Loading...
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.