HomeMy WebLinkAboutGriffith Company; 1979-08-20; 1068CITY OF CARLSBAD
*' SAN DIEGO COUNTY
CALIFORNIA
'CONTRACT DOCUMENTS & SPECIFICATIONS FOR
raSTP'JCTION OF LIBRARY PARKING •
LOT EXTE^SM! 0>5 EU1 AVENUE
COHTfiACT NO',' 1068
JUNE, 1979
TABLE OF CONTENTS
PAGE ITEM
1 NOTICE INVITING BIDS
» • •
3 PROPOSAL ' '••-•'.
6 BIDDER'S BOND '
7 DESIGNATION OF SUBCONTRACTORS
8 STATEMENT OF FINANCIAL RESPONSIBILITY,
TECHNICAL ABILITY AND EXPERIENCE
9 CONTRACT
11 LABOR AND MATERIAL'BOND
13 PERFORMANCE BOND
'15 SPECIAL PROVISIONS
Page 1
CITY OF CARLSBAD, CALIFORNIA'
NOTICE INVITING BIDS
Sealed bids will be received at the Office of the City
Clerk, City Hall, 1200 Elm Avenue, Carlsbad, California, until
4:00 p.m. on the 25rd day of July __» 19^79 > at which
time they will be opened and read 'for 'performing the work as
follows:
CONSTRUCTION OF LIBRARY PARKING LOT EXTENSION ON
' ELM AVENUE - CONTRACT NO. 1068 •
Said work shall be performed in'strict conformity with the
specifications therefor as approved by the City Council of the
City of Carlsbad on file in the Public Works Department. Ref-
erence is hereby made to said specifications for full particu-
lars and description of said work.
No bid will be received unless it is made on a proposal
form furnished by the Public Works Department. Each .bid must
be accompanied by cash, certified check or bidder's bond made
payable to the City of Carlsbad for an amount equal to at least
ten percent (10%) of the amount of bid;'said guaranty .to be for-
feited should the bidder to whom the contract is awarded fail
to furnish the required bonds and to enter into a contract with
the City within, the period of time provided for by the bid re-
quirements.
The documents included within the -sealed bids which require
completion and execution are the following:
1. Proposal
2. Designation of Subcontractors
3. Bidder's Bond
4. Contractor's Financial Status
Said documents shall be affixed with the appropriate no-
taried signatures and titles of the persons signing on behalf
of the bidder. For corporations, the signatures of the presi-
dent or vice-president and secretary or assistant secretary are
required and the corporate seal shall be affixed to all documents
requiring signatures. In the case of a partnership, the signa-
ture of at least one general partner i's required.
All bids are to be compared on the basis of the Engineer's
estimate. The estimated quantities are approximate only, being
given solely as a basis for the comparison of bids.
No bid will be accepted from a contractor who has not been
licensed in accordance with the provisions of Chapter 9, Divi-
sion. 3 of the Business and Professions Code. The contractor
shall state his/her license number and classification in the pro-
posal. The estimated cost of the work is $10,700.
Page 2.
W
Plans, special provisions and contract documents may be
obtained at the Public Works Department, City Hall, Carlsbad,
California, at no cost to licensed contractors for the first
set. Additional sets are available for a non-refundable fee
of -0- per set.
The City of Carlsbad reserves the right to reject any or
all bids and to waive any minor irregularity or informality
in such bids.
A project tour will be conducted by the City of Carlsbad
Public Works Department on July 17, 1979 at 10:00 a.m.
The general prevailing rate of wages for each craft or
type of workperson needed to execute the contract shall be
those as determined by the Director of Industrial Relations
pursuant to tire State of California Labor Code, Part 7, Chap-
ter 1, Article 2, Sections 1770, 1773 and 1773.1.
Pursuant to Section 1773.2 of said Labor Code, a current
copy of applicable wage rates are on file in the Office of the
City Clerk of the City of Carlsbad.
It shall be mandatory upon the contractor to whom the
contract is awarded to pay not less than .the said specified
prevailing rates of wages to all workpersons employed by him/
her in the execution of the contract.
Also, the prime contractor shall be responsible to insure
compliance with provisions of Section 1777.5 of the California
Labor Code of the State of California for all occupations with
apprenticeships as required on public works projects above thirty
thousand dollars ($30,000) or twenty (20) working days or for
specialty contractors not bidding for work through a general or
prime contractor involving more than two thousand dollars ($2,000)
or more than five (5) working days.
The amount of the bond to be given for the faithful perform-
ance of the contract for said work shall be one hundred percent
(100%) of the contract price therefor,' and an additional bond in
the amount equal to fifty percent (50%) of the contract price for
said work shall be given to secure the payment of the claims for
any material or supplies furnished for the'performance of the
work contracted to be done by the contractor for any work or labor
of any kind done thereon.
Partial and final payments on this contract shall be in ac-
cordance with Section 9 of the 1979 edition of "Standard Specifi-
cations for Public Works Construction."
' Approved by the City Council of the City of Carlsbad, Cali-
fornia, by Resolution No.- 5806 • adopted on the |9th d^y of
June 19 79
Oune 27, 1979
BATE
GRIFFITH COMPANY Page 3.
CITY OF CARLSBAD
CONTRACT NO. 1068
•PROPOSAL
City Council •
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
The undersigned declares he/she has carefully examined the
location of the work, read the Notice Inviting Bids, examined
the plans and specifications, and hereby proposes to furnish all
labor, materials, equipment, transportation and services required
to do all the work to complete Contract No. 1068 in accordance
with the plans and specifications' of the City of Carlsbad, and
the special provisions, and that he/she will take in full payment
therefor the following unit prices for each item complete, to wit:
Approximate Article with Unit Price or Unit
Quantity § Unit Lmnr> Sum Written in Words Price TOTAL
Lump Sum - Clearing and grubbing at
per rump sum
110 C.Y. Excavation at
Dollars
$ A/0 . . ' ^ents
per cubic yard
158 tons Disinte^gra'ted granite in place
at ""
Dollars
Cents
per ton
4 88 tons Asphaltic concrete paving in-
*** eluding seal coat in place at
••
*****
.,
' Dollars
$ A A Cents
per ton
GRIFFITH COMPANY Page 3A
Item Approximate
^*"* Quantity. Q Unit
Article with Unit Price or Unit
Lump Sum Written in "Words ' Price TOTAL
5 190 L.F.
