HomeMy WebLinkAboutGRIFFITH COMPANY; 1979-09-28; 1059CITY OF CARLSBAD
SAN DIEGO COUNTY
CALIFORNIA
C ' CONTRACT DOCUMENTS & SPECIFICATIONS_FOR
' CONSTRUCTION OF STREET IEPROYEKENTS
IN BEECH AVENUE, GARFIELD STREET
AND CARLSBAD BOULEVARD
CONTRACT NO, 1059
JULY, 1979
TABLE OF CONTENTS
PAGE ITEM
1 NOTICE INVITING BIDS
3 PROPOSAL
6 BIDDER'S BOND
7 DESIGNATION OF SUBCONTRACTORS
8 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY,TECHNICAL ABILITY AND EXPERIENCE
9 CONTRACT'
11 LABOR AND MATERIAL BOND
13 PERFORMANCE BOND
"
15 SPECIAL PROVISIONS
27 CERTIFICATE OF COMPLIANCE AND NONDISCRIMINATION
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 21st day of August , 19 79, at which
time they will be opened and read for performing the work as
follows: .
CONSTRUCTION OF STREET IMPROVEMENTS IN BEECH AVENUE,
• ' * -GARFIELD STREET AND CARLSBAD BOULEVARD
CONTRACT NO. 1059 ' • " .
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 en 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 - Pages 3-5
2. Bidder's Bond - Page 6
3. Designation of Subcontractors - Pages 7 § 7A
4. Bidder's Statement of Financial Responsibility, Technical
Ability and Experience - Page 8
• 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 is 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
€
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 $10 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 of -site and prebid opening conference will
be conducted by the Public Works Department at the site at 10:00-
a.m. on August 7, 1979. . -
The general prevailing rate of wages for each craft or
type of workpersbn needed to execute' the contract shall be
those as determined by the Director of Industrial Relations
pursuant to the 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 ($2,000)
or more than five (5) working days.
The amount of the bond to be given for the faithful perform-
ance of the contract for said work shall be one hundred percent
(100%) of the contract price therefor, and an additional bond in
the amount equal to fifty percent (505) of the contract price for
said work shall be given to secure the payment of the claims for
any material or supplies furnished for the performance of the
work contracted to be done b"y the contractor for any work or labor
of any kind done thereon.
Partial and final payments on this contract shall be in ac-
cordance with Section 9 of the 1979 edition of "Standard Specifi-
cations for Public Works Construction."
Approved by the City Council of the -City of Carlsbad, Cali-
fornia, by Resolution No. <5~JT'e/(f> adopted on the / //"^ day of19 yy - • '
AmiA
GRIFFITH COMPANYPage 3
f CITY OF CARLSBAD
CONTRACT NO. 1059
City Council
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
PROPOSAL
The undersigned declares he/she has carefully examined the
location of the work, read the Notice Inviting Bids, examined
the plans and specifications, and hereby proposes to furnish all
labor, materials, equipment, transportation and services required
to do all the work to complete Contract No. 1059 in accordance
with the plans and specifications of the City of Carlsbad, and
the -special provisions, and that he/she will take in full payment
therefor the following unit prices for each item complete, to wit:
c?
1
Approximate
Quantity § Unit
LUMP SUM
Article with Unit Price or
Lumr> Sum Written in Words
Clearing and grubbing at
Unit
Price -.TOTAL
63$ C.Y.
120 C.Y.
336 TONS
tJfr,
Dollars
Cents
per lump sum
Roadway excavation
JDollars
Cents
per cubic yard
Compacted dirt fill material
at
_Dollars
Cents
per cubic yard
Crushed aggregate base at
//-»
_Dollars
Cents
per ton
GRIFFITH COMPANY
Page 3A
Item Approximate
. Quantity $ Unit
Article with Unit Price or Unit
Lumr> Sum Written in "Words 'Price TOTAL
419 TONS
945 L.F.
7 434 S.F.
8 2 EACH
9 6 EACH
10 562 S.F.
• TOTAL (IN WORDS)
Asphaltic concrete .pavement
L * • I ' ~ ~ " TT- --l._ - ^ -_.
Dollars
§ //^ Cents
per ton
Type "G" curb and gutter at
Dollars
Cents
per lineal foot
6" P.C.C. cross gutter and
spandrel at **7t/A^,'
Dollars
Cents/voC.per sq/uar.e foot
Adjust sewer manholes to
grade at "/|/to /1<
Dollars
Cents
each
Ornamental street lights -
and appurtenances at
Dollars
Cents
eacn
6" P'.C.C. driveway approach
Dollars
Cents
7..C.S
Ci
; An
TOTAL (FIGURES)
c
^ Pace 4GRIFFITH COMPANY . *
' 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 understands 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. m 32168 , Identification . A-SB-I-SC-IZ . •
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 work, and is in
all respects fair and without collusion or fraud.
Accompanying this proposal is BIDDER'S BOND
(cash, 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
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.
GRIFFITH
c (714) 297-4456 ."
