beveled to remove burrs and excess before fitting and gluing together. Center load pipe with small amount of backfill to prevent arching and slipping under pressure. Leave joints exposed for inspection during testing. Plastic to plastic joints shall be Solvent-welded using solvent recommended by pipe manufacturer only. 308.5.2.6 Installation of Brass Pipe. Add the following: Cut brass piping by power hacksaw, circular cutting machine using an abrasive wheel, or hand hacksaw. Cut no piping with metallic wheel cutter of any description. Ream and remove rough edges or burrs so that smooth and unobstructed flow is obtained. Place Teflon tape, Teflon dope, or approved equal on male threads only, and tighten to prevent any leakage. Tighten screwed joints with tongs or wrenches. Caulking is not permitted. 308.5.3 Installation of Valves, Valve Boxes, and Special Equipment. 308.5.3.1 Valves -Add the following: Install each control valve in a separate valve box with a minimum of 12" separation between valves and 6" from any fixed object or structure. Valve box -Add the following: Install no more than one valve per box. All boxes are to be marked as to the type of valve. Remote control valve boxes shall also indicate control station number. Backflow preventer -Add the following: Backflow preventer assembly shall be installed m accordance with manufacturer's specifications and as directed on drawings. Exact location and positioning shall be verified on the site by the Engineer. 10/01/92 308.5.4 Sprinkler Head Installation and Adjustment. 308-5.4.4 Sprinkler Head Adjustment. Add the following: 103 The Contractor shall flush and adjust all irrigation heads and valves for optimum performance and to prevent over-spray onto walks, roadways, buildings, walls and other structures. 308.5.4.5 Drip Assembly. Add the following: Drip emitter filter shall be installed prior to electric pressure regulating control valve for all emitter system. Flush valve shall be installed to the downhill end of the drip lateral as shown on the drawings. 308-5.5.1 Automatic Controller -Add the following: Controller shall be pre-assembled by Hydroscape Technical Services, or approved equal, with vandal-resistant, stainless steel enclosures. 308-5.5.1.1 Remote Control Wiring -Add the following: Provide one control wire and one common ground wire to service each valve in system. • Control wire splices shall be allowed only on runs of more than 300 feet, splices shall be • performed as follows: (1) Strip off minimum of 2-1/2 inches of insulation from each wire. (2) Connecting and splicing of wire at the valves shall be made using Dura Seal crimp splices as manufactured by Raychem Corporation, or approved equal. Contractor shall refer to Raychem installation procedures using ultratorch 3 heating tool. No other splices will be allowed without prior written approval by the Engineer. 308-5.6.3 Sprinkler Coverage Test -Add the following: This test shall be accomplished before any ground cover is planted. 308-7 Guarantee -Add the following: Submit written irrigation guarantee in approved form that all work showing defects in materials or workmanship will be repaired or replaced at no cost to the City of Carlsbad for a period of one year from the date of acceptance by the City of Carlsbad. The Guarantee form shall be re-typed on the Contractor's letterhead and contain the following information: 10/01/92 • • • • 104 Guarantee for irrigation system (project name) we hereby guarantee that the irrigation system we have furnished and installed for (project name) is free from defects in materials and workmanship, and the work has been completed in accordance with the drawings and specifications, ordinary wear and tear and unusual abuse, or neglect excepted. We agree to repair or replace any defects in material or workmanship which may develop during the period of 1 year from date of acceptance and also to repair or replace any damage resulting from the repairing or replacing of such defects at no additional cost to the City of Carlsbad. We shall make such repairs or replacements within a reasonable time, as determined by the City of Carlsbad, after receipt of written notice. In the event of failure to make such repairs or replacements within a reasonable time after receipt of written notice from the City of Carlsbad, we authorize the City of Carlsbad to proceed to have said repairs or replacements made at our expense and we will pay the costs and charges therefore upon demand. Project: (Project Name) Location: (Legal Description of Project Property) Signed Address Telephone: Signature Date 308-7 .1 Record Drawings Title Record drawings shall be prepared and shall show all changes in the work constituting departures from the original contract drawings including those involving both constant-pressure and intermittent-pressure lines and appurtenances. All conceptual or major design changes, including any changes that may be affected by the requirements of these standard specifications, shall be approved before implementing the changes in the construction contract. Failure to receive prior approval may result in rejection of the work. Record accurately on one set of black and white prints of the irrigation drawings, all changes in work constituting departures from the original contract drawings, including changes in both pressure and non-pressure line. Upon completion of each increment of work, transfer all such information and dimensions to the prints. Record changes and dimensions in a legible and professional manner. When the drawings are approved, transfer all information to a set of reproducible photo mylar drawings. Dimension from two permanent points of reference (buildings, monuments, sidewalks, curbs, pavement) . Post information on record drawings day to day as the work is installed. All dimensions 10/01/92 105 noted on drawings shall be 1/8 inch in size. Upon completion of each increment of work, • all required information and dimensions shall be transferred to the record drawings. Facilities and items to be located and verified on the record drawings. Show dimensional location and depth of the following: A. Point of connection B. Routing of irrigation pressure mainlines (dimension maximum 10 feet along routing and all directional changes). C. Ball valves D. Irrigation control valves. E. Quick coupler valves F. Routing of control wires G. Automatic controllers H. Other related equipment (as directed by the Landscape Architect). Maintain record drawings on the site at all times. These drawings are subject to inspection at any time. Make all changes to reproducible drawings in ink (no ball-point pen). Use eradicating fluid when re-doing drawings. Changes in dimensions shall be recorded in a legible and professional manner. Record construction drawings shall be maintained at the job-site during construction. The Contractor shall provide one set of mylar "record" drawings to the Engineering Department after submitting blue-line prints of the proposed "record" drawings for, and obtaining their approval by the Engineer. 308-7.2 Controller Chart -Add the following: Record drawings shall be approved by the Engineer before charts are prepared. Provide one controller chart of the maximum size controller door will allow, for each controller supplied, showing the area covered by that automatic controller. The chart shall be a reduction of the actual record system drawing with a legend to explain all symbols. If the controller sequence is not legible when the drawing is reduced, enlarge it to a size that will be readable when reduced. Chart shall be a Xerox print and a different pastel transparent color used to show area of coverage for each station. When completed and approved, hermetically seal the chart between two pieces of plastic, each piece being a minimum 20 mils thick. Charts shall be completed and approved prior to final inspection of the irrigation system. 308-7 .3 Operation and Maintenance Manuals -Add the following: Prepare and deliver to the Engineer within 10 calendar days prior to completion of construction, all required and necessary descriptive material in complete detail and sufficient quantity, properly prepared in four individual bound copies. Describe the material installed in sufficient details to permit qualified operating personnel to understand, operate and maintain all equipment. Include spare parts list and related manufacturer information for each equipment item installed. Each manual shall include the following: 10/01/92 • • • • • 106 A. Index sheet stating contractor's address and telephone number . B. Duration of Guarantee period. C. List of equipment with names and addresses of manufacturer's local representative. D. Complete operating and maintenance instructions on all major equipment. In addition to the maintenance manuals, provide the maintenance personnel with instructions for major equipment and show written evidence to the engineer at the conclusion of the work, that this service has been rendered. 307-7 .4 Check List -Add the following: Complete the following checklist at the end of the project, using the format shown: A. B. C. D. E. F. G. H. I. J. Plumbing permits (if none required, so note.) Materials approval Pressure mainline test (by whom, and date) Record drawings completed (Received by, and date) Controller chart completed (Received by, and date) Materials furnished (Received by, and date) Operation and maintenance manuals furnished (Received by, and date) System and equipment operation instructions (Received by, and date) Manufacturer warranties (Received by, and date) Written guarantee by Contractor (Received by, and date) Forward signed and dated checklist to the Engineer before final acceptance of project. 308-7.5 Final Acceptance -Add the following: When all work under this contract has been completed, including testing adjustments, additions or deletions, the Contractor will notify the Engineer for final inspection and approval. Final acceptance by the City does not relieve the Contractor of his responsibility of warranty. 308-8 Measurement of Payment -Add the following: The lump sum or unit prices set forth in the contract documents shall include, but not be limited to, full compensation for furnishing all labor, materials, tools, and equipment and performing all work necessary to complete and maintain irrigation work described or specified in the contract documents, including reduced pressure backflow preventer, ball valves, drip valve assembly, electric control valves, quick couplers, controller wires, pull boxes, valve boxes, all piping and sleeves, electrical conduit, irrigation heads, drip emitters, bubblers, drip irrigation equipment, connection from electrical service to irrigation electrical meter, connection from meter to irrigation controller(s), installation of controller enclosure, concrete pads, and all appurtenances to the aforementioned items . 10/01/92 PART 3. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS FOR CONSTRUCTION METHODS 300 EARTHWORK 107 General. Earthwork shall conform to Section 300 of the SSPWC, except as modified herein. 300-1 Clearing and Grubbing. Add to Section 300-1.1 the following: Also included in clearing and grubbing shall be removal and disposal of existing P.C.C. ditch, reinforced concrete, curtain wall, street lights, guardrail and barricades, fences, existing gates, existing drain pipes, traffic signs, and other existing features which interfere with the roadwork, whether or not such items are called out on the plans or in the specifications for removal. 300-1.2.1 Relocate Existing Trailer. Payment for relocating the existing trailer shown on Sheet 20 shall be at the contract lump sum bid and shall include compensation for all labor, materials, equipment, grading, foundation, water service removals and relocations, electrical reconnections, and all other incidentals required to relocate the facility complete and in place. Requirements. Add the following to Section 300-1.3.2: Add: 300-1.3.2 a, b, c, -AC Removals Sawcutting will be required at limits of bituminous pavement removals. All existing Portland Cement Concrete (PCC), asphalt concrete (AC) and the suitable aggregate base material shall be removed and processed to provide Recycled Miscellaneous Base (RMB) meeting requirements of Section 200-2, of the Special Provisions. All crushing, screening, blending and other processes necessary to produce the RMB shall be done on site. The cost for removing existing PCC and AC improvements and existing aggregate base material shall be included in the unit price bid for recycled AC and recycled aggregate base and shall include full compensation for removal, transport of the material to the crusher and placement in the new roadbed. Payment shall be made by the cubic yard of the material in place as it exists prior to removal. Payment for the portion of the existing aggregate base not used for recycling shall be included in the unit price bid for unclassified excavation. The PCC and AC and existing aggregate base removal payment quantity will be based on physical measurement at representative intervals while removal work is in progress. The project inspector will make the measurements with the contractor's representative. The • • contractor's representative will sign the City's removal quantity sheet at the end of each • day which will represent agreement with that day's measurements. Failure of the 10/01/92 • • • 108 contractor to sign these sheets shall constitute the contractor's approval of the City's measurements. The quantity calculation will be based on average end area converted to cubic yardage. The contractor shall not perform any AC or existing aggregate base removals without first giving sufficient notice to the project inspector. Failure to give sufficient notice shall be cause for the City to refuse payment for work performed. 300-2 Unclassified Excavation. Add the following Subsections to Section 300-2: Add: Modify Section 300-2, Unclassified Excavation and Section 300-4, Unclassified Fill as follows: Unclassified Excavation shall include salvaging clean excavated material and filling areas to the required grades and cross section. Unclassified Excavation shall be utilized onsite to make all fills shown on the plans. Excess Unclassified Excavation material may be spoiled in accordance with Sections 300-4.1 through 300-4.8 at the auxiliary spoil site to the limits shown or disposed of offsite. Unclassified Excavation shall include compaction of the top one foot of subgrade in the roadway prism to 95% relative compaction . 300-2.2.3 Compressible Soil. Compressible soils such as ex1stmg uncontrolled or unacceptable fill, alluvium, and colluvium may exist within portions of the Project site. Where required by the Engineer, such compressible soils shall be removed from areas to receive fill or from areas upon which surface improvements are to be placed. The removal and disposal of such compressible soils shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered otherwise unsuitable by the Engineer in which case it may be paid for in accordance with Subsection 300-2.2.1. 300-2.2.4 Instability of Cuts. The Contractor shall remove additional material as directed by the Engineer to improve the stability of excavated cuts. The removal of such excavated material shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered otherwise unsuitable by the Engineer, in which case it will be paid for in accordance with Subsection 300-2.2.1. Slopes. Modify the first sentence of the second paragraph of Section 300-2.5 of the SSPWC to read as follows: The tops of excavation slopes and the end limits of excavations shall be rounded and provide smooth transitions to abutting existing ground, and these quantities will not be included in the quantities to be paid for as excavation . 10/01/92 109 Measurement (Unclassified Excavation). Modify Section 300-2.8 of the SSPWC to include • the following provisions. Unclassified Excavation shall be measured based on the volume it occupies in its original position before excavating. The payment quantity shall be determined form the original ground contours after clearing and the design elevations shown on the plans. Quantities for areas requiring additional cut due to compressible soil or instability of cuts shall be based on original ground contours after clearing and the new contours at bottom of cut. Payment (Unclassified Excavation). Modify Section 300-2.9 of the SSPWC to include the following provisions: Payment for Unclassified Excavation will be made at the unit price bid in the proposal. All topographic surveying and calculations necessary to quantify payment quantities for Unclassified Excavation shall be done by a licensed land surveyor in the State of California at the contractor's expense. The contractor shall provide the City with a quantity calculation for each area surveyed within 10 working days of the survey. Additionally, prior to final payment, a compete set of quantity calculations shall be submitted to the City along with the surveyor's certification that the earthwork for the project was staked per design/plan elevations and the grading substantial complies with contract tolerances. The contractor shall notify the project inspector in writing, a minimum of 24 hours in advance, of any field surveying to establish Unclassified Excavation payment quantities. Failure to make this notification shall be grounds for refusal to make payment for the • work. Local borrow sites and spoil site (auxiliary sites) are provided as shown on the plans. Compensation for temporary stockpiling for future use of material at these sites will be included in the unit price bid for Unclassified Excavation. No separate payment will be made for this item. Local borrow shall be paid as Unclassified Excavation. Material removed from local borrow areas to be used in required fills will be paid as Unclassified Excavation. Auxiliary sites shall be shaped to final grades acceptable to the engineer. Payment shall include costs of grading for the temporary detour roads, earthen swales and drainage channels as shown on the drawings. 300-4 UNCLASSIFIED FILL. All fills shall be constructed in conformance to this section except as follows: Preparation of Fill Areas. Add the following to Section 300-4.2 of the SSPWC. Areas to receive fill, including areas over excavated as directed by the engineer, shall be scarified to a depth of 6 to 8 inches, brought to near optimum moisture conditions and compacted to at least 90 percent relative compaction. 10/01/92 • • • • 110 Add the following to Section 300-4.4 of the SSPWC: Benching shall conform to the City of Carlsbad Supplemental Standard Drawing GS-14. Quantities for benching preparatory to fill placement, where required, are considered incidental work and these quantities will not be included in the quantities to be paid for as excavation. Slopes. Add the following to Section 300-4.8 of the SSPWC. Compaction of fill slopes shall be achieved by overbuilding the slopes and then cutting back to the compacted core at design line and grade. The outer 8 inches of the slope surface may be rolled to a relative compaction of 85 percent. Feathering of fill over the tops of slopes will not be permitted. The tops of slopes shall be rounded as detailed on City of Carlsbad Supplemental Standard Drawing GS-14. Material composed principally of igneous rock encountered in the excavation shall be broken into particles of less than three inches. Particles with dimensions greater than three inches shall be uniformly distributed over the area to be filled so that construction equipment can be operated in such a manner that the larger pieces will be broken into smaller particles and become incorporated with the other materials in the layer. This requirement for particle size reduction does not apply to cobbles, small boulders, and small hard rocks found within the surface soils and formational materials. Rocks with a particle size greater than 18 inches shall not be incorporated into the fill. Oversize materials as required may be placed at the end of drainage to act as energy dissipaters at locations shown on the plans. Oversize material which cannot be utilized for erosion mitigation or landscaping onsite shall be removed from the site by the Contractor. Rock exceeding 6 inches in diameter shall not be placed in the upper three feet of any fill. When there are large quantities of rock to be placed in the fill, rocks shall not be nested, but shall be spread with sufficient room between them so that intervening voids can be adequately filled with fine material to form a dense, compact mass. A separate grading permit will be required for disposal of rock. Payment -Payment for overbuilding of slopes will be included in the unit price bid for Unclassified Excavation and separate payment for quantities necessary for overbuilding slopes will not be made. NO PAYMENT SHALL BE MADE FOR ANY UNCLASSIFIED FrLL. All equipment and manpower required to construct fills shall be paid for by the amounts bid for Unclassified Excavation. 