Loading...
HomeMy WebLinkAboutLinear Striping Inc; 2014-08-28; PWM15-17CED~~ RECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DOC# 2015-0041165 llllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllll Jan 29, 2015 03:44 PM OFFICIAL RECORDS Ernest J. Dronenburg, Jr., SAN DIEGO COUNTY RECORDER FEES: $0.00 Space above this line for Recorder's use. PARCELNO: ~w==a ____________ ___ NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on December 23, 2014. 6. The name of the contractor for such work or improvement is Linear Striping, Inc. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Project No. 40171 , Village of Carlsbad Installation of Parking Way-finding Signs. 8. The street address of said property is on Carlsbad Village Drive in the City of Carlsbad. VERIFICATION OF CITY CLERK I, the undersigned, say: 1 am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Manager of said City on ~~ 1 .5 , 20~, accepted the above described work as completed and ordered at a Not1ce f Completion be f1led. I declare under penalty of perjury that the foregoing is true and correct. Executed o 0~, at Carlsbad, California. Word\Masters\Forms\Notice of Completion (City) 3/9/98 CITY OF CARLSBAD ACCEPTANCE OF PUBLIC IMPROVEMENTS COMPLETION OF PUBLIC IMPROVEMENTS The contractor has constructed the improvements required for Project No. 40171, Village of Carlsbad Installation of Parking Way-finding Signs, and has requested that the City of Carlsbad accept the public improvements. City forces have inspected the public improvements and found them to be satisfactory. The public improvements consist of: IMPROVEMENTS VALUE Way-finding signs $15,200 PUBLIC WORKS DIRECTOR CERTIFICATION OF COMPLETION OF IMPROVEMENTS ~~/~ . Ublic ~Director Date CITY MANAGER'S ACCEPTANCE OF PUBLIC IMPROVEMENTS The construction of the above described public improvements is deemed complete and hereby accepted. The City Clerk is hereby authorized to record the Notice of Completion and release the bonds in accordance with State Law and City Ordinances. The City of Carlsbad is hereby directed to commence maintaining the above described improvements. ./1~ STEVE SARKOZY, City Manager /{fS(l) Date APPROVED AS TO FORM: CELIA BREWER, City Attorney Word\Masters\Forms\Acceptance of Public Improvements (City) 3/9/98 PWM15-17CED CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT VILLAGE OF CARLSBAD INSTALLATION OF PARKING WAY-FINDING SIGNS CONTRACT NO. 40171 This agreement is made on the .f._ ${~day of---::~........,.~~""""""~~~-· 2014, by the City of Carlsbad, California, a municipal corporation, (hereinafter call "City"), and Linear Striping, Inc., a California corporation, whose principal place of business is 1 acienda Drive, El Cajon, CA 92020 (hereinafter called "Contractor"). City and Contractor agree as follows: DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the project described by these Contract Documents (hereinafter called "Project"). Project work includes installation of nine (9) new telespar post systems in locations 1, 2, 4, 5, 6, 9 and 10 as shown on Attachment G; installation of 29 parking way-finding signs as shown on Attachment A in the locations as shown on Attachment G. PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents unless excepted elsewhere in this Contract. CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract, Contractor's Proposal, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict, this Contract will supersede terms and conditions in the Contractor's proposal. LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Carlsbad Ordinances governing labor. GUARANTEE. Contractor guarantees all labor and materials furnished and agrees to complete the Project in accordance with directions and subject to inspection approval and acceptance by: John Maashoff (City Project Manager) PREVAILING WAGES NOT REQUIRED. The City of Carlsbad is a Charter City. Carlsbad Municipal Code Section 3.28.130 supersedes the provisions of the California Labor Code when the public work is not a statewide concern. Payment of prevailing wages is at Contractor's discretion. FALSE CLAIMS. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. VILLAGE OF CARLSBAD INSTALLATION OF PARKING WAY-FINDING SIGNS CONTRACT NO. 40171 Page 1 of 5 City Attorney Approved 2/7/13 PWM15-17CED Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five years and t ebarment by a ther juris · ·on is grounds for the City of Carlsbad to disqualify the Contractor or b ntractor ro 1cipating · ntract bidding. ~ Signature: Print Name: Gce!