6 260 S.F.
7 360 L.F.
8 56 L.F.
9 1530 S.F.
10 120 S.F.
TOTAL (IN WORDS')
Remove concrete curb includ-
ing saw cut at
per
Dollars
Cents / ./..'
al foot
Remove concrete- sidewalk in-
cluding saw cut at ^/^
Dollars
Cents- Kper square f/oot
6" concrete curb in place at
_Dollars
Cents
per foot
Type "G" curb and gutter in
place at
curb a
MJ/Y\J
'per Iinea
Dollars
Cents
P.C.C. sidewalk 4" in thick-
ness at ^7^.^, ___
^ Dollars
F >/i * T/ / I) -' M Pp>n1~«:M l^ijj^A^\J/>/" L<JA-S->*-\ ^vjciiuoper squar'e/foot
P.C.C. driveway apj^r'oach 6"
in thickness at
Dollars
Cents_ .per /s~qu<ire foot
TOTAL (FIGURES)y6
GRIFFITH COMPANY
'• • ' .- . Page 4
All bids are to be computed on the basis of the given es-
timated quantities of work, as indicated in this proposal, times
the unit price as submitted by the bidder. In case of a dis-
crepancy between words and figures, the words shall prevail.
In case of an error in the extension of a unit price, the cor-
. rected extension shall be calculated and the bids will be com-
puted as indicated above and compared on the basis of the cor-
rected totals.
• The estimated quantities of work indicated in this proposal
are approximate only, being given solely as a basis for compari-
son of bids . ' . • '
The undersigned has checked carefully all of the above
figures and unxlerstands that the City will not be responsible
.for any errors. or omissions on the part of the undersigned in
making up this bid. • :
The undersigned agrees that in case of default in executing
the required contract with necessary bonds and insurance poli-
cies within twenty (20) days from the date of award of contract
by City Council of the City of Carlsbad, the proceeds of check
or bond accompanying this bid shall become the property of the
City of Carlsbad. / • • - •>
' ....'.Licensed In accordance with the Statutes of the State of
•California providing for the registration of contractors,. Li-
. cense No. » 32168 _ , Identification A-sa4-scri2
, »
The undersigned bidder hereby represents as follows: (1)
That no Councilperson, 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 of-
ficers, agents or employees, has induced 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 \\rork, and is in
all respects fair and without collusion o.r fraud.
Accompany5.ng this proposal is
(casEl certified check , bond
or cashier ' s • check)
in an amount not less than ten percent (10%) of the total bid
price.
The undersigned is aware of the provisions of Section 3700
of the Labor Code which require every employer to be insured
r" 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.
Paqe.5
(714) 297-4455 .GRIFFITH COMPANY
Phone Number Bidder's Name
-.--Authonzed Signature
P. 0. BOX 33187
:.;.'.• SAN Dl£GO,.CAttF::92103v•:• .-V
AuthorizedC/Signature
ROBERT D. imE SECRETARY
1501 FRAZEE ;.OAO .
-*•£• ft-fj --G i r-GQi—ft A r 9 ^1 0>-- '-—i'-Bicder's.Addre
'CALIFORNIA CORPORATION
Type of -Organization
•(Individual, Corporation, Co-
partnership)
I»ist below names of President, Secretary, Treasurer and Manager if a
corporation, and names of all co-partners if a co-partnership:
C
GRIFFITH COMPANY OFFICERS
George P. Griffith
Donald 1.. McGrew
Robert D. Lytle
John E. Tiger
James A. Hearn
James B. Hay den
James D. Waltze
Vincent Diaz
Tenny R. Fogelberg
Evan E. Millington
Ned G. Michou
John E. Snider
President
Executive Vice President
Vice President-Secretary/Treasurer-
Chief Financial Officer
Vice President
Vice President/District Manager
Vice President/District Manager
Vice President/District Manager
Assistant District Manager
Assistant District Manager
Assistant District Manager
Controller
Assistant Secretary
314 Robinhood Lane
304 Avenida Monterey
1830 Ocean Boulevard
2360 Mountain Avenue
145 - 21st Street
5411 Warwick Place
284 Bucknell Road
4S08 Greenmeadow Road
19774 Golden Bough Drive
915 Paloma Street
2213 Linnington Avenue
3958 Franklin Avenue
Costa Mesa
San Clemente
Long Beach
Norco
Del Mar
Bakersfield
Costa Mesa
Long Beach
Ccvina
Bakersfield
Los Angeles
Los Angeles
92627
92672
90802
91760
92014
93309
92627
90808
91722
93304
90054
90027
(NOTARIZE
•We will furnish the insurance required by the
' specifications, however, we will .state on the'
certificate of. insurance that the .certificate
is subject to the terms, conditions and exclusions
stated in the listed policies.
STATE OF
COUNTY OF
CALIFORNIA
ss.
before me, the undersigned,, a Notary St3te' Personai!y sppeared
. SEAL
SANDRA J. G1SH
known to me to beThe person whose name is subscribed to the within instrument as the
Attorney-in-Fact of
and acknowledged to me tot
thereto as principal _ and h^ _ own name as Attorney-in-Fact.
WITNESS my hand and official seal. -
Notary Public in and-lor'said State.
ACKNOWLEDGMENT—Attorn(!y-in-Fact—Blank County & Stat»—WolcotU Form 2J7--Re¥._M4
STATE OF CALIFORNIA,
COUNTY OF-teS-A
ss.
beforejne, the undersigned, a Notary Public-'in and for Said State, personally appear...
t-? • r?&&•'*?<<*L-—: __ . _, known to me tc be the
' Cyg-President, and ^_^_L. Ai/2^/ic- , known to me
to be the Secretary
OFFICIAL SEAL
SANDRA J. G!SH
NOTARV PUBLIC CALIFORNIA
PRINCIPAL OFFICE IN
SAN BIEGO COUNTY
My Commission Explras ApriS 29,1030
the Corporation that executed the within Instruments/known to me to be the persons wh
executed the within Instrument, on behalf of the Corporation herein named, and acknowledged
to me that such Corporation executed the within Instrument pursuant to its by-laws or a
resolution of its board of directors.
WITNESS my hand and official seal.
Notacy.Public in and for said State.