300-9 GEOTEXTILES AND EROSION CONTROL: Add the following to Section 300-9 of SSPWC: 10/01/92 111 300-9.2 General. Temporary erosion control shall conform to the requirements shown on • the Plans, specified herein, and as elsewhere required by the Contract Documents. Temporary erosion control shall include, but not be limited to, the work specified herein, and shall additionally include such additional measures, as may be directed by the Engineer, to properly control maintenance of the site area and construction impacts upon areas receiving drainage flows from the project area. 300-9.2.1 Grading Controls. The Contractor shall provide temporary earth berms, sandbags and similar measures, coordinate with his construction procedures, as necessary to control site erosion during the construction period. Special attention will be required to protect areas which have been cleared and grubbed prior to excavation or embankment operations, and which are subject to runoff during the period from November 16 to April 14. Temporary measures may include, but shall not be limited to: temporary desilting basins; contour graded ditches; temporary paved and unpaved ditches; sandbags and filter fabric fences to filter silt and sediment from runoff. Temporary erosion control measures shall include, but not be limited to, the following: 1. The Contractor shall conduct his operations in such a manner that storm runoff will be contained within the project or channeled into the storm drain system which serves the runoff area. 2. Storm drain systems, toe of slope drains, and outlet structure shall be constructed and operating prior to commencing, or concurrently with placing, an embankment. Temporary downdrains, drainage structures, and other devices shall be provided to channel storm runoff water into the respective permanent storm drain systems during construction. Mud and silt shall be settled out of the storm runoff before said runoff enters the storm drain system. 3. Embankment areas, while being brought up to grade and during periods of completion prior to final roadbed construction, shall be protected by various measures to eliminate erosion and the siltation of downstream facilities and adjacent areas. These measures may include, but shall not be limited to: temporary downdrains, either in the form of pipes or paved ditches with protected outfall reams; graded berms around areas to eliminate erosion of embankment slopes by surface runoff; confined ponding areas to desilt runoff; and temporary check dams in toe of slope ditches to desilt runoff. 4. Excavation areas, while being brought to grade, shall be protected from erosion and the resulting siltation of downstream facilities and adjacent areas by the use of various temporary erosion control measures. These measures may include, but shall not be limited to: check dams; confined ponding areas to desilt the runoff; and protection, such as sand bags around inlets which have not been brought up to grade. 10/01/92 • • • • • 5 . 112 Contour graded areas shall be protected against erosion and the resulting siltation of downstream facilities and adjacent areas during grading operations. Various measures may include, but shall not be limited to: the use of graded contour berms to control sheet flow; supplemental grading of large areas around temporary or unfinished inlet structures, such as inside ramp loops, to provide desilting basins; and temporary ditch paving. 300-9.2.2 Pavment. Full compensation for performing water pollution control and erosion control which is not a part of the planned permanent work shall be considered as included in the contract price paid per cubic yard for roadway excavation and no additional compensation will be allowed therefor. Full compensation for any extra cost involved in performing planned permanent water pollution control and erosion control to act as temporary water pollution control and temporary erosion control shall be considered as included in the contract prices paid for various items of work involved and no additional compensation will be allowed therefor. 301-1 SUBGR/1.DE PREPARATION General. Modify Section 301-1 of the SSPWC to include the applicable portions of the Regional Supplement Amendments, relating thereto. Recompact subgrade twelve inch (12") depth is an integral part of the roadway section (structural section and typical section) for the entire roadway except in area to receive A.C. overlays. Payment for subgrade preparation shall be included in the contract bid price for Unclassified Excavation and shall include all operations and equipment to compact or recompact all subgrade, either in cut areas or in fill areas, to 95% maximum dry density (ASTM-1557) and no further compensation will be allowed. 301-2 UNTREATED BASE Recycled Miscellaneous Base (RMB) shall be utilized in the lower 12" of the new untreated base section and/ or on the total section of the temporary roadway detour. All RMB shall be manufactured onsite and shall be manufactured from onsite AC, PCC and existing aggregate base removals shall be used onsite in its entirety. Placement of RJ\1B shall conform to Section 301-2 of SSPWC. Upon exhaustion of RMB, Class II sub-base shall be used in the same lower one half of the new section as the RMB. The contractor shall provide full-time onsite quality control testing during processing of material at the location of manufacture of the RMB. The contractor shall provide the City, upon request, all test results for tests performed. The City will perform verification testing of the RMB as it deems necessary. The final payment quantity for recycled miscellaneous base manufacture, placement, and compaction shall be the total cubic yardage established for PCC, AC and existing aggregate base removals. 10/01/92 113 301-2.4 MEASUREMENT AND PAYMENT. Add the following: The quantity shown in the bid schedule for Class [I Aggregate Base and Sub-base is based upon a twenty-one inch (21 ") thickness, which includes nine inch (9") Class II Aggregate Base and twelve inch (12") thickness for Class II Aggregate Sub-base/RMB. The quantity shown in the bid schedule for Class II Aggregate Sub-base does not include that portion of sub-base consisting of processed miscellaneous base (RMB). Payment for Class II Base and Class II Sub-base shall be at the unit price bid per ton. 302-5 ASPHALT CONCRETE PAVEMENT General. Placement of asphalt concrete pavement shall conform to Section 302-5 of the SSPWC as modified herein: 302-5.5 Distribution and Spreading. Modify this section as follows: After second sentence of sixth paragraph add: The spreading and finishing machine used to construct the asphalt concrete surface source shall be equipped with an automatic screed control for surface course paving. The automatic screed control shall be 30 feet minimum length. The paving machine shall be operated by an operator and two full-time screed men during all paving. A backup paving machine will be onsire during all paving operations. A backup asphalt windrow pickup machine (ASPWP) will be required at all times when a ASPWP is used. Additionally, a front end loader will be required during all ASPWP paving. The surface course shall be 2 inches thick. Leveling courses will be required in a variable thickness pavement section. Tack coat will be required between the interface of existing pavement and new pavement and when new pavement, in the opinion of the engineer, is dirty enough to preclude bonding between successive lifts of asphalt. 302-5.6.1 Rolling General. Modify this section as follows: Second paragraph, Part (2), add: Pinched joint rolling procedures shall be required, vibratory rollers shall be limited to breakdown, unless otherwise directed by the Engineer. After last paragraph, add: "Unless directed by otherwise the Engineer, the initial breakdown rolling shall be followed by a pneumatic-tired roller as described in this Section." 10/01/92 • • • • • • 114 Add: 302-9 Asphalt Drainage Ditch in Median Asphalt drainage ditch shall conform to Section 302-5. Payment. Payment for asphalt drainage ditch shall be per linear foot and shall include the cost of labor, materials and equipment to furnish and install complete and in place. Add: 302-10 Asphalt Police Ramps Asphalt police ramps shall conform to Section 302-5. Payment. Payment for asphalt police ramps shall be per each and shall include all miscellaneous drainage items as shown on plans. 303-2 AIR-PLACE CONCRETE Modify the Regional Standard Drawing D-75 as follows: Replace stucco netting with 611x6"x#l0x#l0 welded wire mesh. 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS Curbs. Curb face to be stamped with insignia11RW" to indicate the irrigation sleeve locations . Drivewavs. Driveways are to conform to Standard Drawing No. Gl4 modified to a thickness of 7-1/2". Alley Intersections, Access Ramps, and driveways. Finishing of access ramps (including pedestrian ramps) shall be as indicated on reference drawings. Special finishing tools are required for the perimeter scoring and herringbone pattern (both left and right handed) for Caltrans ramps. Contractor shall have possession of such tools prior to work starting. Measurement and Payment. Curb and gutter and curb shall be considered as continuing across driveways and access ramps when constructed adjacent thereto. Neither curb and gutter nor curb will be paid for across the length of local depressions. 303-6 ST AMPED CONCRETE 303-6.1 After the last paragraph add: Payment for stamped concrete shall be made on the basis of the Contract Price Bid per square foot and shall also include full compensation for furnishing all labor, materials, tools, equipment and installing complete and in place and no further compensation will be allowed. 10/01/92 115 303-6.3.1 Method A (Dry Shake) Palomar Airport Road: Color shall be Santa Barbara Brown ("Scofield Co." or equal). El Camino Real: Color shall match existing color in medians on El Camino Real. 303-6.4 Pattern Palomar Airport Road: Pattern shall be flagstone ("Bomanite" pattern or equal). El Camino Real: Pattern shall be random cobble to match existing medians in El Camino Real. 303-8 MEDIAN INTERLOCKING PAYERS Median paving shall consist of 2 3/8" (6cm) thick interlocking precast, integrally colored concrete pavers conforming to the details shown on the plan, and these special provisions. At the Contractor's option, one of the following types of concrete pavers, or equal, may be furnished and installed where shown on the plans: SUPPLIER Perrna Concrete dba Lockstone Products 12490 Day Street Riverside, CA 92508 (714) 653-1187 Hazard Mart, Inc. 5590 Eastgate Mall San Diego, CA 92121 (619) 587-3636 Muller Supply Company 415 S. Sacramento Street Lodi, CA 95240 (800) 692-3463 Median Interlock Pavers Add the following subsections: 10/01/92 • • • • • • 116 303-8.1 General: This work shall consist of constructing median interlocking pavers at the locations on the Plans using interlocking paving stones placed on a 2" sand bedding course on a support/filter fabric in accordance with the Plans and these Special Provisions. The net size, type and color of paving stones shall match as close as possible the existing pavers within the median east of Avenida de las Rosas on Palomar Airport Road. Two sample units, type and color shall be submitted to the Engineer for approval prior to construction. Paving stones shall be delivered and unloaded at the job site on pallets or bound in such a manner that no damage occurs to the product during hauling, handling or unloading at the job site. 303-8.2 Materials A. Paving stones -all interlocking concrete pavmg stones shall conform to the following specifications: 1. Pavers shall have a mm1mum compressive strength of 8,000 psi in accordance with testing procedures ASTM C-140. 2. Materials used to manufacture interlocking concrete paving stones shall conform to the following: (a) Cement -ASTM C-150 (Portland Cement) (b) Aggregates -ASTM C-33 ( washed, graded sand and rock, no expanded shale or lightweight aggregates). 3. Size, shape, design and colors shall be in accordance with details as noted on the Plans. Placement of paving stones shall be in the herringbone pattern or equal approved by the Engineer. 4. Installation should start from a comer of a straight edge and proceed forward over the undisturbed sand laying course in a Herringbone arrangement. 303-8.3 Construction: Subgrade Preparation: Preparation of the subgrade shall conform to the Earthwork Section of these special provisions. A 2" sand bed shall be placed on a support/filter fabric typar spundbonded polypropylene or equal, as manufactured by Dupont Inc. Tel (800) 441-7515. 303-8.4 Interlocking Pavers: Construction of interlocking concrete paving stones shall comply with the following requirements: 10/01/92 1. 2. 117 Pavers shall be clean and free of foreign materials before installation. Installation should start form a corner of a straight edge and proceed forward over the undisturbed sand laying course in a Herringbone arrangement. 3. Paving work shall be plumb, level and true to line and grade (plus or minus 1/8 inch); shall be installed to properly coincide with adjacent work and elevations after vibrating pavers in place. (All edges must be retained to secure the perimeter stones and the sand laying course.) a. Paving stones shall be installed hand tight and level on the uncompacted and dry sand laying course. String lines should be used to hold pattern lines true. b. A plate vibrator shall be used to compact the stones and to vibrate the sand up into the joints between the stones. c. Plaster sand shall be spread over the installed paving stones so that it may be vibrated into the joints between the stones. d. Excess sand shall be swept into the joints or disposed of from surface are. e. The completed paving stone installation shall be swept and cleaned to provide a clean, finished, workmanlike installation. f. To assure paving stones are kept in a clean finished condition, the Contractor shall cover them during the asphalt concrete paving operation. 4. Cutting of paving stones may be done with either a double-bladed breaker or a masonry saw. 303-8.4 Sand Bedding Course: Sand shall conform to the following requirements: 1. Sand shall be a clean, washed sand with 100% passing a No. 4 sieve size and a maximum of 3% passing a No. 200 sieve size, and commonly known as plaster sand. 2. Thickness of sand laying course shall be as shown on the Plans and shall be uniform to ensure an even surface. 3. The sand laying course shall be the responsibility of the paving stone installer. 4. The sand shall be dry and not be vibrated or compacted until after the paving stones have been placed. 10/01/92 • • • • • 118 303-8.5 Measurement and Payment: Payment for furnishing and installing interlocking pavers within median as designated on the Plans shall be at the contract unit price per square foot for Median Interlocking Pavers. Compensation for the work involved in constructing the filter fabric and sand bedding course as required in these Special Provisions shall be considered as included in the price bid for median interlocking pavers and no additional compensation will be allowed. Measurement to determine pay quantities for this bid item shall be made in horizontal plane. 303-9 CURB INLETS. LOCAL DEPRESSIONS, CATCH BASINS, PIPE COLLAR, AND HEADWALLS General. The above items shall conform to the requirement of the Drawings, to Sections 303-1 and 303-2 of the SSPWC, and to the applicable Standard Drawings except as modified herein. Pipe Collar. Pipe collar shall be installed where required by the Plans and shall conform to the City of Carlsbad Supplemental Standard Drawing No. DS-5. The shape on the bottom portion of the collar shall be as shown on Standard Drawing No. D-62. Payment. Payment shall be made on the basis of the Contract Price Bid for each item and shall also include full compensation for manhole frames and covers, reinforcing, miscellaneous metal items, and pre-cast concrete sections, and all appurtenant items required to complete the work as indicated. Payment for local depression, including abutting linear curb, shall be included within the Contract Price Bid for curb inlet. Payment for pipe collar shall be made at the unit price bid and no additional compensation shall be allowed therefor. 306 UNDERGROUND CONDUIT CONSTRUCTION General. Modify Section 306 of the SSPWC as follows: 306-1 OPEN TRENCH OPERATIONS All RCP storm drain pipe shall have a minimum cover of two (2) feet below finished grade unless otherwise shown on the plans. 306-1.3.4 Compaction Requirements. Delete Section 306-1.3.4 and replace with the following: "Trench backfill shall be densified to a minimum of 90 percent relative compaction." "Payment for trench resurfacing shall be taken to be included within the appropriate item • of work and no separate payment will be made therefor." 10/01/92 119 306-5 Abandonment of conduits and Structures. Replace the third sentence of the first • paragraph with the following: "After the lower end of the conduit has been sealed and prior to sealing the upper end, the entire conduit shall be filled with concrete slurry 100-E-l00P. Add the first and second paragraph: "Unless otherwise noted on plans, existing abandoned pipelines are to be removed within the street right-of-way and replaced with properly compacted soils." Measurement and Payment. Slurry fill will be paid at the Contract Price Bid per cubic yard, complete and in place with the concrete, or brick and mortar, walls installed as specified above. 307 TRAFFIC SIGNALS AND STREET LIGHTING 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 Transportation, 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 sentence 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: 10/01/92 • • • • 120 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 rime of signal tum on. The maintenance manuals shall include, but need not be limited to, the following items: (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 "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 Temporary 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. 10/01/92 121 Detector loop installation shall wke 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 tum on. Contractor shall coordinate relocation or modification of any utility facilities with the respective utility company. 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 ro 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 4-1.030" 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. 10/01/92 122 • 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 surface improvements shall be replaced by the contractor at his expense. Depth of conduit for all installation methods shall be 30" in the street and 18" behind curb rrnrumum. Conduit shall be installed utilizing the bore and jack method under existmg 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 1s 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-2I. 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: 86-2.08D Signal Cable -Where shown on the plans, signal cable shall be installed in lieu of individual conductors. 10/01/92 123 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. • 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: 10/01/92 • • • 124 I COLOR CODE I TERMINATION I PHASE I red vehicle signal red 2, 4, 6 or 8 yellow vehicle signal yellow 2, 4, 6 or 8 brown vehicle signal green 2, 4, 6 or 8 red/black stripe vehicle signal red 1, 3, s or 7 yellow/black stripe vehicle signal yellow 1, 3, 5 or 7 brown/black stripe vehicle signal green 1, 3, 5 or 7 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 O 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: 10/01/92 125 I Color Code l Termination I Phase I 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 green 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 or 8 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. 10/01/92 • • • • • • 126 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 60° 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 being 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 . 10/01/92 127 All heat-shrink tubing shall also meet the following requirements: Shrinkage Ratio: 33 percent, maximum, of supplied diameter when heated to 1 02°c and allowed to cool to 25°c. Dielectric Strength 350 kilovolts per inch, minimum. Resistivity 1014 ohms per centimeter, minimum. Tensile Strength 2,000 lbs. per square inch, minimum. Operating Temperature: 55°C 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 O 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." 10/01/92 • • • • • • 128 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 materials 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 of first paragraph; delete paragraphs 4, 5, and 6. 