Phone ^Number
GRIFFITH COMPANY; ,*>' '/£
Bidder's Namer --';.'>v/
.CSEAL)
' J. A. Hearii
Dat'e iiorized ''Signature?:^1 •
.... .... GmFFlTH. P. o. BOX 3-3187 -...
SAN DIEGO. CALIF; »2103 1.
...
*' ' ... VV\ \Q BOBERT D.
Auth<$ized Signature-!
CORPORATIOH.. , .
Bidder's Address Type of Organization
.(Individual, Corporation, Co-
Partnership) ' ' .
": List below names of President, Secretary, Treasurer and Manager if a
corporation, and names of all co-partners if a co-partnership:
George P. Griffith
Donald b. McGrew
Robert 0. LytU
John E. Tiger
James A. Hearn
james B. Hayden
James D. Waltze
Vincent DiazTennv R. Pogelberg
Evan E. Millington
Robert P. Molko
John E. Snider
(NOTARIZE C
GRIFFITH COMPANY OFFICERS
*03ta Mesa ISan Clement-I
Long Beach ''
Chief Financial
Vice President
anf Secretary
304 AvenidrSonferey
, Long Beac1830 Ocean Boulevard
2360 Mountain Avenue Carisbad
4513 Cove Dr. 115 Bakersfield
5411 Warwick Pla-e . Hesa
284 BucHnell Road ^^ Beach
;S08 Greenmeadow »°*°. covina
i9774 Golden Bough Drive ^aketsfuid
915 Paloma Street Anaheim
«2S N. Magnolia, » ' -^- Angeles
ills FranKlin Avenue «>s
92627
92672
9Q802
91760
92008
93309
92627
90808
91722
93304
9280190027
STATE OF CALIFORNIA,
COUNTY OF-ws-wtGfttr SAN DIEGO
OFFICIAL SEAL 1
SANDRA J. GISH \
NOTARY PUBLIC CAUFOftNtA 1
PRINCIPAL OFFICE IN I
SAN DIEGO COUNTY |
MyCommltslon Expires April 29,198Q §
ss.
before me, the undersigned, a Notary Public in and for said State, personally appeared /
_ , known to me to be the
A -known to me
the Corporation that exKuKdfthe within Instrument, known to me to B^the persons who
executed the within Instrument, on behalf of the Corporation herein named, and acknowledged
to me that such Corporation executed the within Instrument pursuant to its by-laws or a
resolution of its board of directors.
WITNESS my hand,
Notjrfy PublicjiHitfd for said State.
ACKNOWUDGMENT-Corp., Cm. » Sec., WolCOtts Form 223-Rev. 3-64
Page 6
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL
That we,
o^ixcd and
and
_ > as Principal,
as Surety, are held
and firmly bound unto the City of. Carlsbad, California, in the sum
,...TCn»f.ltl..Mu»Hcecoti»».Y
TEN PERCENT (10*) OF THETOTAL AMOUNT OF THEBin IN
($ /&™ ) » 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-bounden principal for:
CONSTRUCTION OF STREET IMPROVEMENTS IN BEECH AVENUE, GARFIELD
STREET AND CARLSBAD BOULEVARD - CONTRACT NO. 1059 •
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 t>f 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. „,,. ••- .••\<V...,1/, V.''.;>> o;..
•IN WITNESS WHEREOF, we hereunto set our hands and seals/this; \ V,
S\M ^f _ ft ^r J ' ^ A g\ **7 ^& ."* . t * I . 'day of Cc^^^^<2^c^ , 19_
Corporate Seal (if corporation)GRIFFITH COMPANY
ROBERT D. LYTLE LSECRETARY
UN.HD
1 •$<.•'$ S ft: t£ • ,„*i tl P 'C'^ BTCoyleHrr- Attorney in factAC-LC4l, - --n — — —
(Attach acknowledgement of
Attorney in ;,?act)
(Notarial acknowledgement of'.ex'e-
cution by all PRINCIPALS and.-'V ',
SURETY must be attached.)
STATE OF_CALIFORNIA
COUNTY OF_SAN
lAnNiWHiBHW™'"^"11111^^ I
SANDRA J. GISH
ss.
ON.
before me, the und said State, personally appeared
known to me to be the person whose name is subscribed to the within Instrument as
Attomey-in-Fact nf <*"«> mme vemm*. coAife
and acknowledged to me that he subscribed the name of
Wlt£0 PACIflC IHSUfrNCE COItfiMN"
thereto as principal _ and
WITNESS my na
own name as Attomey-in-Fact.
•».™.,.io.jFKj_B!»nk County > 5tot»-WolcoBi Form 217-Rn. M4
STATE OF CALIFORNIA,
COUNTY OF LO&-ANeftGtWW DIEGO
SEAL
SANDRA J. GISH
NOTARY PUBLIC CALIFORNIA
PRINCIPAL OFFICE IN
SAN DIEQO COUNTY
ss.
ON_fcge?P^1Q /^4
, , ,„„.,.. -,. ,-,. | 1J... I h ...iU
before me, the undersigned, a Notary Public in and for said State, personally appeared?