}j A1ark.tJI/I.t..A REQUIRED INSURANCE. The successful contractor shall provide to the City of Carlsbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers' Compensation Insurance indicating coverage in a form approved by the California Insurance Commission. The certificates shall indicate coverage during the period of the contract and must be furnished to the City prior to the start of work. The minimum limits of liability insurance are to be placed with insurers that have: (1) a rating in the most recent Best's Key Rating Guide of at least A-:V and (2) are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not less than ........ $500,000 Subject to the same limit for each person on account of one accident in an amount not less than ....... $500,000 Property damage insurance in an amount of not less than ........ $100,000 Automobile Liability Insurance in the amount of $100,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non- scheduled. The automobile insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. The above policies shall have non-cancellation clauses providing that thirty (30) days written notice shall be given to the City prior to such cancellation. The policies shall name the City of Carlsbad as an additional insured. INDEMNITY. The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. JURISDICTION. The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. Start Work: Contractor agrees to start within 7 working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within 3 working days after receipt of Notice to Proceed. VILLAGE OF CARLSBAD INSTALLATION OF PARKING WAY-FINDING SIGNS CONTRACT NO. 40171 Page 2 of 5 City Attorney Approved 2/7/13 / CONTRACTOR'S INFORMATION. LINEAR STRIPING, INC. (name of Contractor) 808060 (Contractor's license number) C32,A (license class. and exp. date) Exp. 5/31/16 PWM15-17CED 1000 HACIENDA DRIVE (street address) EL CAJON, CA 92020 (city /state/zip) 619-596-6973 (telephone no.) 619-596-6982 (fax no.) linearstriping@cox.net (e-mail address) AUTHORITY. The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CITY OF CARLSBAD, a municipal corporation of the State of California If required by City, proper notarial acknowledgment of execution by Contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups: Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: VILLAGE OF CARLSBAD INSTALLATION OF PARKING WAY-FINDING SIGNS CONTRACT NO. 40171 Page 3 of5 City Attorney Approved 2/7/13 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California ) County of (.5/;j 2 /) /t;?Zi o ) On /fll&eLg r ~ .Jat./1 before me, -~"~YAI=-=,{)--'-"~:_::_..::.-=-t._I__,~=-'-1~=--L..,.:-..4-=-~---­ (Name ofNotary Public and Title "Notary Public") Personally appeared __ r;l..JLJ_? t"-ea:;~L.<4='-=-=---LiJ1~4~£.':7/<'-'----'-"o'---'ii!...J.I'-'"C:.......t.II+--------­ [Name ofsigner(s)] who proved to me on the basis of satisfactory evidence to be the person('sJ whose name~) is/are subscribed to the within instrument and acknowledged to me that he/sh.elthS¥ executed the same in hislh~/th~ authorized capacity(i'es}.,. and that by his/her/their signature(~on the instrument the person()), or the entity upon behalf of which the person('s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ~ • LYNN LESLIE KLAP ~ II COMt.t. '2056074 II II IIOTMYIIUaiC •CALif'OIIM ~. SAN DIEGO COUNTY ~!'-~ . Cormn. ~. FEB. 23, 2018 lo y •••••··~•• YTT *********************OPTIONAL INFORMATION*********************** THE INFORMATION PROVIDED BELOW IS NOT REQUIRED BY LAW CHARACTER OR TITLE OF DOCUMENT------------ NUMBER OF PAGES ---- SIGNER(S) OF THE DOCUMENT OTHER THAN THOSE NAMED ABOVE: Check a License -License Detail -Contractors State License Board Page 1 of 2 DEPARTMENT OF CONSUMER AFFAIRS Contractors State License Board Contractor's License Detail -License # 808060 ~ DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. "* CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. "* Per B&P 7071.17 , only construction related civil judgments reported to the CSLB are disclosed. "* Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. "* Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. License Number Business Information Entity Issue Date Expire Date License Status Classifications Bonding 808060 LINEAR STRIPING INC Business Phone Number: (619) 596-6973 (..t.