ACKNOWLEDGMENT—Corp., Pres. & Sec., Wolcotts form 223-Rev. 3-64
STATE OF CALIFORNIA,
COUNTY OF
C?FICIAU SEAi.
SANDRA J. GISH
NOTARY PUBUC CALIFO3NW
FK'.NCSPAL OFFICE \H
SAN BftGO COUNTY
My Commission Expires April 29,193Q i
ss.
before me, the undersigned, a Notary ^Public in and for* said State, personally appeared
_, known to me to be the
.-President, and X^- £> - £,</ •/ /S^./. ?, known to me
to be the_Secretary of_
Ihe Corporation that executed the within Instrument, krtfwn to me to be the persons v;ho
executed the within Instrument, on behalf of the Corporation herein named, and acknowledged
to me that such Corporation executed the within Instrument pursuant to its by-laws or a
resolution of its board of directors.
WITNESS my hand and official seal.
ACKNOWLEDGMENT—Corp., Pres. & Sec.. Wolcolts Form 223—Rev. 3-64
Notary Public in and far said State.
Page 6
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS:
That we, GRIFFITH COMPANY.
and UNITED F>»CtF1C WSURtNCJ COMW.NY
, as Principal,
as Surety, are held
and firmly bound unto the.City of Carlsbad, California, in the sum' U,. ffe.c":n'',ivy,) Of THE '
Of
!107.) OF THETOTAL AMOUNT OF Tt4f. •
010 IN OOUAflS.Dollars
($ /# *?f ) , lawful money of the United States for the pay-
ment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH:
That if the proposal of the above-bpunden principal for:
CONSTRUCTION OF LIBRARY PARKING'LOT EXTENSION ON ELM AVENUE
CONTRACT NO. 1068 • '
in the City of Carlsbad, is accepted by the City Council of said
City, and if the above-bounden Principal shall duly enter into
and execute a contract including required bonds and insurance
policies within twenty (20) days from the date of award of con-
tract 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. •
In the event any Principal above -named executed this bond
as an individual, it is agreed that the death of any such'Prin-
cipal shall not exonerate the Surety from its obligations under
this bond.
IN YJITIISSS WHEREOF, we hereunto^set our hands and seals this
day of J^^^_ , 1977.
Corporate Seal (if corporation)
PACIFIC 1HSURWKS
GRIFFITH COMP
Principal
CT MANAGED
Surety,
Title 1 f
,.„. , , • , , . r(Attach acknowledgement of
Attorney in Fact)
ROBERT D. LYTLE V SECRETARY
(Notarial'acknowledgement of exe-
cution 'by all PRINCIPALS and
SURETY' must be attached.)
:>u jr»
HOME Of PICE, TACOMA, WASHIN9TON
POWER OF ATTORNEY
KWOW ALL MEN BY THESE PRESENTS. That the UNITED PACIFIC INSURANCE COMPANY, a corporation duly orgoniiod under th« !*w« of the
State of Wa»hir,gton. docs hereby make, con.t.tute and appomt c. H. COYLE, JR. of SAN DIEGO, CALIFORNIA - - - -
ill tru» «fid lawful Attorney-in-fact, to mska execute, ucl end dolivsr lor and on us behalf, and «t in »ct and deed
ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP
ORIGINAL
and to bind the UNITED PACIFIC INSURANCE COMPANY thereby »s fully and to the tarna extent st if such bonds end undertakings and othor
writing obligatory in tht nature thereof were signed by «n Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and tailed snd attemd
by one other of (uch offic«rt, and hereby ratifies and confirms (ill that HI aid Auorney(s] in fart may do in pursuance hereof.
This Power of Attorney is granted under and by authority of Section 37A of the By-Laws of UNITED PACIFIC INSURANCE
COMPANY which provisions are now in full force and effect, reading as follows:
SECTION 37A - ATTORNEYS-IN FACT
SECTION t. The Board of Directory the President, or any Vice-Presidcnt or Assistant Vice-President shall havs power and authority to: (a) epocint
Attornevi-in-fact and to authorize them to execute on behalf of the Company, bonds and undertaking*, recognizances, contracts of indemnity snd otha<
writings obligatory in the nature thereof, and (b) to remove any »uch Attorney-in-fact at any tims and r&voks tha power and authority givon to him.
SECTION 2. Attorn»ys-m-f»ct ihall hava pow«r and authority, subject to the terms and limitations of the power of attorney istu«d to them, to txncute
and t?«liv«f on b«Half of the Company, bond! and undertakings, recoeniMncsi, contracts of indemnity and other writings obligatory in the naturu thereof.
The corporate teal it not necessity for the validity of any bonds and undertakings, recognisances, contracts of indemnity and other writings obligatory m
the nature thereof.
This power of attorney is signed and sealed by facsimile under c.rd by authority of the following Resolution adopted by tha Boerd of Directors of
* (TED PACIFIC INSURANCE COMPANY et a meeting held on tha 2Sth dsy o< October, 1971, at which a quorum was presant, end said Resolution
., not been emended or repealed:
"Resolved, that the signatures of such directors and officers snd the tsal of the Company may b« affixed to any such power o!
attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile
signatures or facsimile seal <h&il be valid end binding upon the Company and any such power so executed and certified by
fjcsimile signatures and facsimile seal shall tw valid and binding upon the Company m th» iulurs with reipact to any bond or
undertaking to which it is attached."
IN WITNESS WHEREOF, the UNITED PACIFIC INSURANCE COMPANY has caused these presents to be jifned by its Vice-Presidant. and its corporate
Wai to b« hereto affixed, ihn 22pd day of July 19_Z£.
UNITED PACIFIC INSURANCE COMPANY
STATE Of WashingtonCOUNTY OF Pierce
On this 22nd _day of.July .. 19-Zii, personally appeared.MORRIS E. BROWN
. .. , to me known to be the Vice-President of the UNITED PACIFIC INSURANCE COMPANY, and
acknowledged that he executed and attested the foregoing instrument and affixed the seal of aid corporation thereto, and that Section 37A, Section 1
and 2 of the 8y-Laws of laid Company and the Resolution, set forth th«rem, are still m full locce.
My Commission Expires:
_ January i?,9 _z&_Notary Public in and for Staff nf
r,..,cimg at
i..- tilect.