""* ^ "" ' "* , known to me to be thel
^ known to mel.
to be the X7
(§<34f—»t~^ -"•
) me to be fne persons wf
"" ^^ ^T^'/ " jf* * J TKaT—<—»JM- -- V^-Jjit ^r -i ii—the Corporation tfiat execute?Jjffi within lnstrument,lnown to me to be tfie 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 aresolution of its board of directors.
WITNE
Notary PybliiMif and for said State.
ACKNOWLEDGMENT—Corp., Pres. & Sec., Wolcotts Form 2O-Rev. 3-64
HOME OPHCC, TACOMA. WASHINSTON
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS. That th. UNITEtfVACIFIC INSURANCE COMPANY. • corporation duly organized under the lew* of the
State of Washington. dc>e. hereby make.constitute end appo.ni c. H. COYLE, JR. of SAN DIEGO, CALIFORNIA
h» true and lawful Attorney-in-fact. to make execute, teal and dalivar tor and on its behalf, and at ill act and dead
ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP
and to bind tht UNITED'PACIFIC INSURANCE COMPANY thereby as fully and to the tame extent as if »uch bond» and undertakings and other
writings obligatory in the nature thereof were signed by an Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and ia»led and attested
by one other of such officer*, and hereby ratifies and confirms all that its taid Attorney(t>-in-fect may do in pursuance hereof.
Thii Power of Attorney is granted under and by authority of Section 37A of the By-Laws of UNITED PACIFIC INSURANCE
COMPANY which provision! are now in full force and effect, reading as follows:
SECTION 37A-ATTORNEYS-IN-FACT
SECTION 1. The Board of Directors, the President, or any Vice-President or Assistant Vice-President shall have power and authority to: la) appoint
AttOfneys-in-f«ct and to authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other
writings obligatory in the nature thereof, and (b) to remove any such Attorney-in-tact at any time and revoke the power and authority given to him.
SECTION 2. Attorneys-in-fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute
end deliver on behalf of-the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof.
Tht corporate teal it not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in
the nature thereof.
This power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of
UNITED PACIFIC INSURANCE COMPANY at a meeting held on the 26th day of October, 1971, at which a quorum was present.and said Resolution
has not been amended or repealed:
"Resolved, that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of
attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate hearing such facsimile
signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by
facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached."
IN WITNESS WHEREOF, the UNITED PACIFIC INSURANCE COMPANY hat caused these presents to be signed by in Vice-President, and its corporate
seal to be hereto affixed, thi*JL2jXd_d*y of July 19-74-
UNITED PACIFIC INSURANCE COMPANY
STATE OF Washington
COUNTY OF Pierce (,
On this 22nd .. 19.24. personally »nn.««l MORRIS E. BROWN
. . to me known to b« the Vice-President of the UNITED PACIFIC INSURANCE COMPANY, and
acknowledged that he executed and attested the foregoing instrument and affixed the seal of said corporation thereto, and that Section 37A. Section 1
and 2 of the By-Laws of said Company and the Resolution, tei forth therein, are Hill m full fore
My Commission Expires:
January 15 19 7g ,*Jiiic%* ' Notary Public m and for State of
Rending at
I D. K«ith .Tnhnann . Assistant Secretary of the UNITED PACIFIC INSURANCE COMPANY, do hereby owtify that the
and foregoing is a true and corract copy of a Power of Attorney executed by said UNITED PACIFIC INSURANCE COMPANY, which is still in full
L/end effect. j
IN WITNESS WHEREOF I have hereunto set my hand and affixed the seal of s»id Company thic2- day o>
WBDU-1431 ED.2-72
GRIFFITH COMPAQ6 7
DESIGNATION OF SUBCONTRACTOR
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.
Item(s)
of Work
Full
Company
Name Complete Address
A.C. &
Phone No
•c
STATE OF CALIFORNIA,
BOUNTY oF4w»f$AN DIEGO-iV "^F* ^" ™
V .
before me, the undersigned, a Notary Public in and for said State, personally appeared
^"- *rf ffT/&?*fz~s<& <S-^ ._, known to me to be the
OFFICIAL SEAL
SANDRA J. GISH
NOTARY PUBLIC CALIFORNIA
PRINCIPAL OFFICE IN
My Commission Expire* April 29. 19SQ
the Corporation thaTexecuteo>l^within Instrument, Known trfme to be thepersons who
executed the within Instrument, on behalf of the Corporation herein named, and acknowledged
to me that such Corporation executed the within Instrument pursuant to its by-laws or a
resolution of its board of directors.
WITNESS my hand and official seal.
NotaryfWTc in amt-fdr said State.