86-2.14B Field Testing, add the following: Field testing shall conform to the provisions in Section 86-2.14B "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 done 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 signed 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. 10/01/92 (A) 129 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. (8) 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. 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. 2. 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. 3. 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 0 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. • 10/01/92 • • • 4. 130 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. 2 . Each such assembly, when usea 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". 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 of condensed moisture . Each optical detector shall be installed, wired and aimed as specified by the manufacturer. 10/01/92 3. 131 Cable -Optical detector cable shall meet the requirements of IPCEA-S-61- 402/N EMA WC 5, Section 7.4, 600 volt control cable, 75°C, Type 8 and the following: a. 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. b. 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. c. 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 lPCEA/NEMA. d. The finished outside diameter of the cable shall not exceed 0.35 inch. e. 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. f. 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. Receiving Class II signals at range of up to 1,800 feet. b. Decoding the signal on the basis of frequency at 14.035 HZ+ 0.255 HZ for Class II signals. c. 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 10/01/92 • • • • • • 132 signals 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 100 milliamperes at 24 volts DC nor more than 1 00 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 voe 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 8 4) Auxiliary detector 2 input, Channel B 10/01/92 133 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 1 70 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: 1. Three separate range adjustments each for Class II signals. 2. 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. 3. 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-1 S6 gold plated pins. • Plug, G6L 1 0-4SNE 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. 4. 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. 10/01/92 • • • • • • 134 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 B auxiliary detector input 2 (0) 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 the~e 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 to "Maximum" for each test. 10/01/92 4. 135 Each test shall be conducted for a period of one hour, during which the emitter shall be operated for 30 cycies, each consisting of a one minute 'on" interval and a one minute "off" interval. During the total test period (1) 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 AND 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. • 10/01/92 • • • 136 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 light 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 1 30, 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 "B". Conductors for loop detector lead-in cable shall be 2 No. 16 (19x29) stranded, tinned cooper. 86-5.01A(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. 10/01/92 137. 307-1 .4 Guarantee Delete the second sentence and replace with the following: All units and all component parts shall be guaranteed against all defects in materials and workmanship for a period of not less than two years (three years for photoelectric control) from the date of shipment. The supplier will be responsible for return and replacement costs of any units or component parts found to be defective within the guarantee period, including labor, freight, shipping and delivery costs. All units or components returned under the guarantee shall be replaced within thirty days of receipt by the supplier. 307-3.1 General. Add the following after the first sentence: All street lights on Palomar Airport Road from Station 89+00 to Station 214+90 shall be 22,000 lumen (200 watt) high pressure sodium luminaries. All street lights on Palomar Airport Road from Station 214+90 to Avenida de las Rosas shall be 180 watt low pressure sodium luminaries with glare shield and shall conform to S.O.R.S.D. No. E-1, with anchor based foundation and no direct burial wire. All street lights on El Camino Real shall be 200 watt high pressure sodium Mission Bell with cutoff optics. Light standards shall be prestressed concrete round pole. Pull boxes shall be located at each street light location and shall be spaced at not over 200 feet. 307-3.5 Low Pressure Sodium Street Lighting Luminaries. Luminaries shall conform to Section 86-6.01, "High-Intensity-Discharge Luminaries", of the Caltrans Standard Specifications, and these Special Provisions. Luminaries shall be the cutoff type with a flat lens. Each luminaire shall be furnished with an integral regulator ballast and Type IV photoelectric control (Section 86-6.0?A, "Types", of the Caltrans Standard Specifications) for use on a multiple 120 V circuit. Low pressure sodium luminaries shall be completely assembled, furnished with a lamp and ballast and an integral photoelectric control unit, and shall comply with the following requirements: Low pressure sodium luminaries shall be enclosed type with a horizontal burning lamp. Luminaries shall be the cutoff type, suitable for street lighting use. Luminaries shall be manufactured by a manufacturer who is now regularly engaged in the manufacture of street lighting luminaries. Each luminaire shall consist of a housing, a reflector, a flat len3, a lamp socket, an integral ballast, a removal ballast tray, a lamp support, a terminal strip, a capacitor and a slip fitter. The reflector may be an integral part of the housing. The luminaire housing shall be of corrosion resistant die cast aluminum, of 0.0625-inch minimum thickness, corrosion resistant aluminum sheet and plate with concealed • continuous welds, or of acrylonitrile butadiene styrene sheet material (3/32-inch minimum • nominal wall thickness), on a cast aluminum frame that provides mounting for all electrical components and the slip fitter. The housing shall be divided into optical and power compartments that are individually accessible for service and maintenance. Position and 10/01/92 • • • 138 clamping of the luminaire to the pipe tenon shall be accomplished by tightening mounting bolts. Painted exterior surfaces of the luminaire shall be finished with a fused coating of electronstatically applied polyester powder paint or other ultraviolet inhibiting film. Color shall be aluminum gray. A high temperature neoprene, or approval equal, sealing ring shall be installed in the pipe tenon opening to prevent entry of water and insects in the power and optical compartments. Access to the power unit assembly shall be through a weather-tight hinged cover secured, with spring type latches or captive screws, to the luminaire housing. Hardware shall be stainless steel. Machine screws or bolts shall be used to secure removable components. Sheet metal screw shall not be used. The lamp socket shall be of high temperature, flame retardant thermoset material with self- wiping contacts or may be of other equally durable material. The socket shall be rated for 660 watts and 1,000 volts. Position of the lamp socket and the lamp support shall maintain the lamp in correct relationship with reflector and retractor for designed distribution pattern . Candlepower distribution shall be ANSI Type 111, short distribution, for cutoff luminaries. Each luminaire shall, at a mounting height of 34 feet, maintain a minimum of 0.2 footcandle at least 90 feet each side, along the longitudinal roadway line below the luminaries, and a minimum of 0.35 footcandle at a transverse roadway distance from the luminaire location equal to 1 .5 times the luminaire mounting height. Certified luminaire performance data shall be furnished as part of the Equipment List and Drawings as specified in Section 86-1.03 of the Caltrans Standard Specifications. This data shall include complete photometric test data in the form of isolux charts at a scale of one inch equals 20 feet, for the tuminaire and lamp sizes indicated on the plans. Alternate data may be in the form of horizontal footcandle values recorded on a 15 foot x 15 foot grid extending 90 feet longitudinally each side of the light source, and 15 feet behind and 90 feet in front of the light source, for the luminaire and lamp sizes and the mounting height indicated on the plans. The horizontal footcandle levels in the data submitted shall equal or exceed the levels specified in these Special Provisions. Failure to meet the referenced values will be justification for disapproval for the luminaries . 10/01/92 139 • The photometric test shall be performed and certified by an independent and recognized testing laboratory. Subsequent to the Contractor's installation of any luminaries, field checks may be performed at random by the Engineer and calculated according to the Illuminating Engineering Society "Guide for Photometric Measurement of Roadway Lighting Installation (LM-50)" approved in July 1974. Failure to meet or exceed the referenced values during field checks will be justification tor replacement by the Contractor. Low pressure sodium lamps shall conform to the following: The lamps shall be 180-watt, single ended, bayonet base, tabular gs discharge lamps suitable for street lighting use. Low pressure sodium lamps shall have a minimum of 93 percent maintenance of initial lumens during rates life and shall comply with the following minimum performance requirements: Lamp Designation Nominal Watts Initial Lumens Rated Avg. Life (Hrs) (@ 1 0 Hrs/Start) Operating Position SOX180 180 33,000 18,000 Horizontal + -20 degrees Low pressure sodium lamps shall reach 80 percent of light output within 1 0 minutes and shall restrike within one minute after an outage due to power interruption or voltage drop at the lamp socket. The base of the lamp shall have a device that will allow the installer to indicate the month and year of installation. Ballasts for low pressure sodium luminaries shall be the autotransformer or high reactance type and, when operated with the lamp, shall have the following characteristics and maintain the following lamp operation: The power factor shall be not less than 90 percent when the ballast is operated at nominal line voltage. Lamp wattage regulation spread, at any lamp voltage from nominal through life, shall not vary by more than +/-6 percent for +/-1 0 percent input voltage variation. The lamp current crest factor shall not exceed 1 .8 at nominal line voltage. Ballast losses shall not exceed 24 percent for 1 SO-watt ballasts at nominal line voltage. A signal multi-circuit connector shall be provided for quick disconnection of ballast tray . 307-3.6 Mission Bell: The contractor shall be responsible for furnishing and installing all components of the Mission Bell fixture and light standard in accordance to manufacturer's 10/01/92 • • • • • 140 specifications and these special provisions. The Contractor's responsibility shall include, but is not limited to, mounting adaptor to mast arm, mounting bracket for use with photoelectric control and suspension method for conductors. Dissimilar metals shall not be used for mounting the Mission Bell to the fixture adapter (horizontal to vertical). Two inch aluminum nipples used in mounting fixtures shall conform to ASTM designation 6063-T1. The material shall be clear anodized in accordance with Aluminum Association designation AA-M12C22A41. The minimum anodic coating thickness shall be not less than 1.0 mils. The Contractor shall submit shop drawings for the mounting design for approval by the Engineer prior to -fabrication in accordance with Section 2-5.3 Shop Drawings. 307-3.7 Photoelectric Control Unit. The photoelectric control unit shall consist of photoelectric unit in a weatherproof housing which plugs into an EEI-NEMA twist lock receptacle integral with the luminaire. the photoelectric unit shall provide an output in response to changing light levels and shall have a minimum built-in time delay of fifteen (15) seconds. The response level shall remain stable throughout the life of the control unit. The control unit shall contain a solid state photoelectric cell suitable for operation with 120V or 240V line supply as noted on the plans. the unit shall have a minimum rated load capacity of 1,000 volt -amperes. The control unit shall have an ON/OFF ratio of one (1) to one and one-quarter (1 ¼) toot candles . The control unit shall fail in the "ON" position in the event of photoelectric cell failure. SECTION 310 -PAINTING: Modify Section 310-5 as follows: 310-5.6 Painting. Traffic Striping. Pavement Markings. and Curb Markings. Delete Section 310- 5.6 and substitute the following: 310-5.6 Final Traffic Signing, Striping. Pavement Markin as 310-5.6.1 General. Traffic signing, striping and pavement marking shall conform to the Plans; the State of California Traffic Sign Specifications; the State of California Department of Transportation Standard Specifications Sections 56.82, 84 and 85; and the State of California Department of Transportation Traffic Manual, all as supplemented and modified herein. 310-5.7 Signing. Traffic signing shall conform to the following requirements. 310-5.7.1 General. The Contractor shall provide and install all final signs, markers and markings and delineators at locations shown on the plans and specified herein. 310-5.7.2 Sign Materials. Signs shall conform to the current requirements of Section 56 of the State of California, Department of Transportation Traffic Sign Specifications specified herein with the changes indicated . "Specifications for Reflective Sheeting Aluminum Signs" 10/01/92 141 310-5.7.3 Sign Post Materials. Sign posts shall be 1 0 gage 1-3/4 inch square galvanized steel breakaway with sign post anchor and anchor sleeve as manufactured by Telspar (or equal). 310-5. 7.4 Installation of Traffic Signs. Traffic signs shall be installed at the locations shown on the plans and as specified herein. The signs shall be mounted on posts in accordance with Section 56, "Signs" of the State Standard Specifications. All fastening hardware is to be provided by the Contractor. Where possible, install signs on luminaire pole. 310-5.7.5 Payment. All costs for final signing shall be included in the Lump Sum price bid final for signing and striping and no additional compensation will be allowed therefore. 510-5.8 Markers and Delineators. Markers and delineators shall conform to the materials and installation requirements specified in Caltrans Standard Specifications Section 82. 310-5.9 Traffic Stripes and Pavement Markings. Traffic strips and pavement markings as indicated and required shall conform to the requirements specified in Caltrans Standard Specifications Section 84, except: 1. The Contractor shall layout (cat track) immediately behind installation of surface course asphalt and as the work progresses. The first coat of paint shall be done immediately upon approval of striping layout by the Engineer. 2. 3, The Contractor shall provide all materials required for execution of the work; Delete all references to measurement and payment; 4. Paint shall be rapid dry water borne in accordance with State Specification No. 801 0-42L-30; 5. Pavement striping and marking shall be applied in two coats, a minimum off seven (7) days apart, and all streets shall include raised pavement markers; temporary striping shall be applied in one (1) coat minimum. 6. Existing pavement markings in conflict with the plans shall be removed by sandblasting by the Contractor; and 7. Paint end of median noses yellow. 310-5.9.1 Payment. Final striping, signage, traffic and pavement markings as indicated and required shall be included in the lump sum price bid for final signing and striping, and no additional compensation will be allowed therefore. Final traffic signing and striping shall be paid for at the Lump sum prices bid and shall include applicable labor, tools, equipment, materials and incidentals for doing all Work in installing the traffic signing and striping. • • 310-6 Temporary Traffic. Signing. Striping, Pavement Markings and Pavement Markers and • Temporary Railing (Type K). 10/01/92 • 142 310-6.1 General. Temporary pavement delineation consisting of temporary traffic stripes, temporary pavement markings and temporary pavement markers shall be applied at the locations shown on the plans. The temporary traffic stripe, temporary pavement marking and temporary pavement markers shall be complete in place at the location shown, prior to opening the traveled way to public traffic. Temporary traffic strips shall be applied in one coat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are clearly visible both day and night. Reapplication of the stripes and markings shall be repainted at the Contractor's expense. Except as otherwise provided below, temporary pavement markers shown on the plans shall be, at the option of the Contractor, either of the following removable type temporary reflective raised pavement markers or equal: TFPM, manufactured by DAPCO Davidson Plastics Company, 18726 East Valley Highway, Kent, Washington 98032, Telephone (206) 251-8140. Stimsonite Chip Seal{femporary Overlay Market (Model 300 and 301, manufactured by John C. Herberger Co., Traffic Safety and Control, San Diego, California, Telephone (619) 292-5772. Temporary pavement markers shall be placed in accordance with the manufacturer's instructions. Temporary pavement markers shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place temporary pavement markers in areas where removal of the markers will be required. • Temporary pavement markers which conflict with a new traffic pattern, or applied to the final layer of surfacing or existing pavement to remain in place, shall be removed, when no longer required for the direction of public traffic, as determined by the Engineer. • The Contractor may use reflective pavement markers for temporary pavement markers except, when the temporary pavement markers are used to replace patterns of temporary traffic stripe. Reflective pavement markers used in place of the removable type pavement markers shall conform to the section entitled "Pavement Markers" of these special provisions except; the 14-day waiting period before placing the pavement markers o new asphalt concrete surfacing as specified in Section 85-1.06, "Placement", of the Caltrans Standard Specifications shall not apply; and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Reflective pavement markers used for temporary pavement markers will be paid for as temporary pavement markers. 310-6.1.1 Measurement and Payment. Temporary traffic striping and markings shown on the plans will be paid for as a part of the Lump Sum cost for traffic control. The Lump contract price paid for traffic striping and markings shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in applying, maintaining and removing temporary traffic stripes and pavement markings, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer . Full compensation for furnishing, placing, maintaining, and removing the temporary reflective raised pavement markers, used for the temporary !aneline and centerline delineation which is not shown on the plans, including the signing specified for "no passing" zones; and for providing 10/01/92 143 • equivalent patterns of the permanent traffic lines when required; shall be considered as included -in the Lump Sum prices paid for that item of work. 310-6.2 Channelizers. Channelizers shall be new surface mounted type and shall be furnished, placed and maintained at the locations shown on the plans and shall conform to the provisions in Section 12, "Construction Area Traffic Control Devices," of the Caltrans Standard Specifications and these special provisions. Channelizers shall be, at the Contractor's option, one of the following types, or equal: Safe-Hit SH236MA Carsonite "Super Duck" SDF-436 Repo "The Replaceable Post" Manufacturer of Distributor Safe-Hit Corporation 1930 West Winton Avenue, Building #11 Hayward, CA 94545 Telephone (415) 783-6550 Carsonite International Corporation 2900 Lockheed Way Carson City, NV 89701 Telephone (702) 883-5104 Western Highway Products P.O. Box 7 Stanton, CA 90680 Telephone (800) 422-4420 Channelizer shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of Section 6-1 .07, "Certificates of Compliance," of the Caltrans Standard Specifications. Said certificate shall certify that the channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the engineer and were manufactured in accordance with the approved quality control program. At the option of the Contractor, channelizer bases may be cemented to the pavement using hot melt bitumen adhesive and in the same manner provided for cementing pavement markers to pavement in the section of these special provisions entitled "Pavement Markers." 