'" ___ , Assistant Secretary of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the
it a true and correct copy of a Pow«r of Attorney executed by said UNITED PACIFIC INSURANCE COMPANY, which is still in full
IN WITNESS WHEREOF, I have hereunto let my hand and affixed ths ;?«! of ia«d Comf^ny thu /_/...:. day of '-[/-(,*J.LJ.... t9 ( /
!<»"•*"".». jS*~"\ . * * ^ * -. t sf
WBOU-1431 E 0.2-73
Page 7
DESIGNATION OF SUBCONTRACTOR
4$#P*K » _. . . -...^jn-L , _- - ,-L-r.,-_ -x^n --LT1___.. _,.- ."-.- - ._ ---.
^w . •
The undersigned certifies he/she has used the subbids of the
following listed contractors in making up his/her bid and that the
subcontractors listed will be used for the work for which they bid,
subject to the approval of the Public Works Administrator, and in
accordance with applicable provisions of the'specifications. No
changes may be made.in these subcontractors except upon the prior
approval of the Public Works Administrator of the City of Carlsbad.
The following information is required for each subcontractor. Ad-
ditional page can be attached if required.
Pull -.
Item(s) Company " • A.C. &
of Work Name Complete Address Phone No.
. GRIFFITH ..COMPANY
(SEAL)
ROBERT D. irfti. SECRET-AR
CORPORATION
Type of Organization ( indivi cl u a 1^ pa r t~
nership or corporation)
p'.0. BOX 33167
. . SAN DIEGO, CALIF. 92103
rfTFvT FrTvfFTn'/ rn r*
STATE OF CALIFORNIA,
COUNTY OF LQ£_AM££4£S—*=»
*-!*,
/
"X
~CJ
f
SS.
N CZ__4 ^-^•^Zi.*' SS , 19._-2>,
before me, the undersigned, a Rotary Public in and for said State, personally appeared
»D'", s-y?* £'/*j&'^>^*e:'s<^} , known to me to be the
\/('C>£. PrfisidRnt, and /^T"-.^- £jis'/yr&'_;- /ffinm to rne•* ' ' - ^, •• Jr .- —.»'— -y- ™j -r| ..
to be the_^Secretary of_
the Corporation that executed the within Instrument, known to me to be the persons who
executed the within Instrument, on behalf of the Corporation herein named, and acknowledged
to me that such Corporation executed the within Instrument pursuant to its by-laws or a
resolution of its board of directors. •
WITNESS myjjand-anaifircial-sea!.
ACKNOWLEDGMENT—Corp., Pres. & Sec., Wolcotts Form 273—Rev. 3-54
Notary Public in and for said State.
Page 7A
DESIGNATION OF SUBCONTRACTOR ^continued)
The bidder is to 'provide the following information on the
subbids of all the listed subcontractors as part of the sealed
bid* submission.. /Additional page can be attached if required.
Full
Company
Name
Type of State
Contracting
License & No.
Carlsbad
Business
License No.*
Amount
of
Bid ($ or %)
STATE OF CALIFORNIA,
COUNTY OF
.imnmimjctmuimimim
OFFICIAL S£ALSANDRA'J. GISH |
NOTARY PUBLIC CALIFORNIA I
PRINCIPAL OFFICE IN |
^.i^ SAN BIEGO COUNTY |
My Commission Expires April 29,198Q f
il|in]ltnillMMHOtl<IUIIIIIIPUMOBillMIM
ss.
ON - ,, .
before mejhe undersigned,^
fL.j V^ X^T *"
^President, and_
to be the__^ . . Secretary of." J^^c.^~^Lt
g<g-. <• r•s ^ ! ' * 'iry Public in and for said State, personally appeared
^ known to me to be the
2>' V / t jL/«~> . Rnown t() me
<^^J^fC^^£^L ^^x^^^=^^fthe Corpor^n5ii that exejeytcd the within Instrument/known to me to be the persons who
executed the within Instriiment, on behalf of the Corporation herein named, and acknowledged
to me that such Corporation executed the within Instrument pursuant to its by-laws or a
resolution of its board of directors.
WITNESS jnyJiand-and official seat
^ "^ s~
.. Wolcotts ?orm 223-Rev. 3-64
"licenses are renewable annually by January 1st. If no valid, li
cense indicate "none." Valid license must be obtained prior to
working on project. • .
GRIFFITH COMPANY
(SEAL)
Page 8
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
' TECHNICAL ABILITY AND EXPERIENCE .
(The Bidder is required to state what work of a similar
character to that included in the proposed contract he/she has
• successfully performed and give references which will enable
.the City Council to judge his/her .responsibility, experience,
skill and business standing.) • .
.,. .... ;> The undersigned submits herewith a statement of his/her
financial responsibility. " •; "••••.."••;•"..••.-• - :..,•,..-.;.-,.., .... ,*...-• .-J-
.The undersigned submits'-below a statement of the work of
similar character to that included in the proposed contract
-"which he/she has successfully performed.
GRIFFITH COMPANY
(NOTARIZE OR CORPORATE SEAL)
"TATE OF CALIFORNIA,
COUNTY OF LGS-ANGfHS
SANDRA J. GISH
<»u t .• , * «*I*BI I/H f. , ,
ss.
before me, the undersigned,
_t//C£L.President, anil
to be the
for said State, personally appeared
., known to me to be the
, known to me
the Corporatiorrtfiat exe,2lit5d> the within Instrument, known to me itHie the persons who
executed the within Instrument, on behalf of the Corporation herein named, and ackno\v!co:]ed
to me that such Corporation executed the within Instrument pursuant to its by-laws or a
resolution cf its board of directors.
WITNESS my harul-anlofficial seal. ,.---.
ACKNOWLEDGMENT— Torn.. Pre*. * S VMIrntts
I Notary Public in and fer said State.r Jj
• Page 9
CONTRACT..&,#*»* ' "—* —~ *p *~* —
W*' • ' .... . . "'
THIS AGREEMENT, made and entered'into this ^o *** day of
(Ltxx*xA^Jtr > 19 ?jf > by and between the City of Carlsbad, *
California, hereinafter designed as "City", party of the first
part, and Griffith Company • •_ hereinafter
designated as "Contractor", party of the second part.