> P 0 BOX 431 LA MESA, CA 91944 Corporation 05/15/2002 05/31/2016 ACTIVE Extract Date 8/19/2014 This license is current and active. All information below should be reviewed. CLASS C32 DESCRIPTION PARKING AND HIGHWAY IMPROVEMENT A GENERAL ENGINEERING CONTRACTOR CONTRACTOR'S BOND This license filed a Contractor's Bond with OLD REPUBLIC SURETY COMPANY. Bond Number: GCL 1212650 Bond Amount: $12,500 Effective Date: 01/01/2007 Contractor's Bond History BOND OF QUALIFYING INDIVIDUAL https://www2.cslb.ca.gov/OnlineServices/Checklicenseii/LicenseDe ... 8/19/2014 Check a License -License Detail -Contractors State License Board Page 2 of 2 Workers' Compensation 1. The Responsible Managing Officer (RMO) MARKOVICH GREGG MICHAEL certified that he/she owns 1 0 percent or more of the voting stock/equity of the corporation. A bond of qualifying individual is not required. Effective Date: 09/24/2009 BQI's Bond History WORKERS' COMPENSATION This license has workers compensation insurance with SECURITY NATIONAL INSURANCE COMPANY Policy Number: SWC1 036150 Effective Date: 01/01/2014 Expire Date: 01/01/2015 Workers' Compensation History Personnel listed on this license (current or disassociated) are listed on other licenses. Personnel List Other Licenses Conditions of Use 1 Privacy Policy Copyright© 2010 State of California https://www2. cslb. ca. gov/OnlineServices/Checklicenseii/LicenseDe... 8/19/2014 PWM15-17CED EXHIBIT A LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR Set forth below is the full name and location of the place of business of each sub-contractor whom the Contractor proposes to subcontract portions of the Project in excess of one-half of one percent of the total bid, and the portion of the Project which will be done by each sub-contractor for each subcontract. NOTE: The Contractor understands that if it fails to specify a sub-contractor for any portion of the Project to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the Contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." SUBCONTRACTORS Portion of Project to Business Name and Address be Subcontracted N/11-, Total% Subcontracted: -0 ·- VILLAGE OF CARLSBAD INSTALLATION OF PARKING WAY-FINDING SIGNS CONTRACT NO. 40171 Page4 of5 License No., %of Classification & Total Expiration Date Contract City Attorney Approved 217/13 PWM15-17CED ITEM UNIT NO. 1 62.00 2 62.00 3 62.00 4 62.00 5 230.00 QTY 29 29 18 11 9 EXHIBITS JOB QUOTATION DESCRIPTION Installation of sign Component 1 of the Parking Way-Finding Sign Program on a standard Telespar post. Installation of sign Component 2 of the Parking Way-Finding Sign Program. Reflective sign on a standard Telespar post Installation of sign Component 3 of the Parking Way-Finding Sign Program on a standard Telespar post. Installation of sign Component 3 of the Parking Way-Finding Sign Program on a standard Telespar post. Installation of 1-3/4" 10' Telespar post system. Complete system for 1-3/4" 10' Telespar post including Telespar base TOTAL* *Includes taxes, fee's, expenses and all other costs. PRICE 1,798.00 1,798.00 1,116.00 682.00 2,070.00 $7,464.00 VILLAGE OF CARLSBAD INSTALLATION OF PARKING WAY-FINDING SIGNS CONTRACT NO. 40171 Page 5 of5 City Attorney Approved 217/13 ~ Linear Striping, Inc. P.O. Box 431 PROPOSAL DATE ESTIMATE NO. 8/6/2014 38316 I La Mesa, CA 91944-0431 (619)596-6973-Phone (619)596-6982-Fax Contractors State License #808060 CUSTOMER Ship To City of Carlsbad Village of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008 Installation of Parking-Way Finding Signage -Within Carlsbad Village Carlsbad, CA 92008 Signs Customer Phone Customer Fax TERMS Customer Contact 760-602-4644 760-602-8559 Upon Completion Pam Drew ITEM DESCRIPTION Supply and Install Signs and Posts, at various locations in the City of Carlsbad as discussed with Pam Drew and as follows: Components 1 though 5 as per "Request for Proposal" form (file 080414.docx) Price Does Not Include Prevailing Wages/Certified Payroll ***OPTION*** Provide Concrete Coring as needed-***ADD $190.00 PER HOUR*** (see added values on "Request for Proposal" form. All work to be completed in (1) weekday move. Add $300.00 to Total Price for each additional move required. All