ACKNOWLEDGMENT-Corp., Pres. & Sec., Wolcotts Form 223-Rev. 3-64
(SEAL)GRIFFITH COMPANY
Bioraarl's Name
1 VICE PRESlDENf
Signature
CORPORATION
Type of Organization (individual, part-
nership 'or corporation)
GRIFFITH COMPANY
P. 0. BOX 03107 =AddressSAN DIEGO, CALIF. 92103
City7 state, vsip uode
GRIFFITH COMPANY
c
Full
Company
• Name
DESIGNATION OF SUBCONTRACTOR (continued)
is to provide the following information on^the
if
Type of State
Contracting
License s N_o._
•
Carlsbad
Business
License No.*_
Amount
ofBid($ or %)
STATE OF CALIFORNIA,
COUNTY OFOO&-AW6&E9-$AN DIEGO
OFFICIAL SEAL
SANDRA J. G1SH
NOTARY PUBLIC CALIFORNIA
PRINCIPAL OFFICE IN
SAN DIESO COUNTY
^.Commission Exp^M April 29,198Q
ss.
ON_
before me, the^undersigned, a No
x . ea3«- S-y*-
Pfssirient,
Public^ in and for said State, personally appeared
, known to me to be the
, frnown to me
SacretaryoL
the Corporation that executea the wfflij^lnstrument, knownNo mefo be the
executed the within Instrument, on behalf of the Corporation herein named, and acknowledged
to me that such Corporation executed the within Instrument pursuant to its by-laws or a
resolution of its board of directors.
WITNESS my hand at)
j/
Notarymiblic inaryWof said State.
ACKNOWLEDGMENT—Corp., Pres. & Sec., Wolcotts Form 223—Rev. 3-64
working on project.
(SEAL)
GRIFFITH COMPANY
's Name
Authorizoa Signature
; . A. ^Lern;
• • .. . . -V /"•Page~T
. • . GRIFFITH COMPANY '
* " • ,
'' BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
•
' TECHNICAL ABILITY AND EXPERIENCE • . .
• • ' *
(The Bidder is required to state what work of a similar
character to that included in the proposed contract he/she has
.successfully performed and give references which will enable
the City Council to jadge his/her .responsibility, experience,
skill and business standing.) ' • . •-...: ....?
, ... .^ The undersigned submits herewith a statement of his/her .
financial responsibility. •••••••.:-•;•.•• • . :....-...•...- .....,..,_.,.«»._.- .:=.•.-?....*'•• • . .
The undersigned submits'-below a statement of the work of
similar character to that included in the proposed contract
which he/she has successfully performed. -. .. ' . -: . '
. GRIFFITH COMPANY HAS PREViOUSJJC
COMPLETED WORK OF A SlMllAft s
CHARACTER.
(NOTARIZE OR CORPORATE SEAL)
STATE OF CALIFORNIA,
COUNTY OF CBRTOff&~"$AN DIEGO
OFFICIAL SEAL 1
SANDRA J. GISH I
NOTARY PUBLIC CALIFORNIA 1
PRINCIPAL OFFICE IN f
| -vase*" SAN OIEGO COUNTY |
My Commission Expires April 29,198Q I
«IIIHII/mUHHIIUHIIIII«unmiHIIHIill«lllllnWIMiniMWM«l»»MllilUWW*«K><6
-m^^^^^^^^^^^^^^
ss.
ON_ --_._ -. _ .
before me, the undersigned, a Notary Public in
£~ <s*a- President, emi
• MI --,_. _ ..-.-_— ^_. - _._. t
for said State, personally appeared
( known to me to be the
, faiown to.4Bo
the Corporation tha?ixecute<r the^flnInstrument, known^&-fflBloWThT persons ftlib
executed the within Instrument, on behalf of the Corporation herein named, and acknowledgedto me that suchComoration executed the within Instrument pursuant to its by-laws or a
resolutj9JH>f1tsToardoTclTrBetQrs. ^
WITNESS my hand and official sealN/ '
•'said State.
. Page 9
£ONTRACT . * •
THIS AGREEMENT, made and entered into this £f r*day of
> 19 7°l» 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 and 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 STREET IMPROVEMENTS IN BEECH AVENUE,
GARFIELD STREET AND. CARLSBAD BOULEVARD - CONTRACT 1059
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
V., 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, the 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
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 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 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 work 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.
(Notarial acknowledgement of
execution by ALL PRINCIPALS
must be attached.)
APPRO
APPROVE AST;
•NCENT.f. Bl
fcy <| *[/*—r ''Hemschke, Assistant
Griffith Company
actor
(seal)
yif.
Tit 31 <
By
arn
yirTpRESlDENT
— -TJ
ROBERT D. LYTLE SECRETARY,
Title
CITY OF CARLSBAD, CALIFORNIA
By,
MayS.r
ATTEST:
x l/aj?City Clcr
STATE OF CALIFORNIA,
COUNTY OF LOS ANOELCS $AN OfEGO
OFFICIAL SEAL |
SANDRA J. GISH |
NOTARY PUBLIC CALIFORNIA |
PRINCIPAL OFFICE IN f
SAN DIEGO COUNTY \
My Commission Expirss April 29, 198Q I
uuumuuHmiiimmilimmimmmuimiiimiiimiuilummimuiiiumimumuuuiniuii*!
ss.
SEPTEMBER 13
before me, the undersigned, a Notary Public in and for said State, personally appeared
J. A. HEARH , known to me to be the
-President, and R. p. LYTLE , known to me
to be the_-Secretary of_
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 executed the within Instrument pursuant to its by-laws or a
resolution of its board of directors.
WITNESS my hand and i
Notary PubuWn mid furl^State.
v__--—~ACKNOWLEDGMENT—Corp., Pres. & Sec., Wolcotts Form 223—Rev. 3-64
"Ths Prmlum ctergsd for this
Bend is inclushd in that shown
on the Performance Bond."LABOR AND MATERIAL BOND
Page 11
*
Bond No. U 08 88 63
Executed in 4 Counterparts
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of
California, by Resolution No. S913 adopted September 4, 1979
has awarded to Griffith Company • ,
hereinafter designated as the "Principal", a contract for:
'CONSTRUCTION OF STREET IMPROVEMENTS IN BEECH AVENUE,
GARFIELD STREET AND CARLSBAD BOULEVARD - CONTRACT 1059
in the City of Carlsbad, in strict conformity with the drawings
and specifications and other contract documents on file in the
Office of the City Cleric. • .
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 designated as Contractor, and
•United Pacific Insurance Company as Surety, are
held firmly bound unto the City of Carlsbad in the sum of Twenty Six
Thousand Seven Hundred Thirty Eight 5 58/100 . Dollars ($26',738.58 )
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 shall inure to the benefit of any and all persons, •
companies and corporations 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 13th day of
September , 19 79
r Griffith Company
ROBERT D.
CSeal)
J. A. Beam.
PRESIDENT (Seal)
(Seal)
SECRETARY
fie InsurancexisCpmpany (Seal)
(Seal)
Robert M. Minott'Attorney-in-Fact (Seal)
Surety
State of California
County of Los Angeles
ss:
before me, the undersigned, a Notary Public in and for said County,
known, to me to be the person whose name is
On September 13 , 19 79
personally appeared Robert M. Minot
subscribed to the within instrument as Attorney-in-Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged
to me that he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and h is own name as
Attorney-in-Fact.
OrFiCSAt- SEAt J
MARTHA J. CHASE «
tJOTARY PUBLIC - C.MjrORfllA *
PRINCIPAL OFFICE i:i •
L03 ANGZLES COUNTY J
. My Commission Expires April 3, 1981 *
My Commissi«»»«|»itas»»»+»»»**+**+*+»*****iy
BDU-1818 ED. 3/72 (CALIF.)
otaryPublic in and forsaid County
STATE OF CALIFORNIA,
COUNTY OF ^3 ANQ[L[3-$^ 0[£QQ
ss.
SEPTEMBER 13
before me, the undersigned, a Notary Public in and for said State, personally appeared
J.&. HF.ARN •known to me to be thevtcE
to be the_
President, and
-Secretary of.
E,D. LYTLE known to me
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 executed the within Instrument pursuant to its by-laws or a
resolution of its board of directors.
WITNESS my hand and official seal.
Notary PubII
ACKNOWLEDGMENT—Corp., Pres. & Sec., Wolcotts Form 223—Rev. 3-64
PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS,
Page 13'
Bond No. U 08 88 63
Premium: $>t01.00
Executed in 1 Counterparts
WHEREAS, the City Council of the City of Carlsbad, State of
. California, by Resolution No. 5913 adopted September 4,'l<j79 !
has awarded to Griffith Company ; .
hereinafter designated as the "Principal", a contract for:
CONSTRUCTION OF STREET IMPROVEMENTS IN BEECH AVENUE,
GARFI.ELD STREET AND CARLSBAD BOULEVARD - CONTRACT 1059
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,
C" are held and firmly bound unto the City of Carlsbad, in the sum
• of Fifty Three Thousand Four Hundred Seventy Seven a IS/luuDollars
^aid sum being equal to 100 percent (100%) of"
the estimatecTamount 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 aboverbounden 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 vork 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 13th day of
September^ , 1979 .
ROBERT D. LYRE
United
SECRETARY
c Insurance Company
Robert M. Minot, Attorney-ln-Fact
Surety
(Seal)
(Seal)
(Seal)
STATE OF CALIFORNIA,
COUNTY OF
«-sfi=saa=S?5«,
ss.
SEPTEMBER 13 -, 19—22,
before me, the undersigned, a Notary Public in and for said State, personally appeared
J.A HEARN known to me to be the
VICE President, and R.D. LYTLE , known to me
to be the_-Secretary of_
GRIFFITH
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 my hand andjiffic
Notary Public in anrjjflrfaid State.
ACKNOWLEDGMENT—Corp., Pres. & Sec., Wolcotts Form 223—Rev. 3-64
State of California
County of Los Angeles
) ss:
September 13 , 19 79 , before me, the undersigned, a Notary Public in and for said County,
Robert M. Minot known to me to be the person whose name is
On
personally appeared
subscribed to the within instrument as Attorney-in-Fact of UNITED PACIFIC'INSURANCE COMPANY, and acknowledged
to me that he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and h is own name as
OFFiC'.AL SEAL JJ
MARTHA J. CHASE *
riOTARY POGUC-CAUFORMSA «N
PRINCIPAL OFFICE i:t * V
LOS ANGZLES COUNTY *
My Commission Expires April 3, 1981
My Commission
BDU-1818 ED. 3/72 (CALIF.