310-6.2.1 Payment. The price paid for channelizer (surface mounted) shall be included in the Lump Sum price for traffic control and include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in furnishing and placing, the channelizers, as shown on the plans, as specified in the Caltrans Standard Specifications and these special provisions, and as directed by the Engineer. 310-6.3 Signing. Signing for traffic control shall conform to the following requirements. • 310-6.3.1 General. The Contractor shall provide and install all traffic control signs, markers, • markings and delineators at locations shown on plans and specified herein. 10/01/92 • • • 144 310-6.3.2 Sign Materials. Signs shalt conform to the current requirements of Section 56 of the State of California, Department of Transportation Traffic Sign Specifications, and these special provisions. 310-6.3.3 Installation of Traffic Signs. Traffic signs shall be installed at the locations shown on plans and as specified herein. The signs shall be mounted on posts in accordance with Section 56, "Signs" of the Caltrans Standard Specifications. All fastening hardware is to be provided by the Contractor. 310-6.3.4 Payment. All costs for signing for traffic control shall be included in the Lump Sum Price Bid for temporary traffic control and no additional compensation will be allowed therefore. The Contractor is referred to Section 7-10 of the SSPWC. The Engineer may modify T.C.P. as necessary to provide safe passage through the job site at no additional cost to the City. T.C.P.'s not shown in the plans shall be submitted by the contractor for agency approval and the cost for miscellaneous traffic control plans shall be included in the lump sum price bid for temporary traffic control and no additional compensation will be allowed therefore. Progress payments for "Traffic Control" shall be based on a percentage of the improvement work completed. 310-6.4 TEMPORARY RAILING AND CRASH CUSHIONS 310-6.4.1 Genera!. Temporary railing (Type K) shall be placed at the location shown on the plans, specified herein or as ordered by the Engineer and shall conform to the provisions in Section 12, "Construction Area Traffic Control Devices," of the Caltrans Standard Specification and these special provisions. The first paragraph in Section 12-3.08, "Temporary Railing (Type K)," of the Caltrans Standard Specifications is amended to read: Temporary Railing (Type K) shall consist of interconnected new or undamaged used precast concrete barrier units as shown on the plans. Exposed surfaces of new and used units shall be freshly coated with a white color paint prior to their first use on the project. The paint shall conform to the provisions in Section 91-4.05, "Paint; Acrylic Emulsion, Exterior White and Light and Medium Tints." Temporary sand titled crash cushions (TSFCC) shall be provided at the ends of each reach of temporary railing. The TSFCC shall be installed per Caltrans standard drawings T1 and T2 for approach speeds of 45 miles per hour. The TSFCC array shall be appropriate to the application as shown on said standard drawing. The last sentence of the seventh paragraph in said Section 12-3.08 of the Caltrans Standard Specifications is deleted. The first two sentences of the twelfth paragraph of Section 12-3.08 of the Caltrans Standard Specifications are amended to read: Where shown on the plans, threaded rods or dowels shall be bonded in holes drilled in existing concrete. Drilling of holes and bonding of threaded rods or dowels shall conform to the provisions for drilling and bonding dowels in Section 83-2.020(1), "General," of the Caltrans Standard Specifications. 10/01/92 145. Temporary sand filled crash cushions shall be of the type shown on plans and installed at both ends of the temporary railing (Type K). Temporary crash cushions shall be installed in accordance with Caltrans approved specifications and array alignments, see CALTRANS drawings T1 and T2. Particular care shall be taken to assure that crash cushions are installed with adjacent soil levelled to match the elevation of the bottom of the temporary railing immediately adjacent to the crash cushion. 310-6.4.2 Payment. Payment for temporary crash cushions shall be included in the unit price bid for temporary railing (Type K) and no further compensation will be allowed therefore. On Standard Plan 811-30, "Temporary Railing (Type K)", the direction to "See Note 7" on the Elevation detail is amended to read "See Note 611, and the direction to "See Note 611 on the Curved Layout detail is amended to read "See Note 5". Payment. Payment for concrete barriers shall be on the basis of the Contract Bid Price per linear foot for an assumed period of twelve (12) months and shall also include full compensation for furnishing all labor, material, tools and equipment for installation and relocation and removal during a twelve (12) month period. No further compensation will be allowed. For period of use exceeding twelve (12) months the concrete barriers will be paid for on a monthly basis. The monthly amount shall be equal to 1 /12th of the price bid. No additional compensation will be allowed for concrete barriers outside the time of completion. 311 SPECIAL PROTECTIVE MATERIALS Add: 311-2 Polyethylene Sheeting in Medians Polyethylene sheeting shall be placed in medians at locations shown on plans. Sheets shall be placed with 12-foot minimum width and no longitudinal joints. Material shall be solid black in color and not less than 6 mi! in thickness. Payment for polyethylene sheeting shall be at the Contract Bid Price per square foot and shall include all labor and equipment to furnish and install complete and in place including all necessary grading and no further compensation shall be allowed. 10/01/92 • • • • • CONSTRUCTION MATERIALS AND METHODS FOR SCHEDULE 2: CONSTRUCTION OF 30 AND 36 INCH WATER TRANSMISSION MAINS AND APPURTENANCES PER DRAWING NO. 314-3 SECTION 02221 -TRENCHING, BACKFILLING, AND COMPACTING PART I -GENERAL 1-1 DESCRIPTION 1.1.1 Related Work Specified Elsewhere Section 02615 -Ductile Iron, Polyvinyl Chloride, Asbestos Cement, and Steel Pipe. 1-1.2 Scope 146 This section covers the excavation, backfill and compaction for the construction of the proposed pipeline. Unless otherwise indicated, excavation is to be by open cut. 1-2 QUALITY ASSURANCE 1-2.1 Applicable Publications The following publications form a part of this specification to the extent indicated. Should a conflict occur between these specifications and the referenced puoiications, notify the Engineer in writing and obtain his instruction prior to proceeding: Steel Pipe Manual M-11, American Water works Association, Handbook of Cast Iron Pipe and Cast Iron Pipe Research Association. 1-3 JOB CONDITION Protection Protect from damage any underground pipes, utilities or structures encountered during construction. 1-4 GUARANTEE Trench Maintenance Maintain all trench backfill and resurfacing in a satisfactory condition for a period of one year after final acceptance by the Agency . 10/01/92 147 • PART II -PRODUCTS 2-1 BEDDING MATERIALS Class A 2500 psi concrete as specified in Section 03300 -Cast-in-Place Concrete. Class B Manufactured angular, granular material, 1 /4 to 1-1 /2 inches, such as crushed stone or rock and conforming to ASTM 02321 . Class C Sand graded so that not more than 1 0% by weight passes a no. 200 sieve, or selected soil free from clods, stones, and organic material. 2-2 BACKFILL MATERIALS 2-2.1 Lower Portion of Trench (Pipe Zone) As specified for Class C bedding (sand only) to cover depth of one foot over the pipe. Minimum 6" bedding required below pipe. 2-2.2 Remainder of Trench From the top of the pipe zone to the ground suriace or finish grade, the material for backfill shall conform to that specified for the pipe zone except that it may contain stones up to six inches (6") • in diameter but shall be so graded that at least 40 percent ( 40%) of the material passes a No. 4 sieve. The coarser materials shall be well distributed throughout the finer material. With prior approval of the engineer's representative, select native material may be substituted for specified Class C when the native materials are of a uniform granular nature and free from stones larger than six inches (6") in diameter, clods or other deleterious materials. PART Ill -EXECUTION 3-1 PREPARATION 3-1 .1 Field Measurements Before commencing work ail initial base lines shall be located by the party designated in Section 1 0 of SSPWC as modified herein. 3-2 PERFORMANCE 3-2.1 Trenching Perform all excavations of every descriptions and of whatever substance encountered to the depth indicated or otherwise specified. Pile material suitable for backfilling in an orderly manner a sufficient distance from the banks of • the trench to avoid overloading and to prevent slides or cave-ins. 10/01/92 • • • 148 Dispose of all excavated material not required or not suitable for backfill. Disposal shall be the sole responsibility of the Contractor and in accordance with City requirements. Grade as necessary to prevent surface water from flowing into trenches or other excavations. Remove any surface or groundwater accumulated in the excavation by the use of well points, pumps or other approved method. Place sheeting and shoring as necessary for protection of the work and safety of personnel. Provide a minimum clearance of six (6) inches on each side of the pipe. The maximum trench width measured at the top of the pipe shall not exceed the outside diameter of the pipe plus sixteen (16) inches. Provide special bedding or encasement as directed by the Engineer where the trench exceed this limit. Accurately grade trench bottoms to provide uniform bearing and support for each section of pipe on undisturbed soil at eery point along its entire length, except portions of pipe sections where it is necessary to excavate for bell holes and for proper sealing of pipe joints. Remove stones as necessary to avoid point bearing. Dig bell holes and depressions for joints after trench bottom has been graded. Bell holes and depressions shall be only of such length, depth, and width as required for properly making the particular type of joint. The use of earth mounds for bedding the pipe will not be allowed . Where rock excavation is necessary, overexcavate the trench bottom a minimum of six (6) inches below the bottom of the pipe. Except as specified for wet or otherwise unstable material, backfill overdepths with material of the class specified for the utility being installed. Whenever wet or otherwise unstable material that is incapable of supporting pipe is encountered in the bottom of the trench, overexcavate such material to a depth suitable for construction of a stable pipe bedding. Backfill trench to proper grade with materials specified for Class B bedding. 3-2.2 Excavation for Appurtenances Make excavations for air/vacs, blow-offs and similar appurtenances sufficient to leave at least 12 inches cf ear space between outer surface of structure and the bank or timber that may be used to hold and protect the banks. Any . overdepth excavation below such appurtenances that has not been directed will be considered unauthorized and will be refilled with sand, gravel, or concrete, as directed, at no additional cost to the Agency. 3-2.3 Backfilling and Compacting Do not backfill trenches until utility systems are installed and conform to all the requirements of the various sections covering said utilities. 10/01/92 149. Reopen improperly backfilled trenches to depth required for proper compaction, then refill and compact as specified. 3-2.4 Lower Portion of Trench Place material over and around pipe to cover depth of one foot by hand to prevent damage to polyethylene encasement. Deposit material in 6 inch maximum thickness layers and compact 90% of maximum density at optimum moisture. 3-2.5 Remainder of Trench Deposit material in layers of a thickness required to achieve the compaction specified below. Paved roadways Top foot to 95% of maximum density at optimum moisture Remainder of trench 90% of maximum density at optimum moisture Gravel Roadways 90% of maximum density at optimum moisture Sodded or Lawn Seeded Areas 80% of maximum at optimum moisture All Other Areas 90% of maximum at optimum moisture 3-3 FIELD QUALITY CONTROL 3-3.1 Density Testing and Control The following tests shall be performed by the Agency or Agency Representative. 3-3.2 Soil Compaction-Tests Tests will be conducted for determination of maximum density and optimum moisture. Test results will be used as basis for density control of compaction operations. 3-3.3 Density Control Tests will be conducted for density control in accordance with the requirements of: ASTMD 2922 or ASTMD 01566 -Density of soil and Soil Aggregate In-Place by Nuclear Methods -Density of Soil In-Place by the Sand-Cone Method 10/01/92 • • • 150 Tests will be conducted of backfill adjacent to all structures and at a rate of three tests for every 1000 feet of utility lines installed. Exact location of test shall be as directed by the Agency. Any retests required due to inadequate compaction shall be paid tor by the Contractor. DEWATERING PART I -GENERAL 1-1 DESCRIPTION 1-1.1 Related Work Specified Elsewhere Trenching, Backfilling and Compaction ductile Iron, Polyvinyl Chloride, Asbestos Cement, and Steel Pipe. 1-1.2 Scope Where conditions are such that running or standing water occurs in the trench bottom or the soil in the trench bottom displays a "quick" tendency, the water shall be removed by pumps and suitable means such as well points or pervious underdrain bedding until the pipe has been installed and the backfill has been placed to a sufficient height necessary to prevent flotation of the pipeline. Care shall be taken that any underdrain is of proper gradation and thickness to • prevent migration and native soils in the trench below and at the sides of the pipe. • 1-2 MEASUREMENT AND PAYMENT The cost of dewatering operations, including installation and operation of well point systems, will not be paid for separately but shall be included in and considered part of the bid price for completed pay item. SECTION 02411 -TRENCH SHORING PART I -GENERAL 1-1 DESCRIPTION 1-1 .1 Related Work Specified Elsewhere Trenching, Backfilling and Compacting 1-1.2 Scope This section covers the shoring, bracing and tight sheeting required to prevent caving and to protect the workmen and adjacent property and structures. 1-1 .3 Measurement and Payment See following section relating to SSPWC (Section 9.3). 10/01/92 151 • PART II -MATERIALS (NO MATERIAL SPECIFIED FOR THIS SECTION) PART Ill -EXECUTION In accordance with Section 6500 of the Labor Code, the Contractor is required to obtain a permit for the excavation or trench which is five (5) feet or more in depth and into which a person is required to descend, from the Division of Industrial Safety. The Contractor shall furnish all labor, equipment, and materials required to design, construct, and remove all sheeting, shoring, and bracing or other equivalent method of support for the walls of open excavations required for the construction of this project. Excavation for any trench or structure five (5) feet or more in depth shall not begin until the Contractor has received approval from the Engineer, of the Contractor's detailed plan for worker protection from the hazards of caving ground. Such plan shall be submitted at least five (5) days before the contractor intends to begin excavation and shall show the details of the design of shoring, bracing, sloping or other provisions to be made for worker protection during such excavation. No such plan shall allow the use of shoring, sloping or a protective system less effective than that required by the • Construction Safety Orders. The plan shall be prepared and signed by an Engineer who is registered as a Civil or Structural Engineer in the State of California. Prior to the beginning of excavations requiring shoring, the Contractor shall designate in writing to the Engineer someone whose responsibility it is to supervise the project safety measures and someone whose responsibility it is to supervise the installation and removal of sheeting, shoring, and bracing. In addition to shoring the excavations in accordance with the minimum requirements of the Industrial Safety Orders, it shall be the Contractor's responsibility to provide any and all additional shoring required to support the sides of the excavation against the effects of loads which may exceed those derived by using the criteria set forth in the Industrial Safety Orders. The Contractor shall be solely responsibility for any damages which may result from his failure to provide adequate shoring to support the excavation under any or all of the conditions of loading which may exist, or which may arise during construction of the project. SECTION 02615 -DUCTILE IRON, POLYVINYL CHLORIDE, ASBESTOS CEMENT AND STEEL PIPE PART l -GENERAL 1-1 RELATED WORK SPECIFIED ELSEWHERE Section 02221 - Section 02401 - Section 02411 - Trenching, Backfilling and Compacting Oewatering Trench Shoring 10/01/92 • • 152 1-2 DESCRIPTION Work under this section includes the furnishing and installation of all piping to complete the project. 1-3 SUBMITTALS 1-3.1 Shop Drawing Submit shop drawings for pipe, fittings and trust anchors in accordance with Section 2-5.3 SSPWC as modified herein. 1-3.2 Certificates of Compliance Certificates of compliance shall be submitted to the Engineer stating all pipe furnished under these specifications does in fact comply with all referenced specifications. 1-4 PRODUCT DELIVERY, STORAGE AND HANDLING Exercise proper precautions in unloading, handling, stockpiling, and installation in order to prevent damage to the pipe. Remove any broken or damaged pipe from the construction site within 24 hours. any damaged, broken. or otherwise defective materials which are included in • the construction shall be removed and replaced by the Contractor at no expense to the Owner. • the pipe shall be handled using wide slings to prevent any damage. The use of hooks or other equipment which might injure the pipe will not be permitted. Protect pipe during handling against impact shocks and free fall. Avoid dragging the spigot ring on the ground and prevent damage to the ring due to contact with crushed stone or other hard objects. Ship rubber gaskets in cartons and store in a clean area away from grease, oil, ozone-producing electric motors, excessive heat ana the direct rays of the run. PART II -PRODUCTS 2-1 DUCTILE IRON PIPE (DIP) 1. Conformance 2. Polyethylene Encasement 2-1.1 PVC Pipe 1. Pipe 2. Pipe Joints SSPVVC, Section 207-9 ANSI/AVVWA C105/A21.5 AWWA C900 Rubber Ring Bell End or Plain End W/Ring Coupling 10/01/92 153 • 2-1.2 ASBESTOS CEMENT PIPE 1 . Conformance 2-1.3 Steel Pipe 1 . Conformance CMWD Standard Plans and Specifications CMWD Standard Plans and Specifications 2-2 DUCTILE IRON AND GRAY IRON FITTINGS 1 . Conformance 2. Gaskets 3. Joints and Fittings PART HI -EXECUTION 3-1 PREPARATION SSPWC, Section 207-9 Ring Type for Flanged Joints AWSI/AWWA C110/A21.10-87 Class 125 Minimum Perform excavation in accordance with the requirements of Section 02221-trenching, backfilling • and compaction. 3-2 INSTALLATION -PIPE 3-2.1 Laying Pipe Lay pipe in accordance with the applicable portions of the publications referenced in Section 306 SSPWC except that Subsection 306-1 .3.3 Water Diversified Backfill will not be allowed. Lay all pipe straight between changes in alignment and at uniform grade between changes in grade. Avoid the introduction of excavation material or other foreign substances into the pipe interior. Remove any foreign material found in the pipe prior to proceeding with the work. Seal open ends of the pipeline with a tight fitting plug at all times except during actual pipe laying. Lower pipe into the trench carefully, do not let pipe fall in from the trench bank. Polyethylene wrap all ductile iron pipe and fittings in strict accordance with AWWA C105 Specifications. Install PVC pipe in strict accordance with AWWA Standards and Handbook of PVC Pipe, Uni-Bell Plastic Pipe Association. All steel pipe shall have tack welded joints. Each joint shall have three (3) equally spaced welds . 10/01/92 • • • • 154 3-3 CONCRETE THRUST BLOCKS Concrete thrust blocks required at all changes in direction or reduction in size. Concrete for thrust blocks shall be 565-E2000P. Thrust blocks shall completely fill space between the fittings and the trench wall. At all bends or angles, the concrete shall not be placed in direct contact with the pipe adjacent to the fittings. 3-4 CONNECTION TO EXISTING MAINS Prior to any work which would intertere with the operation of the existing main, the Contractor shall have at the site all materials necessary for the orderly and uninterrupted prosecution.of the work. Contractor shall with the Agency and the Agency's representative for shutdowns and give ample notice of the period for which the shutdown can be scheduled. The opening and closing of all valves shall be done by the Agency's representative. 3-5 FIELD TESTING AND DISINFECTION Pressure testing to be done in accordance with AWWA C600-87, subsequent to all backfill and compaction. Disinfection to be done in accordance with AWWA C651-86. A standard plate count will be required by the Agency. The bacteriological tests shall be made by a certified laboratory selected by the Agency . SECTION 02700 -VALVES PART I -GENERAL 1-1 RELATED WORK SPECIFIED ELSEWHERE Trenching, Backfilling and Compacting Dewatering Trench Shoring Section 02221 - Section 02401 - Section 02411 - Section 0261 5 -Ductile Iron, Polyvinyl Chloride, Asbestos Cement and Steel Pipe 1-2 DESCRIPTION work under this section includes furnishing all valves and appurtenances to complete the project. 1-3 SUBMITTALS 1-3.1 Shop Drawings submit shop drawing for all valves in accordance with Section 2-5.3 SSPWC as modified herein. 1-3.2 Certificates of Compliance Certificates of Compliance shall be submitted to the Engineer stating all valves furnished under these specifications do in fact comply with all referenced specifications. 10/01/92 155 • 1-4 PRODUCT DELIVERY, STORAGE AND HANDLING Exercise proper precautions in unloading, handling, stockpiling and installation in order to prevent damage to the valves. For unloading, storage and inspection prior to installation of all valves see ANSI/AWWA C504-87, Appendix 8. PART II -PRODUCTS 2-1 2-2 BUTTERFLY VALVES Conformance Pressure Rating Joints Valve Disc Valve Activator Valve Body Testing Coating Manufacturer ANSI/AWWA C504-87 Class 150 Flanged (ANSI B16.1, Class 125) Mech. Joint (ANSI A21.11) includes MJ end accessories Ductile iron w/resilient seat on edge of disc Traveling nut or work gear for buried service Cast iron per ASTM A 126 Class B cast iron with stainless steel seat ring As per ANSI/AWWA C504-87 Internal (Holiday free) and external 1 O mil epoxy coating and shall conform to AWWA C-550 American Darling, M&H or Mueller (Class 150) GATE VALVES (4" TO 12") Conformance Working Pressure Joints Operating Nut ANSI/AWWA C509-87 for resilient-seated gate valves 200 psi Flanged (ANSI B16.1, (Class 125), Mechanical joint (ANSI A21.11) includes M end accessories push-on joints (ANSI/AWWA C 111 / A21 . 1 1 ) 2-inch square w/arrow indicating direction of opening Opening Direction Counterclockwise Valve Seats Resilient seating against corrosion-resistant surface, bonded 10/01/92 • • • • • 156 Coating (Internal and external) Ferrous metal surfaces receive 4 mil factory epoxy coating as per AWWA C550-81 2-4 Manufacturer American 80 CRS or approved equal GATE VALVES (3" AND SMALLER) Conformance Pressure Rating Joints Operating Nut Opening Direction Manufacturer AWWA C-111 150 psi Threaded 2-inch square Counterclockwise Mueller 1.8.B.M. non-rising stem (Cat. No. A-2380-8) 2-5 BLOW-OFF VALVES (See gate valves 4" to 12" this section and CMWD Standard Drawing No. W6.) 2-6 COMBINATION AIR RELEASE VALVES (See CMWD Standard drawing No. W?.) 2-7 2" MANUAL AIR RELEASE ASSEMBLIES (See CMWD Standard drawing No. W5.) PART Ill -EXECUTION 3-1 INSPECTION Examine vaives at time of receipt. Verify compliance with specifications. direction of opening and shape of operating nut, number of turns to open and close and type of end connections. Each valve shall be operated through one complete opening-and-closing cycle. 3-2 TRENCHING AND BACKFILLING Perform all trenching and backfilling in accordance with Section 022221 of these specifications. 3-2 INSTALLATION All valves, flanges, nuts and bolts shall be coated with two (2) coats of E.C.244 (3-M Company) or non-oxide grease. Valves to be double wrapped with 1 O mil polyethylene and all seams taped to prevent the entry of moisture. Valves to be installed as per Agency Standard No. W13 and No. W16 in these specifications, and as per manufacturer and AWWA requirements . 10/01/92 157 • 3-4 TESTING Valve excavations to be backfilled after pressure tests have been performed. Test pressures are not to exceed rates working pressure of valve. SECTION 02800 -METER VAULTS (3 AND 4" ASSEMBLIES) PART I -GENERAL 1-1 RELATED WORK SPECIFIED ELSEWHERE Section 02221 -Trenching, Backfilling and Compacting Section 02401 -Dewatering Section 02411 -Trench Shoring Section 02615 -Ductile Iron and Steel Pipe Section 02700 -Valves 1-2 DESCRIPTION work under this section includes the furnishing and installation of all components to complete the project as indicated on the construction drawings. 1-3 SHOP DRAWINGS 1 -3.1 Submittals Submit shop drawings for all components in accordance with Section 2-5.3 SSPWC as modified herein. 1-3.2 Certificates of Comoliance Certificates of Compliance shall be submitted to the Agency Engineer stating all components furnished under these specifications do in fact comply with all referenced specifications. 1-4 PRODUCT DELIVERY, STORAGE AND HANDLING Exercise proper precautions in unloading, handling, stockpiling and installation in order to prevent damage to components. For unloading, storage and inspection prior to installation of all valves see ANSI/AWWA C504-87, Appendix B. 1-5 MEASUREMENT AND PAYMENT See Section 9-3.1 SSPWC as modified herein -Measurement and Payment (Pay Item). PAYMENT FOR SCHEDULE 2 Payment for bid Schedule 2 items shall be as listed below: 10/01/92 • • • 1. 2. 3. • 4. 5. • 158 Trench Shoring -Pay Item No. 2-1 Sheeting, shoring and bracing, or equivalent shall be paid for at the lump sum price bid. Payments shall be made on a percentage complete basis for this item and shall include full compensation for all labor, materials, tools and equipment and doing all work involved in preparing such protection (including cost of preparation and submittal of plans and obtaining permit from the State Division of Industrial Safety. Point of Connection -Pay Item No. 2-2 through No. 2-1 O The new connections between the existing waterline and the new waterline shall be measured as a complete unit. Payment therefore will be made at the lump sum price contained in the Bid Proposal and shall include all costs related thereto, including (but not limited to) removals, excavation, bedding, fittings, backfill, compaction, concrete thrust blocks, hydrostatic testing and disinfection, and all other work incidental to the item of work not included in another bid item. Included also is the disposal of all excavated material not incorporated into the project. Ductile Iron (With Steel Pipe Alternate), Polyvinyl Chloride and Asbestos Cement Water Main -Pay Item Nos. 2-11 through 2-17 Payment will be made at the unit price contained in the Proposal and measured as per Section 9 of the SSPWC. Payment shall include all costs of the completely installed pipeline, including (but not limited to) removals, excavation, bedding, pipe, fittings, concrete thrust blocks, backfill, compaction, hydrostatic testing, disinfection, and all other work incidental to the item of work not included in another bid item. Included also is the disposal of all excavated material not incorporated into the project. Note: price to include tempOiary paving where trench crosses roadway as shown on drawings. Waterline Valves -Pay Item Nos. 2-18 through 2-24 The installation of waterline valves (butterfly and gate) shall be measured as a complete unit. Payment will be made at the unit price for each contained in the Bid Proposal and shall include al! related costs including (but not limited to) removals, excavation, bedding, valves, concrete thrust blocks, backfill, compaction, hydrostatic testing, disinfection, disposal of excavated material not incorporated in the project, and all other work incidental to the item of work not included in another bid item. Pipeline Appurtenances -Pav Item Nos. 2-25 through 2-29 The installation of pipeline appurtenances, such as manual air relief assemblies, air- vacuum valve assembles, water services, and blow-offs, shall be measured as a complete unit. Payment will be made at the unit price or lump sum price contained in the Bid Proposal land shall include all costs related thereto, including (but not limited to) removals, excavation, fittings, backfill, concrete thrust blocks, compaction, hydrostatic testing, disinfection, disposal of excavated material not incorporated in the project and all other work incidental to the item of work not included in another bid. 10/01/92 159 • 6. Vaults and Meters -Pay Items No.s 2-30 through 2-35 This item shall be paid for on a lump sum basis as contained in the Bid Proposal and shall include but not be limited to excavation, vaults, fittings, valves thrust blocking and connection to the customer system. 7. Abandonment of Existing Water System -Pay Item No. 2-36 The abandonment of existing facilities shall be paid for as a complete unit. Payment therefore will be made at the lump sum price contained in the Bid Proposal and shall include all costs related thereto, including (but not limited to) removal or an existing pressure reducing and meter station, removal of existing valve boxes, installation of end caps and pipe closures. All salvaged plug valves shall be delivered to the District yard at 5950 El Camino Real as part of this pay item. PART II -PRODUCTS 2-1 Products shall be in conformance with construction drawings and approved shop drawings. 2-2 Meters and filters shall be provided by City of Carlsbad. Contact Skip Russell (619) 438-• 0218. PART Ill -EXECUTION 3-1 3-2 3-3 3-6 Installation shalt be in conformance with the contract documents and approved shop drawings. All work shall be accomplished in conformance with the contract documents and with Carlsbad Municipal Water District Standard Plans and Specifications for construction of water mains, dated January 1987, revised June 1990. Place meter vaults in operation immediately after new transmission mains are operational. FIELD TESTING AND DISINFECTION Pressure testing to be done in accordance with AWWA C600-87, subsequent to all backfill and compaction. Disinfection to be done in accordance with AWWA C651-86. A standard plate count will be required by the Agency. The bacteriological tests shall be made by a certified laboratory selected by the agency. 10/01/92 • • • • 160 STANDARD DESIGN CRITERIA MODIFICATIONS TO SAN DIEGO REGIONAL STANDARD DRAWINGS The Standard Drawings for the City of Carlsbad shall be comprised of the current edition of the San Diego Area Regional Standard Drawings (SDRSD) as published by the San Diego Department of Transportation and as modified by the additions and substitutions listed below and the City of Carlsbad Supplemental Standards attached hereto. Modifications to the San Diego Area Regional standard Drawings D- D-2 0-20 D-27 D-40 D-70 D-75 E-1 G General modification; refer to City of Carlsbad Engineering Department Policy regarding installation of steps in all drainage structures. Add: Width (including ''T") to back of sidewalk, typically 5' (not 4'3"). Delete . Add: A maximum of three (3) combined outlets in lieu of Std. D-25. Add: "T" dimension shall be a minimum of three (3) times size of rip rap. Minimum width shall be 6' to facilitate cleaning. Delete "Type-A" Add: 6" x 6" x #1 Ox #1 0 welded wire mesh, instead of stucco netting. Delete direct burial foundation. Add: The light standard shall be prestressed concrete round pole. 1. General Modification: Minimum 6" Class II base material required under all curb. 2. Concrete requirement within public right of way shall be 560-C-3250. G-3 Delete. G-4 Delete. G-11 Add: Remove curb/gutter and sidewalk from score-mark to score-mark or from joint to joint or approved combination . 10/01/92 STANDARD DESIGN CRITERIA G-12 Add: smooth trowel flow line (typical). G-13 Add: smooth trowel flow line (typical). G-14 Change: Residential Thickness = 5½" Commercial Thickness = 7½" G-15 Delete requirement 3. G-26 Change: Thickness from 5½" to 7½". 161 Add: Minimum 4" Class II base material required under all curb, gutter and sidewalk. M General: Agency shall be "City of Carlsbad". M-2 Add: To be used only with specific approval of the City Engineer. S General: Refer to City of Carlsbad Engineering Department Policy regarding installation of steps in all sewer manholes. S-4 Add: Type "C" shall be used for all plastic pipe. S-9 Add: The distance along the pipe between the anchors shall be 16" for 1 :1 slopes, 18" for 1 ½:1 slopes; 20' for 2:1 slopes and 24' for 3:1 slopes. S-13 Add: 5) Cleanout shall be constructed three feet (3') above rough grades . 10/01/92 • • • • PAGE DRAWING NO. NO. 1-1 DS-1 1-2 DS-4 1-3 GS-11 1-4 GS-12 1-5 GS-13 1-6 0-1 1-7 0-2 1-8 D-7 1-9 D-9 1-10 0-11 1-11 0-12 1-12 0-16 1-13 0-17 • 1-14 0-22 1-15 D-32 1-16 0-34 1-17 0-36 1-18 0-39 1-19 0-40 1-20 D-41 1-21 0-42 1-22 D-60 1-23 D-61 1-24 0-62 1-25 0-75 1-26 E-1 1-27 G-5 1-28 G-7 1-29 G-9 1-30 G-10 1-31 G-11 1-32 M-7 1-33 M-8 • 1-34 M-9 1-35 M-10 1-36 S-10 1-37 W-16 * PROJECT NO 3166 TABLE OF CONTENTS TO APPENDIX 1 BOUND IN THESE SPECIFICATIONS TITLE COC Local Depression COC Brow Ditch Debris Rack COC Median Taper and Nose Flare COC Typical Driveways COC 6" & 811 -Type B-1, B-2, & G-2 SDRSD Curb Inlet -Type A SDRSD Curb Inlet -Type B SDRSD Catch Basin -Type F 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 Corrugated Steel Pipe Inlets Details SDRSD Asphalt Concrete Spillway SDRSD Straight Headwall -Type B (Circular Pipe) SDRSD Wing and U Type Headwalls for 12" to 36" Pipes SDRSD L Type Headwalls Circular Pipes SDRSD Inlet Apron for Culverts Up to 42" Diameter SDRSD Rip Rap Energy Dissipator SDRSD Concrete Energy Dissipator SDRSD Concrete Energy Dissipator (Reinforcement) 18" to 30" Diameter Pipe SDRSD Pipe Bedding and Trench Backfill for Storm Drains SDRSD Rounded Pipe Ends in Drainage Structures SDRSD Pipe Collar SDRSD Drainage Ditches SDRSD Street Lighting Standard SDRSD Dikes -Asphalt Concrete 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 Metal Beam Guard Rail Installation SDRSD Metal Beam Guard Rail Details SDRSD Guard Post and Barricade SDRSD Street Survey Monument SDRSD Cutoff Wall SDRSD Protection Post 10/01/92 PAGE DRAWING NO. NO. 1-38 A74-A 1-39 N8-B 1-40 Tl 1-41 T2 1-42 W3 1-43 W4 1-44 1-45 \V7 1-46 \V9 1-47 \Vl 1 1-48 W-4 1-49 W5 1-50 W-6 1-51 W8 1-52 Wl0 1-53 W13 1-54 WlS 1-55 W16 1-56 W17 1-57 W18 1-58 Wl9 PROJECT NO 3166 TABLE OF CONTENTS TO APPENDIX 1 BOUND IN THESE SPECIFICATIONS TITLE CALTRANS Markers and Delineators CALTRANS Wheelchair Ramp Detail No. 1 CALTRANS Temporary Crash Cushion Sand Filled CALTRANS Temporary Crash Cushion Sand Filled CMWD l" Water Service Connection for 5/8", 3/4", and 1" Meters crv1WD 2" Water Service Connection for 1-1/2" and 2" Meters CMWD 2" 3low-Off/Manual Air l-<,elease Assemblies CMWD Below Surface l" and 2" Air-Vacuum Valve Assembly and Appurtenance CMWD Outiets on D.I. or Steel Main for l" through 2" Assemblies CMWD 4" and 611 Blow-Off Assemblv VWD Fire Hydrant Installation • CMWD l" Manual Air Release Assembly • VWD l" Water Service Connection (5/8" x 3/4" and 1" Meter) CMWD Outlets on A.C. or P.V.C. Main for l" through 2" Assemblies CMWD Dielectric Connection ro Steel Main CMWD Valve Box Assembly CMWD Concrete Thrust Blocks for Non-Restrained Joints CMWD Gate Valve Installation P.V.C., D.LP., A.C.P., and Steel Pipe CMWD Butterfly and Plug Valve Installation for A.C., P.V.C., and D.I.P. CMWD Thrust Anchor for Water Main Reducer -4" through 16" CMWD Thrust Block Bearing Areas 10/01/92 • • • • • ' I '" c; I . '. "-"• . CURB 1 NLE: : ? c;, i? i;:: 'I • .i'. v., .......... I --, ! I\ I Ii I ;::. r ! '-' ... ------t__ ------~ I'--------'--==z./~ CONTINUOUS GRADE PLAN . /''<IA/ ... I ..,/~Y '< ,., ·.:.--~-~ -z----;: ' SECTION ::; ' .:::: ::: I 1 CURB : Nlc- ! r------,· I I Ii ,-.,,,---::-:;_ vv i I -1\ • NOTE c:.JRB FACE TRANS: 7, CNS :.t•!D ,',ARP AREAS SHALL NOT EXTE~D :NTC C~RB RE-:-'JRNS, JR l '/F:-NAYS. .:.;,.LEY ENTRANCES. OR ANY J-HER O~RB OPENING . C:..' I ________ : ,_ -----_ _: L' ------- ~: ·:.11 I -,_.ir = /1/jl -' "4i / ' • PLAN i 5. 5' 1,-'"'P r',~ CLJRr I 5.5' J I , \.i '...1 r :::/---,,. I• .. I ,CL' 0,1 -1/ I / ! , • === SECT10N SUMP CONDITION , R~'I. Apoqnvf'."~ DATE CITY OF CARLSBAD H1' 'IU-d /./ r, ,,, o 1 ~~~ ..... ~-+-~~~~iiiliiiiii-------rr /., ',u, .,j/ ~ 1--,~~1 crr'/4ifGl~E~ JATE SU!\Bl.PAENTAL OS 1 STANDARD NC - LOCAL DEPRESSION 1-2 o·,___~·•· . ··-· ' ' . ,,_ , ;i ,----i "'/l REBAR --.r-'-" • , ' / AT 9" ~.C. HORIZ.: ~,· 5. ~ t z _..__ __ ,,~ ------lO _L --~1 ----------__ .,,.,.,.. __ . I . 6. i *~-~,-N ABOVE ~-~R1-:<C.'-' I Vl :...=.::,, I~ RACK SHAL~ ~AVE AN AREA SUFr:C!ENT ;Q PASS THE JESiGN rLOW * / z N , SECTION A-A • 6" I ' ! I 5, 5, ! STANDARD BROW i . . ,.-D l TCH SEE REV. !. I I I! . / STD. D-75 /~1----,t--N-,-,-+,---.l------4..:--------: ~ t / ---¥---\ : --:i ;1 i--; -_;:J-,-L_-~-- '---! f I J ---------1 I DEBRIS RACK-SEE_/ .J SECTION A-A FOR coNSTRuc-:-10N DETAILS A PLAN z 0 ,_ u w C/l 6' I 10· I .:i = ~---_:__----~~•-•-~-_:_::..._ ___ ~-1~U I . :z TRANS: TI ON I§~ tDl:E I Z 0 ELEVATION I BROW DITCH DEBRIS RACK SUPPLEMENTAL STANDARD NO. DS-4 • • • 1-3 CURB c.: NE-, w TEXTURED :ONCRETE OR 2 /iNTERLOCK:NG ?AVERS i~ ! ·z. 60' I 50' ;:; ~- . ~ ' / ; ~t ~I CURB_/a:::! 01 oi -· <ti LINE ~1 :o· :o· .,,. : 0' 01 in I ., NI 20' 0 I BASE c.; NE 01 . , in i 20' ! 0' I O , I a:: . CI '"' \) cu 'c.. <! i '<! 1-' 40' "', .... ·• ----~4.Q.0~' ---~----~------:------~-=--v ___ _ z,. ~ ~11 ____________ ~1~2~0-·~~~t~N-~.*------------w u.Ji.,. :!:l! CURB :..1 NE ~ lt.!f'\i:" . . 1V I -• ~OR S7REE7S REQUIRING ~ONGER 7APERS 7HE Q:MENSiONS MAY SE EXTENDED :NA ~ROPORTiONATE MANNER. DETAIL 120' TAPER 45' FLARE w ______ ___:_:::...._:~.:.::_ ______ _ ~. <( :::: ' = I ,= I ..... ·:_....___:·~c_· ___ ____:_:: o:....·_......;. _ __.:_:.:::..c_· ~---=----:----- ,,.,, 01 NI z: (::, :.w. .. ZI w :J:li 01 . ' NI r<'l I r--I Q j f...0 , • 1 DETAIL NOSE FLARE REV. APDP0 'l=":-\· DATE CITY OF CARLSBAD MEDIAN TAPER AND NOSE FLARE SUPPLEMENTAL S"'.).NDAR:: ~:c. GS-11 1 / riEMOVE ~ . . / ' \ . ' ;;w/%1/10~>@&/2<@2 _-,--- // L T:.cr< COAT a ;.., C. ?AVEMENT SAWCUT :NLY. =EATHER OVERLAY TO ~ROVIDE SMOOTH TRANS;TiON. 1-4 'rl,,, 1U ,,,. 3/4"RADiUS ~318· '..'.P i/2"RAD!'.JS \ A.B. AS REQUIRED 3Y NOTES: ?ROV!DE WEAKENED =~ANE AT l5' MAXIMUM, OR A7 TOP OF TRANSITiON. 2. REMOVE CUR3, GUT7ER 8 SiDEWALK AS SHOWN AEOVE. FORM AGAiNST A.C. PAVEMENT IF IN STRAIGHT ~!NE WITH GUTTER ~!P, OTHERWISE FORM ON A.C. S!DE AND PATCH WITH HOT MIX A.C. R V.1 '·P -, 1/~T: . .A.:---TY OF C s TYPICAL DRIVEWAYS SUP?l£~ENTAL STANDARD '.10. A.:. GS-12 • • • 1/2" 1-5 RAD\IUS ~ 6 ~. ,,-l/2" RADIUS I I ---.-1-..,.1-· . .,. '-----.---- : /2 .. ! RADIUS~. ~6.__;/;;2· \ ' : " I -i--1-·----,.....-- RA8lUS 3 "'! J) . ·b, . ·A ..... i 8" , 4· :-;, -.p :·;,.-~-- : ... ~ ..... ~ ----9 .. ----- TYPE ~ 8-1" ~" -,s"- ~ ti I ,:." I ' ~:/2"RADlUS . .,. . . •;l . ..A :.~ •.p : · ·;;.,, ·. \f.--_.:,.. ,1,,·. i ---9·- 6" TYPE ~ 8-2" i ,, , !8"------- ' 3/8" 6" ).· r-! -; "RAO"I US 12-:/2 .. 6 .. ."•·:p. l, ·14• .-:.::~_\•.\-~•· i I • ! -.-~·•.·' 1 i 3" I ·.\,_. I··:;·.!\· : .. :-. ,:· .:·. ~-. i /~· . i:. 25-i/2" --------- TYPE ~ G-2" ~c"'---SLOP~ :;4• PER FOOT NOTES: 6. ··'"'· ~:_:_:/;::~~-~ 6 ----·:l:< KEY OR OTHER MEANS OF CONTROLL!NG SIDEWALK SEPARATION AND UPHEAVAL REQUIRED WHEN EXPANSION INDEX FOR SUBGRAOE EXCEEDS 50 . , . PROVIDE WEAKENED 0 LANE OR QUICK JOINT AT 15' MAXIMUM SPACING AND AT DRIVE APPROACHES, B.C. 'S, E.O. 'S, CROSS GUTTERS AND CATCH BASIN TRANSiTIONS. 2. CHAMFERED KEY l" x z·. 3. CHAMFERED KEY I " x 2" TO BE CONSTRUCTED WHEN CONCRETE PAVING IS REQUIRED BACK OF CURB. REV. APDOI"',\ F11 DAT£ CITY OF CARLSBAD 6" & 8" TYPE 8-1 , 8-2 , & G-2 SL"PP!..!!JEN T Ai.. STP..NDARD '.!C. GS-13 C C _J 6" NOTES: Wing whert oa:u11 L Langtn snown on ptans PLAN _v __ ITL Determined by p1p1 siz■ -• • 4' min, 8' mu. SECTION C-C 14 4 • ii 4 around pioe Slooe floor 12 : 1 towards outlet 1. See Stand.ard Drawings 0-11 & 0-12 for additionai notes and details. 2. Types ara designated u follows: (no wing) A, (on, wing) A-1, (two wings) A-2. 3. Expos:ad tdga of concrate shall bt roundtd with a radius of 1/2". 4. When V 1xcnds 4' steps shall be install1d. SN Stand.ard Drawing 0-11 for details. 5. Concrata gutter to match ldjactnt gumrs. 6. An axpansion joint shall be placid at the tnds of the inlet whera the curb is to adjoin. 7. Provide 114• tooled groove in top slab in lint with baclt of adjacent curt>. 