Sprinklers should be turned off the day before and the day after work is scheduled and vegetation should be trimmed back from curb areas that need to be painted. Customer is to notify all tenants of the work schedule to ensure all vehicles are out of the work area. We will not be responsible for any vehicles left in the work area. Total 7,464.00 We appreciate the opportunity to bid this project and look forward to doing business with you. Total $7,464.00 NOTE: Linear Striping, Inc. is not responsible for unforeseen conditions (weather etc.) that are beyond our control. Customer to ensure all areas to receive work are clear of vehicles and obstacles. All labor, material, equipment and standard insurance are included. Additional Insured available upon request. Price Includes Waiver of Subrogation Insurance Certificates. Upon Acceptance Please Sign & Return (Select Options if Applicable) Gregg Markovich, President PLEASE VISIT OUR WEBSITE AT: www.linearstriping.com REQUEST FOR PROPOSALS Proposal Due: FOR: Village of Carlsbad Installation of Parking Way-Finding Signage The City of Carlsbad is requesting proposals for the installation of Parking Way-Finding Signage. Proposal prices must include the installation of nine (9) T elespar poles and installation of sign age on existing telespar poles, as shown in Table 1 below, including all mounting hardware (please include sales tax). The signage and Telespar pole locations are within Carlsbad Village and are shown on Attachment G. Sites shown as location 1, 2, 4, 5, 6, 9 and 1 0 on Attachment G require new Telespar poles. Additional poles may be needed; however, at this time we are requesting you price out nine (9) Telespar poles including installation. All items must be shipped FOB Destination. No substitutions for the listed items will be accepted. By submitting a proposal you are making an offer to supply goods and services to the City of Carlsbad. The Parking Way-Finding Sign Program consists of a three component (Components 1, 2, 3) sign. All components are separate signage that will be installed as a unit. An Attachment is provided to provide the Telespar Post System components. All work within the city's right-of-way will require the issuance of a right-of-way permit at no cost to the vendor. Attachments: A: Overall parking way-finding sign program B: Component 1 of the parking way-finding sign program C: Component 2 of the parking way-finding sign program D: Component 3 of the parking way-finding sign program (both Horizontal and Vertical) E: Telespar post system diagram F: Directional parking sign dimensions G: Aerial photo depicting locations of existing poles and signage and locations where Telespar poles shall be installed (locations 1, 2, 4, 5, 6, 9 and 1 0). Table 1 Item Qty Description 1 29 Installation of sign Component 1 of the Parking Way-Finding Sign Program on a standard Telespar post. Unit Price 62.00 Sales Extended Tax Amount lncld 1,798.00 2 29 Installation of sign Component 2 of the lncld Parking Way-Finding Sign Program. Reflective sign on a standard Telespar post. 62.00 1,798.00 . 3 18 Installation of sign Component 3 of the lncld Parking Way-Finding Sign Program on a 62.00 1,116.00 standard T elespar post. 4 11 Installation of sign Component 3 of the lncld Parking Way-Finding Sign Program on a 62.00 682.00 standard Telespar post. 5 9 Installation of 1-3/4" 10' Telespar post lncld system. Complete system for 1-3/4" 1 0' 230.00 2,070.00 T elespar post including T elespar base Include sales tax in the total. Total: 7,464.00 Estimated days to complete installation after Notice to Proceed: _7 days. __ _ PUBLIC AGENCY CLAUSE It is intended that any other public agency (i.e., city, district, public authority, public agency, municipal utility and other political subdivision or public corporation of California) located in the State of California shall have the option to participate for in any award made as a result of this solicitation a period of ninety (90) days after award of the bid . The City of Carlsbad shall incur no financial responsibility in connection with purchase by another public agency. The public agency shall accept sole responsibility for placing order or payments to the vendor. Option shall not be considered in bid evaluation. Indicate below whether said option is or is not granted. X Yes No READ THE ATTACHED GENERAL