'Notary Pudric1nanr^5r sair^County
Page 15
CITY OF CARLSBAD
CONSTRUCTION OF STREET IMPROVEMENTS IN
BEECH AVENUE, GARFIELD STREET
AND CARLSBAD BOULEVARD
CONTRACT NO. 1059
SPECIAL PROVISIONS
A. "GENERAL REQUIREMENTS
1. Work to Be Done
The work to .be done consists of furnishing all labor,
equipment, materials, and performing all operations
for street improvements in Beech Avenue, Garfield
Street and Carlsbad Boulevard.
2. 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
Constructio'n(hereinafter designated SSPWC)as issued
by the Southern California Chapters of the American
Public Works Associations, and these contract documents
and specifications.
The construction plans consist of five sheets desig-
nated as City of Carlsbad Drawing No. 193-1. 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.
3. Construction Schedule and Time of Completion
A construction schedule is to be submitted by the Con-
tractor per Section 6-1 of the SSPWC. Coordination
with the respective utility companies for removal or
relocation of conflicting utilities shall be require-
ments prior to commencement of work by the Contractor.
.The Contractor shall begin work after being duly noti-
fied by an issuance of a "Notice to Proceed" and shall
diligently prosecute the work to completion within 120
consecutive calendar days from the date of receipt of
said notice.
4. Nonconforming Work
The Contractor shall remove and replace any work not
conforming to any plans or specifications upon written
order by the City Engineer. Any cost caused by reason
of his/her nonconforming work shall be borne by the
Contractor.
Page 16
5. 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.
6. 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 .
Compensation for wa£er fees shall be included in the
various contract unit prices and lump sum prices of
the construction work and no additional payment shall
be made.
7. Surveying
Surveying service for this project shall be performed
by the City of Carlsbad or their authorized agent.
Requirements of the Contractor pertaining to this item
are set forth in Section 2-9 of the SSPWC.
8. Payment
Payment under this contract will be in accordance "with
Section 9-3 of the SSPWC.
B. CRUSHED AGGREGATE BASE
1. Crushed~aggregate base materials shall conform to the
requirements of Section 200-2.1 through 200-2.2.2 of
the SSPWC.
2. Measurement and payment for crushed aggregate base
shall conform to Section 301-2 of the SSPWC.
C. ASPHALT CONCRETE PAVING
1. Asphalt concrete paving shall conform to Section 302-5
of the SSPWC. Asphalt concrete paving viscosity grade
shall be AR 4000.
2. All new asphalt concrete pavement shall be fog seal
coated with asphalt emulsion as directed by the Engineer
and as set forth in Section 37-1 of the California
Division of Highways Standard Specifications.
3. A tack coat shall be applied to existing asphaltic
concrete as directed by .the Engineer. The tack coat
% shall conform to Section 302-513 of the SSPWC.
Page 17
4. Payment: Compensation for asphaltic concrete pave-
ment, including fog seal coat and tack coat, shall be
included in the asphaltic concrete pavement bid item,
and no other compensation shall be provided.
D. CONCRETE CURB AND GUTTER, CROSS GUTTERS AND SPANDRELS
1. The construction of concrete curb and gutter, cross
gutters and spandrels shall conform to Section 303-5
of the SSPWC.
2. Portland cement concrete shall conform to Section
201-1 of the SSPWC.
3. Measurement and payment for concrete curb and gutter,
cross gutters and spandrels shall conform to Section
303-5.9 of the SSPWC.
E. CLEARING AND GRUBBING, EXCAVATION, FILL AND OTHER STREET
CONSTRUCTION ITEMS
1. Further reference is hereby made to the plans, stan-
dard drawings and the Standard Specifications for Pub-
lic Works Construction for all .other street construc-
tion items not modified by these "Special Provisions."
F. ORNAMENTAL STREET LIGHTS
1. The specifications for ornamental street lights are
shown on Sheet 5 of the improvement plans.
rer
r—1 1/2" except where elevations
shown indicate otherwise.
1/2"
TYPE G & H CURB
TYPE W
24"
'AREA
SQ. FT.
1.34
3D 1.01
with 6" Curb Face
NOTES:
1. Concrete shall be 517 • C - 2500.
2. Sec Standard Drawing G-10 lor joint details.
G'LEGEND ON PLANS
MMfNOtO BY lilt SAN Olfr.O
MOIONAl STANOAHOS CUMMIIIU
OIIAWIMG
NUNiftEll G-2
SAN DIEGO REGIONAL STANDARD DRAWING
CURB AMD GUTTER - COMBINED
Revision Approved Oatn
Page 19
vanes Width as shown on plan
c
L i
NON-CONTIGUOUS
Width as shown on plan
m
S-MTK | 1/2" R-v.
-X^ 1/4" per ft. t ^v
i£i*!ill 5*j
i'/T- •»'.-.