WITNESSETH: The parties hereto do mutually agree as fol-
lows :
1.. For arid'in consideration of'the payments and agreements
hereinafter mentioned to be made and performed by City, the Con-
tractor agrees with the City to furnish all materials and labor
for:
CONSTRUCTION OF LIBRARY PARKING LOT EXTENSION ON ELM
AVENUE - CONTRACT NO. 1068
and to perform and complete in a good and workpersonlike manner
all the work pertaining thereto shown on the plans and specifica-
tions therefor; to furnish at his/her own proper cost and expense
all tools, equipment, labor and materials necessary therefor (ex-
cept such materials, if any, as in the "said specifications are
stipulated to be furnished by City), and to do everything required.
.by this agreement and the said plans and specifications.
2. For furnishing all said materials and labor, tools and
equipment, and doing all the work contemplated, and embraced in
this agreement, also for all loss and damage arising out of the
nature of the work aforesaid, or from the. action of the elements,
or from any unforeseen difficulties .whcih may arise or be en-
countered in the prosecution of the work until its acceptance by
the City, and for all risks of every description connected with
the work; also, for all expenses incurred by or in consequence
of the suspension or discontinuance of work, except such as in
said specifications are expressly stipulated to be borned by the
City; and for well and faithfully completing the work and the
whole thereof, in the manner shown and described in the said
plans and specifications, th-e City will pay and the Contractor
shall receive in full compensation therefor the lump sum price,
or if the bid is on the unit price basis, the total price for
the several items furnished pursuant to the specifications,
named in the bidding sheet of the proposal, as the case may be.
3. The City hereby promises and agrees with said Con-•
tractor to employ, and does hereby employ said Contractor to
provide the materials' and to do the work according to the terms
and conditions herein contained and referred to for the price
aforesaid and in accordance with the conditions set forth in the
STATE OF CALIFORNIA,
COUNTY
ss.
ON August- 14 , 19 79,
before me, the undersigned, a Notary Public in and for said State, personally appeared
.T. A. He.arn , known to me to be the
Vice President, and K. D. T.ytle , known to me
to be the_.Secretary of_COMPANY
OFFICIAL SEAL 5
SANDRA J. GISH |
NOTARY PUBLIC CALIFORNIA |
PRINCIPAL OFFICE IN |
, SAN DIEGO COUNTY |
My Commission Expires April 29, 19SQ i
the Corporation that executed the within Instrument, known to me to be the persons who
executed the within Instrument, on behalf of the Corporation herein named, and acknowledged
to me that such Corporation executed the within Instrument pursuant to its by-laws or a
resolution ofjts board_pf directors.
WITJUBrmyhand and^olficwU seal..
ACKNOWLEDGMENT—Corp., Pres. & Sec., Wolcotts Form 223—Rev. 3-64
-.._•'. Page 10
specifications; and the said parties for themselves, their heirs ',
executors, administrators, successors and assigns, do hereby
agree to the full performance of the covenants herein contained.
4.' The Notice to Bidders, Instructions to Bidders, Con-
tractor's Proposal, and the plans and specifications, and all
amendments thereof, when approved by the parties hereto, or when
required by the City in accordance with the provisions of the
plans and specifications, are hereby incorporated in and made a
part of this agreement.
5. Pursuant to the Labor Code of the.State of California,
the City Council has ascertained the general prevailing rates of
per diem wages for each craft or type.of workperson needed to
execute the contract and a schedule containing such information
is included in the Notice Inviting Bids and is incorporated by
reference herein.
6. The Contractor shall assume the defense of and indemnify
and safe .harmless the Ci.ty, and its officers and employees, from
all claims, loss, damage, injury and liability of every kind,
nature and description, directly or indirectly arising from the
performance of the contract or work, .regardless of responsibility
for negligence; and from any and all claims, loss, damage, injury
and liability, howsoever the same may be caused, resulting di-
rectly or indirectly from the nature of the iv'ork covered by the
contract, regardless of responsibility for negligence.
IN WITNESS WHEREOF, the parties hereto have caused.this con-
tract to be executed the day and year first above written.
Griffith Company
(Notarial acknowledgement of
execution by ALL PRINCIPALS
must be attached.)
Titfle
By 'C>
ROBERT D. LYTUE SECRETARY
' APPRQVlD/)AS TO FOfeM: / . CITY OF. CARLSBAD, CALIFORNIA
•Way or
ATTEST:
'Daniel S. Hent^chke; Assistant . _.City cTerTc
"The Prsmr.m charged for this
Bond is ii?c!ud2d in tiiat shown
on the Performance Bond."LABOR AND MATERIAL BOND
• Page 11'
Bond No. U 08 88 37
Executed in Quadruplicate
KNOW ALL PERSONS BY.THESE PRESENTS:
WHEREAS, "the City Council of the City of Carlsbad, State o"f
California, by Resolution No.5857 adopted August 7, 1979
has awarded to Griffith Company ; ,
hereinafter designated as the "Principal", a.contract for:
CONSTRUCTION OF LIBRARY PARKING LOT EXTENSION ON. ELM AVENUE
CONTRACT NO. 1068
in the City of Carlsbad, in strict conformity with the draivings
and specifications and other contract documents on file in the
Office of the City Clerk. ,
WHEREAS, said Principal has executed or is about to execute
said contract and the terms thereof require the furnishing of a
bond with said contract, providing that if said Principal or any
of his/her or its subcontractors shall fail to pay for any ma-
terials, provisions, provender or other supplies or teams used
In, upon, for or about the performance of the work agreed to be
done, or for any work or labor done thereon of any kind, the
Surety on this bond will pay the same to the extent hereinafter
set forth:
NOW, THEREFORE, WE Griffith Company • _
as Principal, hereinafter desig
United Pacific Insurance Compan
Pacific United Inouranco
held 'firmly bound unto the City
Thousand One-Hundred Forty Four
as. Contractor, and
as Surety, are
Carlsbad in the sum of Eight
25/100-Dollars ($8,144.25 )
said sum being fifty percent (501) 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 or other supplies, or teams used in, upon, for, or about
the performance of the-work contracted to be done, or for any other
work or labor thereon of any kind, or for amounts due under the
Unemployment Insurance Code with respect to such work or labor,
that the Surety or Sureties will pay for the same, in an amount not
exceeding the sum specified in the bond, and also, in case suit is
brought upon the bond, a reasonable attorney's fee, to be fixed by
the court, as required by the provisions of Section 4204 of the
Government Code of the State of•California,
This bond
companies and coi
hall inure to the benefit of any and all persons,
>rporations entitled to file claims under Section
' Page 12
1192.1 of the Code of Civil Procedure so as to give a right of
action to them or their assigns in any suit brought upon this
bond, as required by the provisions of Section 4205 of the Gov-
ernment Code of the State of California.