PROVISIONS CAREFULLY, THEY ARE A PART OF YOUR BID. Terms net 30 days GUARANTEE OF GOOD FAITH REQUIRED: $ None (FAILURE TO SUBMIT GUARANTEE OF GOOD FAITH WILL VOID THE BID. SEE PARAGRAPH 3, GENERAL PROVISIONS.) Firm Linear Striping, Inc. ________ _ Address PO Box 431 _________ _ City La Mesa, ____________ _ State, Zip CA, 91941-0431 ________ _ Print Name Gregg Markovich _______ _ Signature tf1U!99 ~---------­ Telephone 619-596-6973 Date 8/06/2014 BIDDER'S STATEMENT OF UNSPECIFIED VALUE-ADDED OFFERINGS List items or services you are offering in addition to those in the attached specifications or scope of work offered as part of your bid and included in your bid pricing, if any. If none, please state "none". Attachments may be used. ***OPTION***Provide Concrete Coring as needed-***ADD $190.00 PER HOUR*** BIDDER'S STATEMENT OF WARRANTY AND ABILITY TO PROVIDE "see service and repairs" SERVICE AND REPAIRS List information on warranty offered. List/describe your ability to provide service and repairs for items you are offering. If none, please state "none". Attachments may be used. WARRANTY /GUARANTEE PROJECT: Village of Carlsbad Installation of Parking Way-Finding Signage Various Locations; Village of Carlsbad Carlsbad, CA 92008 CERTIFICATE HOLDER/OWNER City of Carlsbad 1635 Farday Avenue Carlsbad, CA 92008 To Whom It May Concern; All the required striping and signage work has been completed in accordance with all applicable codes, the Contract Drawings and Specifications, following manufacturers recommended procedures and conforms with all standards set forth therein. The work is unconditionally guaranteed, under normal use, against defective workmanship and/or materials for a period of one (1) year from the date of substantial completion of the project. Any defects, which occur within one year, will be promptly repaired or replaced by the undersigned without cost to City of Carlsbad. Linear Striping, Inc. By: R.--w ll!~~ Gregg Markovich, President Date: 08/06/2014 Fed Tax I. D. No.: 33-0979150 State Tax I. D. No.: 416-7061-3 Attachment A: Overall Parking Way-Finding Sign Program Carlsbad Villag<> - Attachment 8: Component 1 of the Parking Way-Finding Sign Program Sign Dimension: 24" wide by 5 1/3" tall Font Cap Height 2" tall Typeface Utopia Color Black 24in l 5 1/3in l Attachment C: Component 2 of the Parking Way-Finding Sign Program >---·-------··----------·--24 in Sign Dimension: 24" wide by 24" tall Font Cap Height 18" tall Typeface Utopia Color: C=93 M=59 Y=46 K=12 , 24in I i Attachment D: Component 3 of the Parking Way-Finding Sign Program Sign Dimension: 12" wide by 12" tall Arrow Height 8" tall Color: C=93 M=59 Y=46 K=12 Attachment E: Telespar Post System NOTES I. StnJcturol '9:eEl ~ublcl; uge:f Ia• pD3t & Bl!B\'6s gtJjf be 9thl(mized 12 q.:Juge rold reli-ed stael, uf th-e n ~minot dinfl'lsbns 9hoan 1-er<:;;n md 11e~t th<: t~q\lil'<:rn<:r h 111 .t\STIA ~ Grode A. 2. Gd ..ani2ing ltmll hi! ~ilr lt.STh' !.!:/J.~ Prot3 & ::l eevas Eholl IK~>~ ; /Ht dio. h~J U ~pQ<;:~ 1 u Q. t. ±t;'a-'' &: aho:t ha'll! fi{:> m<Jr!! ~aflattoo In ~trqiqh'Jleg:; lhon 1/'11>" in :;', P>..~:o shor bu 'li\jUore "ilt1irl ±0.!114". ~<lvt' twist r"1<1 g·er.~ter lfltJI! (.•JJ~2· in J' end h'J'"C: o;;r.fnl:r rodii Qf 5/:!11" ±1/S+". &. The go·~r,s: sl'-dl h"' me~ 1n~<:~ oo pog~ :n o~·:x:r-:lcnce with Se::~i.:~n ~~. "$i9n~" lrl thil State ~tandcrd Spetificotton~. ,4.11 f~3h;m ilQ ~ord'N!lril ia •..a :HI pr(l•.id!:<i b~ the C:oolttlr:lr.r. 4, ~4oximum gfgl eize 5.:2 sq. ft. i §,, ~o; i "-Q ... .., ~ £ <) .9 i£l ;.. C>l 17i E :l E .,. Cl ::E I 2'x 2'-12 :1Clo.J~t )c~t -- ~· .:1. a a ·~ ., .:1 0 (f (I a 0 IJ IJ ., 0 1) I) 3/8"' ~j • ....,1 (~yp.) Ri•ttt ~·etiftootlort __ o·{Tien~ion: 3/11" Dia. Sh-an~. 1/~" Oia. -lii® Grl~ ::eaog~ .l(li)-,J5o5 Filit'tl; Electro-Col'lllllza t\S11~ 8 63~ l)t><:IIW .:1 r-3/!:!-" 0 I Rivet (typ.) 0 \ >-">S' \ \ \ \ '-Ex"atlng Gn:~vnd SAN DIEGO AEGtoHA!.. STAti)ARD DRAWiNG M-45 j Attachment F: Directional parking sign dimensions 24 1 ... ~~-'-·-;:;;·---L-----------... ~ I 3 r • l-- 3C I MAIN_Sf= t ,2 ~ -• t----·-------... VAR i4- 0-3 STREET NAME VAR D-3 STREET NAME COLORS: LEGEND -wHITE (REFLECTIVE) BACKGROUND -GREEN (REFLECTIVE) 1.5 3 ~~--t :t. ' 6C : 12 04-1 PARI<ING AREA ·See page 6-2 for arrow desi!Jl. COLORS: LEGEND -WHITE (RETROREFLECTIVE) BACKGROUND -GREEN (RETROREFlECTIVE) 3-31 Attachment G: