HomeMy WebLinkAboutDDL Traffic Inc; 2016-01-28; PWM16-50TRANRECORDED REQUESTED BY
CITY OF CARLSBAD
AND WHEN RECORDED PLEASE
MAIL TO:
City Clerk
City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, California 92008
DOC# 2016-0328122
1111111111111111111111111111111111111111111111111111111111111111111111
Jun 30, 2016 03:19PM
OFFICIAL RECORDS
Ernest J. Dronenburg, Jr ,
SAN DIEGO COUNTY RECORDER
FEES $0.00
PAGES: 1
Space above this line for Recorder's use.
PARCEL NO: n/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 April7, 2016.
6. The name of the contractor for such work or improvement is DDL Traffic, 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: PWM16-50TRAN, Cassia Road Speed
Feedback Signs.
8. The street address of said property is on Cassia Road in the City of Carlsbad.
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad, 1200 Carlsba.d Village Drive, Carlsbad, California,
92008; the City Manager of said City on "-A. 'd\i) ? \ , 20_lla_, accepted the above
described work as completed and ordered that a Not ce of Completion be f1led.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on Q tu14 7 , 20./f_, at Carlsbad, California.
7 CITY OF CARLSBAD
~~~~N~
City Clerk
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. PWM16-50TRAN,
Cassia Road Speed Feedback 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
Feedback Signs $23,259
PUBLIC WORKS DIRECTOR CERTIFICATION OF COMPLETION OF IMPROVEMENTS
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.
hereby directed to commence maintaining the above described
"-T=Tj ~1 I I'-
Kevin. Date
APPROVED AS TO FORM:
CELIA BREWER, City Attorney
~,/~,
By: ~.??t:~rJ
Deputy 1ty Attorney
Word\Masters\Forms\Acceptance of Public Improvements (City) 3/9/98
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
CASSIA ROAD SPEED FEEDBACK SIGNS
PWM16-50TRAN
This agreement is made on the ~~ .{l. day of ~ ~V\UC\.Q4, , 2016, by the City
of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and DOL Traff1c, Inc., a California
corporation, whose principal place of business is 14658 Central Avenue, Chino, CA 921710, (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").
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 Kim (City Project
Manager).
WAGE RATES. The general prevailing rate of wages for each craft or type of worker needed to execute
the contract shall be those as determined by the Director of Industrial Relations pursuant to Sections 1770,
1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the
applicable wage rates is on file in the Office of the City Engineer. The contractor to whom the contract is
awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him
or her in execution of the contract.
The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the
Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair
Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and
4107.5.
The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the
Contract for work.
A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the
requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract
for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5.
This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.
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.
CASSIA ROAD SPEED FEEDBACK SIGNS Page 1 of 6 City Attorney Approved 10/6/15
PWM 16-SOTRAN
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 ten (1 0) working days after receipt of Notice to Proceed.
Completion: Contractor agrees to complete work within ten (1 0) working days after receipt of Notice to
Proceed.
CONTRACTOR'S INFORMATION.
DOL TRAFFIC, INC. 14658 CENTRAL AVENUE
(name of Contractor) (street address)
910814 CHINO, CA 91710
(Contractor's license number) (city/state/zip)
C10 Electrical Exp. 2/29/2016 909-240-5914
(license class. and exp. date) (telephone no.)
1000007404 909-614-7255
(DIR registration number) (fax no.)
6/30/2016 JR@DDL TRAFFIC. COM
(DIR registration exp. date) (e-mail address)
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
CASSIA ROAD SPEED FEEDBACK SIGNS Page 3 of6 City Attorney Approved 1 0/6/15
PWM 16-SOTRAN
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 DIR Registration License No., %of
be Subcontracted No. Classification & Total
Expiration Date Contract
Nbt-it:..
Total % Subcontracted: ---~-+----
CASSIA ROAD SPEED FEEDBACK SIGNS Page 5 of6 City Attorney Approved 1 0/6/15
PWM 16-50TRAN
EXHIBIT B
JOB QUOTATION
ITEM UNIT QTY DESCRIPTION PRICE
NO.
1 LS 1 Labor and equipment required to furnish and install two $23,258.88
(2) speed feedback signs on Cassia Road (see attached
exhibits)
TOTAL* $23,258.88
*Includes taxes, fees, expenses and all other costs.
CASSIA ROAD SPEED FEEDBACK SIGNS Page 6 of6 City Attorney Approved 1 0/6/15