And the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time,. alterations or ad-
ditions to the terms of the contract or to the work to be per-
formed thereunder or the specifications accompanying the same
shall, in any way, affect its obligations on this bond, and it
does hereby waive notice of any such change, extension of time,
alterations or additions to the terms of the Contract or to the
work or to the specifications.
In the event any Contractor above named executed this bond
as an individual, it is agreed the death of any such Contractor
shall not exonerate the Surety from its obligations under this
bond,
IN WITNESS WHEREOF, this instrument has been duly executed
by the Contractor and Surety above named, on the mth- day ofAugust ig 79 .
Company
J. A. Hearn
(Seal)
(Seal)
___
ROBERT D. UYTU Contctor SECRETARY
(Seal)
United Pacific Insurance Company (Seal)
(Seal)
William E. Howard, Attomey-in-Fact (Seal)
Surety
STATE OF CALIFORNIA,
COUNTY or uiniiNnnpr SAN DIEGO
ss.
ON- August 14 , 19 Z2,
before me, the undersigned, a Notary Public in and for said State, personally appeared
. J, At.Btearn : , known to me to be the
Vice President, ami R. P. lytle , known to me
to be the..Secretary nf GRIFFITH COMPANY
the Corporation that executed the within Instrument, known to me to be the persons whoexecuted tire within Instrument, on behalf of the Corporation herein named, and acknowledgedto me that such Corporation executed the within Instrument pursuant to its by-tews or aresolution of its board of directors.
WITNESS my hag
ACKNOWUDGMENT-Cwp., Prat. & S«c., Wolcotti Form Z8-flev. «4
State of California
County of Los Angeles
ss:
On August , 19 79 . before me, the undersigned, a Notary Public in and for said County,
personally appeared William E. Howard __knowixJtO,.rne to be the person whose name is
subscribed to the within instrument as Attorney-in-Fact of UNITED PACJJRCTNSURANCE COMPANY, and acknowledged
to me that he subscribed the name of UNITED PACIFIC INSU£i*NCE COMPANY, as Surety, and h.n- c own name as
"»****»*»»»***•-* dgfTTh OFFICIAL SEAL
* ^IlSSk MARTHA J. CHASE
! •i&SZSfS® tlOTARY. PUBLIC - CALIFORNIA
* \vfc?T*"W7 PRINCIPAL OFFICE IT4
I ^^^^ L03 ANGCLES COUNTY
« My Commission Expires April 3, 1981
My
BDU-1818 ED. 3/72 (CALIF.)
. . • Page 13
PERFORMANCE BOND . ' Bond No. D ?8 88 ,
. • . ' . • Premium; $122.00
KNOW ALL PERSONS BY THESE PRESENTS: Executed in
WHEREAS, the City Council of the City of Carlsbad, State of
California, by Resolution No. 5857 adopted August 7, 1979 ;
has awarded to Griffith Company • • ' . '. •.
hereinafter designated as the "Principal", a contract for:
-CONSTRUCTION OF LIBRARY PARKING LOT EXTENSION ON ELM AVENUE
CONTRACT NO. 1068 • . •
in the City of Carlsbad, in strict conformity with the drawings
and specifications and other contract documents now on file in
the Office of the City Clerk of the City of Carlsbad.
. WHEREAS, said Principal has -executed or is about to execute
said contract and the terms thereof require the furnishing of a
bond for the faithful performance of said contract;
NOW, THEREFORE, WE, Griffith Company ,
as Principal, hereinafter designated as the "Contractor", and
United Pacific Insurance Company as Surety,
are held and firmly bound unto the City of Carlsbad, in the sum
of Sixteen Thousand Two Hundred Eighty Eight and 50/100 Dollars
($ 16.288.50 )» said sum being equal to 100 percent (1001) of
the estimated amount of the contract, to be paid to the said City
or its certain attorney, its successors and assigns; for which
payment, .well and truly to be made, we bind ourselves, our heirs,
executors and administrators, successors or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above-
bounden Contractor, his/her or its heirs, executors, adminis-
trators, successors or assigns, shall in. all things stand to and
abide by, and well and truly keep .and perform the covenants, con-
ditions and agreements in the said contract and any alteration
thereof made as therein provided on his/her or their part, to be
kept and performed at the time and. in the manner therein speci-
fied, and in all respects according to their true intent and
meaning, and shall indemnify and save harmless the City of Carls-
bad, its officers and agents, as therein stipulated, then this
obligation shall become null and void; otherwise it shall remain
in full force and virtue.
And said Surety, for value received, hereby stipulates and
agrees that no change, extension of time, alteration or addition
to the terms of the contract or to the work to be performed
thereunder or the specifications accompanying the same shall not
affect its obligations on this bond, and it docs hereby waive
Page 14
notice of any change, extension of time, alterations or addition
to the terms of the contract or to the work or to the specifica-
tions. . ' •
*
In the event that any Contractor above named executed this
bond' as an individual, it is agreed that the death of any such
Contractor shall not exonerate the Surety from its obligations
under this bond.
' IN WITNESS WHEREOF, this instrument has been duly executed
by the Contractor and Surety above named.on the mth day of
August , 19 79 .
Griffith Company (Seal)
J. A. Hearn
VICE
(Seal)_ _
ROBERT D. LYTLE Contractor §ECRETARY
•
United Pacific Insurance Company __ (Seal)
(seal)
William E. Howard, Attorney-in-Fact (Seal)
Surety7
BEST
ORIGINAL
STATE OF CALIFORNIA,
COUNTY OF-SAN DIEGO
.
ss.
OIL
before roe, the
J.
August 14
:, and.
,19—12,
a Notary Public in and for said State, personally appeared
, known to me to be the
R. D. Lytle known to me
tobethe_&jcn»torynf GRIFFITH COMPANY
the Corporation that executed the within Instrument, known to me to be the persons who
executed the within Instrument, on behalf of the Corporation herein named, and acknowledged
to me that such Corporation exectrted the within Instrument pursuant to its by-laws or a
resolution ofjl "
WITNESS-myhand and officia
ACKNOWLEDGMENT-Corp., Pres. & Sec., Wolcotts Form ZO-tm.