8. Surtaca of top slab shall be sidewellt finished to drain toward nr11t at a sjoc,1 ct 1;4• per foot. 9. Maintain 1 11r clear soac1nq benwtn reinforcing and surface unless otherwisa notld. Transition to normal curb height in 10 tt. on both sides unless otherwise noms. 1-6 • Galv. steei an gte continuous ana protection bar. _l See drawing 0-12 ~--..,..,. i SECTION B-B • = .... 10· Unless otn1rw1se snown S1001 guner 3" or atcn u1n1ng aaway surtaca \-_....-~71 H@1Z' I: ·• I • I 4•. o· 1 I ------------• ... : T f-- SECTION A-A LEGEND ON PLANS 15' Type A-1 inlet Aevmon Bv Approwd Datt Reference 111:P 1K.6. 10-SAN DIEGO REGIONAL STANDARD DRAWING RECOIIIIUIOED IY TME !.All OIE REGIONAL STANOAROS COIIIIITTE Rebar CURB INLET -TYPE A tV&../ t? 4,,,,{.../ .:ru.. m5 C--A C.E. 191111 Ot1e DRAWING NUMBER 0-1 • • • Manhole frame and cover see rawing M-2 7a C L 'y ii 4 n around opening Wing, where occurs one· or o om s1aes ~B Transition to normal curb height in 10 ft. on both sides unim otherwise noted See note 7 Gaiv. steel angle continuous and protect1 on bar. 'L @ '"j OraM,g 0-11 t-rr-_____, L------L~------1 ___ 1,....J;;;,_ ;.;._ ;;;;._ ;;;;._ .;;. ___ -_ .;;._ .;;._ -;;._ ;;;._ -_ -_ -_ -_ ---___ ...... -_ -_ -_ -_ -_ -_ -_ -_ -_ -_-_-_ -.;,-+-----...,__ Curb Line J--= .......... ,1.0 .. #4@12"j ~sJL1· T~"radius 4" radius _/ I --ls" ~B 6"~T SECTION B-B 1 -i-l Edge of Gutter Curb Line PLAN L Lengtn snown on plans # 4 Slope floor 1 Z : 1 towards outlet 0> ...:.--LU--T ,' · I ;·. Hl • I I I L------ Rounded pipe ends see cirawing 0-61 Elev shown on plans ,2:' I I y .!rl-4'. O" I I i-------◄•~1Tt-Oetermmed by pipe size--4' min, 8' max. SECTION C-C SECTION A-A NOTES: 1. See Standard Drawings 0-11 & 0-iZ for additional notes and details. 2. Types are designated as follows: (no wmg) ~. (one wing) 8-1, (two wings) B-2. 3. Exposed edges of concrete shall be rounded with a radius of 1/2". 4. When V exmds 4' steps shall be installed. See Standard Drawing 0-11 for details. 5. Concrete gutter to match adjacent gutters. 6. An expansion joint shall be placed at the ends of the inlet where the curb is to adjoin. 7. Provide 1/4" tooled groove in top slab in line with back of adjacent curb. 8. Surface of top slab shall be sidewalk finished to drain toward street at a slope of 1 /4" per foot. 9. Maintain 1 1/2" clear spacing between reinforcing and surfal:1! unless otherwise noted. RECOMIIENDEO SY THE SAN DIEGO REGIONAL ST ANOAAOS COMMITTEE Cl&../::l ~ .J-u:. lf75 Coot1ttn11or R.C.E. 19101 01t1 DRAWING NUMBER 0-2 SAN DIEGO REGIONAL STANDARD DRAWING CURB INLET -TYPE B LEGEND ON PLANS 15' Type B-1 inlet p-t...... -15'~ Revision Byj Approved Notes PS Refel't!nce 11(.t,, Rebar ~8. Dash line :J., Date i-79 /0-fZ 5-a;, 7-E~ .·• •: jt::::::=:::::l 4 • #4 :-.. t S10111 floor t Z : 1 towards outlet t -_-.-. en; ' 1-8 i >I ~.:..-.,---Eiev shown I -r,_.. en plans .... SECTION A-A SECTION B-8 A L ... 4' PLAN NOTES 1. See Standard Orawin9 0-l1 for additional notes and datails. 2. When 1J exceeds 4' fflllS shall bt illltllled. Set Standard Drawing 0-l l for details. 3. Exposed edges ot concrtte shall be rounded with a radius af 1/Z". 4. Openings on bath SJCIIS uniess otherwise shown an plans. 5. Maintain I 1/2 .. ciear soacing betw11n reinforcing and surface. SAN DIEGO REGIONAL STANDARD DRAWING CATCH BASIN -TYPE F LEGEND ON PLANS :::::fOl::.::: - RlCOUlllDlO IY TM£ SH 01£G0 R(GlONAC.. ff ANOARDS COMMITTEE tta../ ~ ,r;,..,,,.:_/' ~-ms C--• R.C.f 191117 c ... DRAWING NUMBER D-7 • • • Bend Down 15" (Typ.) Bend Down 15" (Typl PLAN N N i >t t i I TYPE A4 AS AS A 7 AS Manhole Frame and Covar sae drllWlng M-3 I Pl PE DIA I up to 39" I 42" to 48" ,, 51" to 60" I 63" to 72" I 75" to 84" 1-9 i X I y I z I ', 4' I 4' i s· s· I 4' s· ! 6' i 4' ', s· ! 7' I 4 '1 7' i 8' I 4' '· 3' Rounded Pioe Ends See Drawing 0-61 4 . # 4 Around pipe 2 • # 4 bars Sloce floor 12: 1 towards outlet Elev. shown on plans -""C::::---......l..i _j T .-\ ___ x _ __, SECTION A-A NOTES 1. See Standard Drawing 0-11 for additional notes ana aetaiis. 2. Concrete oasa shall be 560-C-3250 3. All precast components shall be reinforced with 1/4" diameter neei, wound spirally on 4" canters. 4. All joints shall be sat in Class C mortar. 5. Maintain 1 1/2'c:ear spacing oetween reinforcing and surface unlm otherwise noted. 6. Excosed edges oi concrete shall be rounded with a radius at 1/2". -! • c ; ;- o : _,j ""' Aevmon Bv Aooroved I Date Lac ~ ~-t6 SAN DIEGO REGIONAL STANDARD DRAWING STORM DRAIN CLEANOUT -TYPE A LEGEND ON PLANS _.:-_-_-_:::: 8C:::::-_ ~ECOIUIENOEO SY TSE SU OIEG~ A:EGJOJIIAL ST .4HOAIIOS COMflltTTE ':: ~:; ~ 'V~-'*, .. ~ CGOfGUWIOt A CE. 13S01 J,111 DRAWING D g NUMBER • 1-10 -------------------· .... ------------------------------ 1 • X ~ T .... , -----------.-j T t-- 1 ' ' I ' i ! ;.....;... _____________ __, R.,cai reiniorc:ng i 4@ 18" m~ l horizontal reinforcing, see table. f >! ~ tis 11/2" ''"""' "'"" dI, -r-------------- 2" Typical--i ~ BOX SECTION REINFORCEMENT MAXIMUM SPAN OEFTH THICK-HOR. & FLA.I X or Y V NESS T AEINF. J'.Q" ta 4'-0" 6" 1' 4 191 1H 4' . 1 " to 7' · 0" 4' · 0" i-----;;6~ .. -,;--,,tl-4.,....@oe--le-!2~ .. -i 7' . 1" ta 8' · 0" 5" !I 4 @ 8" 3' · O" '.O 4' · O" ~-6;:.."-...,_;..tl_4;.....a:@ ....... 18,_,"-1 4•. 1" to 5'. O" 4'. l" 6" " 4 .,. 12" 5' · 1" lO s· · O" 8' ~o O" i--....,;;,6'""' --+-·;;,-,4--,;;,@--,,8"""-;! TYPICAL BOX SECTION s· . 1" to a· . O" 6" # 4 @ S" 10" I £:! -14" 3' · 0" to 4' • 0" 8 .. l" 1-----s·_• --+-':.--4_,,@......,15;,,.',...· 4' • 1" to s· -O" to 8" • 4 @ 12" 5' · 1" to s· · 0" 12,. 0" i----8-.. --,-4-@,,,_.,.8,.,." .... , 6' · 1" to 8' · 0" 8" ,; 4 @ 6" 3' · O" to 4' · O" i 5" I# 4 @ 12" ' 3/4" • steel bars. 4' • 1" re 5· • O" 12' · 1" r S" • 4 @ 12" I 5'. 1" !O s·. 0" to ,-----8.-.---. -.-4-@----8 ...... -, I-';-:-:-;-::---";~-"-~:-:-~-:: .... 16' · O" l1--....::.:.-·:-... l "-:-!--!'---;.-':-;j hat dipped gaivan1zed ~ 3' · O" to 4' · O" 8" ti 4 @ 12" 4'. 1" to 5·. O" 16' · 1" 10" , 4 @ 12" s· . 1" to s· · O" to ;--..,.1""'0•,.,..• --+-,--=4---;;@-8'"""--; STEP DETAIL t--,;S;.,.' _ • ...,1",......t.,._o.....,.7'.,..·-,;0;.,,"-i 20'. O" ;--..,1~0•,.,..• --+-';,...,;4---;;@---;S;.,,"--; 7'. 1" to a·. O" 10" , s @ 8" 4' • 0" 8" I 4 @ 12" • 4'. 1" to 5' · O" 20' · 1" 10" • 4 @ 12" 1--5,;,.,,-_-;l.,."_..;t,_O .....;-6,-' ·""'0"'",-t ta 1---,""o•-• --+-,--,4.....a;.@--:,8::.,"- 3' · O" to t--_6_'_._l_"_t_o _7 _' -_0_"-1 24'. O" ;--.1.,.0_"_ ...... •_4_@ ...... .,.,.,.o ... 7' . 1" to 8' · O" 12" , 5 @ 8" I NOTES 1. Concme shall be SS~C-3250 unrm otherwise noted. 2. Reinforcing steel shall comp1y With this drawing unless otnerw1se specified. 3. Reinforcing steel shail bll intermediate grade deformed bars conforming ta latest ASTM soec1iicat1ons. 4. Bends shall be in accordance with latest ACI code. 5. Minimum splice length tor reinforcing shall be 30 diametm. 6. Floor sh311 have a wood trowel finish and, except where used as junction boxes, shall have a minimum slope of 1" per foot toward th■ autl1t. 7. Depth V is measured from th■ tap of the structure to the tlowline of the box. 8. Wall thickness and reinforcing steel required may be decreased in accordance with table above. 9. Wall thickness shall b1 stepped on the outside at the oox. 10. When the structure depth V excnds 4', steps shall be cast into the wall at 15 inch inteMIS tram l SH above floor to within 12 inches of top of strueture. Wher■ possibie plac■ steps in wall without pipe opening, otherwise over opening of smallest diameter. 11. Alternate stea may be an aopraved steel reinforced polypropylene step. Aev1s1on Bv I Aopraveo I Date SAN DIEGO REGIONAL STANDARD DRAWING •e~01111uoeo av rME SAN o,eAI ~EGIONA~ STANDUOS CCIIIIITT~ Notes INLETS AND CLEANOUTS NOTES AND DETAILS (.l/t../~ ,:""~,. &u. 1'75 c.io,o_., • t.£ 19101 DRAWING NUMBER 0-11 • • • • 3· I ' 3/8" ~ 4"x 3"x 3/8" .. o· I r·· 0 1 • i Protection oar -, ~3 112• d Anchor bar @ 3' o.c. max. 5• i i I ' • r Radius-· a• I i I c ~ .• 1 ~ I 1/4" 1/2" Radius~ 0 a. a i . -~,_1: . ~ -------l" • Succort bolt C) a 0 0 ---t-1··· --~ NOTES: 1. Faca angie shall be cast into structure continuous tor the full length ·L". 2. All exposad metal pam to be hot-oipped galvan,zed after fabrication. 3. When curb inlet opening height (H) exce■cls Ii install l" • neei protection bar. H 4. Install additional bars at 3 1/2" clear spacing above fim bar wnen opening exceeds 13". O!COIUIUO!O av TM! SAN Ol!GO O!GIOUL fl 4-000$ COIUIITT!E Cld.../ ./ <...,:._,,:-.J-t.e 1"! : ... ,.,,1 .. ,.m1, 11. r ( ; 9107 Out DRAWING NUMBER D-12 5. When curt, inlet opining length excnas 8' insult 1" • steel sucport boltl, spaced at not more than 5' o.c. SAN DIEGO REGIONAL STANDARD DRAWING CURB INLET OPENING Atvtsion Angle Note 3 Angie 1-11 i c.a ! 11 I -i ..:: I ·?I ..:: ' .t::l I §i _, c:: I WI :;: I ~I C:: I "'I i! • I ol _, <;) I ' t I Bv Approved Date P.s. 7. 7'! 11(. "· 11•/t.. 1H.5 10-fZ- Punch I II hde in CSP P1ace pipe so txrs of ~~~~ grate will be parallel with main surface flow Jorn to CSP., SECTION A-A TYPE A lnlet pipe ~ ..1. V4" O,eckered it NOTES ~~FT=~-;:=~:T NI eek weld JS" of I~" heat· treated chain , to frame and cover ( (See Note s ) 3/g" Rivets, Spot Weld or Tacx Weld at 1/9 points or better DETAIL "A" 1. All comoanents shall be galvanized. 2. Inlet ano outlet p1oes shall be set at factory and positioned as shown on pians. 3. Ladcers and Steps: None reouired where ·w is 3'-6" or less. Where ·w IS oetween 3·.s· and 4•.11· place one step +1s· above tne floor. If ·w is s·.o• or more install a ladder placing the lowest rung 1 s• above the floor and the highest rung not more than 14" below top of inlet. Place single step or ladder in wall w1tnout wall opemng. 4. See Stanaara Drawing D-17 for additional details. 5. Grate to be crov1ded when specified. SEE DETAIL "A' 1-12 1~M Rivets, Soot Weld or Tock Weld at 1/9 31 o" points or better ID= -...... --=---r-,-, SECTION C-C TYPE B DETAIL -EE DETAJL"B" (See Section A·A for oottom aes1gn) ©-3;g" Rivets, Spot Weld or ________________ :>TOCK Weld at f' 1;9 points or better SECTION F-F 6. Grate detail shall be as snown on drawing D-17 unless otherwise approved bv Agency. ~fCOIIIIUOED IY fH! S,U DIEGO ~EGIOIIAL ST .UD,UOS COIIIIITT!£ CZ:,I__/J ~,,.. ~""-1.e. /~75 C.,..,,u.,,.nor R C t '9101 IJ11t DRAWING NUMBER D-16 SAN DIEGO REGIONAL STANDARD DRAWING CORRUGATED STEEL PIPE INLETS TYPES A AND B Revision By I Approved Notes O. 5 1-1 • • • 3"• 318• Bon 1 l,l ; 1•:' , a 1: l : ::. 1:. a ;: ·~_1'\.11,1 ' .. ,, , '=-•'. -j4 F"iilet ::dtJ.'"':• -• ' .. ' ,1 ~-----~:.- L 3"12 1,"2"• 319" f > 13 3 ,.. , 9 ii Cross oars may oe frller we10eo. resistance we10ed or e1ecrroforgeo to 010r1ng oar,, CROSS BAR DETAIL GRATE (WELDED STEEL) ~ 3•-0· • _,-,, I " 2 Cl1or.,,, -_-"2 CROSS BAR DETAIL ALTERNATIVE CAST NODULAR IRON GRATE OR CAST STEEL GRATE --3-'s" GRATE DETAILS ALTERNATIVE CAST NODULAR IRON GRATE OR CAST STEEL lHLOtd CO$! GRATE BAR SPACING TABLE r[J T Ii -)) L==, R-~"f Holes for : I 112·• Botts I I ♦I w Ptote 2\<'z' l ¾' l l'•Q" STEP DETAIL H • 3' -6" to 4' . 1 1" "'1a·• hole / ,n Brocket tJ Ef.r: 0====:::::t+17 ~ i tl .i I O 0 _,, .. 2,'!..__.! ·-:-'"in I J o 11=====:tt,J. =o 7'~ 1~ TT :<T. 0 -, l • J i-1 ~:.i.J 2 I~• l :.-S • .,t:: :::::::, =====ttl Rods • ~3.a,..Runqs :l ~1 ~ i2"Ctr, , ~ ~ Grind all exooseo corners {'-"''Radius \~6"1114",O'-6" ~-Wasner ~-~-w1fh 719"' HOie : : 1' , Brackets U) -•o' Cir, Mox i 41,oz" x 1~ -aent P!are I ~•• l'loles ,n oracxer and J ,• roil for 112· Ootls ! ,. I ' ;,..., g 2·Hcies ,SIO!le, o ~" 11" for • 112•• 8olts, ,t'.N •~ J.~ !~ 1:i..L/2'. r1-' -1• ., • 2·>-,oies ~·• 0 for ·12·• Sot~ '1-Splice P1ote £" 1♦j 2~'x:.-s'xG-'C' er_~~_.: ·_<. ~ .L..l I LADDER DETAIL H • 5' -0" or GREATER Rtvtsion Bv T Aoorowo I Datt SAN DIEGO REGIONAL STANDARD DRAWING RECO■■ENOEO 1Y THE ~• OIEGO UGIOIIAl STANQUOS co■■ITTH CORRUGATED STEEL PIPE INLETS DETAILS tUt-/:71..,(../ ~LI! !'75 C--R.C,E. 1•1 ilo'9 DRAWING NUMBER D-17 .. . 5 -' B cE = e c::::, ~, ii ..,.. Transition from berm to ditch section. A t 'R~ -'j, -.._Ii '"""'" l,om b"m to ditch sectron. 1-14 Top of Berm Roadway SECTION A-A 34" mm -----6'' i---------6" t--- 1 I 18" I NOTE Cross · sectronal area of ditch may be rounded, or traoezoiaal. PLAN NOTES 1. A.C. spillway may be used when fill is l O' or less. and wnere fill slooe 1s 1 1/2: l or flatter. 2. Use l O' min. length of gutter transition on each side ct downdrain in sag condition. SECTION B-8 Type 8 A.C. B"m ~ ~ ~. - 36" 2" A.C. - ALTERNATE SECTION B-B LEGEND ON PLANS RECOIIIIE"OEO BY fME SA• OIEGO REGJO-Al ST ANCAR OS COIIIIITTH SAN DIEGO REGIONAL STANDARD DRAWING Revision By I Aoorovea a:,~/_;°~ C...,,4-i,.,C l~J5 c:,-,1,1,,,Jlllf R, C ~ '.'807 0111 DRAWING NUMBER 0-22 Plan .,0. S' ASPHALT CONCRETE SPILLWAY • • • r NOTES Al -l0/2 (1' mini I ! I I -$~- L A...J DOUBLE PIPE ELEVATION Al -©- I L I A_J SINGLE PIPE ELEVATION 1. Concrete shall be 560-C·3250 2. Ex00sea corner1 to be chamfered 3/4". 0 A I 12" 2'-0" I 15" 2' -0" I 18" 2'-0" I 24" 2' · 6" I 30" 2'·6" I 36" 3'. O" i SECTION A-A B H 1"-0" 4'-0" , .. , .. 4' · 3" 1· ~ 2" 4'-6" 1 •. S" s·. S" 1'·9" 6'-0" 2' · O" 7'. O" SINGLE DOUBLE L I gone .Y. L 4'-0" I .45 s·. 8" 5'-0" I .63 7' · 1" 6'-0" I .83 a·. s .. 8'-0" I 1.54 11'. 4" ! 10'·0" I 2.41 14'. 2" 12' · O" I 3. 74 17'. O" LEG ENO ON PLANS n ------1 ------1 ,_j Bone .Y .62 .85 1.i2 2.09 3.26 5.05 1-15 -ECOMMENOEO !Y Tloff SAN OIEGO REGIOIU.l ST A"OUOS COIIIIIITTH SAN DIEGO REGIONAL STANDARD DRAWING Rev1s1on I Bv I Aoorovea I Date Cone. ~ »!8 5-8', DRAWING NUMBER 0-32 STRAIGHT HEADWALL -TYPE B (CIRCULAR PIPE) I I I I :~ ,. I 1 • I --j lapr-, 1 1ap r- .p:,r-.-----==-..' / / ~·------:..- 1-16 / • • -r • 2" cl. , 4@ 12" ...... ---'--- [ ·. . /\ I I A I l I = .... , I 2" ,i H-' ·~-----& ..._,& ___, ___,. ___,,I SECTION A-A -8" w E U TYPE PLAN WING TYPE r--e ~ 8 ,, ~ I I ,-~- NI r <' I 01 ' u { ;., <0 t ' 2 · # 4 ELEVATION SECTION B~B DIA SINGLE PlPE DOUBLE PIPE DIMENSIONS -U TYPE WING TYPE U TYPE !WING TYPE OF I CONCL'il 1-i:UCONCISTE.El mNC:sr= 1 ,,., ::,1 ttL PIPf L ! E F w w C. Y.I LBS.IC. Y.I LBS. I C. Y.I LBS.IC.YI LBS. I 18" 2'-3118" I 1'-3" '1'-ll 112" 2'-0" 0.55 i 35 0.63 I 43 i::? 0.82 i 53 0.90 I Si i 24" 13·.1 7/8"1 1',9" 12'-71/2" 2'-6" 0.79 I 47 0,931 60 =;;; 1.22 I 73 1.36 i 86 .c-30" 4'-D 518" · 2'-3" 13',4 12" 3'-0" 105 i 71 1.29 I 85 .. ~ 1.66 i 109 1.921123 I 16" 4·.;1 1/2"1 2'-9" !4'-11/2" 3',6" 1.33 I 88 1.691114 <a . 2.19 I 136 2.55 I 1 62 NOTES: 1. Concrete shall be 560-C-3250 2. Exoosed comer1 to be cnamtered 3/4". 3. Mult10ie pipes to be set a distanta of D/2, with a l' minimum between outside diameters of prpes. 4, Too of headwall shall be plactd aoorox1mately parallel to profile grace when the grade is 3% or more. 5. Skev.ted pipes: Dimension W to be increased in width or length due to skew or mult1p1e pipes. 6. For pipe wall thickness grutl!r than 3" use alternate Oetaii-C. •Ec□MME~OEO IY '•! IA~ OtEGQ REGIONAL STUOHOS COIIIIITTEE :..!.:!J _; <'~/ .,_,4-J...:: t 'fJf " i~Q7 ;l,, DRAWING ~UMBER 0-34 SAN DIEGO REGIONAL STANDARD DRAWING WING AND U TYPE HEADWALLS FOR 12" TO 36" PIPES ~ "'.' I ;... ~~ I I !" ri-1-~ -I l_i_l_i1 ----I l I I I ----- ALT. DETAIL C LEGEND ON PLANS __ (( --~ Rev1S10n A011roved Cone. • • • .. 314 0 , L!Z ~ 3/4" Chamfer ~ W ---.9 I • •' • t t• ! I I / J "' --9":,-- • "--,·-,-1-:-1--HI ~t r•-1-~~;~aunaea 01oeenos. ;·. 6 I I I l :..l I ~-===j see arawing D. 61 :r! D ,' -L I H' 7. ;: .. -I -1-17 : L I 1=1= ! : ! l ~ H I I j I I I C0 I ~.-fl_::J ♦ 71/2"_..J ~ ~7 1/2" t 7 1/2"~ W :--71/2" ~ ~ ELEVATION SECTION 5"--- LENGTH OF w 3'. 4" 4' · 10" 6' .4" 7' -10" 9'. 4" r D H U2 stee1ICoocls111e1 Cone I Steel ! Core I Steei I Core Steej I Cone lbs. C. Y, lbs. C. Y. lbs. C. Y. lbs. C. Y. lbs. C. Y, 12" 2' · 8" 2' · 6" 15" 2' · 11" 3' · O" CORNER STEEL 18" 3' · 2" 3' · 6" DETAIL 21" 3' · 5" 3' · 9" 24" 3' · 8" 4' · 3" 27" 3' · 11" 4' · 9" JO'.' 4' · 2" 5' · O" 33" 4' · 5" 5' · 6" 36" 4' · 8" fi'. O" 39" 4'. 11" 6'. 3" 42" 5·. 2" 6' · 9" 45" s·. 5" 7'. 3" 48" 5·. 8" 7'. 6" 51" 5' · 11" 8' · O" 54" S' · 2" a·. S" NOTES 1. Concrete shall be 560-C-3250 2. All reinforcing neel fl 4 bars. All vertical and horizontal tie bars 18" maximum soacmg. 3. When muitiple pipes are used, the distance betwffn pipes shall be 0/2 (1' mm.l. Dimension U2 is from the center of the pipe nearest to the end of the heaowall as shown. 50 ,79 60 .98 i i I 55 .91 65 1.11 I ! ! i 65 I 1.04 75 1151 1 I I I 7511.15 90 1.361 I i I I 85 1.29 100 1.51 110 1,741 1 I 90 1.44 105 1.67 115 1.91 I I 95 1.55 110 1.80 120 2.05 135 I 2 29 105 1.71 120 1.971 135 213 150 12.48 i 110 1.88 125 2.15 140 2.41 15512.681 170 2.95 I 1150 121B 1170 12.561 18512.84120013.12 i · 1155 I 2.42 175 2.76 19013.05 210 3.34 I I 180 2.97120013.27 215 13.57 i I ! 190 I 3.13 216 13.441 230 13.75 ·, I I 220 13.671 235 I 3.991 I 235 13.911 250 I 424 LEGEND ON PLANS ,---____ _; r -----I I ' w 1-17 •ECOMll!~OEO BY TM! SA~ DIEGO REGIONAL STAHOUOS COMMITTEE SAN DIEGO REGIONAL STANDARD DRAWING Revmon Bv Aooroveo I Date :,!,j_/_; <~ '-./~LC t'f.'! ;:-.. ,11,t M ;' ( "1"01 ;j1tt DRAWING NUMBER D-36 L TYPE HEADWALLS CIRCULAR PIPES Cone. r---r---~------------:==~~~~~~~- A --♦~--+----"--+-,..-C--- -;- a, 0 L_ 560-C-3250 Concrete or Air Placed Concrete (optional) I "- I ~---~------------------- L.. --- ~c PLAN \ \ \ . --_____ ,____ A ----\ \--~J_j I I \ ____ l ___ j -------, I 1-18 ~6 .. / -~~;>------------------------___..!~,,,,:..._.:;, >- "" c::, 6" X NOTES >- >- N Q SECTION A-A 6" · 10/10 WVvF SECTION 8-B Inlet conm. sym. about It_ except for multiple pipe installations ( see note 1 ) N 0 - 1. When more than one pipe is used the profile view shown shall hold for the distance across all pipe openings. Sections A-A and B-B shall be from the outermost pipe. The distance between pipes shall be 0/2 for round and Span/3 for arch pipe. { 12• minimum ) 2. Culvert shall be cut otl even with apron rudace when required bv the Agencv. 3. Use Inlet Apron only where a flared end section can not be utilized. 4. Place weep holes when required by the Agency. ►,.,. ... (.Q Min 5-around pipe inlet SECTION C-C LEG END ON PLANS SAN DIEGO REGIONAL STANDARD DRAWING •ICOMM!NOIQ H TH( SAN Jo!GO lll(G10 .. Al ST.t,_,,O,UIOS CO.lil1itlfTl£ INLET APRON FOR CULVERTS UP TO 42" DIAMETER '"'.,..,or Ill t l 1U07 DRAWING NUMBER D-39 • • • ~ 0 C N .g = Q ~ - C N •eco1111e~oeo !Y r•e su 01ec0 REGIOUL STANDARDS COIIMITTE! ~-~.; .. ~-~';,,; ,.,s ,1,,, ,,: ;-~ '~,~!)1 .:,,.,, DRAWING NUMBER 0-40 20 or 'lN (min.l 6" wide Slot PLAN 20 or 'lN SECTION B-B 1-19 Endwall (typ.l ·= .§. I-~ • NOTES: 0 ,. Pi~ Diameter W • Bottom Width of Channel Flow Sill, Class 420-C-2000 Concl'l!te SECTION A-A 1. Plans snail soec1fv: AJ Rock ctass and thickness m. Blanke! BJ Filter materia1, numoer oi tavers and tn1cKness. 2. Ric rac shall be either ouarry stone or broken concrete (if shown on the pians.l Cobbies are not acC!ctao1e. 3. Rip rap shall be placed over a filter Dlanket wnich mav De either granular material or plasnc filter cloth. 4. See stanoard special provmons tor se1ewon of r10 rao and filter blanket. 5. Rip rao energy diSSJoators shall be des,anated as either Type I or Type 2. Type I shall De ~,rn concrete s111· Type 2 shall be without sill. · 6. 1" dimension shall be a minimum of three (3) times the size of rip-rap. SAN DIEGO REGIONAL STANDARD DRAWING Revision Bv Aporoved I Date Sill. filter ,, nt,8. 10-'il. RIP RAP ENERGY DISSIPATOR :-20 I" l•bi I ·~i---• i~ --1:1 ir"'! w 1 ~ L.;.__t 1' .----~ ..,.. -===i ' i' ; ?'o• Collar ~ , I ..., !'.:'. f-·--4111 A j 1.sn note 5) ~ ...... ---..~ ~ ~ i; ! ! .. ...·E-~=;c=~==:;:=;=~=ffi-·--r--y:----- Set note 7 lk....::~ 1w-___ a;._ ________ ....,·;._ -End sill // "-2 . • 4 ,,oari nor1zont1I ano vtmcal arouna tenet ODS! I typ1ca1 ), PLAN 1:1.../ Inlet box --, .. , -- NOTES 1. ::Jes,gn: Note: Riorao not snown . .,,.-Sea note 7 / -/8~ ,_ / .:.:·Too at slab man ot 6" S"- atlovt cn.ann11 mYtn SECTION A-A Eou1va1ent Fiuao Pressure , 50 o.:.:. Maximum Outlet Ve1ocnv = 35 !.a.s. 2. Concrete snail oe 560-C-3'50 3. Rttniomng snall conform to ASTM des1gnat1on A615 and mav oe graae 40 or 60. Re1ntorcmg snail be 01ac10 with 2" clear concrete c~v,r un1ess noteo otnerw,se. S011c!l s.ia11 nor oe oerm11ted exact as ,na1ca1ea on rne clans. hr o,ae graaes not excuding 20%. inlet oax mav bt omitted. 5. It ,niet cox ,s om11ted. construct 0101 cti1l;ir as mown. 6. Uniess noted 01nerwtse. all r11nlorc1ng oar oenas snail be fabncatea watn stanoara nooks. F,ve toot h19n cnam lank f1ncmg, emoeo oost 18" deeo ,n walls and encase wath ::tass 8 mortar. 8. In Sandy and Siltv soil: al R,orao ano aggregat1 base cutotf wall reoulfed at the end of rock aoron. bl Filter cloth IPolvhlter X or eau,va1ent11/lall be ,nstalled on nat1vt! sc11 ano case. mm,mum at 1 ft. ~ver1aos at 10,nts. 9. Rip rao ana suobasa c1assiticat1on snall be as shown an otans. .-Aqgregare C"toTt Will r-Channer invert PICTORIAL VIEW -Tw -f----------t============== : : I ---0.Sd ,_1 , · 1 : ~ , . ' .. y, I I j r' "----. ·i v-Conmuct1on w ~ .:::1n1 I ---------=-I ' :.:~ • SECTION B-8 !Pica □,a i1n11 : 8 24 30 36 42 48 :4 50 I Area 1so.rt.! i 177 J.14 4.91 7 07 9.62 :2_57 :5.90 : 13.53 23.27 Max. Q lcisll 21 38 59 85 ilS ' '51 '91 236 339 w , s· . 