*"* ~ ft'j'*
t p :-^
Weakened Plane Joint-
CONTIGUOUS
NOTES
1. Concrete shall be 517 • C • 2500.
2. See Standard Drawing G-10 for joint details.• LEGEND ON PLANS
Revision By Approved Onte SAN DIEGO REGIONAL STANDARD DRAWING
oinntsfnl if TVnir»ftt CCPTIOUC*SIDEWALK • TYPICAL StLTluHS
NICOMMINOIO BY I«f $«N OlfCO
MCIONAI, STANOARUS COMUIlUt
C«H«NMM (1C 1 H*0f Oll>
DRAWING 0 -7
NUMBER U-/
V See Detail A
7 1/2' Min Gutter Gratia
See Detail B
SECTION A-A
1/2" Lip on Depressed Curb
Section will be sloped at 45?-
P.C
tc.
DETAIL-A
NOTES
1. Ramp shall be centered on or directly opposite the bisector of the
curb return or as directed by the Agency-
2. In the ramp area, the slope shall not exceed 12:1 (8.33%). Any
deviation must be approved by the Agency.
3. Texture to be heavy broom finish transverse to axis of ramp.
4. Concrete shall be 517-C-2500. <-;*--
COMMEMOfO DY TIH SAN DICEDSTANDARD; COMMIMIE
0»l«SCI
DRAWINGrniMf.tn G-8
DETAIL C
DETAIL-B
LEGEND ON PLANS
a
SAN DIEGO REGIONAL STANDARD DRAWING
SIDEWALK RAMP
Revision By
See
Detail C
..
•—~"--- ~^_^
4.
•1
— :
~^*~~~
. 6'
*
. *
B
1
';>
Approved Date
Page 21
Mid Point of Curb Return
P.C.R.
•a \
5' typ.
NOTES
1. Expansion Joints at curb 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 with 1/4" radius edges at 5' intervals.
4. See Standard Drawing G-8 for installation of sidewalk ramps.
r Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING ftECOMMINOEO IV iHi SAN OlfCO
RICIOMM S1ANDAROS COMMIIHC
#u. itn
R.C.t.
SIDEWALK JOINT LOCATIONS DRAV/ING
NUMBER G-9
Expansion Joint filler material
V R
p^r^f
••i/*i- ••••'•• •**'•'-r _ji-"•• . ••£*" "»" •••: .'• •
•*-— 1/2"
EXPANSIOM JOINT
Preformed Joint filler
WEAKENED PLANE JOINT
PAVEMENT
Page 22
1/4" R
^•' ' '
':'>.%-/X'':?s..
• \.... • k;.*.*V;'-' '!.;>••• — • ••" «•• • »-'-:l
* * •'*.'.•;?:••- * " *"-"V*&'•• . •> ^— — f 1 .•%
Af-r:
. A'^*'*'?^v. .xft*••.•*•-•;-:.. i *••> ":V:
• t 4 x 22" Bar x 30" C.C.
CONTACT JOINT
f
^ V"
i-1/4" R
fi1^:-"*^^'^::*-••*. •- -•
-3/16" .-.--^-?* • *
WEAKENED PLANE JOINT
SIDEWALK
-1/4" R
^•"^L
-i
' -j
.s1
cv •
1 ^
*'*x
— 1 5/8"
KEYED JOINT
tv TH( SAN mrr.o
ftlGIONAI. SIANIlAflDS CIIMMIIUC
•Qiti./rts
HI I . I'liibl 0«ii
UHAWINf,pll-
SAN DIEGO REGIONAL STANDARD DRAWING
CONCRETE JOINT DETAILS
Revision Approved D.ite
Page 23
Radius P.C.•.cIM
~l
'if '•• .•V--V.
P.C.R. Radius
PLAN
zContact Joints per Standard
Drawing G-10 when
separate pours arc made *
'10' unless otherwise
shown on plan
•I 1.5%
-1/2" R typical
Top of Pavjng
Base material as shown on plans
SECTION A-A
NOTES
1. Concrete shall be 517 - C • 2500.
2. — = Weakened plane joints.
3. —« -* = Typical (lowlines.
4. O = Elevations to be shown on plans.
5. Return segments to be 6" thick. '•*"'"'
LEGEND ON PLANS
¥^%i6l
flY THE SAN DltOO
tlUNAl SIAMUARUS COMMIflft
Cwoiiuuloi R'c't. I'JBOI Ujl
DRAWING
tlUMULlt G-12
SAN DIEGO REGIONAL STANDARD DRAWING
CROSS GUTTER
Revision Approveil Date
Page 24 w
Property line
Non-contiguous Sidewalk
Contiguous Sidewalk
I
Weakened Plane Joint
PLAN
Driveway Curb Opening
Driveway width shown on plans
Depressed Curb
I
Bottom of Curb
ELEVATION
2" R (typ.)
Edge of Sidewalk
4" Residcntial-
6" Commercial SECTION 2" R--1" above Gutter
NOTES
l.'No concrete shall be placed until forms and sulnjrade are inspected by the
Ayency.