State of California
County of Los Angeles
ss:
On August 14 , 19 79 , before me, the undersigned, a Notary Public in and for said County,
personally appeared William E. Howard known to me to be the person whose name is
subscribed to the within instrument as Attorney-in-Fact of UNITED PAC^FttTlNSURANCE COMPANY, and acknowledged
to me that he subscribed the name of UNITED PACIFIC INS^ffANCE COMPANY, as Surety, and his_ own name as
OFFICIAL SEAL
MARTHA J. CHASE
NOTARY PUBLIC - CAUFQAMAPRINCIPAL orncs IN
LOS ANGELES COUNTY
My Commission Expires April 3, 1981
.. **•*«.•»«••••«••My Commission expires
BDU-1818 ED. 3/72 (CALIF.)
Page 15
CITY OF CARLSBAD
CONSTRUCTION OF LIBRARY PARKING
LOT EXTENSION ON ELM AVENUE
CONTRACT NO. 1068
SPECIAL PROVISIONS
I. GENERAL REQUIREMENTS
A. Work to be Done
The work to be done consists of furnishing all labor,
equipment, materials and performing all operations for
library parking lot improvements on Elm'Avenue 400 feet
west of Highland Drive.
B. Plans and Specifications
The specifications for the work consist of the Stan-
dard Specifications of the City of Carlsbad, the 1979
edition of Standard Specifications for Public Works
Construction (hereinafter designated SSPWC)as issued
by the SoutTTern California Chapters of the American
Public Works Association and these contract documents
and specifications.
The construction plans consist of two sheets desig-
nated as City of Carlsbad Drav/ing No. 194-4. The
standard drawings utilized for this project are City
of Carlsbad drawings and drawings from the Regional
Standard Drawings of the San Diego area. Copies of
pertinent standard drawings are enclosed with these
documents.
C. Construction Schedule and Time of Completion
A construction schedule is to be submitted by the
Contractor per Section 6-1 of the SSPWC. Coordina-
tion with the respective utility company for removal
or relocation of conflicting utilities shall be re-
quirements prior to commencement of work by the Con-
tractor,
The Contractor shall begin work after being duly
notified by an issuance of a "Notice to Proceed" and
shall diligently prosecute the work to completion
within 45 consecutive calendar clays from the date of
receipt of said "Notice to Proceed."
D. Noncom f o rming Work
The Contractor shall remove and replace any work not
conforming to the plans or specifications upon writ-
ten order by the City Engineer. Any cost caused by
Page 16
reason of his/her nonconformin.g work shall be borne
by the Contractor.
Guarantee
All work shall be guaranteed for one year after com-
pletion and any faulty work or materials discovered
during the guarantee period shall be repaired or re-
placed promptly.
F. Water for Construction
The Contractor shall obtain a construction meter and
pay all fees and deposits for water utilized during
the construction of this contract. The Contractor
shall contact the City Water Department for require-
ments.
G. Surveying
Surveying service for this project shall be performed
by the City of Carlsbad or its authorized agent. Re-
quirements of the Contractor pertaining to this item
are set forth in Section 2-9 of the SSPWC.
H. Payment
Payment on this contract will be in accordance with
Section 9-3 of the SSPWC.
II. CLEARING AND GRUBBING
A. Clearing and grubbing shall conform to the require-
ments of Section 300-1 of the SSPWC.
B. Clearing and grubbing shall include removal of as-
phaltic paving in the existing library parking lot
as shown on the plans.
Wf
C. All asphaltic paving shall be removed from the work
site and disposed of by the Contractor.
III. EXCAVATION
A. Excavation shall meet the requirements of Section
300 of the SSPWC.
B. All excess excavated dirt shall be removed from the
work site and disposed of by the Contractor.
IV. DISINTEGRATED GRANITE BASE
A. Disintegrated granit base material shall conform to
the requirements of-Section 100-2.3 of the SSPWC.
Page 17
V. ASPHALT CONCRETE PAVING
A. Asphalt concrete paving shall conform to Section
302-5 of the SSPWC. Asphalt concrete paving vis-
cosity grade shall be AR4000.
B. All new asphalt concrete pavement shall be fog seal
coated with asphalt emulsion as directed by the En-
gineer and set forth in Section 37-1 of the Cali-
fornia Division of Highways Standard Specifications.
C. Payment: Compensation for asphalt concrete pave-
ment, including fog seal coat, shall be included in
the asphaltic concrete pavement bid item, and no
other compensation shall be provided.
VI. CONCRETE CURBS AND GUTTERS, SIDEWALKS AND DRIVEWAYS
A. The construction of concrete curbs and gutters, side-
walks and driveways shall conform to Section 303-5
of the SSPWC.
Portland cement concrete shall conform to Section
201-1 of the SSPWC.
Concrete sidewalks shall be 4" in thickness and drive-
way approaches shall be 6" in thickness.
B. Measurement and payment for concrete curbs and gutters,
sidewalks and driveways shall conform to Section 303-5.9
of the SSPWC.
VII. OTHER LIBRARY PARKING LOT CONSTRUCTION WORK
A. Further reference is hereby made to the plans, stan-
dard drawings and the Standard Specifications for Pub-
lic Works Construction for all other parking lot con-~
struction items not modified by these "Special Provi-
sions."
2" Weakened
Plane Joint
GuUerUne
2" Weakened
Plane Joint
-6" CURB
Area = 0.89 SQ. FT.
8" CURB
Area = 1.09 SQ. FT.
Weakened Plane Joint
Existing Curb *—1 1/2" except where elevations
shown indicate.otherwise
GUTTER
NOTES:
1. Concrete shall be 517 - C - 2500.
2. See Standard Drawing G-1Q for joint details.
LEGEND ON PLANS
6" curb
Revision By Approver!Date SAN DIEGO REGIONAL STANDARD DRAWING
CURBS AMD GUTTER - SEPARATE
RCCOWMtNOEO 11V THE SJN HUM
REGIONAL StAHUARCS COMMilTtt
.Coonti'iuiw ».c7l"l'j'llU» Kit"
DRAWING f\ t
NUMDKR b-1
c
2" Weakened Plane Joint
i—'1 1/2" except where elevations
shown indicate otherwise.