6 .. : s· . r s· . r , g· . r : 1 O' . s .. , 11' -r : 11· C", • 4· -, .. , 1 s· . 5" 1 H , 4·. 3" 1 s·. r 15·. 3", 7• 3" 1 3·. O" 1 g·. o··: g·. 9" :10· 9· .. 12· r, 1 r 4": g•. O" :10·. 8":12·. n 14· o· .. ·s·. 8" :1r -4":19· -0'"22' r d Ta ,. 3" , 3•. 11"14·. r , s·. 3": s· J" s· _9" LI.:.: 4--is:. o·· __ . _9 __ 4'. 1" 5'. 1" ! 6'. 1" i 7' · ;;;1-8-;-()" 8' -11"!10' · 0"'11' · 0"' :2· · 9" 2· . 4" , 2· . 1 O"I 3· . 4" , 3·. 10"1 4· . S" · 4' -11" 1 s· . S" · s ·. , n s·. : , .. · O' 11"! 1'. 2" I 1'. 4" ~]' -7" I 1' -3"' 2' · 0" 12' 2": 2' · 5". 2' · 9" ' a· 6" : a· . 6" ! a· · 8" ! a· -8" I O' 1 O"' O' · TO .. I 1' · O" ,J" '' 3" : 1 · . 6 .. i 2' -O" I 2' -6" I 3' · O" I 3' -Q" : 3' -O" i 3' -O" i 3' O" : 3' · O" ; 2·. 1" I z·. 6" 13'. a··: 3· -s-7[!:-Th 4· -5" 14·.11": s· -J": s· -2" 8" I 10" _ :.____ 12" -r ---7'-. --r ·-92~2" -1 a 1 i2" ,-.--, 9 1:2'' !Q 1'2" 7" 8" ' ........ SAN DIEGO REGIONAL STANDARD DRAWING ~ECOMIIENOED SY TME SA• ,., •. •EGIONAl STAHOAROS C0IIIM1• CONCRETE ENERGY DISSIPATOR ?./t../ ~ <~, .J-LC. . , ,oOIIIIIMta, RC E 19107 DRAWING NUMBER 0-41 • • • 1-21 ~ ~ r-Svmmetnca1 aoour · centerline r-Symmetrtcal about centerline ; i i -3-#StVo. , ' I -3-#5 see Sec. 0-0 -+..,f--+-C ___ , i -....,1 t-=t.1/•:..1~;:.rr~:r 1n r-; ' I ; : :11H-H. i1 : 1'4@8" • +--+-...+-+--++-~ .. ' 4-14 ii 4 @l 7" . . Pio~ z tyc . j1-...,_...,,., "", .-, ....,_u.._,~•111-----""------(note 11 . I ' I ' ooenmo , 2 _;; 5 ea. faca ~ I .-il'-0"1:1;::-.. ._~--~-,, _________ _ 3. #4 -""if:::p~+-H:::=:=H'='~=-: i • :V --j 1 3 · IS !VD-i '-..... ~-'- I (1 l ~---------' END SILL ELEVATION HEADWALL ELEVATION l C ~ 1,. 0 .. _ _ : ~Svmmemca1 aoout I ' center11ne __ -, ~--,-------#5--..._ rH@7"(not12l "°r;=i r Hr@8'dk' '; ,L--/ ' I -,4 I -....../1 . 4-Hinote L 7 ;4r @8"+;,... ------:_-_-:.-:_-:_-_-:_-:_-:_-_-:,_-::,_ .. , .. ._..4.il.5 ~; I r::::..:,( 114""8"(note2l ,· ___________ ,__, __ ,__...,_ _ "' 3.15..:., I I ,,,, ~~ ~ ; ,----------1--;--~/:-~ --11/2"dr. #5@7" i.. ~ l,..._SeeSec. -~✓---1 • ii ,-~, I • Q Q I f • : # 5 7@12" J (note I)✓ 1,1· : : --, : ~ I A-A & -. L,4-#5 I I ~ ,. , l i ~ ' ~ D = rt'_ 1 4 L @ 8" L..... fr: D ~ ~ "----.:~ • s -·7· Lu I nate 1) ... r' 5u@8'' (note 1) i ~i l ''--.# 5........,., I #5_· @ 8'' _,/ it: i • See End Sill Elev. L Note 1 SECTION A-A SECTION C-C 18" -NOTES I lao 1 1. Place reinforcing, as noteo, at center wall for slab). 2. Maten 10cauon of re1ntorcing with that ,n headwail, end sill and foundation slab. 3. All reintorcmg snail be 0taced with 2" concrete cover, unless noted otherwise. IIT,-m '"" "· 'At -#4@71nore11 l t , AlCOMllt-0£0 I• T~f SA-DIEGO •IGIONAL STANOHOS COIIMITTH a&-./:1 I('~ ,1-l,,/!. lf7S c--,.. • t l 191C17 Dolt DRAWING NUMBER 0-42 SECTION D-0 SAN DIEGO REGIONAL STANDARD DRAWING CONCRETE ENERGY DISSIPATOR (REINFORCEMENT) 18" TO 30" DIAMETER PIPE Rev1s1on l Bv \ Aocroveo I Date I t l ' ... I '-' i .. I ' tc I ..c. ~ I a. : 0 i ., I N i 0 I ! i ., i ..c == i ::: ~ i § ! .... I ' ' • • ' • ,rencn Width sl a, I r-----Pioe I ' • • i 01 I ;.. ! ·E ! ' 0.0. I 8" min ! 11 'ii i s! ii i >1 "' ... XI o, I ti ~: Cl -~; C:I :..:: : ,., "'I :E I ' 1-22 .. ! "" = C: invert elevation ,,::: sl ~ -0 .. c::, I ., Cl. tc a: • :...,._ 4" clearance (min) SECTION NOTES 1. For trenching on improved streets see Standard Drawing G-24 or G-25 for 11!Surfacing details. 2. (") indicates m1n1mum relative comoact1on. •Eco, .. ,(NOEO s< THE SA• OIEGO AEGIOUL STANOUOS COMM1TT!E DRAWING NUMBER 0-60 SAN DIEGO REGIONAL STANDARD DRAWING PIPE BEDDING AND TRENCH BACKFILL FOR STORM DRAINS Revtsion Bv Approved Date Re~rence 1H. -~ 10-f;. • • • 1-23 F aca of drainage structure Face of drainage structure i=ace at ara1nage structure 6" 6" Concrete pipe Concnte pipe mm Concrete p1p1 mm R BELL END SPIGOT END CUT END A • Thickness al pipe ''" ,, "'"''' "'7 6" min .. --~ Corrugatea steel p1oe ~ \\ :;:.-.. :•:-NOTE The rounded areas may be built up of cement mortar or poured in placa with the drainage structure. \t •" A -- R • Inside diameter of pipe Rev,sion Bv Aoorowd Oat■ SAN DIEGO REGIONAL STANDARD DRAWING Note o .s ROUNDED PIPE ENDS IN DRAINAGE STRUCTURES 10 •ECllUENDED IY THE SA• DIEGO UGIOUL ST AIIDUOS ClllHIITTEE DRAWING NUMBER D-61 -t l..-A ELEVATION 6" I-.◄ I ". I -□-v,-n-ao-,..;; ~ Fin~ smooth with Clas:s C mortar -~ I \ f I NOTES: .. --~-~ SECTION A-A 6" r-- 1 6" Minimum OV1!rlao on eacn pipe Cut pipe enc 1. Pipe collar does not nave to be fin1sned if coverea. RECOIIIIENOEO SY fM! SAN Ol!GO R!GIOUl SfA~OUOS COMMITTEE Cl&-/ :J -<_,.:._,: ~l,C /~75 Coo,0,,-10, R C E l 9107 Oilt DRAWING D NUMBER -62 2. Concrete shall be 560-C-3250. SAN DIEGO REGIONAL STANDARD DRAWING PIPE COLLAR 1-24 LEGEND ON PLANS _ __.Q.__ --u-- Revmon l Bv Aooroved Cone. ;t. 7-'! . .6. Overlap a rot • • • '-cut or fill slope bottom mav be rounded at /0 the opuon of the contractor . ..J TYPE C NOTES J" 470-C-2000 concrete or J" 2500 psi, air placed concrete With 6" X 6" X #10 X #10 welded wire mesh. BROW DITCH \ 12" '--cut or fill sJop/ 3" 470-C-2000 concrete or 3" 2500 psi, air placed concrete With 6" X 6" X #10 X #10 -lded wire m-h. TERRACE DITCH 1. Longitudinal slope of lined ditch shill be 2% minimum. 2. OY11r slope down a1tcna shall empioy 6" thickened edge section at both sides of ditch. 1-25 24" min ~I TYPE 8 3' min 6" • • • I TYPE 0 LEGEND ON PLANS Revmon Bv Aoorowa Oitcnt\ltle SAN DIEGO REGIONAL STANDARD DRAWING RECOIUIENOfO 8Y rHE SAN OIEGJ AEGIOIIA~ STANOAROS COIIIIITTH A.P.C. B height DRAINAGE DITCHES aa./t? ,<,,_£,_,/ .J-u. lf75 C.""'-or A C.E. 1,101 0111 DRAWING NUMBER D-75 .!! I d: I Arm Length 8' max Curb Owrhang 1' min ~ ummarre , ,_ ____ .::::.... ______ ., Light Standard --....i Core 5" dia 12" high (mrni --- • :':, i '' ~===-~~-:~----1 Hand hole to face street---- ' 18" DIRECT BUAl>li:L FOUNBATIOP, POLE MOUNTING HEIGHT HEIGHT 25' ± 2' 27' ± 1' 28' ± 2' JO' ± 1' 23' -O" 26' -9" 26' -6" 30' -O" AtvlSlon Bv Aoorovtd Oate Table 71(..8. 5~ LAMP SIZE /WATTS) 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. !50 H.P.S. 560 • C • 3250 P.C.C. Ancnor base SQUlre or round, add 1' to each dimension tor loosa soil or soft day conditions.----------~___] Finished Grade Anchor bolts must not protrude. • 2' · 6" ANCHOR BASE FOUNDATION ! • • Anchor Boltl (4 req.) 1"x36"x4" hook, galvanized. Use two ieveling nuts with wasners (all gaJv.} on eacn bolt SAN DIEGO REGIONAL STANDARD DRAWING RECOIUIENOEO IY fijE S,U OIEG REGIONAL STANDUOS COMMITTH STREET LIGHTING STANDARD crg../t:1,<,,_:_,:-~LC 1'75 C,oo,o,,_..o, RC.£. 198Q/ J,1t1 DRAWING E-1 NUMBER • • • 1-27 ~ 4• I t ! • I . 3•7 ~ 13• Ji;~, 0 1 If I co I , _L__ . I I 1, --I TYPE A-SEC110N -l s· \.-1 I ~ ! 2H + s• TYPE C-SEC110N 1 ' :::c Height 6'", 8'", or 9" os indicated on plons R=1" 1 • . • /=.r ~(Level T \ 1'-4'" j N I I TYPE E-SEC110N Slope end of dike 1: 1 when not joining other-improvements ALL TYPES -SIDE v1EW NOTES: _LI .__.......__._....._.....,._. ..... I 1 .3" TYPE B-S£C110N ~ j_ . ~/722>;· ' . .____._ ....... __.. J' .-. a· N ! I : TYPE D-SEC110N TYPE F-SEC110N j APPROX. DIKE QUANTHlES I TYPE I TONS/UN. ~ ~ I. : A 0.0250 8 0.0J75 C-6• 0.0.375 c-a· 0.058J C-9• 1. Dike is to be placed on o minimL!m 2" of A.C. rood surfccing, extending throughout the width of the dike. D E F 0.0702 0.0062 0.0407 0.062.3 2. AR-8000 grade ospholt to oe used for oil dikes. 3. A.C. dikes may be shaped and comoccted with an extrusion machine or other e~uipment capable of shaping and compacting the material to the required cross ~ection. Rev,s1on Bv Agorowd Oat1 Type£ SAN DIEGO REGIONAL STANDARD DRAWING DIKES -ASPHALT CONCRETE LEGEND ON PLANS Type A Dike ~ECOIIIIENDED !Y TME SAH OIEGO ~EGIONAL STANOAROS COIIIIITTEE Cl&-/:;;,...-~ .1-.c.c.1"'5 Cootlluwr• ~ C.E.. 191Q7 O•tt DRAWING G 5 NUMBER - l-28 • varies Width as shown on clan I 1 /2" R _ 1/4" per ft. t r---)-------~~~~7'/;,-::.::._~-'.'"'. -;,..-_r_---=-~= .. =~'...•n~td:. __ P!.!::~~ • .:.:_J:..o=in-_t-~~tr~==~-~=-=-=. :_-:-=· ::·.=-::~. 1 /2" R J, ____________ _J t I I I I I I I I ------------I ----------~ I I I I I I I I 1.._________ I -------I ----------J NOTES 1. Conc11t1 shall be 520-C-2500. NON-CONTIGUOUS Width as shown on 01an l/2" R -1 /4" per ft. ~ CONTIGUOUS 2. SH Standard Drawing G-9 and G-10 for joint details. SAN DIEGO REGIONAL STANDARD DRAWING SIDEWALK -TYPICAL SECTIONS 1/2" R • LEGEND ON PLANS . ·• ·::: ~ !~ · .. -_ .. , •. ~ECDIHIOOED 9Y rHe SAN OIE UGIONAL STANOUOS CO»MJTT Cl&../c:1~ CoerltMtW R.C.E. 19107 U11t DRAWING NUMBER G-7 • • • Mid Point of Curb Return -, I P.C.R. NOTES · 1 • ' -r---:--• i 5' TvP-\ I ... : I I· 1. ExpanSJon Joints ---at curll returns, adjacent to structures ano at 45' intervals. (See Standard Drawing G-10). 2. Wukened Plane Joints----at mid point ct.curb return, when reauired. 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. Rev1s1on Bv I Acaroveo I Date Note 4 7f1. ~-5-1¼ SAN DIEGO REGIONAL STANDARD DRAWING SIDEWALK JOINT LOCATIONS l-29 1·--<. . · 1;·. ( '. ! RfCOMME"-OEIJ 8" T~f SAN Q1f-j.J ~fGl01U,l STA~QAFIOS CLlMIIIIP~: . ~.✓·(~ . "--4,...Lc.: ~,.f Ci.10111,~tlk "Cf 19801 -)-,,.- DRAWING NUMBER G-9 Exl)lnsion Joint filler material 1 /8" R ~-·. ,': :. <;~-~-- i·~ ... _. .•.. •· t .. ,I ..... ':..· :.· ·;.· . .. . . -: .•.·-,,,. -·· ... - . ~ .... ~:_ .:.:.-· .. ':_-. ... ·,·~· ·. .. -~ . o-:•·-.•.. --l l--1 /2" (PIIV8ment) 3/8" (SidlWllkl EXPANSION JOINT : r mtormed Joint tiller ' / ~--~~~:::::::~,!-..... ...,. .... . . a .. ~!~·_: . ~--_.: ·21 · . a . :~~-fil-; . :.':.:-• -~ 1• I I I . i --.-J/4" "". . I. -. • .;. .·. ·.• . ... :: .. _ :':'.· I _,,.' . •, •-. ..· .... ...... .. . WEAKENED PLANE JOINT GUTTER ANO PAVEMENT !· . . .•. . •:. : f . .. .. . -; .... ., .. :·-•. . : . . • ... I - 1 /8" R .... ~ -.. I ~ l .... ~ --' ~-' ~15/8" KEYED JOINT 1 /8" R ····-· ·i· t ...... . -~-~~~-:i, .' .· •·. , • • I . •-1 •.f' CONT ACT JOINT ,-1/8" R I WEAKENED PLANE JOINT CURB ANO SIDEWALK .... :•' .· · 1· ....... ·s t· ~:~\--:. l-30 R£COMIIEll0E0 ev TME .,.,. OtEGC ~EGID••L STAII0.O0S COIIIMITTH SAN DIEGO REGIONAL STANDARD DRAWING R1v1s1on Sv Aooroved I Date • Radius ~ O S .7. ?"J Cl/.t../ ~ -~•••'"';...,/• ~'-C l'fJS Coo,o,~to, •CE 19101 0.11 DRAWING NUMBER G-10 CONCRETE JO INT DETAILS • • • NOTE i-31 Existing Score Mark Is Area to be remowd SIDEWALK PLAN Existing Score Mark ~ J j ~-Area to be remoYld }1····~ ........ · ' ..... ··•.· ~ 1· ·~··:·.•. 1 • 1/ Existing Joint II .., : ·•. , .. . •··~ SIDEWALK SECTION s· or from joint to joint in oanel whichever is less. 30" Min. from existing joint or edga of curo =xisting Joint or Edge Curb Line i ,\a ! CURB PLAN t3 Arn to be removed ~·-_ .. 5'(Min.) ~.~·. \--~.:.~·/'·' S' Min. from existing joint or edge at pavement /i:xisung Joint or Edge U . -.. :"•:1,,_ .. _;-·.'·'' '). ',. -.. , .. " .. ~-~)_· .•. •>., .. 'I". 'S PAVEMENT SECTION Remaining eoge to be smootn and true w1tn no shatter. ' ": 1 1 /2" I •·;min Portland cement concrete i' -~· ·. i to be re moved :, ·.•. '· _.·. ' . "-Saw Cut . ,·t • : . •-1 ... · .. Wien distanca from. "Area to be removed", to existing joint, edge or score mark is less than minimum shown, "Area to be removed" shall be axtended to that joint, edge er score mark . SECTION Showing Cut SAN DIEGO REGIONAL STANDARD DRAWING PORTLAND CEMENT CONCRETE CURB. GUTTER, SIDEWALK AND PAVEMENT REMOVAL AND REPLACEMENT ~!COllll!MOEO SY THE SAM QIEGO A!GION.ll ST AIIIOA~OS COIIIIIIITTEE Cl&../v;;..,1../ -<ru:. ms UOIOHW10t A CE. 191Q7 01tt DRAWING NUMBER G-11 1-32 Toenail with I -16d c;oi nail on each side of the block f:To11 of Pou f fiat plate washer -------..- 5ia• Carriage bolt with hex nut 6"x S-x 1•.r Douglas Fir Bloc:x. 6"x S-x s·~· Oougl• Fir Post. ----.-- prmur1 trntlC. Ground Une or Shoulder Surtocing _ under railing • V1rilbl1 -• .., 1 ii ci & .., ... Top ot rail l 0.17' Oik1 .5 :: (Optional) ;IE ;IE ~ ":' ;... .... -:,,;:,;,,,r-: .. • ~ .., & "' -5 • ... = c !I, ... -.:, = ... SECTION AT SUPPORT SECTION WITH/ WITHOUT DIKE Post spacing 6'-3" C. to C. LINE POSTS 3'-0'' 611x811 Siodtbetween post and rcil Rail Splice NOTE 6'-3" ~ Traffic PLAN See Standard Or-awing M-8 for additional details. on all posts Lap in direction of troffi <:::= Traffic !ix a• Douglas Fir Post □ ELEVATION • RIMSlon By Ao11rowd 01t1 Stctions .,,, 4. s-& SAN DIEGO REGIONAL STANDARD DRAWING ~£COHIIIOED IY TH£ $All OIEG ~EG10l1Al STAllDUOS COMMITTE METAL BEAM GUARD RAIL INSTALLATION t!L/d~ ~.ms C--U.E. 151117 0... DRAWING NUMBER M-7 • • • ~iqtJ: I llllii Slottad llc)j• ~•x r¼," RETURN SECTION 51Je" I I --iJ~· ~~ ~ I t 114• I I. •. I~• 5/911¢SUTTON HEAD BOLT ¾;"or0.183" ?!ate ~ jL.Irl __ -.1-4-J FLAT PLATE WASHER ____ o.1oa· .. .... Nom. 2~ l.e~·.I I TERMINAL SECTION TYPE "A" 5/9" S2S RECESS NUT .4i.· 14'•·1 u· ~ Post~t Slot 3-'i"x 21;,z• Slot ~xilfa"Siots ~-l I "i" Bunon need <Mil shoulder bolt! w,tn '"-recused i'U nuts· Total· 8 i,er so1,c:1 and 4 oer temunal section Lao in dlfte11on of. tnlttic. RAIL SPLICE , 27" • 6Wi • ~4~•, ~ N I \/Slotted c:,>--rlOles . ' i Same as roil t' element Section TERMINAL SECTION TYPE "B" 31./4" 1fi6 Toleronc~ :, • 3~6·., · ,,,,e; o,. --, I ,--'i:"'"T. 0.108' Nom SECTION THRU RAIL ELEMENT NOTES 1. See Stanaard Drawing M-7 !or guara raii 1nstallat1on. 2. All metal elements shall oe galvanized. 1-33 SAN DIEGO REGIONAL STANDARD DRAWING Revaion By Aoorowd Datt DRAWING NUIIIER M-8 METAL BEAM GUARD RAIL DETAILS ~@Gj: 11111 ~I Slot1ed l'loj• ~• x 11.-ti • RETURN SECTION 5/911¢ BUTTON HEAD BOLT I l"l" ~• or0.183" Plate FLAT PLATE WASHER .. • e ----!.:!?8: 4' TERMINAL SECTION TYPE "A" 5/s" 95 RECESS NUT 3~"x21rz" Slot ~• 11 !Je" Slots ~•x11i1a• But10n nead owal shoulder bolts w1ti'I 11.-recessed l'lex nuts• Toto I · 8 per splice and 4 per .terminal sectlClf'I LQP in d1rect1on of traffic. RAIL SPLICE I 27". 0 0 6¼" ~41iia", ., I ~Slotted ~ hOles J, . Same as rarl ~ element Section •! TERMINAL SECTION TYPE" B" 31J4" 11i6 ToleronC\ ii , 3~6", ' ,,,,~ ,_Q•! ~-~i 0.108" Nom SECTION THRU RAIL ELEMENT NOTES 1. See Standard Drawing M-7 for guard rail installation. 2. All metal elements shall be galvanized. 1-33 SAN DIEGO REGIONAL STANDARD DRAWING Revision Bv Approveci Date DRAWING M a NUMBER • METAL BEAM GUARD RAIL DETAILS 1-34 l=i ....... ,. .... D • Varies D D Sackofadsw,lk=;:J DI I Top View 12" 6' . O'' max. N I" 'I' see note 1 see note 3 I I I I I I I I I I I I I I I I I I I LJ Front View I I L.J I~! I ·t-6"x 6" post typ. L..J I I I I L.J CONTINUOUS BARRICADE 12" I. 1 • 6' . O" 12" • I' 'I N . 7 ,...-.----.~,-......-----,~ ~ I I I I ~ S''x 6'' post typ. I <O I I I I I N I I Front View I I L.J SEPARATE BARRICADE LJ NOTES 1. Posts to be structural grade redwood or pressure treated (with wood preseMtive) Douglas Fir, surfaced four sida; cross pieces to be 2"x 8" select grade Douglas Fir, surfaced four sides. 2. All exposed portions of barricades shall be painted with two coats of white exterior enamel over prime coat. 3. Connections shall be made with 3/S"x 6" galvanized lag screws with one (1) washer each. Reflector sign fasteners to bt 3/S"x l½" galvanized lag screws. 4. Reflector signs • California Type N. Size 18"x 18" . Yellow with nine (9) • 3¼" reflectors ( center mount ). . . a. Reflectors shall be red for use on dead end streets, in all other cases they shall be yellow. Reflector material shall bt plastic or other approved reflectorized material. b. Sign material shall be aluminum alloy 6061-TS or 5052-H38, aluminum thickness 0.063 inches. 5. Six foot long hat section metal post per Caltrans Std. Plan A74-A optional for guard post. Revision By Approved 01t1 t?.6. 7-7 SAN DIEGO REGIONAL STANDARD DRAWING '11(.6. /O·IZ GUARD POST AND BARRICADE End View (Both Barricades) Line 4"x 4" post N GUARD POST LEGEND ON PLANS □ o n ,K ,i( Barricade Guard Post RECOMMENDED SY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Cl£/,:?~ .ti.:. m~ C-dtOltor R.C.E. 19807 0111 ORAWING NUMBER M-9 • • • 1-35 14" 24" min C 2" min ·e r- 1 RISER RING = ·e 5" min 6" thick grout pad SI ope surface of grout pad to drain away from cover, and to meet existing grade. A.C. Pavement :: :·. .. 560.C-3250 concrete PLAN-IN UNPAVED AREA Brick support all around on 2" sand base. _;.· 6" dia. min·-~ . ·!: r~-: :·:· ·x::-: .•··. , ...... / /.:~:-: =: NOTES 1. Cover and frame to be cast integrally with pipe box. TYPICAL MONUMENT SECTION IN PAVED AREA 2. Monument base may be cast in place or precast. 3. Form and taper exposed upper 6" of cast in place base to a top diameter of 5". (Precast base shall be sand backfilled). 4. Monument marker st:iall be a domed brass, 3" in diameter. 5. Monument Location: a) Set on all centerline intersections unleu actual location is modified by the Agency and shown in modified location on map. When centerline intersection is impractical, offset 5 feet on centerline of major street, (see detail at right). If neither centerline can be occupied, two monuments will be set in line around the front on the perimeter of a 10-foot diameter circle, whose center is the point. b) Set on centerline at inteMls not exceeding 1000 feet on straight runs. c) Set on centerline at points of CUMture. d) Set on center at center points of cul-de-sacs. e) Set on centerline when center point of cul-de-sac is offset from centerline. f) These standards may be modified at the discretion of the Agency in cases where strict compliance there- with results in more monuments than it considers necessary. The following technique for reducing the number of monuments will be routine. g) Substitution of one monument on the "Point of Intersection" for monuments at the "Beginning of Curve" and the "Ending of Curve" when the "Point of Intersection" falls within the pavement area. h) Deletion of any monument otherwise required by these standards when its position can be determined by turning one angle from a point on a straight line between two other monuments, providing such point is not more than 300 feet from the point on which the deleted monument would have been placed • RECOMMENDED BY THE SAN DIEGO REGIONAL ST ANOARDS COMMITTEE a&../ w1 r-4-11 iJi.c.. ms Cu,mJul.ltm R C:.E 19807 Dart DRAWING NUMBER M-10 SAN DIEGO REGIONAL STANDARD DRAWING STREET SURVEY MONUMENT I l Alternate location of monument. Tie distances shown on final sub- division map if alternate location is used. LOCATION OF STREET SURVEY MONUMENT Approved Date PLAN Blocks to be laid as tightly as possible to downstream side of notch. NOTES Type B: 1. No vertical joints permitted. 1-36 2. Horizontal joints must overlay by 2 corrugations. 3. Corrugations to run horizontally. 4. Front Elevation and Plan views similar to Type A. Galvanized Corrugated Sheet Metal 8" x 8" x 16" concrete block. Fill cores with grout No. 9 wire ladder type reinforcement in all horizontal · oints. 18 Gaip or heavier to be laid as tightly as possible to downstream side of notch. Make flush with . -•~- 1/2" expansion joint material or jute around pipe. FRONT ELEVATION TYPE A ;S Q. .. C SIDE ELEVATION ..:: a .. C ..:: u C: .. ~ ELEVATION TYPE 8 LEGENO ON PLANS B • • ECOIUIE~OED IY TME SAN DIEGO :GIONAL STANDARDS COMMITTEE SAN DIEGO REGIONAL STANDARD DRAWING _R_e_vi_si_on __ B_v_A_p_p_ro_ved ___ □_a_t_e,.. • Type A D. s 7-7-J a&../::?~ .JL:.. 1'7!1 c •. u,,111 .. atnr H r. E : ')807 01t1 DRAWING NUMBER S-10 Ch . notes fk1' 1't 81 lf:74t CUTOFF WALL 4" steel pipe filled with 470 • C • 2000 concrete and painted in accordance with Agency requirements. .... · .. . . . . . : .' . : ·-~ • . ,, . . . . . . ;, · ·'·i -:~\ ...... - . :., . 470 · C • 2000 concrete--------' ·•·· : .,. ,. : . -~- 4" ·. . . . .. .. ' •. : : . f .. · . · .... . . , ..... . :··., .. ... ·· . . . , .: .. ·.: ,·.,, · .. :· . ._,. .:~: ~ ~--:, ' :,-. : •·: ... . ~~--~-. .. .. . .. · .. . •·.·. ' .,_ : · ..• , .. : .. : ... · . ... , ... ... .-. •. : I. 12" dia . I Rounded Concrete DIIIIEIIDED IY THE SAIi DIEGO IDNAl ST AIIDARIIS CDIIIIITTEE SAN DIEGO REGIONAL STANDARD DRAWING DRAWING NUMBER PROTECTION POST 1-37 Revision By Approved Date ~ttde 11 " Snow pole by olhers Molal post Target plate 3,\6" Holu of brackel Brocket to be 1/e" x 2" Mild Sleel Golvonlud after Fobrlcotlon SIDE VIEW POST StOEVIEW SNOW POLE BRACKET Melo! Poll 10 be 01 lhown except thal ITWlOr vorlotoon■ in dtsq, ond d1men1ions w~I bt perm,tltd to mHt mon.Aoctuntrs standards. ,, ,, ;.~ ~ ~: -¾- ',, • I Blind aluminum rivets TWO PLATE POST MOUNT White TorQtl Plate wilh block SeriOI 0 numerals ond letters XX·Postm1lt equation BK or AH when directed by lht EnQinetr Mttol Pott t" Chamfer Typical Ytllow $lopes reftec1orazed ~ A.'< Mork.tr Ponti __ ~ "-.. (Stott furnished} ·..-, _I_ T ,.,, J --------YellOIII str~ retlectomtd Marker Panel ti-(Stott Furnished} TYPE N SIZE -1,-2,-3 18"• 18" TYPER OBJECT MARKER 18" 4• -I , Yellow Rtlltcllve bockQround with Blocll Border. -2. Rtd Atflecllvt backaround with Bklck Border. -3, Oronae Refltctlvt bockarouncl with Block Border. -4. Yellow bock9round with 9-3• Yellow Rtfi.tto,e -5. Red background with 9• 3• Red Refi.tl«. Black Stnptl 3/8" D,a Hole, TYPE ~LECTOR COLOR .. !'