. 2. Concrete shall be 517 C-2500. ••.--
3. Weakened plane joints rc'.iuiicd on driveway C lor 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. Sec standard drawings G-15 arid G-1G for width ami location requirements.
-4--
LEGEND ON PLANS
. Hcsidcntial
(Commnicial)
Driveway
iCOMMtNOrD RY TMC SAN (III CO
IUGKIKAL STAMIAntlS COMMIIIti
" n"c ("
DHAWING G-14
SAN DIEGO REGIONAL STANDARD DRAWING
CONCRETE DRIVEWAYS
Revision BY'Approved
Page 25
.'' '' "^v 1\
Curb line ''
REQUfREMENT 1
No portion of any curb opening shall be permitted
within 6' of the intersection of the prolonged property
lines and the curb BJ shown by arc A.
REQUIREMENT 2
No portion of any curb opening shall be permitted in the
curb return where the radius of curb b 25' or les^ as
shown by arc B.
REQUIREMENT 3
On all curb returns where the radius is 25' or more, curb
openings may encroach upon each end of the return a distance
equal to 12 1/2% or 1/8 of the total length of the arc on the
curb return, thus leaving at least 75% of the length of arc on
the return face frse from driveway encroachment, provided
Requirement 1 is met.
REQUIREMENT 4
N° portion of any curb opening shall be permitted
in the curb return where a seperate turning movement
is provided, as shown by arc C
Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING
DRIVEWAY LOCATION - ADJACENT TO
RETURNS AND STREET LINES
4i*.
nc.t. MMI on*
6-15
C ALUEY Obstruction
3' min. from
.any driveway
Driveway CLO
•e
o
'."•"*"•\i '.•' Driveway a.
O
Page 26
•6' min. from Alley or Drainage Outlet
-Residential Driveway Width - • 12' min., 30' max.
- Residential: 20' min. between curb openings serving same parcel.
Commercial: 4' min. to 10' max. between curb openings serving
same parcel. If over 10'. minimum of 26' required.
• Commercial Driveway Width - - 12' min.. 30' max.
i)
STREET
NOTES
1. Curb openings, except for joint-use driveways and drive ways on
lots having 21 - foot frontage or Jess, shall be located at least
3 feet from the side property line extended.
2. Not more than 40% of the property frontage on residential lots,
nor 60% of the property frontage on commercial lots may be
-" allocated for driveway curb openings, except that lots having
frontage of 25 feet or less are entitled to one 12 foot driveway
(18 foot curb opening).
3. All driveways and curb openings shall be a minimum of 3 feet
from any obstruction, i.e., poles, hydrants, etc.
4. No portion of any driveway shall be allowed across a line
extending normal to the roadway from the front corner of the
property, except that joint-use driveways may be permitted in
' special instances where written approval of both property
owners is filed with the Agency.
,#.;»->•'-.
I*B» nu SAN nur.o
KtblONM. SfANtlAnOS COUMirUt
DRAWING
NUMIfLH G-16
SAN DIEGO REGIONAL STANDARD DRAWING
DRIVEWAY LOCATION
AND WIDTH REQUIREMENTS
Revision Data
Page 27
STATE AND LOCAL FISCAL" ASSISTANCE ACT OF 1972
"EC. 122. NONDISCRIMINATION PROVISIONS.
(a) PROHIBITION.
(1) IN GENERAL. No person in the United States shall,
on the ground of race,! color, national origin, or sex, be ex-
cluded from participation in, be denied the benefits of, or
be subjected to discrimination under any program or activity
of a State government or unit of local government, which gov-
ernment or unit receives funds made available under subtitle
A. Any prohibition against discrimination on the basis, of .
age under the Age Discrimination Act of 1975 or with respect
to an otherwise qualified handicapped individual as provided
in section 504 of the Rehabilitation Act of 1973 shall also
apply to any such program or activity. Any prohibition
against discrimination on the basis of religion, or any ex-
emption from such prohibition, as provided in the Civil
Rights Act of 1964 or title VIII of the Act of April 1-1,
1968, hereafter referred to as Civil Rights Act of 1968, shall
also apply to any such program or activity.
(2) EXCEPTIONS. -
(A) FUNDING. The provisions of paragraph (1) of this
subsection shall not apply where any State government or unit
of local government demonstrates, by clear and convincing
evidence, that the program or activity with respect to which
the allegation^ of discrimination has been made is not funded
in whole or in" part with funds made available under subtitle
(B) CONSTRUCTION PROJECTS IN PROGRESS. The provisions
of paragraph (1), relating to discrimination on the basis of
handicapped status, shall not apply with respect to construc-
tion projects commenced prior to January 1, 1977."
' CERTIFICATION OF COMPLIANCE
I hereby certify that ._ ,_ ^
legal name of vendor
in performing under Purchase Order(s) awarded by the City of
Carlsbad, will comply with the provisions of Section 122(a)
of the State and Local Fiscal Assistance Act of 1972.
Date Signature (Seal)
(NOTARIZE OR CORPORATE SEAL)
- Title
•' ' t .
This certification is to be submitted with notarized contract.