1/2"
TYPE G & H CURB
NOTES:
1. Concrete shall be 517 • C • 2500.
2. See Standard Drawing G-10 for joint details.
TYPE
H . 30"
W
24"
*ARF.A
SO. FT.
1.34
1.61
* with 6" Curb Face
LEGEND ON PLANS
BY THE SAN OIIGO
WCIONAI STANDARDS COMMlHCE
_.
II C I. I'JbO") 11,11
DRAWING
NUMHI-II
SAN DIEGO REGIONAL STANDARD DRAWING
CURB AND GUTTER-COMBINED
Hcvision Approved Date
vanes Width as shown on plan
1/2" R -\
X^-fiytSlW '•—<&!&&~
k
k
1/2" R->.
1 \— 1/4" oer ft. *
:; *•'•'•••'* ,
V ' ^M*. ^J-
r*. . .
JM '_
- -.-. -. — — • • ""- •" """"" *
Wpakpnpfi Planp .!r»int
. • • r.
f-I
I
!
NON-CONTIGUOUS
Width as shown on plan
-1/2" R
1/4" per ft.
1/2" R
Weakened Plane Joint —'
t.
CONTIGUOUS
NOTES
1. Concrete shall be 517 - C • 2500.
2. See Standard Drawing G-10 for joint details.LEGEND ON PLANS
Revision Approved SAN DIEGO REGIONAL STANDARD DRAWING
SIDEWALK - TYPICAL SECTIONS
RCCOMMeNORD BY lilt SAN UltCO
RFCIONAL STANDARDS COMtUMF.E
KCt.-I)JI«"
I) HAWING
NUMIHiR G-7
Mid Point of Curb Return
P.C.R.
5' Typ.
NOTES '
1. Expansion Joints at curl) returns, and adjacent to structures.
(See Standard Drawing G-10).
2. Weakened Plane Joints at mid point of curb return, when required,
and at 15' intervals from P.C.R.'s (See Standard Drawing G-10).
3. 1/4" grooves v;ith 1/4" radius edges at 5' inlervals.
4. See Standard Drawing G-8 for installation of sidewalk ramps.
Revison
.-'
By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING
SIDEWALK JOINT LOCATIONS
ntCOMMlNDfU BY THE SAN DlfCQ
(IIGIONAI SIAIJUAIILIS COMMITTCt
DRAWING
NUMBEH
Expansion Joint filler material
/-1/4" R
.:-"•'
*, ;._A>
| -|
,'•*:
./*•." .*A • •*>-"
_J
1
1
'.;*•• • "—'•/»•
-V <
'••'. v .... •"%
-• — 1/2"
1/4" R
f 4 x 22" Bar x 30" C.C.
EXPANSION JOINT CONTACT JOINT
Preformed Joint filler
r-1/4" R
-3/16"
WEAKENED PLANE JOINT
PAVEMENT
WEAKENED PLANE JOINT
SIDEWALK
-1/4" R
• . •»•».- •••-, -c :f-N;^_ j
't
CM •''.<
-«— -1 5/8"
KEYED JOINT
•%^/UtMtNDtD liY IMF SAN nifGO
..cfilUNAl STANDAhDS COMMinEE
DHAWING
SAN DIEGO REGIONAL STANDARD DRAWING
CONCRETE JOINT DETAILS
Revision ny Approved Date
Existing Score Mark-
o
Area to he removed
Extend to Existing
score mark or joint
-Existing Joint
Existing Score Mark
SIDEWALK PLAN
Area to be removed
N. °j Extend to existing
1 xj score mark or joint
"•' '"*:' 1 .^'vSfe,.
s— cxiMiiiy juiiu
s
•••••ft-'
SIDEWALK SECTION
Area to be removed
30" min from existing
joint or edge of curb -Existing Joint or Edge
Area to be removed
CURB PLAN
3' min from existing joint
or edge of pavement -Existing Joint or Edge
.•<-.•.-'.'
PAVEMENT SECTION
Remaining edge to be smooth
and true with no shatter.
NOTE
When distance from, "Area to be removed", to existing joint, edge
or score mark is less than minimum shown, "Aren to be removed",
shall be extended to that joint, edge or score mark.
i
Portland cement concrete
i ^
':. 1.1/2" 1 ?:'•>"•'.)
"'•min }\ *'-'»\fr.-- • i I \ '-.Ir 1 ] x— Saw
r- •• --4•••:r/.'..'-) .-'i:.'-'|
^^
Cut
SECTION
Showing Cut
^^nvision By Approved Hate SAN DIEGO REGIONAL STANDARD DRAWING
PORTLAND CEMENT CONCRETE CURB,
GUTTER, SIDEWALK AND PAVEMENT
REMOVAL AND REPLACEMENT
HfCOMMEKDEO BY THE SaN DIFnO
REGIONAL STANOAHOS COMMITTEE
Cooiifiiuloi fl 11. I'JHO/ Dm
DRAWING O 11
NUMBER U-N
Property Line
Non-contiguous Sidewalk
Contiguous Sidewalk
I
.x. Weakened Plane Joint
PLAN
Driveway Curb Opening
Driveway width shown on plans
•Depressed Curb-
.*.•>•
Bottom of Curb 12" R (typ.]
ELEVATION
Edge of Sidewalk-
•Normal Rise 1/4" per foot.
I
4" ResidnntialJ
6" Commercial SECTION 2" R--\" above Gutter
NOTES
1. No concrete shall be placed until forms and subgrade are inspected by the
Agency.
2. Concrete shall be 517-C-2500.
3. Weakened plane joints required on driveway £ 'or driveways 12 ft. to 24 ft.
wide, driveways wider than 24 ft. to 30 ft. wide shall have two weakened
plane joints evenly spaced.
4. See standard drawings G-15 and G-16 for width and location requirements.
-4-
LEGEND ON PLANS
of.. Residential
(Commercial)
Driveway
nv Ttir SAN rmco
i.ll.iJ*«Al STANDAHUS COMMUTES
^.ii'c [. final
DRAWING f» 1/1NUMIH:H u-rr
SAN DIEGO REGIONAL STANDARD DRAWING
CONCRETE DRIVEWAYS
Revision Approvfid Dale
c
c