.~~L. BACK ,____L_ _Whl!L ___ ~~!~tt Nnta ll F White Nont G Y1llow Nont I Yellow Ytllow IStt Nott I l tlQJll; I Tht r1fl1ctor uud on bock of dellneotor 1hall b1 ant 311 1quar1 ~:f l:g~,• c:,h•c,~l~i ~n Je~l~~bt~~~I ntator and one standard rtfltl 2· ~~;a:r:d• !t,{•~~•~::~~~rtnd 0~~ :~: ~11~•:, 0~, i'-tJ~1~,i~. bt DELINEATOR REFLECTORIZATION t~:=,;j•O, J 'E.P I.~-lo t3J ~ DELINEATOR POSITIONING II~ M ,~ ~~1 FLEXIBLE POST 11 • 71 '• s,; ~ 3½,',12• ,_ T OfQOt Ploti (UH 8"x24 Whtn Specified) i--:' ~ w j_~~-•-_; ~ METAL POST DELINEATORS STATE OF CAllfOANIA DEPARTMENT OF TRANSPORTATION MARKERS AND DELINEA TORS _·_ 96 _·_, ... _T_ype..:M=E=T=A=L=PO=r=aS=T=6·=,O=E=TyT=ptA=K'=~=-je-cl_-__ _:M::l=L=E=P=O=S=T=M=A==R=K=E=R=T=Y=P=E=M=------__;=O=B=J=E=C=T=M=A=R=K=E=R==-s-----------------------L--_!A;7~4~-~A~~z: • • • CX) Plantmg Arta • SH Note 10 ----------... _ CASE A Retaining curb if ( necusory at 1dg1 of tidawalk c; i ~ SH Note 10 CASE B U1e groove, on 1lopm9 portion of romp when k>cattd in ctntu of curb relurn SECTION A·A TT SECTION B·B fronl Ed90 of Sidewalk R1ta1mng Curb It _,uory 0epr1t1 •ntlre 1idewolk at ,equirtd Retaining Curb C=:::)~-==-===£i!!:2:%::'.=M=a=•·===·-=-=fifLJlf '. ftKIHOry T f SECTION C·C PlontiftQ Area " i • ~ CASE C • RttaininQ curb if nec111arw at edge of sidewalk PIOnllf\Q Auo J •~_:;~ M.._ at curb • NOTES I If d11tonce from curb to back of 1idewolk ii too 1h0f t to occommodat1 romp ond 4' c~Q ~·:~;:.::d" la~:~~d~~o~:': 0!1'::c~:. meoy or C or moy bt widened 01 ir. Ca .. 0. 2 It 11d1wolk i, leu thon 51 wid1, th• full width of tht sidewalk 1holl bt depruud 01 shown in Cau C. ( Sidewalk ltH tl\an !11 wide) ~ CASE F 3. As on alter note to Cose A. one romp moy be ploi.:ed in the center of the curb return 01 111 Cose E. CASED CASE E 7· Planting Area _J_ ·x· --3· s .. Note 6 '~· ~ CASE G Sot Noto 6 R I d r. Limit ol poy ~ lfflOVO an f•PIDctffltnl ' ---·· ------·• --at contractor! option 4' Uftllll othtrw111 lhowl R ded _ r Min. . on contract p10111. ~°"~"--.. ____ -;_ ______ .. _ . ' --' '----T DETAIL H Eai1tmg curb and 1id1walk ~~-.,~ ~:-.::: Approa 314" e-xcept apprOJL _ 1/4, I: t;r✓z" on slop,n~ pot lion of romp ~u~ iri :'-'•-'. ·: ~ ::• .. : :_.. ~~:-,:: --i ~,.. }'~ '"• _. .,." f• A & •. • ... : & ., 4 4Ay! 4. When romp II located In center of curb return, crouwalk conf19urotion mu,t be similar to that shown on the plan to occommodote whu lchoir1. 5. If plolllino oreo width i1 equal to or :r:::•! )/"h~~.r:~~ l:n1•rs.~0~:.:i~•) 6 for COHI f and G, the IORQIILldinol portion of the sidewalk may netd to be depressed 01 shown in Caae B 7. If located on o curve th1 11dH of the romp nt•d not b• porotlel1 but the minimum width of lhl romp ,hall bt 41• 8. Th• bottom of the ramp 1holl have a 1/2" llp at 45• :~d•3~~ and romp thickn11a."T"1 aholl 10. The ramp shall hove a 12• wide border with l/4M groovea appro.:imat•ly J/.4'" o.c. See oroov,no detail The surface of romp 1holl ha¥"e o tron1v1rse broomed 1urfoce l1xtur1 rouQhlt than lhe 1urroundinQ 1idewalk uc•pt whtn located in center of curb return 11. When romp is located in center of curb return, It shall be Qffl(>w•d in o htrnno· bone pattern with 1,4 oroov11 approaimokl, 11/z" 0 C Set QfOOV1RQ dtto1I GroovH 1hould be olqJl'\ed parallel to crouwolk 1lripe1 lo du1ct blind pedHlrion1 into opprapnote crouwalk. 12. Romp 11d1 slope varie■ un1lormly from a moaimum of up to 12.5 % at curb to con· form with lonoitudmol sidewalk slope od1ac:•nl 10 top of the romp. except in Co111 C & G. 13 ~;;.~i1!n~.-~:~.~~ fo~r1if~~r~r f~~:~i~ chonQet are permitted: (A) Romp grade 1n Caae C may be lncreated to 4 % . (B, Other romp orodea may be 1ncrea11cl to a mokimum of II.I •4_ (Never~ thel111, lhey should be QI flal GI looslbl•.I (C) wner1 Iha 41 platform it no1 f~osible, lht w1dlh may be decreond to 3 (D) Tht plotfo,m moy bl eliminated 1f lhl QfDdt dOII not Utlld 8.!3 %. LIP DETAIL See Noll 8 GROOVING DETAIL ST ATE Of CAllfORNIA DEPARTMENT OF TRANSPOATATJON WHEELCHAIR RAMP DETAIL NO. 1 N8-B ...... I w I.O Type P Merker Ponet ___ _ Typo R Mork.er Panel Type R Marker Panel ... ......_ ___ -....... • Temporary roltlng IType 10 or temporary end of concrete barrier or temporOr"y end of thrle beam barrier or fixed ,...-Direction of Travel 2' Mox "f:; l...:S"""--'---"-'---..C...:=-~~- Direction of Travel ~ ARRAY 'TA' !APPROACH SPEED 45 MPH OR GREA TERl Direction of Trove! ~ --J f---2· Max Direction of Travel -- ARRAY 'TB' (APPflOACH SPEED 45 MPH OR GHEA T[Rl Direction of T..-avel~ --1 )--2' Max Direction of Trovol ~ ARRAY 'TC' !APPROACH SPEED ~5 MPH OR GREATERl Fixed obstacle 6' Max Typo P Marker Ponef ~ Direction of Travel t-2· ... ())( -Temporary rollfno K> or flxed obatocle Direction of Travel ~ ARRAY 'TD' (APPROACH SPEED 40 MPH OR LESS! (FOR SPEEDS GREATER THAN ◄0 MPH USE ARRAY 'TA'l Type R Merker -- Ponel Direction of Travel _,._ ---! f--2' Max Direction of Travel --e-,.. ARRAY 'TE' t APPROACH SPEED ◄O MPH OR LESS! (FOR SPEEDS GREATER THAN 40 MPH USE ARRA! 'TB'l Type R Merker-- Panel Olractlon of Travel ~ Olractlon of Travel ,_.. ARRAY 'TF' i---2• Mox Temporary ralllnQ (Type Kl or ·--fixed obatocle 2'-G"Mln_J !APPROACH SPEED 40 MPH OR LESSl IFOR SPEEDS GREATER THAN ◄O MPH USE ARRAY 'TC'I • Ju I y I, 199? Pi_il,jf &f'PJl:OVAl DATE __ T .., ,.I[E£G PLAN --··· --Modules Pollet -----l_ 4½'· Mox ~====~ Roodwoy sur foce ELEVATION CRASH CUSHION PALLET DETAIL Indicates module locatlon and weight of sond In pounds for eoch module. 2. All sond weights are nomlnoL 3. A single row of modules slml 1or to thot shown for orroy 'T I ' and orroy 'T J' on Stondord Pion 12 st10II not be used fn locotlons where there wl 11 be traffic on both s I des of tt,e t8ffl)Orary crosh cu&h r on arroy. 4 t f n-10 f ! xed Obst oc ! e or approach end of 'the temporary rol I lni;,, Is ress than 15 feet fr<n the edoe of trove I ed way. o t8"1)0rory crosh cushlon J s required, 5. TOIT'()Or ory crash cusr11on arrays shol I not encr ooch on the trove I ed way. STATE OF CALIFORNIA DEPARTMENT OF TRANSPORT AT ION CRASH CUSHION FILLED TEMPORARY SAND NO SCALE T1 • CJ) -f C "tJ r- )> z Direction of travel __.,.. Edoe of traveled woy- ;,, Type P Marker Pone! EdQe of shoulder Type P Marker Panel [dQO of shoulder -Tempor<YY roltlng <Type Kl or fixed obstacle Exlsttno dike, curb, wou, barrier. toe of cut slope or top of flR slope ARRAY 'TG' !APPROACH SPEED 45 tM'H OR GREATER> Direction of travel _._, EdQo of traveled way ARRAY 'Tl' !APPROACH SPEED 55 MPH OR GREATER> Dlrectton of travel --- Edoe of traveled way- Edge of shoulder Type P Marker Pone! Direction of travel ....,_ 2'-6" Min Exlsttno dike, curb, woU. barrier. toe of out alope or top of flH slope ARRAY 'TH' !APPROACH SPEED ◄O MPH OR LESS> IFOR SPEEDS GREATER THAN ◄O MPH USE ARRAY 'TG'l Temporary rolllno (Type K> or fixed obstacle Exlstlno dike, curb, wait, barrier, toe of cut slope or top of fnt slope Edge of traveled way Edge of shoulder I I I I L 1--l---~3~5_M=-PH Moxl1TM.Jm ___ __;4:,5._IIPH=-" Maximum 54 MPH Moxlmum ARRAY 'TJ' !APPROACH SPEED LESS THAN 55 MPH> Temporary rolllno <Type KJ or fixed obstockt '------£xlstlnQ dike, curb. wot!. barrier, toe of cut slope or top of fin slope Temporary rotllno llype Kl or fixed obstocle Modules PoHet ~2===:::::!±==:::::!:i.._r:-~ 41/i' Mox Roadway surface ELEVATION CRASH CUSHION PALLET DETAIL tndlcotes module location and welQht of sand In pounds for each module. 2. All sand welc;ihts ore nomlnal. 3. A slngle row of modules slmllar to those shown for array 'Tl' and array 'T J' sholl be used only In locotlons where there wlll be trofflc on one side of the temporary crash cushion orroy. 4. If the fixed obstacle or approach end of the temporary rolllno ls less than IS feet from the edoe of traveled way, a temporary crash cushion Is required. 5. Temporary crosn cushion arrays shall not encroach on the tr-ovated way. 6. Arrays for-median shoulders shall conform to details shown on this pion for out side shoulders. STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION TEMPORARY CRASH CUSHION FILLED SAND NO SCALE T2 -0 r-> z -t N BALL VALVE BY DISTRICT. SLACK TUBII\IG ON VERTICAL RISE. ·~ USE TLEl'JG -0,,: BENDER. NOTES: l. CONTRAClDR SHALL ADJUST ANGLE VALVE B METER BOX TO F.G. AFTER SIDEWALK IS INSTALLED S APPROVED. z ~ ~ 2. DISlRICT WILL SET METER AND BALL VALVE. w ~ <t: -~ lli (/) - 3. ALL COPPER JOIN1S SHALL BE SILVER SOLDERED IN CQ\JFORMANCE WITH SPECIFICATIONS. 4. TAP 10 MAIN ID BE MINIMUM Of 1811 FROM NEAREST CClJPUNG OR TAP. 5. ALL EXPOSED COPPER SHALL BE WRAPPED. I COPPER TYPE K SOFT . 2 OUTLET ON PVC PRESSURE PIPE 3 OOlLET ON ACP PIPE 4 a.m..ET ON CMLSC STEEL PIPE 5 OJTLET ON DUCTILE IRON PIPE 6 I ANGLE METER STOP 7 METER BOX ANO COJER TRAFFIC AREA) BROOKS ":ii T OAE. 8 METER BOX ANO COVER ~-TRAFFIC AREA BROOKS 37 S OA.E. 1-42 * l.f£ SM£ arvENStONS WHEN METER IS LOCATID • 10 REAR OF ~B. SIDEWALK ems a GUTTER ®@@OR@ ~ ~ w j z 8 • a: bl 8 8 9 9 CARLSBAD MUNICIPAL WATER DISTRICT REVISION AFm ~ 111 WATER ~ERVICE CONNECTION STD. DWG. NO. FOR 5/8 , 3/4 1 a I" METERS W3 DECEMBER 1988 * USE SAME DIMENSION WHEN METER IS LOCATED TO REAR OF CURB OR SIDEWALK. METER BY DSTRICT. 1-43 @@@OR@ 2 3 4 5 6 7 8 9 DENOTES AREA TO BE WRAPPED PER SPECIFICATKl\J. OUTLET ON PVC PRESSURE PIPE OUTLET ON ACP PIPE OUTLET ON CMLSC STEEL PIPE OUTLET ON CXJCTILE I RON Pl PE 2 ANGLE METER STOP .. FLANGED z BALL VALVE :E BY DISTRICT. NOTES: - •N N I. DISTRICT Will SET METER 8 BALL VALVE. 2. ALL COPPER JOINlS SHALL BE SILVER SOLDERED. IN CONFORMANCE WITH SPECIFICAT!ONS. 4. TAP TO MAIN TO BE MINIMUM OF 1811 FROM NEAREST COUPLING OR TAP. 5. ALL EXPOSED COPPER SHALL BE WRAPPED. SP /DWG 8 8 9 9 METER BOX AND CO/ER TRAFFIC AREA BROO<S 66 T. OAE. M ER En< ANO COVER NCX'-J TRAFFIC AREA BROOKS 665 OA.E. 2 CXC 9O°ELL SILVER SOLDERED . . CARLSBAD MUNICIPAL WATER DISTRICT REVISION APPR ~TE 2 11 WATER Sl=RVICI= CONNECTION STQ DWG. NO. FOR 11/2, S 2,1 METERS W4 DECEMBER 1988 RB'ISION LOCATION OF I MAR CCRP. STOP I DIST. VARIE ex FIP 90° BEND ®R o@ ® ex AP 45° ELL (SILVER SJl..DER). I CC 90°ELL URFACE . • I() NOTES: I . SEE SPECIFICATIONS Frn SOLDERING REQUIREMENTS. 2. SEE SPECIFICATIONS FOR LID PAINTING REQUIREMENTS. 3. SEE IMPROVEMENT PLANS FOR ASSEMBLY SIZE. 1-44 (SILVER SOLDER). PEC/ 8 9 STD. DWG. NO W6 DECEMBER 1988 1-45 I• ~ j CONTINUATION ~ @ '01PVC (tJP I ,1 1• 91 .l TO DISCHARGE~ -::. I g• I-INNER FACE OF ----- 18 ~ -I METEROOX. · ·w 1.J~~°Q~~~ 295-'cf 18(1' ELBJJV. I SIDE t~ ff~ I 6 HORIZO'JTAL O ~ W'l'0.8MESH. m,i~ J:f 11 I 10 SUPA...Y I HOLE SPACING ~ / ~ id'H\C SUPI-Ul J. ro.J[l 9 14 , 1 (l ~ : 5 ........ ! T~D PIPE ;, · ..... : .............. _. .. 'l L, I J _J W,-.c--TAY:):\'. I ;<<· 01~/ '"'""'""'" '"'" ""'L>: F . . .. wff~,-. ~i -~. _t ·~-~ [" \{ -~ =aBOw CUR88.GUTTE~ i.13: ~~ ~ f' ~ f /.'-:!::':'/-\ PVC{SCH.40) ·!:;=~ ~ NI@ ::::-: :_'-::··:·:··. 3"SLOT SIDEWALK ~ff,,.,51~ p~ ~;~ NI / 1 i A~ W'Sl'ND ~ 2-2·xs•x33' REDWOOD 90° CXFIP BEND l (2"SILVER SOLDER) I NOTES: 9CPCXFIP BENO (2"SILVER SOLDER). DENOTESMEA TO BE WRAFPED. PERSFEOFrnocN. CON~lO OlJTLEir ASSY. 2 I . SEE SPECIFICATIONS FCR SOUERING REQUIREMEN1S. /~~ @ ( ~~~ @ ~~J ~ 2. SEE SPECIFICATIONS FOR FAINT!l\l, REQUIREMENTS. 3. COWER SHALL BE WRAR=>EO WITH 10 MIL TAPE WHEN IN CONTACT WITH CONCRETE. ITEM 2 3 4 5 6 7 8 9 10 Ii 12 13 14 4. SEE IMPROVEMENT A.ANS Fffi ASSEMBLY SIZE. 5. ALL VALVES ANO FITTINGS SHALL BE SAME SIZE AS AIR VENT INLET. CESCRIPTION I" COPPER .(TYPE K SOFTI~ 2. COPPER SERVICE PIPE. (TYPE K SOFT). OUTLET ON PVC PRESSURE PIPE. OUTLET ON ACP PIPE. OUTLET ON CML8C STEEL PIF£. OUTLET ON DUCTILE IRON PIPE. I OR2.ANGl.£ METER STOP. I OR 2· BRASS UNION. I OR 2· HEAVY W1Y COMBINATION AIR RELEASE. I OR 2· BRASS SlREET L . l OR2-X CL BRASS NIPPLE. METER BOX f OR 2 SCHEDULE 40 PVC. BRASS METER COMPANION FLANGE. ( BRASS NUlS ANO BOLlS ON 2 ) SPEC/DWG 8 8 9 9 CARLSBAD MUNICIPAL WATER DISTRICT RE.VISION AFPR ~TE BELOW SURFtCE I 82" AIR-VACUUM VALVE ASSEMBLY a APRJRTENANCE STD. DWG. NO. W7 DECEMBER 1988 1-46 0.1. MAIN STEEL MAIN ITEM 3 4 7 7 5 5 6 sa1 INSULATING BUSHING. LEXAN OR OELRIN . 10 CARLSBAD MUNICIPAL WATER DISTRICT REVISIO'l APFR om: OUTLETS ~ 0.1. OR STEEL MAIN FOR STD. DWG. NO. I INCH THRU 2 INCH ASSEMBLIES OECEYiE~1988 1-47 CURB BERM. 1L1 PER A..AN 31 2 4 5 6 7 8 9 IO 14 15 16 17 FINISHED SURFACE. A.C.P. -RT X FL TEE. STEa PIPE-FL TAPPED CONNECTION. NOTES: I. SEE SPECIFICATIONS FOR LID PAINTING REQUIREMEN"TS. REVISION ~ CWE 4 11 AND 6" BLOW-OFF ASSEMBLY 16 13 I I 13 STil OWG. NO. WI I DECEMBER 1988 _£E\ ,~IONS 8-1-1'0 ORIGINAL I---'--'----------·-------8-1-70 ADDED BREAK-OFF SPOOL ...D 8-1-70 CITY OF CARLSBAD F!RE DEPARTMENT ----------tr--....,-,-,c--+.---t------1 REVISED PART NUMBERS .. 'l REVISED PART NUMBERS 3C. F. D. 1SAN MARCOS FIRE PROTECTION DISTRICT 2YISTA FIRE PROTECTION DISTRtCT 3CITY Of CARLSBAD FIRE DEPARTMENT 716" tl Holes NOTES• -A tt Fire Hydrants 10 be pointed 11 accordance w1!h the appropriate Fire Distnct's Speclficotioos 6' FIRE HYDRANT JONES 3700 8 3775 CLOW 2050 a 2065 / lnsuloling Gasket Break -Off Spool i Length as needed to ..., ro1se to grade ___,.,..,.-· i ~~~== r:~~-::· ~~ -;---r::~:-~~ :l i. I?·<;, y I l-\1 -17: V I•• ~~ -. . . , : / ·17 v _(? i !?.:;v ·t, l <l:v ·. ·:i'.,. l •'.:, ,cl ··•'t,,: V \7 I I Bear Area• 5 sq. ft. (Tye~ LEGEND SYMBOL E ~ t·: ~ 3: ~ .1 I ~ F H. ~ST~A.-"---- Stole : NONE Drown: H? Note: 3• -Aft Nuts and Bolts to be coated with Biluostic 1150 and Visqueen DETAIL OF: Hydrant Bou Flange Holes a Hydrant Ell Flange Hales SH Drowing No. W-5 ~-, :y Vories 3/4" X 3" Hex. Head Moch. Bolts a Nuts Install Hollow Break off Bolts: With Nuts on top of Flange ~/~---·.:, Vories 6" Hydrant Bury CJL. (6 Hole) Length Vories 6"0 A.C. Coupling (I Coupling mlnJ 6" A.C. P. Run From Main to Hydrant to be Horizonto I VALLECITOS WATER DISTRICT FIRE HYDRANT INSTALLATION : G.V. 8 Valve Box Slone Pipe 10 be a·o.D. 10 Ga. Steel I .~Refer to Standard Drawing .. / No. W-16 for Gate Valve // \ Installation 8 Cop Assembly I I .,.-----: ~v; . Sl I e----/4•1111111~ '\./ -1 V v' i h--'-.."'...:~3/ \ .. , -'l. ,J [7 i 9 ~-._v I ·'> \ '> ! \__ MUELLER B TYLER MECHAN!SAL TAPPING C:ADDLE Drowln9 No. W-4 • • • ITEM 2 3 4 5 6 7 8 9 10 II REVISION 11 FINISH SURFi = VARIES USE TUBING BENDER. NOTES: I . SEE SPECIFICATIONS FOR SOLDERING REQJlRMENTS. 2 . SEE SPECIFICATIONS FOR LID m!NTING REQUIREMENlS. 1-49 DESCRIPTION SPEC/ DWG I TYPE K SOFT COPPER. OUTLET CW PVC PRESSURE PIPE. 8 OUTLET ON ACP PIPE. 8 OUTLET ON CMLSC STEEL PIPE. 9 LET ON DUCTILE IRON PIPE. 9 THREAD CAP VALVE BOX AND LID PER SID DWG. Ml W 13 . [3 CARLSBAD MUNICIPAL WATER DISTRICT .OflPR DATE STD DWG. NO. I II MANUAL AIR RELEASE ASSEMBLY W5 DECEMBER 1988 1-50 I IONS OfSCIIIPTION APPROVED OAH'. ENG t NEE Rt Ill G OE PM•. T...;.Mc..;[::..;cN;;..T;.._-+----...,_,....._......._~.o.;__ ...... ____ 8~--•c...-_70:.......i t-O~R-'-'--'IG'-t_N'-A~L'--______________ -f-----lc'=:::~'-,'-,.-t-'8;;..-c...l-_7-"-10 GENERAL MANAGER 8-t-70 1-•-o_o_,_r_•o_N_O_F -~---· 9_0_,_B_A..:L..:l..:V_A_l:..V..:( ________ -t,,,~~~~+-5--=--'--7~4 1-----------...... "+----'---------i----4 REYISEO NOTES and PART NUMBERS _o 9-4-83 1--------------+------------i,---~ REVISE.O PART NUMBERS J:; REVISED PART NUMBERS N1ptun1 M1t1r C1., T-10 SERIES. 1• Curb Stop ~---------..1-1963W, JotES I" C.-t> Stop J-1963 w, JONES Concrete Mettr Boa No. 3 1/2 Of tl\1 •ctulval1nt Plastic Meter Baa, 8.itll lo have a TWO •PIECE READING LID. Ha C • J a R. I "Copper Ser~ice Pipe (Type Kl SERVICE SHALL BE A MINIMUM OF 30" D££P. Copper Stnlc1 Sholl Not--+-----, Extod Ovtr 3" Abowt Top J-193; JONES FBIIOv, FORD 8-25028, MUELLER of Moi11. 5/811 METER (TYP.) CONCRET£ METER SOX W/ 2 PIECE READING LID No. 4 1/2, J 6 R No.41/2,HSC Double Strap Bronze Serl/ice Clamp J-979, JONES Is• and smaller Water---~ Main with 1" Copper Tubino uSI! Single Strop Bronze Service Cl~ ,, ·, NEPTUNE METER, T-10 J-975, JONES) Scole: NONE Drow11: Ht J-19O8, JONES 813-444, FORD 111 METER (TYP.) ,.: NOTES• -Meter set and box to be placed behind curb and/or sidewalk, in no case will the box be placed in the sidewalk ~or Service 1ristallotioris witll greater than lf>Opsi, all Compression F"ittinos listed shall be threaded with MIP Aaa;,ters per approved Material List -Oielectric Bushing shall be used for all Taps to Steel Mains VALLECITOS WATER DISTRICT 111 WATER SERVICE CONNECT! ON (5/a"x 3/4• AND 1• METER) LEGEND SYMBOL '-t·; . _.. I_ • .. · _,S'"'TA""--. __ I '-~ i J .• Dr1wlt1 No. W-6 1-51 • • AC,. MAIN P.VCMAIN ~ Fffi WATER SERVICE CONNECTION (TYP.) 2 3 3 4 4 5 7 6 7 5 8 586 9 7 IO CARLSBAD MUNICIPAL WATER DISTRICT • REY/SION AA'R OOE OUTLETS ON AC OR PI/.C MAIN FOR STD. DWG. N I INCH THRU 2 INCH ASSEMBLIES OECE'!!~ 1988 I I A ►A PVC. TAPE @ 4' FIELD APPLIED CEMENT MORTAR ALL AROUND. DENOTES AREA 10 BE WRAFffD PER SPEClFfCATION. ...........,_;;,,..;,, SIZING TABLE COPPER VALVE OR STEEL INSULATING TUBING CORP.STOP COUR.ING BUSHING 2· 2" 2V2II 2V2° X 2• I u I u I V2• I V2• X I• 2 3 4 5 6 SEClla\J A-A NOTES: I . DIELECTRIC CONNECTIONS SHALL BE REQUIRED ON ALL AIR AND VACUUM VALVE ASSEMBLIES, MANUAL AIR RELEASE ASSEMBLIES, Bl.DW-OFF ASSEMBLIES 1-52 AND WATER SERVICE ASSEMBLIES WHERE COPPER TUBING OR BRASS APE CONNE.CTJQ\B ARE MADE TO STEEL MAINS. 2. USE DOUBLE WRAP TAPE. WRAP Cffif? STOP OR VALVE IN OPEN POSITION UNLESS OTHERWISE DIRECTED. CARLSBAD MUNICIPAL WATER DISTRICT REVISIO'I ACflR ~ DIELECTRIC CONNECTION TO STEEL MAIN STD. DWG. NO. WIO DECEMBER 1988 • 2 3 4 5 6 241 D!A. / I L _____fC\ I~ I ' ,,.J,......t::==t:=:3:"\ ( ) SECTION A-A DOMESTIC WATER NOTES: FINISH GRADE. PAVEMENT. PLAN RISER SHALL N(Jf-=---~ REST ON OONNET OF VALVE. { 2• MIN. CLEARANCE). 8~ SECTION 8-8 RECLAIMED WATER I . IN NON-ROAD AREAS PLACE 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 LID TO RECEIVE 2 COATS DRAWING NO. 22 ). OF PAINT. SEE SPECIFCATIONS FOR PAINTING REQUIREMENlS. 1-53 CESCRIPTION SPEC/ONG VAL. B)X 6 COVER WITH NO-,-SKID C.I. COVER AND LIFT HOLE MARKED WATE . VAL. eoxa COJER FOR NORMALLY CLOSED VALVE. VAL.BOXS COVER MARKED RECLAIMED WATER. 8 C PVC OR ASPHALT COATED WELL CASING. CONCRETE CQ.LAR POL YETI-!YLENE WRAP CARLSBAD MUNICIPAL WATER DISTRICT REVISION APPR. 00.TE VALVE BOX ASSEMBLY STD. DWG. NO. Wl3 DECEMBER 1988 FITilNG CCXJA..ING. MAX. ( RIGID PIPE) END CAP BLOCK. VERTICAL BEND. HORIZONTAL 8 VERTICAL BEND. NOTES: CAP. I . FITTINGS SHALL BE WCTILE IRON FOR 01.P. 8 P.V.C.; CAST IRON FOR A.C.P. (CEMENT LINED SHORT BODY). 2 Pa.YETHYLENE WRAP. 3 NO 4 REINFORONG STEEL. 4 VALVE BOX ASSEMBLY. 5 FLX RT OR FLX MJ GATE VALYE. l-o4 REINFORCING STEEL DETAIL. FITTING 0.0. TEE (SIDE VIEW). 2 . FOR A.C. PIPE, A MIN. 3•.3• TO A 61-6uMAX. LENGTH INTO ANO our OF ALL FITTJNGS. 3. CONCRETE SHAU. BE 5 SACK. (2XX) P.S.I.). A MIN. 3 DAY CURING TIME BEFORE HYDROSTATIC TEST. 4 . SEE DWG1S. NQ 17 8 18 FOR REDUCER, PLUG,8 BUTTERFLY VALVE THRUST BLOCKS. CARLSBAD MUNICIPAL WATER DISTRICT REVISION APFR Ottf'E CO\CRETE THRUST BLOCKS FOR NON-RESTRAINED JOINTS STD. DWG .. NO. Wl5 DECEMBER 1988 • • 1211 121 MIN. MIN. NOTES: I • SEE SPECIFCAmNS FOR BURIED FLANGE AND VALVE REQUIREMENTS. 2. SEE DRAWING N0.19 FOR THRUST BLOCK BEARING AREAS. REINFORCING STEEL [E'TAIL. ~EO)r'QQ N04 BAR ~ (2 EA.TY?. ~ ITEM CRIPTION I GATE VALVE. 2 POLYETHYLENE WRAP. 3 NO. 4 REINFORCING STEEL. 4 CONCRETE THRUST BLOCK. 2000 P.S.1.) 5 VALVE BOX ASSEMBLY. 1-55 5 SPEC/DWG. 19 13 DECEMBER 1988 TEE ASSEMBLY . z (O_ -~ 1-56 19 CARLSBAD MUNICIPAL WATER DISTRICT REVISON APPR DATE BUTTERFLY 8 PLUG VALVE I NSTAU.ATION FOR AC, P.\/.C. 8 0.1.P. STD. DWG. NO. Wl7 DECEMBER 1988 • • 1-57 NOTES: BEARING AREA SHALL BE THE DIFFERENCE BETWEEN THE BEARING AREAS REQUIRED FOR THRUST ~GE OF MAINS ON OCH SIDE OF REDJCER AS FOUND FROM STO.DWG.19 PUJS THE AREA OF THE TRENCH CFENING. MINIMUM DIMENSIONS SHOWN SHALL BE ADHERED ID. ITEM Jr-:'°'ll ,rd p r UN SPEC/ONG I PCIYETHYLENEWRA~ 2 CONCRETE THRUST BLOCK ( 470-C-2000 CONCRETE). 19 3 Ml. 4 MR 9-ON CENTER EACH WAY . • _-..--C--rA_R----.--LS_B_A_D_M_U_N_IC_IR_~_L_W_A_JE_R_D_IS_T___,.R_IC_T __ REVISION ~ D\TE THRUST ANCHOR FOR WATER MAIN STD. DWG. NO. REDUCER -4 THRU 16 INCH. oEc?sJ~1988 40 I I I _1 , I I ' 1, , ' I I ~ ' , 30 ,, I ~-,. ' .. 11 ., :, r, I '" ll l ,- ,. ~ " , I I ... I -I ,1 C --'l'l ' .... ' I ,r I ... -,. II ,, , ... .. ,. ,~ I, , ... ,., "" I.; • J ,, ... I • ~ "" "' . ""' ., I ,., ,. "' ., '; ,, ""' 10 L, ,~ ,., l , I-' i... ,,, I'; ""' ~ ""' 1..- I'; ,,, i... ~ i, ll 1"' .. I'; I"" ~ i, '-' ~ ~ .. -~ ... ~ ~ ~ a 4 6 8 IO 12 14 16 NOTES: Pipe Diameter in Inches I . BASED OtJ 225 PSI TEST PRESSURE AND BEARING VAUJES OF DRY SOILS. 2 . VAWES FROM CURVES ARE FOR TEES AND DEAOENOS, 1.E; STRAIGHT LINE THRUST. FOR 90° BEND: 1.4 VAWE FROM CURVE. FOR 45° BEND: as VAWE FROM CURVE. FOR 22112° BENO: Q4 VALUE FR0.1 a.JM:. · 3. RNCO'JllTICl\S Nar CXMJ£D BY CURVES, SFEOAL lHRlST El!D6 Ml5T BE CCMPUTED AND APPROJED. . · CARLSBAD MUNICIPAL WATER DISTRICT 1-58 REVISION APFR ~ THRUST BLOCK BEARING AREAS STD. DWG. NO. Wl9 DECEMBER 1988